Loading...
HomeMy WebLinkAboutDOUGLAS ST/COURT WATER MAIN IMPROVEMENTS PROJECTDOUGLAS ST/COURT WATER MAIN IMPROVEMENTS PROJECT 15 -Dec -2017 Plans, Specs, Estimate of costs, proposal and contract 19 -Dec -2017 Res 17-366, Setting a public hearing 12 -Dec -2017 Notice of Public Hearing 02 -Jan -2018 Res 18-11, approving plans, specs, form of agreement and estimate of cost. 04 -Jan -2018 Notice to Bidders 06 -Jan -2018 Res 18-29 awarding contract (Lynch Excavating Inc.) 16 -Feb -2018 Public Notice of Storm Water Discharge 07 -Mar -2018 Performance and Payment Bond 07 -Mar -2018 Form of Agreement (Lynch Excavating Inc.) 06 -Nov -2018 Res 18-300, accepting the work. Prepared by: ScottSovers, Senior Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)355-5142 Resolution No. 17-366 Resolution setting a public hearing on January 2, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Douglass Street and Douglass Court Water Main Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Douglass St./Douglass Ct. Water Main Replacement account # W3223. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 2nd day of January 2018, 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. 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. A 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 19th day of December , 2017 MaOr Attesr_ PePee City Clerk Approved by City Attorney's Office 12-1-7/17 It was moved by sotchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cale Dickens Mims Taylor Thomas Throgmorton Zeca> �~ �14� FQ m PRESS -CITIZEN MEDIA PARTOFTHE USATODAY NETWORK CIN OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, as.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "N' and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: 0002613422 12/23/17 12/23/17 $34.03 Copy of Advertisement Exhibit"A" Subscribed a w rn to before me by said affiant this 26th day of December. 2017 OU l9-�g21 /I////// Nota&ublic �y FE(T �0 A PUBol- ' z D :. eco r NOTICE OF PUBLIC HEARING O FnORA SPECIFICATIONS, nMTRATC T nT=Amn OF is hereby given that ncil of the City of wa, will con -duct a ing on plans, form of contract on said is J. in as posted by the Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may V pear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans specifications, contract or the cost o making said improvement. MP=G, en by order of the the City of Iowa rovided y law. HLING, CITY CLERK ti Prepared by: Scott Sovers, Sr. Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 3565142 Resolution No. 18-11 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Douglass Street and Douglass Court Water Main Improvements Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Douglass St./Douglass Ct. Water Main Replacement account # W3223. 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 30th day of January 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the a day of February 2018, or at a special meeting called for that purpose. Passed and approved this 2nd day of Januar _20A. Mayl6r Approved by AttesteLeu C Clerk Y City Attorney s�Office 'I Is Resolution No. 18-11 Page 2 It was moved by Mims and seconded by Thomas adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Botchway Cole Mims Salih Taylor Thomas Throgmorton V Q o 4 IOWA LEAGUE 4fCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Douglass Street and Douglass Court Water Main Improvements Project Classified ID: 106922 A printed copy of which is attached and made part of this certificate, provided on 01/04/2018 to be posted on the Iowa League of Cities' intemet site on the following date: January 4, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 1/4/2018 oj�� W,-k4r Alan Kemp, Executive Director NOTICE TO BIDDERS DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30t" day of January, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 6t' day of February, 2018, or at special meeting called for that purpose. The Project will involve the following: Furnish all labor, equipment and materials required for installation of 1.925 LF of 8 -inch ductile iron water main, valves, hydrants, water services, street, and driveway repairs, and miscellaneous associated work on Douglass Street and Douglass Court. All work is to be done in strict compliance with the plans and specifications prepared by Veenstra & Kimm, Inc., of Coralville, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: March 5, 2018 Completion Date: October 1, 2018 Tree Removal Completion Date: April 1, 2018 No tree removal between April 1 and October 1, 2018 Liquidated Damages: $500 per day AF -1 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 Rapids Reproductions, Inc./Technigraphics of Iowa City, located at 415 Highland Avenue, Suite 100, Iowa City, Iowa, by bona fide bidders. A $25 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 Rapids Reproductions Inc./Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to 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 technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -2 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, January 04, 2018 4:37 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 1.4.18 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City - Cardigan Park Improvements City Of Iowa City— Douglass Street And Douglass Court Water Main Improvements A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): January 4, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. January 4. 2018 Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — PO Box 695 - Des Moines, Iowa 50306 (D) 515.657.4388 (0) 515.288.7339 Fax: S15-288-8718 (e) mbiolanroom-dsm�mbionline.com www.mbionline.com Project Information Md us m Follow us on Social Medial 91 Facebook if Iowa's first and only comprehensive construction bid date calendar! IowaElidDate.com NOTICE TO BIDDERS RECEIVED DOUGLASS STREET AND DOUGLASS COURT JAN 0 3 2018 WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30U' day of January, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M, on the a day of February, 2018, or at special meeting called for that purpose. The Project will involve the Al work is to be done in strict compliance with the plans and specifications prepared by Veenstra & Kimm, Inc., of Coralville, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 falls 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start"Date: March 5, 2018 Completion Date: October 1, 2018 Tree Removal Completion Date: April 1, 2018 No tree removal between April 1 and October 1, 2018 Liquidated Damages: $500 per day AF -1 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 Rapids Reproductions, Inc./Technigraphics of Iowa City, located at 415 Highland Avenue, Suite 100, Iowa City, Iowa, by bona fide bidders. A $25 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 Rapids Reproductions Inc.ffechnigraphics. The fee is refundable If returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation. Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to 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 technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 Perhedia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, as.: The undersigned, being first duly swam on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002729802 2/16/18 02/16/18 $24.22 Copy of Advertisement Exhibit"A" UKY F�r// Ul Subscribed an sworn to b Vff e by said affiant this •"^ F,�'j'% 16th day of February. 2018 40TAgy , 'A'•. 9TF .. ,.� •�`� � otary Public i \ Q Commission expires Public Notice of Storm Water nier_harae work w 7 sewers be n of ay be submitted to Water Discharge Iowa Department of at 'm& i been i Prepared by: Scott Sovers, Senior Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)3565142 Resolution No. 18-29 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Douglass Street and Douglass Court Water Main Improvements Project Whereas, Lynch Excavating Inc. of West Branch, IA, has submitted the lowest responsible bid of $429,436.50 for construction of the above-named project; and Whereas, funds for this project are available in the Douglass St./Douglass Ct. Water Main Replacement account # W3223; and Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Lynch Excavating Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 6th day of February 2018 Ma r City Clerk City Attorney's Office It was moved by salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: rt X X X X X X Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton IL PERFORMANCE AND PAYMENT BOND Inc. the name and address or legal title of the Principal, hereinafter called the Contractor and West Bend Mutual Insurance Company (insert the legal title of the Surety) as as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount our hundred twenty-nine thousand, four hundred thirty-six dollars & fifty cents Dollars ($ 429,436.50 ) for the payment for which Contractor and Surety,N hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and; D severally. MAR 0 71018 WHEREAS, Contractor has, as of 0113112018 entered into aCity Clerk (date) Iowa City, Iowa written Agreement with Owner for Douglass Street and Douglass Court Water Main Improvements 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 Veenstra & Kimm, Inc., 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 PB -1 I& 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 five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 31st DAY OF _January 2018 . IN THE PRESENCE OF: Lunch's Excavating, Inc. (Principal) I awrenee Lynch Owner Witness (Title) West Bend Mutual Insurance Company (Surety) l ��J / Kristin Tolle, POA Witnes�s (Titl 1900 S. 18th Avenue _ (Street) West Bend. WI 53095 _ MAR 0 7 618 (City, State, Zip) City L;mK 1-800-236-5010 _ Iowa City, Iowa (Phone) PB -2 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 Contract dated the I �ky day of 2 I (LVLT 20 for the Douglass Street and Douglass Court Water Main Improvements Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed dii(n,its Form of Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: 1 a. Addenda Numbers �J l A attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and =� i. This Instrument. MAR 0 71018 City Clerk Iowa City, Iowa AG -1 The above components are deemed complementary and should be read together. Inthe event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): tow _' IOU 006 jp M DATED this day of Vtbruarf4 20� Cit Contractor ATTEST: I AS ATTEST: tANIHIMILM r Approved By: 'd w City Attorney's Office 3/7 /!Y FILE® NAR 0 7 Zola City Clerk Ac -2 Iowa City, Iowa Bidder,Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ® Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine If your company is authorized, please review the worksheet on the next page). Yes ❑ No My company has an office to transact business in Iowa. ® Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ® Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ® Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa. during the past 3 years at the folTC lowing addresses: Dates: / �0 / IV to l���t / Address: (go AdV1, S C/ City, State, Zip: lnleS� �fAh(� —1A5-05 � Dates: /—/—to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to birs�w�ho are residents? E] Yes F] No 3. If you answered "Yes" to question 2, identify each preference offered by y • O aVI) state or foreign country and the appropriate legal citation. �s MAR 0 7701a citty 2le owa QYrn ch additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Namp• Luv,,C.1vc FXrnvrrk1AO �Ci You must sub it the completed form to the governmental body requesting bids per 675 Iowa Administrative Code Chapter 156. This forth has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed it's most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. f G �a �o BF -2 Contract Compliance Program p CITY OF IOWA CITY MAR 0 71010 City Clerk iowa City, Iowa SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City s contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. FILED NAR 0 71018 City Clerk Iowa City, Iowa mg r\asst\contractcompliance.doc CC -1 SECTION 11 - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 at sea.) 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) LU- WV k1J--LQ h (L 3«-631 09ao 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. p MR D 7 ZO10 City Clerk Iowa City, Iowa mg r\asst\contractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are,an Equal Employment Opportunity employer? 'Aake v t4 1h A(z ops Well Qs'MQ j\�Anv' The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. I_C wfVn.A 1uRca. Print Name z 3lK-��3y�113S Phone Number y OAty- Title 9-I(all Date L 14AR p 7 2018 City Clerk Iowa City, Iowa mgAassNcontractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately. reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only 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, nsfer and training are based upon a fair assessment of an employee's ability and work ra64.2nrfhermore, all companies should post and otherwise publicize all job promofttaCopportunities and encourage all qualified employees to bid on them. Iowa Y lerk City, lows 12/01 mgr\asst\contractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. ViI.ED MAR 0 71818 City Clerk io wa City, l0wa CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acd e deficiency syndrome poses a significant risk of transmission of the huma immunodeficiency virus to other persons in a specific occupation. LED MAR 0 7 2010 F. The following are exempted from the provisions of this section: City Clerk Iowa City, Iowa CC -6 I . Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) FIL Dftft MAR 0 71018 CitY Cier Iowa City, 1 we CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. MAR 0 71010 City Clerk Iowa City. Iowa CC -8 LYNCH'S EXCAVATING, INC. 1967 BAKER AVE. WEST BRANCH, IOWA 52358 II. Equal Opportunity Statement OFFICE -(319) 643-7135 CELL -(319) 631-0920 FAX -(319)643-7151 Applicants will be hired on the basis of experience, training, personal background, and the potential for growth to develop the best possible staff for the continued success of the company. There shall be no discrimination based on his or her age, color, creed, disability, gender identity, marital status, military service, national origin, race, religion, sex, or sex orientation or any other state or federally protected classes. The anti discrimination policy extend to decisions involving hiring, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship, pre apprenticeship and/or on-the-job training. Further, Lynch's Excavating and its employees will provide a working environment free from such discrimination. Lj' MAR 0 i 1018 City Clerk 10wa City, Iowa Prepared by: Scott Sovers, Sr. Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 Resolution No. 18-300 Resolution accepting the work for the Douglass Street and Douglass Court Water Main Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the Douglass Street and Douglass Court Water Main Improvements Project, as included in a contract between the City of Iowa City and Lynch Excavating Inc. of West Branch, IA, dated February 12, 2018, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Douglass St./Douglass Ct. Water Main Replacement account # W3223; and Whereas, the final contract price is $433,581.58. 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 6th day of Attest: Ci Clerk November ,2018 /�y �;�, Mayor Approved by -IN . City Attorney's Office It was moved by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton iL�-W.aVIIWI CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE DOUGLASS STREET AND DOUGLASS CQIRT WATER MAIN IMPROVEMENTS PROJECT IOWA CITY, IOWA �--4 =icy r m I hereby certify that this engineering document was prepared by me or under my dist personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: I12/15/2017 Da chechinger, P.E. Fesslo Project Engineer cam° David R. "Z Iowa Reg. No. 16538 ° Sche hmgn n Z No. 2 J� 16538 OWP My license renewal date is December 31, 2018. Estimate of Cost Douglass St & Douglass Ct FILED Iowa City, IA 1211612017 11/28/17 Estimate Adjusted Estimate 2111 DEC 19 AM 91 Uimated unit Extended unit Extended Item Description CITy CMIj Quantity Price Amount Price Amount 1.1 Traffic ControlIOWA CIT 104YA 1 $ 10,000 $ 10,000 $ 10,000 $ 10,000 1.2 Construction Survey 1 $ 5,000 $ 5,000 $ 51000 $ 5,000 1.3 Stabilizing Material CY 100 $ 35 $ 3,500 $ 35 $ 3,500 1.4 Mobilization LS 1 $ 35,000 $ 35,000 $ 20,000 $ 20,000 1.5 Erosion Control LS 1 $ 7,500 $ 7,500 $ 7,500 $ 7,500 1.6 Topsoil, Strip, Salvage, Spread (6") CY 1,230 $ 15 $ 18,450 $ 15 $ 18,450 1.7 Topsoil Furnish and Spread CY 200 $ 25 $ 5,000 $ 25 $ 5,000 1.8 Clearing and Grubbing LS 1 $ 15,000 $ 15,000 $ 15,000 $ 15,000 1.9 Pavement Removal SY 1,800 $ 15 $ 27,000 $ 10 $ 18,000 1.10 Temporary Granular Surfacing SY 1,800 $ 8 $ 14,400 $ 8 $ 14,400 1.11 Modified Subbase 1.11.1 4" Modified Subbase SY 1,400 $ 10 $ 14,000 $ 10 $ 14,000 1.11.2 6" Modified Subbase SY 610 $ 15 $ 9,150 $ 15 $ 9,150 1.12 PCC Pavements and Driveways 1.12.1 6" PCC Driveways SY 1,173 $ 55 $ 64,515 $ 55 $ 64,515 1.12.2 7" PCC Pavement SY 581 $ 70 $ 40,670 $ 60 $ 34,860 1.12.3 6" HMA Pavement SY 16 $ 200 $ 3,200 $ 200 $ 3,200 1.12.4 6" Granular Surfacing Tons 30 $ 30 $ 900 $ 35 $ 1,050 1.13 7" x 2.5' PCC Curb & Gutter LF 30 $ 75 $ 2,250 $ 40 $ 1,200 1.14 Detectable Warning Panels, Cast Iron SF 40 $ 50 $ 2,000 $ 50 $ 2,000 1.15 Water Main and Water Service 1.15.1 1' Open Cut w/shutoff Ea. 25 $ 1,000 $ 25,000 $ 1,800 $ 45,000 1.15.2 1' bored w/ shutoff Ea. 26 $ 2,000 $ 52,000 $ 2,800 $ 72,800 1.15.3 8" DI Open Cut w/ Nitrile gasket LF 1,925 $ 55 $ 105,875 $ 80 $ 154,000 1.15.4 8" Connection to Existing System Ea. 1 $ 1,500 $ 1,500 $ 2,000 $ 2,000 1.16 Water Valves and Hydrants 1.16.1 Hydrant Assembly Ea. 5 $ 5,000 $ 25,000 $ 51500 $ 27,500 1.16.2 8" Gate Valve with Box Ea. 11 $ 11000 $ 11,000 $ 1,500 $ 16,500 1.17 8" PVC Sanitary Sewer LF 40 $ 160 $ 6,400 $ 160 $ 6,400 1.18 Seeding, Fertilizing, Mulching LS 1 $ 7,500 $ 7,500 $ 7,500 $ 7,500 1.19 Filter Socks LF 3,000 2 $ 6,000 $ 2 $ 6,000 Total $ 517,810 $ 584,525.00 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS............................................................................................ AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 WAGE THEFT POLICY.......................................................................................... WT -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 BIDDER STATUS FORM....................................................................................8. EF—,1 d� m TECHNICAL SPECIFICATIONSD—+ h .� C-) - r DIVISION 1 - GENERAL REQUIREMENTS �r�- M M Section 01010 Summary of the Work....................................................E;�R 014910-Q Section 01025 Measurement and Payment ...........................................'. 04Q25-1 Section 01310 Progress and Schedules..................................................... ocnio-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02524 Curb Ramps........................................................................ 02524-1 Section 02660 Water Distribution................................................................ 02660-1 Section 02700 Sewers................................................................................. 02700-1 Section 02900 Landscaping....................................................................... 02900-1 PLANS Index and Title Sheet .................. Typical Section ........................... Details — Water Main .................. Details — Curbs & Driveway........ Details — Sidewalk ...................... Details — Traffic Control .............. Demolition — Plan ....................... Pavement — Plan ........................ Survey Control Points ................. Traffic Control & Phasing — Plan Water Main — Douglass Street ... Water Main — Douglass Court.... Erosion Control — Plan ................ A.01 B.01 B.02 — B.04 B.05 B.06 B.07 D.01 — D.02 D.03 — D.04 G.01 J.01 — J.02 M.01 — M.02 M.03 — M.05 R.01 n rr� 7 rA � n r-- M rrl �x N D I NOTICE TO BIDDERS DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30'hday of January, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 6"' day of February, 2018, or at special meeting called for that purpose. The Project will involve the following: Furnish all labor, equipment and materials required for installation of 1,925 LF of 8 -inch ductile iron water main, valves, hydrants, water services, street, and driveway repairs, and miscellaneous associated work on Douglass Street and Douglass Court. All work is to be done in strict compliance with the plans and specifications prepared by Veenstra & Kimm, Inc., of Coralville, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to fumish a bond in an amount equal to one hun- dred 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 aiai& kind caused directly or indirectly by the operation of the contract, and shall also$uarar> the maintenance of the improvement for a period of five (5) year(s) fronQ�l ar its.n completion and formal acceptance by the City Council. D -:r n The following limitations shall apply to this Project: Specified Start Date: March 5, 2018 rn m a Completion Date: October 1, 2018 rY 0 Tree Removal Completion Date: April 1, 2018 D No tree removal between April 1 and October 1, 2018 t" Liquidated Damages: $500 per day AF -1 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 Technigraphics of Iowa City, located at 415 Highland Avenue, Suite 100, Iowa City, Iowa, by bona fide bidders. A $25 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 Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to 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 technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK F 3>fun m <r— -o M �x N m 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 and Bidder Status Form Form of Proposal NB -1 o =� Z r rn -0 m MC rn FORM OF PROPOSAL DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROVEMENTS 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 FORM ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the anount of $ in accordance with the terms set forth in the "ProjSt SpeCMcations." gn- ;q �n The undersigned bidder, having examined and determined the sc f tf1Z CONb9Ct Documents, hereby proposes to provide the required labor, services, mater ncaqui�nt and to perform the Project as described in the Contract Documents, ing Adc a and and to do all work at the prices set forth n. We further propose to do all "Extra Work" which may be required to$bmplete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting4 Uch work. FP -1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Traffic Control LS 1 $ $ 2 Construction Survey LS 1 3 Stabilizing Material CY 100 4 Mobilization LS 1 5 Erosion Control LS 1 6 Topsoil, Strip, Salvage, Spread CY 1,230 7 Topsoil, Furnish and Spread CY 200 8 Clearing and Grubbing LS 1 9 Pavement Removal SY 1,800 10 Temporary Granular Surfacing SY 1,800 11 Modified Subbase 11.1 4" SY 1,400 11.2 6" SY 610 12 PCC Pavements and Driveways 12.1 6" PCC Driveways SY 1,173 12.2 7" PCC Pavement SY 581 12.3 6" HMA Pavement — 1 M SY 16 12.4 6" Granular Surfacing Tons 30 13 7" x 2.5' PCC Curb & Gutter LF 30 FP -1 FORM OF PROPOSAL DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROVEMENTS 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 FORM ARE CONTAINED WAKHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits he with bi security in the amount of in accordance with the t ms spf in the "Project Specifications." The undersigned bidder, having examined an etermined the scope of the Contract Documents, hereby proposes to provide the require lab services, materials and equipment and to perform the Project as described in th Contr t Documents, including Addenda and and to do al ork at the rices set forth herein. FP -1 We further propose to do all "Extra W6rk" which may be equired to complete the work contemplated, at unit prices or lump sums to a agreed upon in writi prior to starting sffh work. ESTIMATED U EX7ED ITEM DESCRIPTION UNIT rJoT� QUANTITY PFW c; AMOWNT 1 Traffic Control LS 1 n"< Z; 2 Construction Survey LS 1 -� 3 Stabilizing Material CY 100 r*139 4 Mobilization LS 1 5 Erosion Control LS 1 6 Topsoil, Strip, Salvage Spread CY 1,230 m 7 Topsoil, Furnish and Spread CY 200 8 Clearing and Grubbing LS 1 9 Pavement Removal SY 1,400 10 Temporary Granular Surfacing SY 610 11 Modified Subbase 11.1 4" SY 1,400 11.2 6" SY 610 12 PCC Pavements and Driveways 12.1 6" PCC Driveways SY 1,173 12.2 7" PCC Pavement SY 581 12.3 6" HMA Pavement— 1M SY 16 12.4 6" Granular Surfacing Tons 30 13 7" x 2.5' PCC Curb & Gutter LF 30 FP -1 TOTAL EXTENDED AMOUNT= $ EXTENDED AMOUNT The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Aaax $ Amnt: NOTE: All subcontractors are subject to approval by City. --CD The undersigned bidder certifies that this proposal is made in good-IJatl wi t collusion or connection with any other person or persons bidding on the work. g The undersigned bidder states that this proposal is made in conformity with thb"Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 ESTIMATED UNIT ITEM DESCRIPTION UNIT QUANTITY PRICE 14 Detectable Warning Panels, Cast Iron SF 40 $ 15 Water Main and Water Service 15.1 1" Open Cut w/shutoff Ea. 25 15.2 1" Bored w/shutoff Ea. 26 15.3 8" DI Open Cut w/ Nitrile gasket LF 1,925 15.4 8" Connection to Existing System Ea. 1 16 Water Valves and Hydrants 16.1 Hydrant Assembly Ea. 5 16.2 8" Gate Valve with Box Ea. 11 17 8" PVC Sanitary Sewer LF 40 18 Seeding, Fertilizing, Mulching LS 1 19 Filter Socks LF 3,000 TOTAL EXTENDED AMOUNT= $ EXTENDED AMOUNT The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Aaax $ Amnt: NOTE: All subcontractors are subject to approval by City. --CD The undersigned bidder certifies that this proposal is made in good-IJatl wi t collusion or connection with any other person or persons bidding on the work. g The undersigned bidder states that this proposal is made in conformity with thb"Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 The names of those persons, ft a subcontract, together with the subcontract, are as follows: TOTALEXTENDED companies or other parties with '*of subcontracted work and aoo we intend to enter into ie dollar amount of the NOTE: All subcontractors are subject to approval by Ci a 0 The undersigned bidder certifies that this oposal i made in good laiin ail withn collusion or connection with any other person or pe ons bidding n the work. D-4 �' _... r The undersigned bidder states that thi roposal is made in onformity w i he-�ontf{ Documents" and agrees that, in the event f any discrepancies o differen eAen 1® conditions of this proposal and the "Contr t Documents" prepared by e City, wity, the more specific shall prevail. > rn Signature: Printed Name: Title: Address: Phone: Contact: FP -2 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 14 Detectable Warning Panels, Cast Iron SF 40 $ $ 15 Water Main and Water Service 15.1 1" Open Cut w/shutoff Ea. 25 15.2 1" Bored w/shutoff Ea. 26 15.3 8" DI Open Cut w/ Nitrile gasket LF 1,925 15.4 8" Connection to Existing System Ea. 1 16 Water Valves and Hydrants 16.1 Hydrant Assembly Ea. 5 16.2 8" Gate Valve with Box Ea. 11 17 8" DIP Sanitary Sewer LF 40 18 Seeding, Fertilizing, Mulching LS 1 19 Filter Socks LF 3,000 The names of those persons, ft a subcontract, together with the subcontract, are as follows: TOTALEXTENDED companies or other parties with '*of subcontracted work and aoo we intend to enter into ie dollar amount of the NOTE: All subcontractors are subject to approval by Ci a 0 The undersigned bidder certifies that this oposal i made in good laiin ail withn collusion or connection with any other person or pe ons bidding n the work. D-4 �' _... r The undersigned bidder states that thi roposal is made in onformity w i he-�ontf{ Documents" and agrees that, in the event f any discrepancies o differen eAen 1® conditions of this proposal and the "Contr t Documents" prepared by e City, wity, the more specific shall prevail. > rn Signature: Printed Name: Title: Address: Phone: Contact: FP -2 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 Douglass Street and Douglass Court Water Main Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no evft, exceed the amount of the obligation stated herein. o =. C ` cv� —n By virtue of statutory authority, the full amount of this bid bond shall �:rfA d tc= Owner in the event that the Principal fails to execute the contract and proRr.,tharboncll as provided in the Project specifications or as required by law. [m -o ('j'} .c� _ O The Surety, for value received, hereby stipulates and agrees that the ai$tiL of �d Surety and its bond shall in no way be impaired or affected by any extension�Flr the tie 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 FT�Ii 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 Contract dated the day of , 20, for the Douglass Street and Douglass Court Water Main Improvements Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component partSQ&1hich are incorporated herein by reference: C?rgi �n y =j c') .... a. Addenda Numbers ,attached heret lizi�r cn -QP- -v rn b. "Standard Specifications for Highway and Bridge Constn,'Ogeriea tV 2015, Iowa Department of Transportation, as amended; a m C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. AG -1 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. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: DATED this day of , 20 CitV Contractor S"S By B "' Mayor ci''t r (Title)rn S 4 N ATTEST: ATTEST: rn City Clerk (Company Official) Approved By: City Attorney's Office AG -2 PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for Douglass Street and Douglass Court Water Main Improvements 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 Veenstra & Kimm, Inc., 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. r' B. Whenever Contractor shall be, and is declared by Owner to be, in defau%Wnder the. Agreement, the Owner having performed Owner's obligations thereunt&e*rety, y promptly remedy the default, or shall promptly: )>— f ''D x...11 1. Complete the Project in accordance with the terms and:�Rditl%s o he Agreement, or o t=� Q 2. Obtain a bid or bids for submission to Owner for comple.Ag the Prcject in accordance with the terms and conditions of the Agreement; and uponcrdetermina- 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 Na 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 five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF ; 20 IN THE PRESENCE OF: o Fel -n (Principab-[ -��-, M Witness (Title) CD N w 3> a+ (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) MM Contract Compliance Program P 7opq Ahmpws� CITY 4F IOWA CITY Ln r -,rn �= o m- m CITY 4F 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. =*Z& [iI, All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the, City's Human Rights Ordinance. The City's protected classes are listed at Iowa C ty City Code section 2-3-1. CD g —4c") N mgMsst\contmctcomplianc .dm CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. 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 secl.) 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 by federal and state law for the duration of the contract. NOTE: The Cl in obtaining the necessary posters. mgAassflconlracicompliance.doc CC -2 all pals ers required ,rou� asst"nce � n ag 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgAasst\contractcompliance.doc CC -3 a_ �m v �x 3 N A O� mgAasst\contractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately . reflect -the requirements for successful job performance. (f) Review the job application to insure that only job related questions are ask@W Ask yourself "Is this information necessary to judge an applicant's ability to perform Mob plied?" Only use job-related tests which do not adversely affect any particular groin eo. (g) Monitor interviews carefully. Prepare interview questions in advance t"64ura-that tare only job related. Train your interviewers on discrimination laws. Biased angiipbje9ve j ents in personal interviews can be a major source of discrimination. ern s (h) Improve hiring and selection procedures and use non -biased promAiltr fer training policies to increase and/or improve the diversity of your workforce rewsen.ion. Companies must make sure procedures for selecting candidates for promotion, transfearand training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgrtassAwntractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 -.7 -�" :<rn -v m �= N v a o� CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human - immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospgive employee concerning employment, pay or benefits to an employee or prWecti%Waemployee .N in return for taking a test for the presence of the antibody to the human irrAJ%Mo4Wicien� > virus, is prohibited. The prohibitions of this subsection do not apply if the �i C-5�+ '? epidemiologist determines and the director of public health declares throa ZtIizat on of guidelines established by the center for disease control of the United drtnM of health and human services, that a person with a condition related to ad urlp�r deficiency syndrome poses a significant risk of transmission of the humaa*�r% r;T �•f immunodeficiency virus to other persons in a specific occupation. > m F. The following are exempted from the provisions of this section: CC -6 Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 *C) ren x CM CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 Si m m -o m 5 tT CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy') Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the a(W.giving rise to the violation(s); o -� s C. Remedial action has been taken to prevent a recurrence of the iv% rise •�t6 the disqualification or default; or <F m d. Other factors that the person or entity believes are relevant. :KX ro Q The City Manager or Designee shall review the documentation submitted, make any ingriiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 STATE OF WAGE THEFT AFFIDAVIT ) ss: COUNTY ) I, , upon being duly swom, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by WT -2 Signature on ,20_ Notary Public in and for the State of �� � A o "n C-) w r -4 �"' rn m = GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 A arm M s• 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 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form 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 2015, 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. 21 1. O �► "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa DepartmE^O-.V-� T sport�n "Standard Specifications for Highway and Bridge Construction," �1 P #20140—as amended. Qq [� �m z M S-2 LIMITATIONS OF OPERATIONS. >gR v Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS" SC -1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Sinole Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Workers 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 Contractors Insurance carrier be A rated or better by A.M. Best. i" O *EM— 'd rrn �' D-4 n ,� m O � s N 0 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. Contractors Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requiremer;j$ hereMprovide The City also reserves the right to reject Contractor's insurance iffein mpiz with the requirements herein provided, and on that basis to either a"Vh ntrnct the next low bidder, or declare a default and pursue any and all reMRgesaailaff2'1 the City. -<rr- � M N v 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. 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 V. whom it proposes/intends to enter into a subcontract regarding this project as r�u iredgr apg%l,. by the City and as noted on the Form of Proposal and the Agreement. n� R i If no minority business enterprises (MBE) are utilized, the documentation of all efforts to recruit MBE's. SC -4 CONTRAG745R 5 call ftrnish m M J 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 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. CD D j Section 01025, Measurement and Payment, contained in Division 1 of these spEateatic defer" all pay items and methods of measurement. The provisions of this sectirn,9ill ;i per applicable sections in the IDOT STANDARD SPECIFICATIONS. rn S-11 TAXES. m Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. SC -5 S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-13 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -6 *C -) n j v rn .m , :<m M EA N -.J SC -6 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. / (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please City, State, Zip: complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please / complete Parts C and D of this form. To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: /—/—to / / Address:_ City, State, Zip: Dates: /—/—to / / Address:_ City, State, Zip: Dates: /—/—to / / Address:_ You may attach additional sheet(s) if needed. City, State, Zip: Part B To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach ad ic&nal.sheet(s) if needed. CK r To be completed by all bidders '"t Part D I certify that the statements made on this document are true and complete to the best of my krfP*ge&d I rw that my failure to provide accurate and truthful information may be a reason to reject my bid. --� Firm Name: E;_V r*% Signature: Date: _ You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed it's most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa aud the certificate has not been revoked or canceled. . . 1 -i� CA D v BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects.The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91 C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative anc operational procedures for enforcement of the Act. The definitions and interpretatiordntaed in-rn TJ Code section 73A.21 shall be applicable to such terms when used in this chaptir►:74 "Act" means Iowa Code section 73A.21. "Affiliate," when used with respect to any specified person or entity, means a r person entity that, either directly or indirectly through one or more intermediaries, controls, or i ntrgled or is under common control or ownership with, such specified person or entity. o rryy "Commissioner' means the labor commissioner appointed pursuant to Iowa f ie seCilon 91.2, or the labor commissioners designee. -r "Division" means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent,"when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body"means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary,"when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting o coimiucted"'f!, business in this state for at least three years immediately prior to the date of the first aid.RLNMerawt for..; rri the public improvement. n-[ b. If the person or entity is a resident of a state or foreign country that has astnngentrn definition than is set forth in paragraph 156.2(2)'a"for determining whether a person or en 8n th9tateM or country is a resident bidder, then the more stringent definition applies. PC ��yy156.2(3) Determining authorization to transact business. A person or entity is authori trafisact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership orjoint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 c. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are��GGtually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary—(a paat that would be a nonresident bidder if such parent were to bid on the public improvement iHw"ame-n then the public body shall allow a preference as against such bidder that is equal to the preemie 59en o` required by the home state or foreign country of the bidder's parent. In the instance gbagabar-forc� preference, a public body shall apply the same resident labor force preference to a public'4nMve9bnt irL— this state as would be required in the construction of a public improvement by the home or eigri r t country of the nonresident bidder, or the parent of a resident bidder if the parent woUBkbalizas a© nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country o�the non—er�, ident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availabilityof written complaint form. The written complaint form shall be available in all 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take -or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investil*ion or hearing. Ip e. Employment of personnel. The commissioner may employ qualified personnel-riftssaryI for the enforcement of Iowa Code section 73A.21. The personnel shall be employed;904ua I�t— _to tht' merit system provisions of Iowa Code chapter 8A, subchapter IV r It7 N :<r -o M mcm FFZ;" f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10-day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to elinvOte the inconsistency with federal requirements. C: C7 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule and cAter, the applicability of any rule under this chapter to any person or circumstance is heldd I;i�cou , the remainder of these rules or the rules' applicability to other persons or circumstanakx-shaRot b affected. C 9 These rules are intended to implement Iowa Code section 73A.21. o >� [Filed 12/16/13, effective 2/12/14] T' ,.t [Published 1/8/14] EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: 1. Locate existing water and sewer lines and services. 2. Construct new 8" water main according to phasing on plans. 3. Disinfect and pressure test water main. 4. Install new water service lines and curb box. Connect to existing service lines. 5. Provide temporary granular surfacing for street surface removals. 6. Place modified subbase and replace street and driveway surfacing. 7. Provide traffic control during all phases of project. 8. Clear and grub existing vegetation and fiunish and install seed, fertilizer, and mulch throughout project. Provide temporary seeding as necessary based on project schedule. Trees can only be removed between October I" and April 1'. Tree removal completion date is April 1, 2018; project completion date is October 1, 2018. Trees must be removed by April 1, 2018. 9. Other work associated with water main improvements. 01010-1 N O D� n CA Gm -u m N D _ 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY.• A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. L02 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. L03 SCOPE OFPAYMENTr 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. PART 2 -PRODUCTS 2.01 NONE PART 3 - EXECUTION o 3.01 PROCEDURE. A. Payment under this contract shall occur no more than once per month rk.Wmpl tt by the Contractor. Payment is based on an estimate of the total amoural;E of VO completed minus 5% retainage. It is not the City's policy to paynaals and equipment stored or furnishings fabricated off site. A 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 3.01 BID ITEMS. A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from watef which may leak or 'seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the E50per dMation and density including loading, hauling, and disposal of unsuitable malial, Row Me excavation, borrow and hauling, placing, forming, drying, watering arkt. p9tion I material, and all such work as may be required to make the grading vei4ongdete lith a uniform surface free of rock, broken concrete, tree roots, limbsoth% debts incidental to this project unless it is listed as an item in the FORM OF P 05 L. 0 � N The Contractor must pay for all parking permit fees, meter hoods, loAnd ram% 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. Traffic Control. The lump sum price for this item will be paid based on percent complete for fiunishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 2. Construction Survey. The lump sum price for this item includes all costs for labor, equipment and material to provide all construction staking and re -staking necessary for complete construction of the project including marking and staling of temporary easements and construction limits. 3. Stabilizing Material — Iowa Dot Gradation No. 13 The unit price for this item will be paid based on the number of cubic yards of rock used in place of unsuitable foundation materials only when directed and authorized by the Engineer. Trench stabilizing material not approved by the Engineer will not be paid for. Included with this item is additional trench excavation, disposal of excavated materials and dewatering. This item does not replace and/or include specified pipe bedding material. a. Comply with IDOT Section 4122.02 to meet the requirements for Gradation No. 13 of the Aggregate Gradation Table, Article 4109.02 4. Mobilization. The lump sum price for this item includes: Partial Payment a. For projects exceeding $500,000, a partial payment of mobilization will be made after receipt of a signed contract. This partial payment will be either 10% of the contract price for this item or 1% of the original project sum, whichever is less. b. When 5% of the original project sum is earned, either 25% of the contract price for this item or 2.5% of the original project sum, whichever is less, will be paid. C. When 10% of the original project sum is earned, either 50% of the contract price for this item or 5% of the original project sum, whichever is less, will be paid. d. When 25% of the original project sum is earned, either IOQ%'of I contract price for this item or 10% of the original project sum, whicis ins, will paid. D-1 cm -a Full Payment a. Upon completion of all work on the project requiredc�ract payment will be made for this contract item, including an}utt�pt pa a partial payment. D ar 01025-3 5. Erosion Control. The lump sum price for this item includes all costs for labor, materials and equipment necessary to comply with the Stormwater Pollution Prevention Plan and NPDES Phase 2 Permit for Construction Activity (General Permit No. 2), SWPPP management, record keeping, implementation and maintenance of all items of work required by the Pollution Prevention Plan, including construction access, concrete washout, temporary seeding and mulching, placement and removal of temporary pollution prevention measures (except filter socks) and miscellaneous associated work. a. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. b. Filter socks will be paid for under a separate bid item. 6. Topsoil, Strip, Salvage & Spread. The unit price for this item will be paid based on the plan quantity of cubic yards of topsoil stripped, salvaged and spread. Included with this item is all work required to remove topsoil from areas to be excavated, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and spreading the topsoil on areas to be seeded. Also included is mowing, plowing, blading, disking, and stockpiling. a. All topsoil on site shall be salvaged and respread. b. At a minimum, topsoil shall be respread to a uniform 6 -inch depth. C. If insufficient material is available on site to meet minimum depth, topsoil import and spread will be paid for separately. 7. Topsoil, Furnish & Spread The unit price for this item will be paid based on the actual quantity of cubic yards of topsoil imported and spread. Included with this item is all work required to remove and dispose of excess excavated material not suitable as topsoil, purchasing, hauling, depositing, and spreading the topsoil. At a minimum, topsoil shall be respread to a uniform 6 -inch depth. 8. Clearing and Grubbing. The lump sum price for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, vegetation, and rubbish within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of landscaping material, decorative fencing, planters, flagpoles, and similar other items as directed by .. the Engineer. Tree Removal must be completed between October 1" an44pni. 1". 9. Pavement Removal. o� ~ 4 C13% Removal quantities shall include Portland Cement Concreti2tlIl qth �pFtalt Cement Concrete, driveways, parking lots, curbs and gutters, an�� walks Sats and hauling and disposal of waste materials shall be incidental. " opjd s J dots must be approved by the Engineer. Removal operations c4mr Qhe construction phasing noted on the plans or as otherwise approved or dtir:cted by the Engineer. Additional effort required for this purpose is considered incidMal. 0102511 10. Temporary Granular Surfacing —IDOT Gradation No. 11 The unit price for this item will be paid based on the number of square yards of granular surfacing constructed at the specified locations. Also included with this item is excavation to grade, removal and disposal of excavated material, subgrade preparation and compaction, subgrade treatments, surfacing placement and compaction to required elevations. a. Comply with IDOT Section 4120.04 to meet the requirements for Gradation No. 11 of the Aggregate Gradation Table, Article 4109.02 11. Modified Subbase — IDOT Gradation No. 14 The unit price for this item will be paid based on the number of square yards of modified subbase constructed at the specified thickness including placement 12 -inches beyond the back of curb or edge of driveway. Also included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. Comply with IDOT Section 2115, except 2115.05 and Section 4123.02 to meet the requirements for Gradation No. 14 of the Aggregate Gradation Table, Article 4109.02. 12. Portland Cement Concrete Pavements and Driveways. The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements, and driveways constructed at the specified widths, thicknesses and mix designs. Also included with these items is excavation to place fomes and pavement at required elevations, supply, placement and compaction of subgrade material under driveways, fomning, supply, placement and finishing of concrete, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading, and backfilling at curb lines, and driveway edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3. 13. 7" x 2.6' Portland Cement Concrete Curb and Gutter. The unit price for this item will be paid based on the number of linear feet of Portland Cement Concrete curb and gutter constructed at the specified widths and thicknesses and includes excavation required to place forms and curb and gutter at required elevations, forming, supply, placement and finishing ofzoncrete, curing, jointing and joint sealing, grading, and backfilling at curb lines. 14. Detectable Warning Panels — Cast Iron The unit price for these items will be paid based on the numbelieWlti ie fee ast iron detectable warning panels including cost of equipment,12anAlate als and incidentals necessary to complete work required for con�tionrmf d#able warnings in curb ramps as specified and shown on plans. CDR MK to 01025-5 15. Construction of Water Mains and Water Services. The unit prices for construction of water mains will be paid based on the number of linear feet installed. Length will be measured for each size and type along the pipe 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. a. Fumishing 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. Supply, placement and compaction of standard backfill and granular backfill material consisting of Class A Roadstone conforming to IDOT Gradation No. 11. 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 req d. k. Dechlorination of flushed water entering storm sewer sys o .. 1. Temporary support of existing utility mains and service Iimxr< :;C' -j m. Repair or replacement of utility services damaged by Conu&r. _ V M n. Protection of existing valves so they are fully operational d acce, moble during construction. a o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 01025-6 P. Mechanical joint fittings/caps as needed to abandon existing water main. q. Disposal of surplus trench material. 16. Construction of Water Valves and Hydrants. The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, valve box and lid and backfill. The cost for auxiliary valve shall be included in the price for the hydrant. 17. Construction of Sanitary Sewers. The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters required for connections to dissimilar pipes. b. Trench excavation including famishing necessary equipment. C. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material, consisting of Class A Roadstone, shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe including famishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structs. j. Frost excavation, frost ripping, frost blankets, or otheriti�aSsoairird with cold weather. rt��fi�i k. Testing of sewers as required. n y r -<r M 1. Temporary support of existing utility mains and service li o" _ in. Repair or replacement of utility services damaged by the Cotractow 00 01025-7 18. Seed, Fertilize, and Mulch. The lump sum price for this item includes all labor, materials and equipment to complete seeding of all areas disturbed by construction. Disturbed areas are to be 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 price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement shall be seeded unless noted on the plans or directed by the Engineer. 19. Filter Socks. The unit price for this item will be paid based on the number of linear feet of filter sock installed for perimeter erosion control and inlet protection. Cost includes famishing, handling, laying, anchors, anchoring, materials and equipment necessary for installation and miscellaneous associated work. 01025-8 ti z> y j-9 .77 Z,C-) U r �<i o -a M N oe 01025-8 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL L01 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. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGSPRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. y*.q crn2 5► r 3.02 PROGRESS OF WORK. =4n rn -v 1 , , A. Work on the project must be completed by October 1, 2018. The sijdt daA.M March 5, 2018. Liquidated damages of $500 per day will be chargedpowork �,yond the October 1, 2018 completion date. CD 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. 01310-1 D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub - phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in 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 UTILITIESAND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The electric utility will relocate street light poles to the extent possible prior to construction. Light poles may interfere with construction of the water main and may need to be supported during construction. Coordinate with electric utility to support poles as necessary. 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. 11/00 Au.dk ,i.,% p -HV 1310.d 01310-2 N V O n J m -� C-) --4 N :<~ M -o M O = r (� CJD SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1- GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. L03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. 01570-1 :::.. PART 3 - EXECUTION o.-:; W2 m` .M. 3.01 TECHNIQUES. r A. Except as amended in this document, the work in this section wJ4tRnfaW wi fOe following divisions and sections of the IDOT Standard Specifications- _ N Division 11. General Requirements and Covenants. )' Co 01570-1 Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCEOFFACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced 3.05 ADDITIONAL FACILITIES. A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 sha=d\engina�pm-ii\01570.dm 01570-2 C3 *tom r�lt t7-! — Cn (� -in 'v M as SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1-GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. L02 REFERENCES.- A. EFERENCES. A. IDOT Standard Specifications. L03 QUALITYASSURANCE. A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. L04 SUBMITTALS. A. Locations of disposal sites. PART2-PRODUCTS 2.01 MATERIALS: o A. Granular backfill material shall consist of Class A Crushed Stog,�jDQ Stan Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. = �n -o (n o = 0 PART 3 - EXECUTION D ry 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. >- �o ..n D-4 CII 2. Barricade and fence open excavations or depressions resultinL*vdn work d non -working hours and when not working in immediate areT.4-rCProvA sui ble warning devices adjacent to excavations and work areas. _nt. S M Q� 3. Warning devices shall be kept operational during all non-wng ankon-J?ve periods. 0-o C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS. A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 901/o Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 sharcdknginmrVpen-i102050.dm 02050-3 rn O T � �•-y 4J N Cl SECTION 02100 SITE PREPARATION PART1-GENERAL 1.01 SUMMARY. A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES. A. IDOT Standard Specifications. PART2-PRODUCTS None. PART 3 -EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2 10 1. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of constru ar9for >ue , shrubs and vegetation not designated for removal. The Contractor's ]ia typr tree shrub damage will be based on the appraised value, not replacen&W-Valuer and MMI include the cost of appraisal by a qualified arborist. Gm s M C) N D co 02100-1 3.03 EXISTING STRUCTURESAND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES. A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSIONCONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 sham"ngin eAspe-ii\02100.dce 02100-2 rn Cn r CD SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. L02 REFERENCES.- A. EFERENCES: A. IDOT Standard Specifications. L03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2-PRODUCTS 2.01 MATERL9LS. A. Granular backfill material shall consist of Class A Crushed Stone, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the -- following divisions and sections of the IDOT Standard Specifications: ` V l Division 21. Earthwork, Subgrades and Subbases.[> All sections cn Division 24. Structures.t�' r Section 2402. Excavation for Structures. o r1 m 3.02 TOPSOIL: uu A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCHEXCAVATION.• A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width m 1. Make pipe trenches as narrow as practicable and safe. Makesvery eta` A to keep sides of trenches firm and undisturbed until backfilling has completeTRd consolidated. --4 e ��'N r 2. Excavate trenches with vertical sides between elevation of*ter= piprqd elevation 1 foot above top of pipe. C N 3. Refer to plans for allowable trench widths within the pipe envelopZ;or various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots V or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts Ztb large roots and branches are anticipated, notify the Engineer. m : Q 3. No construction materials and/or equipment are to be stoi He or p7Qd within the trees' drip line. n f _ 4. Excavators and loaders used on brick surfaces shall be l99F¢ todhosej4Jh rubberized tracks or rubber tires. D = 0 5. Do not use or operate tractors, bulldozers, or other equipment on pied surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROC%EXCAVATION.• A. 111 Rock excavation will be considered Class 12 Excavation Specification Section 2102.02. Explosives shall not be used for rock excavation. 02220-4 'a3' .. as defineday-IDOg'Stan -. t7 t"-< cn �r m a 3.06 BACKFILLING.- A. AC%FILLING: A. General 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified.. 0 3.07 UNAUTHORIZED EXCAVATION. o ..n 0 D c�i A. When the bottom of any excavation is taken out beyond the limits imblakd ov.speci backfill, at Contractor's expense, with Class A crushed stone compactA095610 StanLW Proctor Density. -V "o a 11/00 .h.&.ngi.Aspe iM2220.d. 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1- GENERAL 1.01 SUMMARY: 1.02 A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURANCE. A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embanlanent Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS: ro A. Except as amended in this document, the materials in this section will cont with the following divisions and sections of the IDOT Standard Specifications n p D � Division 41. Construction Materials. n"< Z. n r Section 4130. Revetment Stone and Erosion Stone. t n Section 4169. Erosion Control Materials. '� o = m Section 4196. Engineering Fabrics. AN vo 02270-1 PART 3 -EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE. A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE. A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and proWded-by the geotextile manufacturer, shall be placed along the edge of thel 'gall material to adequately hold it in place during installation. Pins will fiber 1 s formed as a "U", 'T", or T shape or contain ears to prergaWot gene n. Steel washers will be provided on all but the "U" shaped pins�ldhe upre r up- slope line will be inserted through both layt3 ers along a line �gh roxi t�ly the midpoint of the overlap. At horizontal laps and across sl pscurins will be inserted through the bottom layer only. Securing pii d along a line approximately 2 inches in from the edge of the placed geotextjo at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be tom or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. hr no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11/00 sh.dbngi., specs-ii\02270.d. 02270-3 N C� n 7n 1 r— �r*7 -o M cry s N D �o SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART1-GENERAL 1.01 SUMMARY.• L02 A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. A. MOT Standard Specifications. L03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. w 0 4. Density Tests of Base and Subgrade. `o o D crn-J PART 2 - PRODUCTS 214' r -- 4 C'3 rn 2.01 MATERIALS. _ A. Except as amended in this document, the materials in this section wioonforfA with the following divisions and sections of the IDOT Standard Specifications: %V Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 1-117 s,. r 0- d A, J 's 7 r f: T?' � !�!•.. . '1 rl fll.:J•Y yi++.•� /..) -�.^+ `r4 x;'.\ �,`rr�Y -;�> wYalti_xg� L!!.„ r ,y'. �� ' t,.. cFy. (,* f" `•c ,i. �`� � FLr1K , •i, t" t •�� �'r-3 �tiri:}i' � ' .. 1.;�,1 #` t1 r.; � "'�•o' off Y A.✓ � >i% } _ .it::i r' S._..V •� yarn � i {A: y �jy1 I L• y� ••.; n:. '!l' i, J Y. T -'.Y I �rj! -- s i t • s \ CCS �jj`�i,,,,? d t` R !r -yl Tt) J V t i. r\i � �F ) a Hv \ `a � !y;'r.r ,y� iil(% •. r r k 4' Y � t as a a ) �� {•'iF /� Cl I 1 I�•-•tom � • i+:�! \ (� }{� ` .=�. tri ' I T' sJ Rv a%iiir - <IaE 1 �.:� -\ • �'VC •!Y �1 T, I bYr�'!� ygY _ y �l fi.r+, pr + r .its' ... m � - � h ,•i c • 3 d � - •- is PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURINGAND PROTECTION OFPAVEMENT. A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS. A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering w Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one C*) Nap otr+vo layers burlap. = m Below 25° F Commercial insulating matQRppMed b�3e Engineer. > ao B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 t4'.r 'f'•- .�.-.pap i' M /➢°k 77 }t• - f AG rt � ��' � jk�1,,y�<;�u;p... f' JT�'..iD './ r ld": '>�'��rt x'•' r ty '`'�'� >.. t �ati t<y •k: y G r r i • _` a• Ri - F - �{ � 7 �/, f f i„ ♦Y /J s. F 4 2 , •`�1 +,r: y, ° `� + ✓w {t '1 ° J S �4^� s Y^'ntt�' 's*, r 'TcS'7il% tF` {' `� �l.,ii.Ar 'y ,� tl •�..( t " `_ v�♦?.�' SVr y r1�� >a` r t i:'d �'f'� *5.( t 1+,1 •i"Sj' t Y \' .� ' V'O.` It '�q ti � `✓i' n1r�: H ta�� �y' . F Y 'S4 .' N `t l � 1 1 k�X• , �'�'�' �. 7Y � .�i K D , y e iY♦ ♦ r ^c��y��' iA - Y� •� f:�+ �L F �� _ k" iieif'k'R�FJ,�1 t i /'hy+K :til \ t,1`�1{'F r x SE.+r j F t'' ;:.Y i r p t ,�<'.\ Y•4r 11�:"7'' a R i �d sF > 1 d jr dt5i'wT Hiif d It fypi S-., �r,.i � � .✓ �4 k ",♦ E f+1�' r '� ./ 'j'a t �..: � •.lE ♦'t i�.�+1 "�' r i}W�i t�k �t (ir p�.!/ ♦ \ L y� b � _ it {{�� li�,. t5Y�3'up. r ,�` r ,I�f f' y,,DD�� �, •f• t : �y / �++' � '� D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 shared�engincc \specs-iiN02520.do 02520-3 a, `.x'�."' , . y...A ei 3k 'Y 4''.yw',fy h"vim••zyq%Fu �'!4� svyy °i �7; 13 1 Ito � e" fry�Yy�yjjy'�Q�jy7 jf ! F t • h C i 'r� , 4 i y,� t Ta s':"�:s til '3.,1 ` ,y(�•'.:.t tii n a .. ..A' .. '4 .. . x •. � t, y � a [C^t�. e,�ay a � � '.�F w u', �1t > Vi➢µ c c J :fix '�'., 1p....�'� .ay'} !,pi'i, y r �L r`]$. "� 3: mF � - •' , r M ea , ... y �Mf��,�j��, / h •SAg !� i y,� t Ta s':"�:s til '3.,1 ` ,y(�•'.:.t tii n a .. ..A' .. '4 .. . x •. � t, y � a [C^t�. e,�ay a � � '.�F w u', �1t > Vi➢µ c c J :fix '�'., 1p....�'� .ay'} !,pi'i, y r �L r`]$. "� 3: mF � - •' , r M ea , ... y �Mf��,�j��, / SECTION 02524 CURB RAMPS PARTI- GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 1.06 PROJECT CONDITIONS: d Q r A. Comply with ACI requirements for cold and hot -weather concrete work.? B. Pre -Installation Meeting '— PART 2 -PRODUCTS 0 D IV rym V 2.01 MATERIALS: �o A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 t 1. Y e � .fd - � t �'• r J N C. Tactile / Detectable Warning Surface Tile 2. 7 Color: Brick Red Color shall be homogeneous throughout the tile. Dimensions: Length and Width: Depth: Face Thickness: Warpage of Edge: 24" x 48" nominal or width of sidewalk 1.400" +/- 5% max. 0.1875 +/- 5% max. +/- 0.5% max. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, or Metadome, PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.0% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: .v m A. 6 -inch thick P.C.C. will be placed as indicated on project plans. ry D—d n B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or sATeR P.49 -.C. seyehen, unless otherwise specified by the Engineer. 3.04 WIDTHS: x = IV A. Curb ramps widths may vary at the street back of curb and through free are truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other 02524-2 curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best -fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method 02524-3 ro _ Q D _o V _ � ,t Cl) Zin _ Z r r- m CZ) _ tO 02524-3 •�' tx�T w S ... � s 1 � ♦ i - I/C� ;, ; -. ' ';;: stir � »•r'�,, �r -;* ' -. #�� L'. / - /'it(i(�F .,^.. .'. - ... .. , .V / f4 a• <t1f4 •s $t 'S"S Tzip '� , a'4g.'tf B74 ?'t.�ha y t \� 10:'Af 4n. il•{.�.bv dL�♦r).'•`S FI ..}f.y + i) L � 1 - IIfS t ����LRI� Z/� x r� • o 'y r w _ ti =F r a' ��.^� � ,,3 JET+ -.•{ � � �3� _q k a m 1 T ,usx Ie ir,�4 ya �a a tT'. •art /e 4411! f- s IjI �, a''tit ,�' { e,'. ,':Y< , r�, � � : Mj � 7' r• ".f�3 ,/., i0 * + y "T' .,,-•�, � a `T" ',\ t S♦�: - - _ - - rte`, a ,.,a 1 __ .i � i i'r r• 7 C� '� ���1 4'. C y . 1 ♦ ' i. e �R Y - '�q{gl�it..'r IP 3333 �F{ 1 • !*1 ILI J - . I _ Ill; Y• I, 3 «�I o' r C 9+ SECTION 02660 CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICATIONS November 2016 PART1 GENERAL 1.1 SUMMARY A. Furnish, install and test water distribution system and water services as indicated and specified. B. Water Division maintains salvage rights to all fire hydrants designated as public. Samples of water main and its appurtenances may also be retained by the Water Division for testing or documentation purposes. C. Reuse of materials is not allowed without prior permission. Reuse of materials previously attached to another system shall not be allowed. D. All piping shall be isolated from the existing water system until it has passed all testing procedures and is approved for service. E. In the event that field conditions prevent the isolation of the new piping from the existing water system, any existing main and valving, and any appurtenances that will be tested against, shall be well flushed and pass the pressure test per part 4.7 of this section before any new system installation is permitted. Any costs associated with testing the existing water main prior to connecting the new pipe will not be paid for separately, but shall be considered incidental to the water main disinfection and pressure testing for the new water main. F. The approval of reusing any private service main, piping, valves, or appurtenances by the Water Division does not infer any guarantee that it will perform as required. The Water Division accepts no fault for any issues arising from, or possibly related to, the approved reuse of any material on a private service. 1.2 REFERENCES A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. B. City of Iowa City I. City Code of Ordinances o o �n 2. Iowa City Municipal Design Standards yam, rn 3. Earth Excavating, Backfill & Grading Specifications - Sectset 02#,0 4. Accepted Products for Water Distribution Materials —�tln" r 5. Iowa City Water Division Policies & Procedures Manual -_ 6. Backflow Ordinance�v a C. American National Standards Institute and American Water forks .'ombined Standards (ANSI/AW WA) D. American Water Works Association (AWWA): 1. AWWA Manual M23: PVC Pipe -Design and Installation 2. AWWA Manual M17: Installation, Field Testing, and Maintenance of Fire CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page I of 19 Hydrants E. American Society for Testing Materials (ASTM) 1. ASTM A48: Gray Iron Castings 2. ASTM B62: Composition Bronze or Ounce Metal Castings 3. ASTM B75: Seamless Copper Tubing 4. ASTM B88: Seamless Copper Water Tube 5. ASTM B584: Copper Alloy Sand Castings for General Applications 6. ASTM D2241: Polyvinyl Chloride (PVC) Pressure -Rated Pipe (SDR Series) F. Manufacturers' Specifications G. Occupational Safety and Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations 1.3 SUBMITTALS A. Submit to the Jurisdictional Engineer the following drawings or details for approval prior to installation. B. Shop, Working Drawings or Construction Plans showing: 1. Pipe layout with valves, fittings and hydrants shown 2. Bolts 3. Joints 4. Tapping sleeves, couplings, and special piping materials 5. Polyethylene 6. Thrust block designs and details 7. Special backfill C. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUALITYASSURANCE A. Jurisdictional Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 RECEIVING, STORAGEAND HANDLING A. The City may mark materials which are found on the job site * which are determined to be defective or not approved. The marking mqZ5be dcwe with spray paint. The Contractor shall promptly remove defective or §'�roAd ma7�. ials from the site. _ B. While unloading all piping materials: =a c� cn r 1. Do not allow the pipe units to strike anything. -0 m 2. Do not handle pipe units with individual chains or _ a Zles, on if padded. 3> 3. Do not attach cables to pipe unit frames or banding for lifting.Z C. Within the "Storage" language ofAWWA M23, change "should" to "shall." D. Within the "Handling" language of AWWA M23, change "should" to "shall." CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 2 of 19 � ,....y.._ � .� ,-._ .. �.- ... nr>�. a.-. .- ....nY 9�T..n awe -, a...r_ + >7. •,��,'� > .•. of -�'�, '✓.,. s, � ",: f � F dppi 'ApNr` r Y a� 11n C WW i, M' f� e rS b i '4v �r ` 6 " O Olt; E. Follow AW WA C600 for proper storage, handling, and installation of DIP. F. Remove pipe and fittings contaminated with mud, dirt, gravel, debris, and surface water from the site; do not use in construction unless thoroughly cleaned, inspected, and approved by the Jurisdictional Engineer. A. All work requiring a shutdown of active water main must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Advance notice requirements to the Iowa City Water Division when materials or services are supplied by the Division are listed below. The Division makes every attempt to schedule services at requested dates and times, but reserves the right to schedule services based on staff availability, weather, and utility emergencies. Serve notice to the Water Division at 319-356-5160. 1. Two-day notice given before beginning water work. 2. Twenty-four hour notice for a water tap request, with an approved water tap application. 3. For notice to customers of disruption of water service: a. Seven-day notice to Water Division of requested shutdown. b. Water customers receive 48 hour advanced notice of shutdown. 4. Schedule water pipe testing a minimum of 24 hours before preferred starting time. Projects requiring full testing of a pipe will only commence on a Monday, Tuesday, or Wednesday, unless special exception is granted by the Jurisdictional Engineer. 5. For locations of underground facilities, provide notice as required by Iowa One -Call system, 1-800-292-8989. 1.7 LICENSESANDAPPLICATIONS A. City of Iowa City 1. Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 2. The Contractor or their agent will be responsible for submitting tapping application forms and record drawings. b 2.I All products use for water work shall be from the list of "Accepteducgfor Water Distribution and Water Service Materials" maintained by the Iowa aig Divi&. Any special exception requests shall be submitted to the Jurisdictional%nginoai in erg in a timely manner for review prior to installation. "1� cn -0 M CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 3 of 19 2.2 PIPE A. Polyvinyl Chloride (PVC) Pipe: Comply with AWWA C900 or AWWA C905 with gray iron pipe equivalent outside diameters. 1. Minimum Wall Thickness: a. 4 inch through 24 inch sizes: DR 18. b. Sizes over 24 inch: As specified in the contract documents. 2. Joint Type: Use push -on joint type, except as otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C900 or AWWA C905. b. Integral Restrained Joint: AWWA C900 or AWWA C905 pipe with restraining system manufactured integrally into pipe end. c. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AWWA C900 or AWWA C905 pipe complying with the requirements of ASTM F 1674. 3. Markings on Pipe: a. Name of manufacturer. b. Size and class. c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. B. Ductile Iron Pipe (DIP): 1. Minimum Thickness Class: a. 4 inch through 24 inch sizes: Special thickness Class 52 according to AWWA C151. For directionally bored pipe, restrained joint pipe, and pipe suspended from structures, use special thickness Class 53. b. Sizes over 24 inches: As specified in the contract documents. 2. Cement -mortar Lined: According to AWWA C104 with asphalt seal coat. 3. External Coating: Asphalt according to AWWA C151. 4. Joint Type: Use push -on type, unless otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA CI11. b. Mechanical: According to AWWA Cl 11. c. Restrained, Buried: Pipe manufacturer's standard field removable system. d. Restrained, in Structures: Restraining gland, flanged or grooved. e. Flanged: According to AWWA Cl 11. f. Grooved: According to AWWA C606. 4 g. Gaskets: According to AWWA C111. E a 5. Markings on Pipe: n a. Name of manufacturer. �.._ Cri b. Size and class. -4 C -) c. Spigot insertion depth gauge. ZIC A _N CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 4 of 19 Z3 BOLTS FOR WATER MAINAND FITTINGS Use corrosion resistant bolts. A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: 1. High-strength, low -alloy steel manufactured according to AWWA C111. 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for bolts and nuts. 3. Include factory -applied lubricant that produces low coefficient of friction for ease of installation. B. Other Bolts and Nuts: 1. Stainless steel. 2.4 FITTINGS A. Comply with AWWA C110 (ductile iron or gray iron) or AWWA C153 (ductile iron). 1. Joint Type: a. For all pipe sizes, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. 3) Joint restraint system to be field installable, field removable, and re -installable. b. Use of alternate restraint systems must be approved by the Jurisdictional Engineer. 2. Lined: Cement mortar lined according to AWWA C104 with asphalt coating. 3. Wall Thickness: Comply with AWWA C153. 4. Gaskets: Comply with AWWA C111. B. Flange Adapter: I . Body: Ductile iron complying with ASTM A 536. 2. End Rings (Follower Rings): Ductile iron complying with ASTM A 536. 3. Gaskets: New rubber compounded for water service and resist b to . t permanent set. `o .r 4. Bolts and Nuts: High strength, low alloy corrosion resistxM-stewr care steel bolts complying with ASTM A 307. n—iC-) C. Pipe Coupling: Comply with AWWA C219. -� cn r 1. Center Sleeve (Center Ring): Steel pipe or tubing complygwiBjrAS= A 53 or ASTM A 512, or formed carbon steel with a mi m �kld do 30,000 psi. a CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 5 of 19 �F .,fit r o +• -. p f r s ! e C� '•R,. t � r ^ x � ay. 2.5 2.6 2.7 2. End Ring (Follower Ring): Ductile iron complying with ASTM A 536, or steel meeting or exceeding the requirements of ASTM A 576, grade 1010- 1020. 3. Gaskets: New rubber compounded for water service and resistant top permanent set. 4. Bolts and Nuts: Stainless steel. CONCRETE THRUST BLOCKS A. Use Iowa DOT Class C concrete. B. Comply with the contract documents for dimensions and installation of thrust blocks. Comply with SUDAS Figure 5010.101. PIPELINEACCESSORIES A. Polyethylene Wrap: 1. Comply with AWWA C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.102 through 105. 1. Tracer Wire: Blue in color. a. Solid Single Copper Conductor: 1) Size: #12 AWG 2) Insulation Material: Linear low-density polyethylene (LLDPE) installation suitable for direct burial applications. 3) Insulation Thickness: 0.045 inches, minimum. b. Bimetallic Copper Clad Steel Conductor: 1) Size: #12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 volts. 4) Conductivity: 21%. 5) Copper Cladding: 3% of conductor diameter, minimum. 6) Insulation Material: High density polyethylene. 7) Insulation Thickness: 0.030 inches, minimum. 2. Ground Rod: 3/8 inch diameter minimum, 60 inch steel rod uniformly coated with metallically bonded electrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: See "Accepted Products for Water Distribution Materials." 5. Tracer Wire Station: Reference figures CIC -5010.102 through 105. N SPECIAL GASKETSrn D C"7 A. For soils contaminated with gasoline, use nitrile gaskets. n -C — B. For other soil contaminants, contact the Engineer for the require ask'R rn M —v 3 �� tV CITY OF IOWA CITY WATER DISTRIBUTION . 02660 November 2016 Page 6 of 19 Z8 SMALL WATER SERVICEPIPEANDAPPURTENANCES A. Copper Tubing: No couplings or connections are permitted under paving. 1. Comply with ASTM B75 and ASTM B88. 2. Wall Thickness: Type K. 3. Packaging: Shall be in coils for sizes 3/4 -inch through 1 '/2 -inch, and in coils or straight pipe for size 2 -inch. B. Service Saddles: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: Equal, but not to exceed, 200 PSIG. 3. Body Composition: 85-5-5-5 cast brass 4. Strap: Wide band, 304L stainless steel with 304L stainless steel studs. 5. Nuts and Washers: 304 stainless steel, nuts supplied with fluorocarbon coating. 6. Threading: AW WA tap thread (CC thread). 7. Gaskets: Comply with section 2.7 of this specification. C. Corporation Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet shall be AW WA taper thread, outlet shall be conductive compression connection for CTS OD tubing. 5. Valve: Compression ball type. D. Ball Curb Valves: 1. Comply with ANSI/AWWA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlet shall be compression connection for CTS OD tubing. 5. Valve: Shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat, and end pieces shall have o -ring sealed with double o -ring seals. E. Curb Box: 1. Comply with ANSI/AWWA C800. 2. Style: Arch pattern, slide style. 3. Length: 5 -foot box, 1 -foot telescope, shall telescope up and down inside the base casting. o 4. Coating: Black dip inside and out. stoless -, 1 5. Rod: 5/8 -inch diameter with small key -clamp welded toj&y 11 road and cotter pin; 42 -inches long.F. Curb Box Lids: ::;m Cn 1. All lids: -CI-- -p M a. Brass components shall conform to ASTM B62 and 184, tf C83600-85-5-5-5 (latest revision). 25 ^� b. Lids shall be made of cast iron per ASTM A48, Class a c. Lid shall be coated with black dip. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 7 of 19 2.9 2.10 2. Regular applications: a. Shall be tapped 1 -inch with brass insert. b. Shall be 2 -hole Erie pattern with the "W" in a raised letter. 3. Cement applications: a. Shall be tapped with 1 -inch brass pentagon plug with word "Water" in raised letters. b. All pentagon brass plugs shall have a 27/32 -inch point to flat side. G. Straight Three -Part Unions: 1. Comply with ANSI/AW WA C800 and ASTM B62. 2. Body: "No lead brass" alloy, meeting ASTM B584. 3. Connections: Conductive compression connection for CTS OD on both ends. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. H. Yard Hydrants: Shall be freezeless style. NON -SHRINK GROUT Comply with Iowa DOT Materials I.M. 491.13. VALVES A. General: I . Valve Body: Manufacturer's name and pressure rating cast on valve body. 2. Direction of Opening: The opening direction is counterclockwise as viewed from the top. 3. Joints: a. For buried installations, use mechanical joints per AWWA C 111. Comply with 2.3 of this section for joint nuts and bolts. b. For installation within structures, flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. r� 4. Valve shall have been manufactured within 5 years of iustallat3n date. B. Gate Valves: o 1. Standards: Comply with AWWA C509 (gray iron or AM ir.r� an F 61. �� 2. Stem Seals: Double 0 -rings permanently lubricated betmtn seV. m Lubricant certified for use in potable water. M i 3. External Bolts and Hex Nuts: Stainless steel according WATIRPA 2 Type 304. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 8 of 19 C. Butterfly Valves: 1. Standards: Comply with AWWA C504 class 150B or class 250B (gray iron or ductile iron) and NSF 61. 2. Stem: Stainless steel according to ASTM A 240, Type 304, turned, ground, and polished. 3. For Seat on Body Valves: a. Disc: Ductile iron or gray iron with plasma applied nickel -chromium edge or stainless steel edge according to ASTM A 240, Type 316, and mechanically fixed stainless steel pins. b. Seat: Synthetic rubber compound mechanically retained to the body. 4. For Seat on Disc Valves: a. Disc: Ductile iron according to ASTM A 536 with synthetic rubber compound seat mechanically retained to the disc. b. Seat: Continuous Type 316 stainless steel seat. 5. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. D. Tapping Valve Assemblies: 1. Tapping Valve: Gate valve complying with AWWA C509, 2. Sleeve: a. Minimum 14 gauge. b. Stainless steel according to ASTM A240, Type 304. Full-body ductile iron may be allowed for specific installations. c. Minimum working pressure 150 psi. d. Must fully surround pipe. e. Flanged with dimensions and drillings according to AWWA C110 or ANSI B 16.1 class 125. 2.11 FIRE HYDRANTASSEMBLY A. Material: Comply with AWWA C502. B. Manufacturers: See "Accepted Products for Water Distribution Materials." C. Fire hydrant assembly shall have been manufactured within 5 years of installation date. D. Features: 1. Breakaway Items: Stem coupling and flange. 2. Inlet Nominal Size: 6 inch diameter. 3. Inlet Connection Type: Mechanical joint. 4. Hose Nozzles: Two, each 2 1/2 inches in diameter, with ISps att,4ed with chains. 4E o 5. Direction of Opening: Clockwise. s' =+ n 6. Items to be specified: ::;n C r. a. Operating nut: 1 % inch, standard pentagon. - Cr"rn rn b. Pumper nozzle one 4%: -inch pumper nozzle. o` _ c. Nozzle threads: National Standard Hose Threads. A N 0 d. Main valve nominal opening size: 4.5 -inch on main smaller2gan 12 - inch in diameter, 5.25 -inch on main 12 -inch and larger CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 9 of 19 y_=: - r, .. 1. v,. yy��'I1R{.'4ct'>g ''�F .r.5,..� •. '"�..�5`'7{ r t ' F'',m"-- .-r. • 7 k F E h''�tM1 R�'. Fy{ 6' -. ly l `� f ll• 1. •. nJki..' 4�: Y ._ J F, .• i .� i. { � �, 41 cQ a�.4 �.�fi 1 1Stii •.� i,,•i d( � :� 4 r y 1{�1 rl IL�„�£`�_ f' n i - _- � f'�,� +4s � � r'r r-s a k �' Vl} : r _. � 1 3rd � 's'•�t�''f"�! tyr "Al y{ . IV P Ij to ; 1 s'y g�rt` 14. r. Fj� r / tYP , i4 _ •{ z •-4.(y ,•x' r V 5_ ys k. } 1 rj •¢+�> - i� � : ✓ a9 ,� � �r l .-r E. Painting: 1. Shop coating according to AW WA C502. 2. Color: Safety Red, unless otherwise indicated by the Water Division. F. External Bolts and Hex Nuts: Stainless steel according to ASTM A193, Grade B8. G. Gate Valve: Comply with this section. H. Pipe and Fittings: Comply with this section. 2.12 APPURTENANCES A. Flushing Device: As specified in the contract documents. B. Valve Box: I. Applicability: For all buried valves. 2. Manufacturer: See "Accepted Products for Water Distribution Materials." 3. Type: Slip (slide) type. 4. Material: Gray iron. S. Cover: Gray iron, labeled "WATER" 6. Wall Thickness: 3/16 inch, minimum, 7. Inside Diameter: 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. 10. Valve Box Centering Ring: Include in installation. C. Valve Stem Extension: Provide as necessary to raise 2 inch operating nut to within 5 or 6 feet of the finished grade. Stem diameter according to valve manufacturer's recommendations, but not less than I inch. Shall be stainless steel. D. Stainless Steel Repair Clamps: 1. Comply with AW WA C230. 2. All stainless steel, single section, double section, or triple section, depending upon size of main. 3. Shall have stainless steel bolts and nuts. 2.13 LUMBER A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.14 WATER A. Reasonable amounts of water will be provided for use inthe final o erations of water main flushing, disinfecting and testing. Prior notice must -be §[wen to the Water Division, o B. Contractor will not be charged for the water used as long as th S3regnab e to control and conserve the rate and volume used. If there is vorRrelegrs, Contractor will be charged for water. cn (` =<M a M O: N D N CITY OF IOWA CITY WATER DIST II iRff[ON - 02660 November 2016 Page 10 of 19 Z15 DISINFECTIONAGENT-CHLORINE A. Liquid Chlorine complying with AWWA B300 and AWWA B301. B. Sodium Hypochlorite complying with AWWA 13300. C Calcium Hypochlorite complying with AWWA B300. D. All disinfecting agents to be NSF 60 certified. Supply and store in the original container. PART 3 EXECUTION 3.1 REFERENCESAND DOCUMENTS A. Contractor must have all required documents on the site before commencing with the work. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSI/AWWA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and ANSI/AWWA C605 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Survey or GPS points are accepted, but not in lieu of, written as -built information. Minimum information required for submittal to the Water Division: 1. Pipe size and material; length of pipe between fittings (center -to -center) 2. Fitting type, size, restraint type, note if installed vertically or horizontally 3. Tracer wire box locations 4. Any changes in pipe depth, and where the main is buried greater than 7 feet or less than 5 feet 5. Any special fittings or construction materials E. Contractor shall have all buried utilities located by the Iowa One -Call Utility Location service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. 3.2 PIPE INSTALLATION A. General: 1. Do not use deformed, defective, gouged, or otherwise damagegipes or fittings. c oi 2. Keep trench free of water. Clean pipe interior prior to §e��e ne'R n then trench. 3. Clean joint surfaces thoroughly and apply lubricant apprr for use ith potable water and recommended by the manufacturer. 4. Push pipe joint to the indication line on the spigot end qNe pjW bef r� making any joint deflections. 3> tiv 0 CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 11 of 19 1 �. 4".i:j, •r"' � 8 .i` c z ': tb c{ � �ti�. �`'t f.. ' 1 y X F Y 1 .•t 'v' � fig -3f 5 t� ,Hy t, ih 'y(y #iJC� [f H_ t.r.✓. 1 -., tx ':s �r, x4 J� ..<\ '� i f 5�=.��fti �. t .. Cry � i,,•'�I tF� �* s� fJ.e�'y{''��, rntr-, �sS a' :. ")✓ z vie f : � � �' " a •wf 'L�' y � � A a=C - 2 \ 'p' ,Y CY •id :� �� � #\ 1 �' - '.� j 7• ' IF i 1 �, 5 y � �'� ►y,�T {K J�nl[`•}FiY!v ,`�\�Z X�,.`• �C,( "•{ ...: a. `1� jd Lida:' �ij •fq '�1+,+ r _ �✓ T �� • k.Ta�1 S •n a ''' �. ay 1 L �'�i<�. Y.. <7 4;• s r < f r tr ♦ tis: L .-Fl �i ;�i- . ; s n '-It 1f � hN �' �'1L _ • • f i�i'fIt• }l � . 4 iY -y A Air •i A � d.'' '� X � " �!' `Z .� a.+ a • t��� -' � a"5f r'.•< xT y�' wy c " Z H jy.• - ^P 44^^�� :� '• � .e 1 • W •:_; ti {' � - 'Y�' s•p { .. ""?.�4 1r''e v � r.. AL r• '� ritq `� _ 1�'Y '!t 1 t• ��blfY N. y:: Y ; K.1�(- a d i � l j o its V �� «. ''Nif y �''• €^�'�^�, Ra �.dl�(�JS�, �- � t,f � � � __ � 5 � •.� c i : i ns: ;Zz� . fir J,l -'r.•' :tA„ %w i�'l..T Y firAq I'�d i H' y(w .}fie�.i r q �e \yr .. r .. .ice. _._.• .. ... _.. s . a 5. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. 6. Tighten bolts in a joint evenly around the pipe. 7. Install concrete thrust blocks on all fittings 12 -inch in diameter or larger as calculated by the design engineer (comply with SUDAS Figure 5010.101). For fittings resulting in any changes in the horizontal alignment, vertical alignment, or cross-sectional area of the pipe, install restrained joints within length(s) designated by the design engineer. When specified in the contract documents, install both concrete thrust blocks and restrained joints as designed. Follow Figures CIC -4C.1, CIC -4C.2, and CIC - 5020.201 for thrust restraint requirements for fire hydrant assemblies. 8. Keep exposed pipe ends closed with rodent -proof end gates at all times when pipe installation is not occurring. 9. Close the ends of the installed pipe with watertight plugs during nights and non -working days. 10. Do not allow any water from the new pipeline to enter the existing distribution system piping until testing and disinfection are successfully completed. 11. Pipe bedding and backfill, and trench width within the pipe envelope, shall conform to the plans or as directed by the Engineer. B. Additional requirements for DIP installation: 1. Utilize full-length gauged pipe for field cuts. Alternatively, field -gauge pipe selected for cutting to verify the outside diameter is within allowable tolerances. 2. Cut the pipe perpendicular to the pipe barrel. Do not damage the cement lining. Bevel cut the ends for push -on joints according to the manufacturer's recommendations. 3. Encase all pipe, valves, and fittings with polyethylene. C. Additional requirements for PVC pipe installation: 1. Cut the pipe perpendicular to the pipe barrel. Deburr and bevel cut spigot end of the pipe barrel to match factory bevel. Re -mark the insertion line. 2. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut the spigot end square to remove factory bevel. Deburr the end and form a partial bevel on the end. 3.3 POLYETHYLENE ENCASEMENT INSTALLATION ` N � 0 A. Apply two layers of polyethylene encasement to buried ductile o4 p1p and11p,,, buried fittings, fire hydrants, and appurtenances. The polyethy2jengRem fM. used to prevent contact between the pipe and the bedding mater , bul need be airtight or watertight. Q = B. Install polyethylene encasement according to AWWA C105, utuft or 1 sheets, and pipe manufacturer's recommendations. a C. Do not expose the polyethylene encasement to sunlight for long periocfs before installation. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 12 of 19 D. Remove all lumps of clay, mud, cinders, etc. on the pipe surface before encasing the pipe. Take care to prevent soil or bedding material from becoming trapped between the pipe and polyethylene. E. Lift polyethylene -encased pipe with a fabric -type sling or padded cable. F. Secure and repair encasement material using polyethylene tape, or replace as necessary. G. If existing polyethylene encasement is cut away for additional work, exposed area shall be rewrapped to ensure no metals are exposed to bedding material. 3.4 TRACER SYSTEMINSTALLATION A. Install with all buried water main piping. Comply with Figures CIC -5010.102 through 105 for tracer wire installation. B. Begin and terminate the system at all connections to existing mains. C. Install wire continuously along the ten or two position of the pipe. Do not install wire along the bottom of the pipe. Attach wire to the pipe at the midpoint of each pipe length; use 2 -inch wide, 10 mil thickness polyethylene pressure sensitive tape. D. Install splices only as authorized by the Engineer. Allow the Engineer to inspect all below grade splices of tracer wire prior to placing the backfill material. E. Install ground rods adjacent to connections to existing piping and at locations specified in Figures CIC -5010.102 through 105 and Figures CIC -4C.1 and CIC - 4C.2. Ground rods must have direct contact with native soil/undisturbed ground. F. Bring two wires to the surface at each fire hydrant location and terminate with a tracer wire station (comply with Figure CIC -5010.102 and CIC -5010.105). G. Final inspection of the tracer system will be conducted by the Water Division at the completion of the project and prior to acceptance by the owner. Verify the electrical continuity of the system. Repair discontinuities. H. A minimum of 18 inches of wire slack at every tracer wire terminal box lid shall be installed. I. Every splice along the tracer wire shall have a minimum of 18 inches of wire slack added to the line. J. No uninsulated wire shall be installed along any length of run or at splices points. All exposed wire shall be mended as directed by Water Division Rersonill, and all splices shall include dielectric grease. �n o K. Ground rods should be placed 6 to 10 inches from the pipe and *Rnalaont with any part of the water system or any other utility. �-< — �- 3.5 LOCATION, ALIGNMENT, SEPARATION & GRADE s N A. No water pipe shall pass through or come in contact with an�r part o a sewer manhole. B. Should physical conditions exist such that exceptions to this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. C. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 13 of 19 w•t3r ��` �' } Y��' �' l .. r +. K t fLt• �,e 4 T 'L ,a F �f1J vgri �� +�4i 'F.T OM Ke It ru ler In M rF'Ef' a t:-r T i '� )� � ;, yl• y nµS., .S }A ;'. s° i t • F _ e l y 1 a �{ + `t''' `'4. � gk'e � .�:�`rt �' 1 ... .>,N�tS+t Y•L'i yti y7 y ". ,.i '� 6� . �. -i � N'; •S ' .1. ty'i# :. "Vi. y - L� S"g ; �,r �`.` r'x E�a ?,.r J `.• lyJ y y) S C 7ss�iia•• �N..`— ng �. r — � s ,}s, ♦ iC t ea ,� � ��yW � ti k r` M +St public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. D. Horizontal Separation of Gravity Sewers from Water Mains: 1. Separate gravity sewer mains from water mains by a horizontal distance of at least 10 feet unless: ■ The top of a sewer main is at least 18 inches below the bottom of the water main, and • The sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. 2. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting the requirements set forth in this section. However, provide a linear separation of at least 2 feet. E. Separation of Sewer Force Mains from Water Mains: Separate sewer force mains and water mains by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 02260, 2.2 and 2. The sewer force main is laid at least 4 linear feet from the water main. F. Separation of Sewer and Water Main Crossovers: 1. Vertical separation of sanitary and storm sewers crossing under any water main should be at least 18 inches when measured from the top of the sewer to the bottom of the water main, If physical conditions prohibit the separation, the sewer may be placed not closer than 6 inches below a water main or 18 inches above a water main. Maintain the maximum feasible separation distance in all cases. The sewer and water pipes must be adequately supported and have watertight joints. Use a low permeability soil for backfill material within 10 feet of the point of crossing. 2. Where the sanitary sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material so both joints are as far as possible from the water main. 3. Where the storm sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material or reinforced concrete pipe (RCP) with flexible O-ring gasket joints so both joints are as far as possible from the water main. G. Surface Water Crossings: Comply with the Recommended Standards Water Works, 2012 Edition. o 0 1. Above -water Crossings: Ensure the pipe is adequately OlyprtR and. anchored; protected from vandalism, damage, and freezing5 andtfcceriHe for repair or replacement. "{C13 2. Underwater Crossings: Provide a minimum cover of 5 fe5vahe p unless otherwise specified in the contract documents. V@ax crossing Ser courses that are greater than 15 feet in width, provide tWfollo i g: a. pipe with flexible, restrained, or welded watertight joints, CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 14 of 19 b. valves at both ends of water crossings so the section can be isolated for testing or repair; ensure the valves are easily accessible and not subject to flooding, and c. permanent taps or other provisions to allow insertion of a small meter to determine leakage and obtain water samples on each side of the valve closest to the supply source. 3.6 VALVES A. Set valves on precast concrete bases. B. All valves connected to pipe 4 -inch diameter and larger shall be restrained to the pipe. C. Valve boxes should be centered over valve operating nut and run straight and true (not angled). D. Valve boxes set in paving shall not be installed with an expansion joint. 3.7 FIRE HYDRANT A. Install according to Figure CIC -5020.201. B. Fire hydrant valve is positioned adjacent to the water main; attach it to an anchor tee. C. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. 3. If finished grade is not to be completed during the current project, consult with the Engineer for proper setting depth. D. Coordinate installation with tracer wire installation. E. Orient fire hydrant nozzles as directed by the Engineer or Inspector. 3.8 TAPPED CONNECTIONS UNDER PRESSURE A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping applicatjan must be completed and include location, name, and address of water customeMsehematic drawing, and materials of construction. C, m 3.9 WATER MAIN OPERA TIONSC-) cn r :crn -o M A. All work which involves operating the active public water distr n i�stcn(ll require the notice, consent, approval, and assistance of the Water ioi B. An accurate and legible copy of the "as -built" drawings must be on file ighe Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with Water Division personnel to CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 15 of 19 t + 'r Ny y! 1 yM.'ryw�gtjj5} 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. PART 4 DISINFECTION AND TESTING FOR POTABLE WATER SYSTEMS 4.1 GENERAL A. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSUAWWA C651 and the following specifications. B. As stated in the AW WA C651, "the final water quality test is not the primary means for certifying the sanitary condition of a main." If large amount of sediment, or any foreign material (sod, wood, plastic, etc.), is found during the testing of a pipe, all testing shall cease. The pipe shall be disconnected and cleaned out, and the Jurisdictional Engineer or their representative shall verify the pipe is clean before testing can resume. Foreign matter in a pipe automatically constitutes a failed test. C. Any time a water pipe is repaired, a minimum regime of flushing the pipe and taking one bacteriological sample will be required for testing purposes. 4.2 SCHEDULING AND CONFLICTS A. Notify the City Inspector or Water Division two working days in advance of testing or disinfection operations to coordinate the operations. B. The Engineer or his/her representative is required to be in attendance during testing or disinfection. C. Entire testing sequence for a segment shall be completed within an appropriate timeframe. If testing sequence for a segment, including tracing, is not satisfactorily completed within two (2) weeks from initial disinfection, testing sequence for segment shall start over from initial disinfection. Testing schedules for other segments may be affected. D. Testing shall not commence until all components are installed currectl inaludipg tracing system), and an as -built and completed materials list ar Mod forTj review. Z r 4.3 SEQUENCE OF TESTING AND DISINFECTION 4 rn o _ Perform operations according to AWWA C651 in the sequence belowpceMlly complete each operation before continuing to the next operation. All mains sh" pass bacteriological testing before pressure testing is allowed. Testing segments shall be no longer than 1200 feet along one main. All legs/lateral mains shall be tested as separate CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 16 of 19 segments. Long main lines over 1200 feet in length shall be tested in discrete testing segments, and adjoining in-line testing segments shall not be tested together in any manner. Water mains must pass all testing before any main or service taps are allowed. A. Tablet Method (Concurrent with Water Main Installation): 1. Perform disinfection. 2. Flush after disinfection. 3. Perform bacteria tests. 4. Perform pressure and leak testing. B. Continuous -Feed or Slug Method (After Water Main Installation): Use this method only if approved by the Jurisdictional Engineer. The sequence of testing and disinfection may be modified with approval of the Jurisdictional Engineer. 1. Perform initial flush. 2. Perform disinfection. 3. Flush after disinfection. 4. Perform bacteria tests. 5. Perform pressure and leak testing. 4.4 DISINFECTION A. General: 1. Disinfect according to AWWA C651. 2. Keep piping to be chlorinated isolated from lines in service and from points of use. 3. Coordinate disinfection and testing with the Inspector. 4. Obtain and test water samples, unless otherwise provided by the Jurisdictional Engineer. B. Procedure: 1. Induce a flow of potable water through the pipe. 2. Introduce highly chlorinated water to the pipe at a point within 5 pipe diameters of the pipe's connection to an existing potable system, or within 5 pipe diameters of a closed end, if there is no connection to an existing system. 3. Introduce water containing a minimum of 25 mg/L free chlorine until the entire new pipe contains a minimum of 25 mg/L free chlorine. 4. Retain chlorinated water in the pipe for at least 24 hours and no more than f 48 hours. 5. After 24 hours, a detectable free chlorine residual of A) grsa than or :~ equal to 0.2 mg/L for the tablet method or B) greateror Ejual mg/L for the continuous feed method shall be found h Wple it. . 4.5 FLUSHING =+< r m rn -v A. Flush pipe using potable water until chlorine residual equals tEi9f t4ye exi potable water system. 7 0 CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 17 of 19 B. Dispose of chlorinated water to prevent damage to the environment. Dechlorinate highly chlorinated water from testing before releasing into the ground or sewers. Obtain Jurisdiction approval prior to flushing activities. 1. Check with the local sewer department for the conditions of disposal to the sanitary sewer. 2. Chlorine residual of water being disposed will be neutralized by treating with one of the chemicals listed in the following table. Table 5030.02: Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100,000 Gallons of Water Residual Chlorine Concentration m Sulfur Dioxide (SO2) lb Sodium Bisulfrte (NaHS03) lb Sodium Sulfite (Na2SO3) lb Sodium Thiosulfate (Na2S203 + 5H2O) lb Ascorbic Acid (C608H6) Ib 1 0.8 1.2 1.4 1.2 2.1 2 1.7 2.5 2.9 2.4 4.2 10 8.3 12.5 14.6 12.0 20.9 50 1 41.7 62.6 1 73.0 60.0 104 4.6 BACTERIOLOGICAL TESTING Test water mains according to AW WA C651. After water has sat in the testing segment for 24 hours without water use, and without flushing the pipe, two sets of samples shall be taken 15 minutes apart while the sampling taps are left running. If the initial disinfection procedure fails to produce satisfactory bacteriological results, or if other water quality is affected for any reason, the system shall be reflushed and resampled. If the check samples fail, the system shall be rechlorinated and testing repeated. 4.7 PRESSUREAND LEAK TESTING A. Secure unrestrained pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. Fill and flush all new piping with potable water. Ensure all trapped air is removed. D. Pressurize the new pipe to the test pressure at the highest point in the isolated system, Do not pressurize to more than 5 psi over the test pressure at the highest point in the isolated system. E. Test and monitor the completed piping system at 1.5 times the system working pressure or 150 psi, whichever is greater, for 2 continuous hours. F. If the measured pressure loss does not exceed 5 psi, and the pressure ddb not drop below 150 psi, the test will be considered acceptable. Z3 o G. Repair all visible leaks regardless of test. Zen H. Addition of makeup water is not allowed,- -qM -<r i= M C:) a �� fV A CITY OF IOWA CITY WATER DISTRgTION - 02660 November 2016 Page 18 of 19 rr �Gry �• T,: • i ' ski i Y - �j.-. � i . y K zz N 1 •.\ .. V 4t• t 4� .r r d b n ytT. t.ie� J til p. Sx R tP 1 ry rr �Gry �• T,: • i ' ski i Y - �j.-. � i . y K zz N 1 •.\ .. V 4t• t 4� .r (`. ti _'i'. • y,- _ k � £'�+iY' � _ -. + T � ' 9� t '� ter[ .'¢. c E 1 r �. F•� 'n W �, fµ L a '/ 'Vi A f':a�t err �;� _. ., �1,_ •+ ^a" � �.�;� ,Y•,• 's "9 f t + ` I 1'i4�t 1pt.ri vp xr," z11 ... _ 3 r • -. A. F T.1 ` r•R 1 .� i/\, r 7a .�i� .! Hi a ,'.T`�•` i� f�l < �, 1 �3' Al Vt\ tl 1 i'r3t tt _TY fa ,. "`. a 1, i �t >. •f+}/�i -tL f _ r �Yj ` t r,�4 v*���� y{�,,:� .r 1 h ',.,_.,� ` �3C'. :1.,;.r ir.�F „r T... a+f f,.�:' a •Ty'W' �� �'e ��"',�g lit, - 41, U s r d b n p. tP 1 ry (`. ti _'i'. • y,- _ k � £'�+iY' � _ -. + T � ' 9� t '� ter[ .'¢. c E 1 r �. F•� 'n W �, fµ L a '/ 'Vi A f':a�t err �;� _. ., �1,_ •+ ^a" � �.�;� ,Y•,• 's "9 f t + ` I 1'i4�t 1pt.ri vp xr," z11 ... _ 3 r • -. A. F T.1 ` r•R 1 .� i/\, r 7a .�i� .! Hi a ,'.T`�•` i� f�l < �, 1 �3' Al Vt\ tl 1 i'r3t tt _TY fa ,. "`. a 1, i �t >. •f+}/�i -tL f _ r �Yj ` t r,�4 v*���� y{�,,:� .r 1 h ',.,_.,� ` �3C'. :1.,;.r ir.�F „r T... a+f f,.�:' a •Ty'W' �� �'e ��"',�g lit, - 41, U s 4.8 4.9 4.10 SYSTEM TRACE A. All tracer wire terminal boxes shall be to grade, located appropriate distance from hydrant/valve, and with tracer wire correctly attached. A Water Division locator shall complete a trace of the new pipe(s), including connections to existing main. Any tracing deficiencies noted by the locator shall be corrected and retraced until the entire system traces out correctly. SYSTEMS CHECK A. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. B. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. After hydrant has been flushed, close it and check for drainage. This is done by placing a hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 3. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. PUTTING WATER MAIN IN SERVICE The Water Division shall put the completed water system in service only after system has satisfactorily passed all testing and documentation requirements. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 19 of 19 N r KC-) .J F9 h-4 -<� �, r rn -� m 37) x = ry a 0 CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2016 Page 19 of 19 City of Iowa City Water Division Accepted Products for Water Distribution Materials (Revised October 2017) WATER PIPE: (Ductile) ANSI/AWWA—A21.51/C151 American, McWane, U.S. Pipe WATER PIPE: (PVC) AWWA - C900 Pressure Class 150, DR 18 CertainTeed Certa-Lok C900/RJ or C900/RJIB for directionally bored or restrained joint piping RESTRAINED JOINT PIPE GASKET: ANSI/AWWA C111/A21.11 American Fast -Grip, Amarillo Fast -Grip; McWane Sure Stop 350; SRP Barracuda; U.S. Pipe Field Lok 350 MECHANICAL JOINT RESTRAINT DEVICE: With NSS Cor -Blue Nuts & Bolts EBAA 1100 and 2000 PV; Tyler Union TUFGrip 1000, 1000S, 1500, 2000, and 2000S FITTING: ANSI/AWWA A21.10/C110 or C153,350 psi Romac Alpha (XL) End Cap, Sigma, Tyler Union, U.S. Pipe TAPPING SLEEVE: (Full Body Ductile Iron) Stainless Steel and/or NSS Cor -Blue Nuts & Bolts American Flow Control -Series 2800, Kennedy, Mueller -H615, Tyler Union TAPPING SLEEVE: (Stainless Steel with 304* Stainless Steel Flange) Cascade CST -EX, Ford FAST, JCM-432, Mueller H304, Romac SST, Smith -Blair 665, TPS Triple Tap Series TS VALVE: (Resilient Seated Gate Valves) ANSI/AWWA C509, Open Counterclockwise AVK Series 45, Clow 2640 F-6100, Kennedy 8571 SS, Mueller A-2362-20 VALVE: (Butterfly) ANSI/AWWA C504, Class 150B or Class 250B, Open Counterclockwise Clow, DeZurik, GAV 800 Series, Kennedy, M & H, Mueller, Pratt Groundhog, Val -Matic VALVE: (Tapping) ANSUAWWA C509, Open Counterclockwise n Clow 2640 F-6114, Kennedy 8950 SS, Mueller T-2362-16 _ VALVE BOX: Slip Tvpe, Heavy Dutv -4 - Sigma VN467-35, Star Pipe VB -0007; Tyler Union Series 7126, Range 39"-60=a r7r-n r ve-r- ,..o M VALVE BOX CENTERING RING: E;� N Adaptor, Inc Valve Box Adaptor H a tv 0 FIRE HYDRANT: AWWA C502, Open Clockwise, 41/:" (Main Smaller than 12") or 51/4" (Main 12" and Larger) American Darling Mark 73-5, American Darling B -84-B-5, Clow F-2545 Medallion with all stainless steel shaft, Mueller Super Centurion 250 STAINLESS STEEL REPAIR CLAMP: AWWA C230, With Stainless Steel Nuts & Bolts AY McDonald 425/435 Series Teck, Romac SS 1, Smith -Blair 261 Hymax Coupling, Romac Style 501, Romac Alpha (XL) Wide Range Restraint Coupling, Romac Macro HP Two -Bolt Coupling, Smith -Blair Top Bolt 421, Smith -Blair 441 TRACER WIRE TERMINAL BOX: Copperhead SnakePit LDI4BTP, CDI4BTP, RBI4BTP TRACER WIRE CONNECTOR: Blue in Color Copperhead Industries Snake Bite Locking Connector LSC 1230B, Copperhead Industries Direct Bury Single Connector, Twister DB Plus Wire Connector Model 60 TRACER WIRE: #12 AWG, Blue in Color Copperhead, Kris Tech FREEZELESS YARD HYDRANT: Woodford Mfg Iowa Model Y34 and YI SERVICE SADDLE: ANSI/AWWA C800 AY McDonald 3845, Ford 202BS, Smith -Blair 325 CORPORATION VALVE: ANSI/AWWA C800, Compression Ball Type AY McDonald 74701BQ, Mueller B -25008N BALL CURB VALVE: ANSIIAWWA C800, Compression Connection for CTS OD Tubing AY McDonald 761000, Mueller B25209N CURB BOX: ANSI/AWWA C800, Arch Pattern, 5 -foot Lenath (Telescope 1 -foot), Slide Style, with 42" Stainless Steel Rod & Cotter Pin AY McDonald 5601 and 5603 with 5660SS CURB BOX LID: "W" or "Water" Label on Lid Cement Applications: AY McDonald 5607L All Other Applications: AY McDonald 5601L STRAIGHT 3 -PART UNION: ANSI/AWWA C800 ..� AY McDonald 74758Q, Mueller H -15403N, Cambridge Coupling o 0 , n rn POLYETHYLENE WRAP: AWWA C105.8 mil x'—{ C-' V -Bio Enhanced, approved equivalent t*t M o� s N October 2017 City of Iowa City Water Division Accepted Products for Water Distribution Materials Page 2 SECTION 02700 SEWERS PART1-GENERAL 1.01 SUMMARY. A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES. A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for CompressiN Joints for Vitrified -Clay Pipe and Fittings. p —' 0 D. Ductile Iron Pipe A cit r 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, ed4wfiimly CM Metal Molds or Sand -Lined Molds, for Water or Other Liquids _ 10 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Desfgn of %ctile-Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 5. ANSUAWWA-A21.4/CI04, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe - For Sanitary Sewers ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 1. ASTM C478, latest edition, Standard Specification N for 44ecast reinforced Concrete Manhole Sections. CD . �-i 3 D 0 rn '71 _74 --j H. Intake Structures 7 -�C_) 1. IDOT Standard Specifications. r- o � � x 2. Iowa Department of Transportation Highway Division "Aildtr* y oad Parris Manual', latest edition. p L03 QUALITYASSURANCE. A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. 02700-2 C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. L04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART2-PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with cotnpacted_$IanulaHpatctial to the springline of the pipe. Cn rn B. Reinforced Concrete Pipe - For Storm Sewerscn ( " �n 1. Joints <n m a. Circular pipe: All joints will be confined O-ring or pta?C gaWet mQg ASTM C443. All pipe 36 -inch diameter and small�r will hase bell and spigot joints. Pipe larger than 36 -inch diameter may have9ongue and 02700-3 groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type 'B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular Wtcrial to the springline of the pipe. p D. Ductile Iron Pipe —i C-3 1. Joints: Use push on joints unless otherwise specified on the plaWrr— o- 2. Thickness: Unless otherwise indicated or specified, use Class 5 N 3. Lining and Coating: o a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-4 appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSUAWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. F. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D 1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" above pipe. o H. Manholes 22R RI cm3 1. Joints: All joints will be confined O-ring or profile gasket me�f SVS C4{3.— :firM 2. No lift holes through the entire wall.ij N 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the 02700-5 maximum extent possible to supplement flow through the manholes. S. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. L Bedding: Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 -EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. a•:?�ff{;T 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use"the minimum bedding specified in Part 2 of these specifications. 0 2. Place bedding material to ensure that there are no voids 11*6or �ngsihe length of the pipe. Slice with shovel to remove voids. Corgi wjQ pnerAis equipment. 3. Hand shape bell holes so that only pipe barrel receives bearingl pMsur! M D. Connections n no I. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. 02700-6 E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OFPIPE. A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. fV 3. Furnish test plugs, water pumps, appurtenances, and labor. Justall d0kheads for testing and weirs for measurement as necessary. GroundQtg observation wells or excavations are subject to acceptance byIgKg%r. a. If groundwater is more than two foot above top oe anuppe conduct infiltration or low-pressure air tests. If maxim_ rcTre e d by groundwater is greater than 4 prig, conduct infiltragestr.,> T+ b. If groundwater is less than two foot above top of pipe aWupper end, conduct exftltration or low-pressure air tests. C. If pipe is larger than 274nch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum 02700-7 5. /z -mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter -Time in in inches Minutes 4 �Eb 6 8 10 MR-) 12 :5. 15 C33" 18 A 21 10.0 24 11.5 27 13.0 a (b) Minimum allowable time for sewers with more than one 02700-8 size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% -for each additional foot of head. n e. Modification to this test only as approved by the Engit.k rn —n v =� c-) f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as fo0, _ M A N v 1. The mandrel (go/no-go) device shall be cylindrical in shape an const ted with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel 02700-9 a'Y ,��u�'�! •�C "�P` 3Yi 7 � 4f'+°•�'.."�+€a5 a r -: `5 a f'L F s , a `� �' ` , +; i3„'�[ - w �c nr ,�p•• _ ,,yy 6"i ¢r�d�s�3 f� �,u$: c r«.' :. • r P;e ! �'#hx��._,LR `_. FAS t'• ' ., l 4 � �.�SS S � � L�.N } 1' 6 t 4” t.. �. - A is • �' �x {.� � T' .�` � 3. r se i; y I ar �5r r 4 y A C= �y� A i e'SW tt 4 fe✓ t. [ A°� :tom � TY �f. �3o a•�_ + xJ Y�.•� Y '`� S�'. � '"T+. �' �5 'R,+.,.. .'. i ��5 � i`5}r'�S' " ��+{" �? �� f Y t� , ,� , µ 1 4. dimensions shall carry a tolerance of t .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. c G. Set frames in full bed of RAM-NEK or equal to fill and make water P&Dsp4 q betty masonry top and bottom flange of frame. Z' --t n C)-< Z H. Backfill as specified in Section 02220. �m -o M I. Clean manhole upon completion. n? T� tv J. Inspect for visible leaks after groundwater has returned to normal level. Repair lea"Its. 3.04 MAINTENANCE OF FLOW.- A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 02700-10 ! i y � i }[ ♦ T ,a s1ti � ._. +,� i r4'x,a .i 7 F'r.r s'�+ ' i +h'ew '�` ! t' b `9; t `. � -fi.: _W � F - • t x si ' � ' � :i^YaW, It. �t 1, +c-�•�ti• fi Ya.-.Jx4 r � r - s. r v;� .- 5� a.. a � ."Pit j, isra - 3 a ,7Feir�a. i l sft'? i - a R r s ,t 5 •'� -� t ,, �-� gym. �a ! ♦ Kms' "i i; - i x�.. � � y.. f1 I kt If If s f v a LLLccc DC7 �' �� < t r Fir'µi u'k tt�a#i+13t •- 'xr B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. ro 0 3. The sewer and the water main must be adequately supported and h;ff wateffight j oints. m 4. Backfill trench with low permeability soil for the 20 -foot lenj jdenied oia,.&e crossing.Mf �'� �n F. Sanitary sewer force mains and water mains shall be separated by a h i'-ntagistanLe-0 at least 10 feet unless: :*E= N V1 D � 1. The force main is constructed of water main material meeting a minimtM pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 06/03 shawd\engifwaspec n\02700Am 02700-11 SECTION 02900 LANDSCAPING PART1-GENERAL 1.01 SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. L02 QUALITYASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. L03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. L04 DELIVERY, STORAGE AND HANDLING. A. Protect all plantings in transit to site to prevent wind burning of foliage-.- B. oliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted inmrgiately, on ground and protect with soil, wet peat moss or other acceptable m?8 ial, aM water as required by weather conditions. *c7 D� n C. Keep container grown trees and shrubs, which cannot be planted im�kte�tmoil —by adequate watering. Water before planting. :.qtr -u M s N D TV 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6) above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MDC* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. N Z.03 SOD: o 0 C-) o A. Grass and sod established, nursery grown Kentucky or Merion BI t gl s W, vigMs, well rooted, healthy turf, free from disease, insect pests, weeds andrbtltBr gF%ses, s's, and any other harmful or deleterious matter. 1 <rn M B. Sod harvested by machine at uniform soil thickness of approximate= inrli but iUss than 3/4 of an inch. Measurement for thickness excludes top gro and tgStch. Prevent tearing, breaking, drying or any other damage. 02900-2 204 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREESAND SHRUBS: A. Planting Season and Completion Date: 1. 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: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. N F. Set trees and shrubs in center of pits, align with planting plan, pluml3td str*ht and at elevation where top of root ball is one inch lower than surrounding:r1me4wade a�r settlement. h C-2::; c-) c -n r G. Compact topsoil mixture thoroughly around base of root ball to fill all -110M. C18 all �p and lacing and remove from top one-third of root ball. Do not pull bj y root ball. Backfill tree and shrub pits halfway with planting soil mia�ur� anl� ihoro y puddle before further backfilling tree or shrub pit. Water tree or shrub again alien bac]ffiII operation is complete. 02900-3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. 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 '/4 -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'h 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 ;4p soil and disturbance of the design cross section. 0 G. Apply additional care as necessary to ensure a hearty stand of grass aR2 enRf their - year maintenance period. 3.04 SOD: o� A. Install sod not more than 48 hours after cutting. Stake all sod asceessai ?to pre ent erosion before establishment. ^a B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. t ` ITIM 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. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3. OS MAINTENANCE -ALL PLANTINGS. A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'h 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 shalt 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. F. The use of herbicides or other chemical treatments is not allowed for treatment of weeds. Any use of applied chemicals shall be submitted to the Engineer for approval prior to use. 11/00 shanAkngintt&pm-i102900.da 02900-5 N � D� V n1 C— -1h 01 �� N PLANS FOR DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROVEMENTS IOWA CITY, IOWA VICINITY MAP NOT TO SCALE NO. DRAWING TITLE A.01 GENERAL LEGEND TYPICAL SECTIONS ••• Y As �^ O B.05 DETAILS - CURBS & DRIVEWAY -� SURVEY LINE 9 STATION INDICATOR .--.1.1 CULVERT; SIZE AND TYPE °i10.. �Iy °J DETAILS - TRAFFIC CONTROL D.01 - D.02 DEMOLITION - PLAN F PAVEMENT - PLAN B CONCRETE SURFACE ® ASPHALTSURFACE b --ons moi# FLARED END SECTION RAILROAD yT ST ■ WATER MAIN - DOUGLASS STREET ST WATER MAIN - DOUGLASS COURT E DA p EROSION CONTROL - PLAN t ® CONCRETEW/ASPHALTOVERIAY 0 MAILBOX Y �y, I '^Cy'Vb p%• @ E 6 i E LOW GRADE ASPHALT SURFACE �- FENCE(MISC.) 45 O [ GRANULAR SURFACE - SECURITY FENCE F < w• NA x .0 SOST E N n 1D DIRTSURFACE BRICKSURFACE tee- -sF- WOOD FENCE SILTFENCE & S BT w ® SURFACING REMOVAUREPIACEMENT CHAIN LINK FENCE p wI ST EARTH SECTION I- PROPERTY LINE C NEW SEWEWMANHOLE PROPERTY PIN 1°'wA AW x �• -B NEW SEV INTAKE A SECTION CORNER ~ NEW WATER MAIN PIAT BOUNDARY W x • ST - - - - NEW FORCE MAIN © BUILDING E wAwxclw „ (J NEW HYDRANT ELEVATION MARKER E • NEW WATER VALVE P{ CENTERLINE GRAND AH -B's- EXISTING SANITARY SEWER AND SIZE DIA DIAMETER ,(.. we <� E MAIC sr -IasT- EXISTING STORM SEWER AND SIZE ELEV. ELEVATION @ I- EMSTINGWATERMAINANDSIZE PVC POLYVINYLCHLORIDE PIPE HxE ♦� UH WIIxiE Si -•TN- EXISTING FORCE MIN AND SIZE CI CAST IRON PIPE W 1 GAS MIN AND SIZE DI DUCTILE IRON PIPE G d W " �E- UNDERGROUND POWER LINE CMP CORRUGATED METAL PIPE B a 999Y ST c F�S OVERMAcs LINE -XE- VCP PIPE AW •• t W a 8 -T- UNDERGROUND TELEPHONE LINE UNDERGROUND TE RCP REINVITRIFORCEIED D CONCRETE REINFORCED CONCRETE PIPE mm ueTalpEi6 pA5 06 WF Epx n sT -CIV- CABLE TELEVISION LINE RCAP REINFORCED CONCRETE ARCH PIPE a�um10 AIT �T• -FD- FIBER OPTICS LRCP LINED REINFORCED CONCRETE PIPE 2FE17AW9 MKas aMXXSKE��0. °TR • TOP OF EMBANKMENT -CPP LINED CONCRETE PRESSURE PIPE AW mu y O uEA T TOE OF EMBANKMENT STA STATION IN K �- DRAINAGE COURSE LA LINEAHEAD 163 C ii C 3 ® SANITARY MANHOLE LB LINE BACK x£� W W BE IMN i b A fi ST ® STORM WATER MANHOLE (D ELECTRIC MANHOLE BM -2 ROW BENCH MARK AND NUMBER RIGHT-OF-WAY IT O TELEPHONE MANHOLE PI POINT OF INTERSECTION WATER MANHOLE POT POINT ON TANGENT •ISBT �^'+$ CURB INTAKE LF LINEM FEET M G Ipl O - • MEA OR BEEHIVE INTAKE TH TACKED HUB OFIDEwBy,Q�� °Y ea aD gq cT O EXISTING HYDRANT •S&2 SOIL BORING AND NUMBER Q • EXISTINGWATERVALVE PVC POINT OF VERTICAL CURVATURE C A GAS VALVE PVT POINTOFVERTCALTANGENCY Yl UTILITY POLE VC VERTICAL CURVE 6- GUY ANCHOR PC POINTOFCURVATURE >k STREETLgHT PT POINTOFTANGENCY �p TED - SIGN MD MIDDLDRAWL ORDINATE PROJECT O TRAFFIC NECAJUNCTION BOX DWG. DRAWING IM s ds TRAFFIPEDESTRIANCSIGNALS CPS. CONTROLPOINT MDNUMBER LOCATION D o M (TVP.) TYPICAL RAILROAD UGfT RAILROAD CONTROL LIGHT RAILROADSIGNIn HPG HIGH PRESSURE GAB INTERMEDIATE PRESSURE GAB 0 COVER O W. INVERT PUTLffYARKIN METE PARKING METER E. .F. EACH WAY, EACH FACE O TREE E.W. EM. EACH WAY A EVERGREEN ® AT CITY OF IOWA CITY A B Q DRAWING NUMBER •ae� BUSH. SHRUB OR HEDGE NOTE: THIS IS A GENERAL LEGEND. ITEMS MAY OR MAY NOTAPPEM ON DRAWINGS. VICINITY MAP NOT TO SCALE NO. DRAWING TITLE A.01 INDEX AND TITLE SHEET B.01 TYPICAL SECTIONS B.02 - B.04 DETAILS - WATER MAIN B.05 DETAILS - CURBS & DRIVEWAY B.06 DETAILS - SIDEWALKS B.07 DETAILS - TRAFFIC CONTROL D.01 - D.02 DEMOLITION - PLAN D.03 -D.04 PAVEMENT - PLAN G.01 SURVEY CONTROL POINTS J.01 - J.02 TRAFFIC CONTROL & PHASING - PLAN M.01 - M.02 WATER MAIN - DOUGLASS STREET M.03 - M.05 WATER MAIN - DOUGLASS COURT R.01 EROSION CONTROL - PLAN CITY OF IOWA CITY ENGINEERING DIVISION APPROVED ,.b,. / 2/5 / 7 ITY ENGINEE DATE ONE CALL 3 Cin GENERAL NOTES I ALL ELEVATIONS ARE TO CTI OF IOWA CRY DATUM. 2. REMOVE STORE AND REINSTALL ALL STREET SIGNS AS DIRECTED BY ENGINEER. COST IS INCIDENTAL TO CONSTRUCTION. SIGN POSTS THAT ARE DAMAGED WILL BE REPLACED AT EXPENSE OF THE CONTRACTOR. 3. CONFIRM LOCATION AND DEPTH OF ALL EXISTING UNDERGROUND UTILITIES AS REQUIRED TO ELIMINATE CONFLICTS PRIOR TO CONSTRUCTION. ALLOW UTILITY PERSONNEL TO RELOCATE UTILITIES WHERE CONFLICTS OCCUR. 4. DO NOT INTERRUPT EXISTING UTILITIES OR INDIVIDUAL SERVICES UNLESS DIRECTED BY ENGINEER. 5. LOCATIONS OF CONSTRUCTION LIMIT LINES SHOWN ON PLANS ARE APPROXIMATE. WE CONTRACTORS SURVEYOR WILL LOCATE CONSTRUCTION LIMITS IN FIELD. CONFINE ALL CONSTRUCTION OPERATIONS, INCLUDING ACCESS TO WORK, TO CONSTRUCTION LIMBS. 6, SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADES UNLESS OTHERWISE NOTED. 7. STATIONING IS ALONG CENTER LINE OF WATER MAIN, UNLESS OTHERWISE NOTED. 6. PROTECT UTILITY POLES, LINES AND APPURTENANCES NOT SHOWN FOR RELOCATION. 9. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION; PINS RESET BY REGISTERED LAND SURVEYOR; COST IS INCIDENTAL TO CONSTRUCTION. 1D. PROTECT ALL SURFACING, NOT INDICATED BY SHADING FOR REMOVAL AND REPLACEMENT FROM DAMAGE DURING CONSTRUCTION. PROTECTION OF VEGETATION TREES AND OTHER VEGETATION WHICH MY BE REMOVED ARE MARKED WITH AN "E- OVER THE APPROPRIATE SYMBOL FOR EXAMPLE a tY INDICATES THE REMOVAL OF A 12" TREE. REPLACEMENT, BY CONTRACTOR, OF THESE ITEMS IS NOT REQUIRED TUNNEL. INSTALL TIGHT SHEETING, HAND EXCAVATE OR EMPLOY OTHER MEANS APPROVED BY ENGINEER TO PROTECT EXPOSED PORTIONS AND ROOT SYSTEMS OF TREES AND OTHER VEGETATION NOT SCHEDULED FOR REMOVAL. IF TREES AND OTHER VEGETATION NOT SCHEDULED FOR REMOVAL ME DAMAGED DURING CONSTRUCTION, REPLACE IN KIND AND SIZE AT NO COST TO CT' OR PROPERTYOWNER. I WEN HEREBY CERTFY THAT THIS ENGINEERING DOMT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT AM A DULY LICENSED PROFESSION& ENGINEER UNDER WE LAWS OF THE STATE OF IOVVE C SIGNATURE ... J.�� NAME DD a R. Stlt•cN DATE 12-16-2017 MY LICENSE RENEWAL DATE IS DECEMBER 31. 2018 PAGES COVERED BY THIS SEAL ALL QeOF ESSIOH,Y i�°`�A VR9•s cZi y No. 16636 � )8 8a fOWA DATE I REVISIONS 1. AFMDTED I VERIFY SCALE °xElxcxOx aRw�x.L naa.IxF. �, xISS SHEET. TRU Sx CCEHUAN IL scaEEsaccoawxsET. DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY INDEX AND TITLE SHEET AA1 :PR.:IECT BAaKN ua �XEExEB IlO �F 14 DATE 12.16iM, VEENSTRA & K/MM INC. e60 66 -10D mNB 10 • �nr.•nk 241-80 a-lsfis r 319-Y861000 319-C66100H(FAJO • B88-241-8pDi(WATS) tt680 ususDEOR coxsmucnox = CU Aj EXISTING TYPICAL SECTION 0 PROPOSED PORTLAND CEMENT CONCRETE 0 PROPOSED MODIFIED SUBBASE ® EARTH SUBBASE FILED 2011 DEC 15 PM 2: 13 TYPICAL DRIVEWAY SECTION Y CITY Ca E"i" DATE I REVISIONS srwu: ns xoreo VERIFY SCALE ENtIEO„EINCH O„ � IF NOT ONE ON ON T„6 SHEET. UMINT Sc AccONml„ELT. DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY TYPICAL SECTIONS B.01 ^„ �= 0ME0RE0 ONER1LWPL0N"""`� DATE 121.11 86022nd Avenue a Sui ,! • Caalvi11e,I.S2241-1565 VEENSTRA & K/MM, INC. 31.9466.1000 IF 5194 1"IFAV 888-141A0011WAT5) PaOJELT „59U nsuFa FOIE coxsmucnox ,l.�.:,� 7 � 'i�`.I i : uS ..,. ,, .. - i HOLDING SPOOL OR MEGA LUG GATE VALVES THRUST BLOCK THRUST BLOCK SWIVEL OR ANCHOR TEE TRACER WIRE TERMINAL BOX PLACE BETWEEN HYDRANT AND HYDRANT VALVE. IN CONCRETE: PLACE 1' FROM HYDRANT. IN GRASS: TAPE TO HYDRANT BARREL WITH 2X4 SCRAP OF WOOD INSTALLED BETWEEN BOX AND BARREL TO ENSURE METALS DO NOT TOUCH. SOLID CONCRETE BLOCK 4.5" FOR MAIN SMALLER THAN 12" TRACER WIRE 5.25" FOR 12" AND LARGER MAIN GROUND ROD IN CONTACT WITH NATIVE SOIL) SOLID CONCRETE BLOCK DEADEND HYDRANT DETAIL Figure CIC -4C.1 NOT TO SCALE RENSFD 11/101! E%TENO TRACER WIRE UP FlRE HYDRANT BARREL TO ITNTE DOWN RM ND NAL$ OF R00� WIRE TERMINAL BOX AND CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM ® TERMINATION POINTS. ® PLACE IRWOUITH RODSE SOIL- AWAY FROM PIPE AND IN CONR D TONNEECTINTERMINAL BOX A OTRACER WIRE TERMINAL BOX SEPARATE WIRE FROIA THE AT GROUND LEVEL WIRE TO THE HYDRANT RUN TIRE HYDRANT BARREL ®GROUND ROD— RE HYDRANT VAI -VE / EW WATER MAIN RE HYDRANT TEE DO NOT RUN WIRE UP VALVE BOX EXIS➢NG WATER MAIN POSSIBLE SPLICE EXISTNG LOCATE WIRE SPUCE TAPE WIRE AT MIDPOINT Of EACH PIPE LENGTH SPLICE TYPICAL DETAIL TRACER WIRE INSTALLATION w/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.102 REVISED 111201 g Tim o.raN.rr .NOTED VERIFY SCALE NCN ON OMNNAL DRA.. Nom+ INCH ON N ...HM Gg2OROIN4. 4 ME O 1]dY301T .cN VEENSTRA & KIMM, INC. PLUG OR CAP GROUND ROD (IN CONTACT WITH NATIVE SOIL) MINIMUM 20' OF PIPE AFTER—\ GATE VALVES VALVE FOR FUTURE F HOLDING SPOOL OR MEGA LUG • IC E► D TRACER WIRE TERMINAL f V EXTEND TRACER WIRE PLACE BETWEEN TERMINAL TO END OF PIPE HYDRANT VALVE. I, PH z; INy SOLID CONCRETE BLOCK IN CONCRETE: PLACE LrIf k1 HYDRANT. /((S�I�V� X�,,LL O1 HOLDING SPOOL IN GRASS: TAPE TO'1fYt"-r T� OR MEGA LUG – BARREL WITH 2X4 SCRAP OF WA I WOOD INSTALLED BETWEEN THRUST BLOCK / BOX AND BARREL TO ENSURE METALS DO NOT TOUCH. SWIVEL OR ANCHOR TEE SOLID CONCRETE BLOCK SOLID HYDRANT EXTEND TRACER WIRE CONCRETEBLOCK 4.5" FOR MAIN SMALLER THAN 12" TO END OF PIPE 5.25" FOR 12" MAIN AND LARGER I GROUND ROD (IN CONTACT WITH NATIVE SOIL) HYDRANT DETAIL FOR FUTURE WATER MAIN EXTENSION Figure CIC -4C.2 NOT TO SOME REMSFD 11. WIRE CONNECTING GROUND ROD TO TERMINAL BOX IS A SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN EXISTING WATER WITHOUT LOCATE EXTEND TRACER MIRE UP FlRE HYDRANT BARREL TO (D BACI�RNWNTERMINALS OF TRACER WIRE TERMINAL BOX AND CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. ® PLACE GRODUNND RODS SE '-LO' AWAY FROIA PIPE AND IN ENR UE AL BOX ROUHYDRANT BARREL r/// -TIRE HYDRANT VALVE / 'FlRE HYDRANT TEE DO NOT RUN HIRE UP VALVE BOX MIDPOINT LENGTH ROD® TYPICAL DETAIL TRACER WIRE INSTALLATION WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.103 DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY 86022MAVenue 4 Suift4 N CEV,[Wll iO.52241-1565 314466-1000 " 314466-1D080'AJ0 4 888,241-8001(WATS DETAILS - WATER MAIN WATER MAN SPLICE EASPNL NASA I..NL L.A. wNl mx NEASw mm TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER W/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.104 Nr.Nnm.ar wMpR a wIG 1P a Ir:"Ni.61 N.N 9FMZ YMI TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE RWREDII/2016 Figure CIC -5010.105 REND � wr DATE REVISIONS .. OTcD VERIFY SCALE SAN IS 04, INCH ON OPIDINALDRAwING. x�. If S S ONE INC"ON TNw SAIL Awusr °°"�""°°"°'"°�r� TRACER WIRE TERMINAL BOX DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY DETAILS - WATER MAIN T mwD 1PAmA wP8 w ro wnewa muxAL m PLACE BETWEEN HYDRANT AND HYDRANT VALVE. B.03 OlwCx- DNS IN CONCRETE: PLACE 1' FROM HYDRANT. IPxLEn wPE RAYIN.LL e]X wwmPOP c°xsrPvcTux PreoIEcr TTseo m A. r�NAVSAM. IN1pdIK 1pw4'XI1 /1 3'-0' ro aNXro Pm rt sxSwu m �iNAION WOOD INSTALLED BETWEEN BOX AND BARREL TO CLASP 1RACm N. ro maw Pm AT mm� /K'/� ENSURE METALS DO NOT TOUCH. P.Hrs r-io' mw ewE uo N CONTACT m IwxSTa CLEAR TOAN.Anmaw __.IILL4'S SPACE ^nNm�nm VALVE BOX AND InsrAu Pm e•-ia' mw nve Acro IN CONTACT wm Al.xsoo_ 6" GATE VALVE MAIN FINAL �'r r/ pL t 1.3 mx NEASw mm TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER W/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.104 Nr.Nnm.ar wMpR a wIG 1P a Ir:"Ni.61 N.N 9FMZ YMI TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE RWREDII/2016 Figure CIC -5010.105 REND � wr BLOCK AS REO'D SOLID CONCRETE ANCHOR OR SWIVEL TEE GROUND ROD BLOCK SOLID CONCRETE BLOCK TYPICAL HYDRANT & VALVE ASSEMBLY Figure CIC -5020.201 NOT TO S FSY 11/2016 DATE REVISIONS .. OTcD VERIFY SCALE SAN IS 04, INCH ON OPIDINALDRAwING. x�. If S S ONE INC"ON TNw SAIL Awusr °°"�""°°"°'"°�r� TRACER WIRE TERMINAL BOX DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY DETAILS - WATER MAIN DWG. NO. PLACE BETWEEN HYDRANT AND HYDRANT VALVE. B.03 OlwCx- DNS HYDRANT IN CONCRETE: PLACE 1' FROM HYDRANT. 86 &IWvenue • SUN1 w Car alNlle, lox14KVH-1565 VEENSTIPA & K/MM, INC. 3f9466t0D0 319-iBb10081F.W BB&24f-B0011WAT5) wwmPOP c°xsrPvcTux PreoIEcr TTseo IN GRASS: TAPE TO BARREL WITH 2X4 SCRAP OF 3'-0' WOOD INSTALLED BETWEEN BOX AND BARREL TO ENSURE METALS DO NOT TOUCH. CLEAR SPACE VALVE BOX AND 6" GATE VALVE MAIN FINAL L TRI" ENS GRADE TRENCH SPLICE TO MAIN TRACING WIRE OR i BACKFILL SET ADDITIONAL GROUND ROD TRACER WIRE BACKFILL WITH CLEAN 2-1/2" OL SPOOL OR MAIN CRUSHED STONE TO 18" ABOVE rMEGA LUG BOTTOM OF HYDRANT BASE \ I _ BLOCK BLOCK AS REO'D SOLID CONCRETE ANCHOR OR SWIVEL TEE GROUND ROD BLOCK SOLID CONCRETE BLOCK TYPICAL HYDRANT & VALVE ASSEMBLY Figure CIC -5020.201 NOT TO S FSY 11/2016 DATE REVISIONS .. OTcD VERIFY SCALE SAN IS 04, INCH ON OPIDINALDRAwING. x�. If S S ONE INC"ON TNw SAIL Awusr °°"�""°°"°'"°�r� DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY DETAILS - WATER MAIN DWG. NO. !-- LG B.03 OlwCx- DNS APPRISED OsxN Tznsaon 86 &IWvenue • SUN1 w Car alNlle, lox14KVH-1565 VEENSTIPA & K/MM, INC. 3f9466t0D0 319-iBb10081F.W BB&24f-B0011WAT5) wwmPOP c°xsrPvcTux PreoIEcr TTseo oWf Refer to the a0ni'4Cf documents far specific materlal and placement requlrements. QI Required any when specified In the Contract ooctm ents or Men directed by the Bglneer. Key OD analae diameter of pipe D = Inalde dlameter of pips '.,,.. TW = Trench width at top of pipe d = Depth of bedding materld below pipe IW NEW fill r 'l ALLOWABLE BURY DEPTH DUCTILE IRON, AWWA C151, CLASS 52 PVC, AWWA C900 & C905, DRI8 Pipe Diameter (inches) BEDDING 4 40' TV CLASSES Tit 41Y I Vl— 1'/ 1 1'/l 40' w' w' .d� 36' 0e 40' Claes I Beading Material P h Loose, Suitable Backfill —;F— K : _ nc 2: / Maferldw Undlsturbed d ,I.: S Maieridrlih BeA9hapinq ' •b" d d DP- 23' _ CLASS P -I CLASS P-2 CLASS ` IV ALLOWABLE BURY DEPTH DUCTILE IRON, AWWA C151, CLASS 52 PVC, AWWA C900 & C905, DRI8 Pipe Diameter (inches) Class P-1 Class P-2 Class P-3 BeddIN Bedtling 8edolnp 4 40' w' w' 6 41Y 40' B B 40' w' w' D 36' w' 40' 12 31 40, —;F— K 26' 4N 40' S 23' 37' AO' B 2N 34' 40' 20 IF 32' w 24 w 29' 38' 30 1 0' N, D' 2Y 70 2 R' r 29' 48 ❑' 19' 27' 59 13' 19' 11 pip. Class P-1 Class P-2 Class P-3 Diameter OnChesl Bedding Eeddnp Beoding 4 B' 1 23' 40' 6 N' 23' 40' B IT 23' 40' M B' 23' 40' Q B' 23' 40' N 19' 23' w' S 19' 23 40' B B 27' 4N 20 B' 23' 40' 24 B' 23' 40' 1. PLACE REMAINDER OF BEDDING AND BACKFILL MATERIAL AS SPECIFIED IN THE CONTRACT DOCUMENTS. 2. BACKFILL OUTSIDE OF PAVED AREAS SHALL BE NAME. WHIN PAVED AREAS R SHALL BE CLASS A ROADSTONE TO THE B070M OF THE MODIFIED SUBBASE. KgY GO = Outside diameter of pipe TW = Trench width at top of Pipe: Mtn m ]O,18 bwhes OR L25xDD-I2 Inches Lwhlohever Is greater] d = Depth of bedding matwid below pipe Min = ODA Ce 4 Inches (whichever Is greater) DATE I REVISIONS score Ae xoTeo VERIFY SCALE DOUGLAS S STREET AND DOUGLASS COURT WATER MAIN IMPROV. DaA„„ ALa eAN„gHIe lHIaHIox a„a eo a„: o„laxwa„ nx . CITY OF IOWA CITY DETAILS — WATER MAIN B.04 �,�eD -,- 1F„OT CHIC INCH ox CATs ,a,sma rxussxeer, ADJUST 86012.d Awemue a Sufte4 a faulvilk h,se,52241-1565 5°A�3P000aOIHIaLv. VEENSTRA & K/MM, /NC 319-966-1000 31946&IOOWA)Q a 888-2dt-B001(WATS) PaoJEcr „sso ...,as CowaTwcnox p � . LL x T2 12 — 1 For joint daisies. sea �. R3 Slop.^ as ��� Slope as wac.. Du es GRADE S' M�P�^s ELEV. F;O )W Por plans ELEV. FORM 4' _ „g_ Per Piens GRADE ELEV. 01 8' SUmdN Curb, 6' Sloped Curb, or 4" PROJECT rreao reuEO aEOR ...Trow Sbpm Curb es apemfletl. R3NOR L� Q a" 8 Proposed Pavement is HMA. No assertion d1e Y Proposed S'BiANDMDCMB e•BLOPm CURB 4- SLOPED CURB me Paavement is. mc. 03 'BT, eandisloDC.Trontitsetl Pavement is PCC. B' joint YProposetl Bach aGam —.vim TI 12"fo 3" �3 (es spamfie�d) 26_(orasvwooieC) Q pavement b HMA p(maz.)� T P�Pbrm � \ L Slopo es FORM p.r plans GRADE " — ELEV Vadw Siofo as �- C3� FORM pc�Phv 7 GRADE - - - ELEV Line Iii DROP CURB —� AT SIDElli DRIVEWAY DROP CURB CURB AND GUTTER UNIT 42 Y.12 Sea DBlailh c R 1„ *SUDAS 1001111i ppxLL,, qq f.•�UAw lll[�¢1 I2� RiYE RBMI RYDBDN/DRW 1. BEAM CURB'��°':��".��_• »L �e •Forshort,T'nentseMens, match existing wrE vrofia DETAIL A p PCC WRB DETNLS Back wD 1-71gI.l IF TYPE A YR1H RAM MATCH MATCH EXISTING Oi msy nn.evb minmum,ty foo[ Wass. asm Commercial ane'uduabial As apedfietl In the wntnmdowmenb. OTreent CO. wrb height to 0 inches at 2 and of tapednic Ys or at the from Ed, ' � of eiUew,dO Do nm eztem raiaetl wN ."p(�Ide SleMak. Tpe�ment thlEkne99. Ball C♦db Mential.fi hes minimum. Commercial em industriak T Inches 3,-0,mN r ranimurm}. Td mea 17 DEC 15 � S th iAlarnn9 bar v�eNacally In me DETAILA crrY a seendreirt. g 3 Cub IOWA ;IT a � a�heslE'I�fd ua bent otwrrb Ynleays B'jointH specified. B © FNelkys,irwertmapawmentavwn O4 Sldewal4 2%toweN carlarofalley. Driveway t8" 12" T Q Tergal doss slope of l.5%with a ma'mum close elope Of 20%. If TYPICAL SECTION spesi ctIt msi conttamdowmenfs. wnsEam thead wide t saw me paseng ybm widebservessa pessln9 apace. 10 It was elope m mlacent sidewalk panel exceeds 2.0%, remove ant r lace M transition from egsbN sldeWa k to sidewalk through driveway. If elewtion Mange regulrea a wN mmP, wmDb wdm IFIgJ 703020S verify rleee for u Ole waming petrel with Engineer. IiS 337'jRy .lnf.,dna Ea I3:armpuro DETAIL L— VARIGC TYPICAL PCC DRIVE G EXISTING DATE I REVISIONS I.. as.. VERIFY SCALE ag1$pNE1NCNON oNlcrNnLow,mNO. °tet- IF NOT ONE INCH ON THC SHEET. ..T- SCFIESILCOHMNOLY. =_ - - - - DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CIN OF IOWA CITY DETAILS - CURBS & DRIVEWAYS B.05 inera wac.. Du MEROWD pea dh raraaaTT 8W22sMA,dem a S.%,4 a CbRaMIk IdNwE 2241-1565 VEENSTKA & KIMM, INC 3194166-1ODD 319-066-10O8ffA)Q 883-24141001(WAT5) PROJECT rreao reuEO aEOR ...Trow 17. ;;5:,=r Z�' J awn., "� i�,� �w.. ` • r - y� A�FyCx 1 r.- - y a NA : s z ;•a `� ) a9 { - .. V �xi j -.Y t+�``�° kill "r•' "�� vF �i��l� . >.'aF `? . r4 2 a a 411 1 x}6aT a 2�(i f, � t y � 'kti i m � �• t I J' IE t � ! eft I4t tic T� I �,-- ��''''���""" F", T' ip ! fork A' aK "`•'sa :} �I,IA .y� S �tl. N�.�. L` R �� $�•r J i Va ya{'{�j t F �.—� t��• - , .R ". G ,` � :. ,# as 43i iuF C • ' ifE`4f .i t 3:a�.F\t Y {ft, Sr $4 f2 r �q�I f r r .yam F 4Y a { T fi -. aY -;. ,' ,rye,.. tt '` ' '1�'"k1°• �`'" " '. b x4 C�,2 A , sit, I. rix N N'rt if Is�2r -tF •J : '� r. - •i If If ' a b r � Y y 7t2 t 47 i dz '3 i4 ... IV x lin min O Shy bee Wlail i_y^1'f ) 3 2 g.3% 5 M vain. TYPICAL SECTION- CURB RAMP Cub Ramp . e Turning Space Dammutieweming SKEWED CROSSING PERPENDICULAR CROSSING DETECTABLE WARNING LOCATION AT RAILROAD CROSSING /O W W W W v W W W W W W v W J WW WWW Grade Break W W W W OO W WW W SphaDirg euel S of Pavement nalArm a) Q dray 'A1fwRa KT or 6TlOInt hs mstaued at Ma back of curb, provide Yfedereeonjmmat front or ba& of Me turning apace. Rack of Cub M" (max.) -I a LeDanNe DETAILA -v WW W W W W W W W v W W W Key = Curd Ramp Turning Space Deletlable worming 'r W Draw 0 Pinnace a mmimun 2 Sea w Of __ _ - _ — --o.....Iuv detachable warning swtaces In Me DETAILS — SIDEWALKS duactian of pedestrian wend NGWa mawN Rq Me lull widM of Me cub ramp or turning space, exclusive of curds or VEENSTRA&K/MM /NC. 8602ndAumue • Suife4 a Caafuillelowa52341-1565 r 319-466-1000 319-466-10011 10 a 668-241A 1(WATS) tiareM 0 Pavide amidmun of 6 irdWl of concembetow Medea laalnewamblg papal. ® Minimum 4 feet by 4 feet. Target sass M.P. of 1.5%wan a maxmum cross Mop Of 2D%. OIf normal sidewalk aevdh ncannot be achieved vAM Me pemandicuar ramp between Me street aid landing due to Ilmtle l ramp lial provoe a mallet O3 mind to make up SO elevaEmn difference bander Me larding and Me standard simealk. ® The length of the ml ramp ie not required to exceed 15 feet, regardless OMatch of Me resullirN slope. Do not exceed 83% Mope for parallel amide aborter Man 15 feet O5 If crossing We confirms with tomato of eeteeable warning or If pedesman crmsirg gate ie pro mad. piece dereomble wamirg panel in advanm of Me .roving gate. OLocate front edge of detectable worming Panel 12 to 15 feet tan centerline of reared rail. Orient bunmedl dames parallel to the direction of membum travel. 1O Parallel Curb Ramp: It normal sidewalk __ _ - _ — --o.....Iuv alevstlen cannot be aO final whh Me DETAILS — SIDEWALKS peryerMiculer ramp ba .the Street mawN Rq and larding due to Small ramp ongth, proWde a parallel ramp to make Lid Me VEENSTRA&K/MM /NC. 8602ndAumue • Suife4 a Caafuillelowa52341-1565 r 319-466-1000 319-466-10011 10 a 668-241A 1(WATS) Mevaton difference between Me landing and Me werdare aPemall, The Isrgth of the pamlel ramp is not required to exceed 15 fact regardless of One resulting Mope. Do rpt III 8.3%supe or paatol amps sharer then 15 feet. O2 Turning SpareTarget Mope of 1.5% arm maxmum Mope peo.ochrular to Me Level dkeed.ns of 2.0%. fir nim en 4 feel by feet O3 Peryandicular Cub Ramp: Target nmrg slope Of 6 25% Wt, maximum mnnlrg slope of 8.3%. ® Target cross slope of 1,5% Seth s maximum cross Slope of 2.1196. OMatch peceatrun street cossin, wSS Sopa or flatten. DATE REVISIONS supe Aa No*Eo VERIFY SCALE INE IS ONE INN ON_ OaO k'Nomead . ate,- IF NOT ONE NCH ON 8G SAMOR INOLY. __ _ - _ — --o.....Iuv DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY DETAILS — SIDEWALKS LLJ mawN Rq C. NO as VEENSTRA&K/MM /NC. 8602ndAumue • Suife4 a Caafuillelowa52341-1565 r 319-466-1000 319-466-10011 10 a 668-241A 1(WATS) FOa coNSsmc li v- Elf y Ju"IJ DEC 12 W S: 1 pD,aD lwLMd11 __ NOPK XEap w� O l I' le I—Af—A—h—I xduo almoner Z•�%... Alkmak 2 W4 aOAD gaga NORR agap clo A j A�J1 l l Feb m�gure 8030.1011weymla'A ky dna ego aletlrg. mak 1 Use Of Abemak t is msldcld m IOw-sped n Yware WN 1. sgm abmnn laced ar uVaa%n WDg daylghl Murs. TndSC may be selpnepuleanp vfien the wwk epee¢ leshm dna amen nn we me nwdwar beywe odeareormnnaggers Palen Nae o-amc suv now ertecey gen-wgu ulnee mm. Albmam 2 Use Dl Alean.2 N anewed to mad." Were ewrace rk y er fer Is rawer man4W wniM1 aM grctlegNl dislaiw ensh. Da nw me WINn 2,W0 kww a girder sA Bile. MCYbauee]brovxnUnl<Iwnu. Duag nen waking FeuR remove makdNs, mulpmenR wCWApikedmslr ad Merteener vati0ra SUDAS 8030.104 SUDAS Standard Specific fions I LANE CLOSURE ON LOW VOLUME STREET (SELF-REGULATING) F F F iiii y F F F sdDan*ape PMvice Wamin9 A. bYebaF—iod. =Nnord -P"*- .., se. WbF. BWkr Space(kkral) Trelfic Spaceelbxa provlaea gdeclion (or Dee¢k.. thM M tame and w.rkere meacwnyarea . . ( . . . • r-� (•• Buller Spate We. Spew Buffo na0 Image aroMmebr sp. pwaxpOkrban .1as.epuil"an. (long d. kr balficeN eMmaRnal..M, where ewanw —. gains Kry' ® Arnaeav aaaa� sbrmu nee ®m.a.r,Dam Ngma(er. bglein.n., ods ,W ■ marvrare Deb F mial y Dk.aan,.y. I� T_a.a.m— x o.m ® wwaewa " tea. ®F—eey. eat ." D.— I m. Clunsltbp Devb BYd9 speed UDYllmph) Taoxi -P"*- .., se. WbF. BWkr Space(kkral) Trelfic Spaceelbxa provlaea gdeclion (or Dee¢k.. thM M tame and w.rkere meacwnyarea . . ( . . . • r-� (•• Buller Spate We. Spew Buffo na0 Image aroMmebr sp. pwaxpOkrban .1as.epuil"an. (long d. kr balficeN eMmaRnal..M, where ewanw —. gains Itmaybe newaaary mwmkw Iwo or more eaampee Ta NNLrgm lL) spare uml(mpll) A FUld—ealedrwxnirg Ngma(er. bglein.n., ods ,W rdmiy, hang,.... ,nBlrwefEbnw W 0do 5 35 Veraca named li" may Os uNE m wpplemenl L5.5o 350 "Ming 1.1h.. W non oe, lnzam fights wore. eat 55 SW dNa . Flags may be use0 b nl aaentr n ki Ne aMarexa Clunsltbp Devb BYd9 speed UDYllmph) Taoxi Buthadn Wakligame 5l to W 40 40 25 25 W W 30 W W 35 35 ro ro Q 4o b W W 45 45 W W W W W Im 55 Y 110 In 110 WryMa Taper Lengths W Line Closure• Itmaybe newaaary mwmkw Iwo or more eaampee Ta NNLrgm lL) m eae naRYy nddrasa IOe DaDlcnntd needed. FUld—ealedrwxnirg Ngma(er. bglein.n., 5 6 rdmiy, hang,.... ,nBlrwefEbnw W el abatlax aM wak vebides. 35 Veraca named li" may Os uNE m wpplemenl 6 "Ming 1.1h.. W non oe, lnzam fights wore. eat g dNa . Flags may be use0 b nl aaentr n ki Ne aMarexa aw w mi,a,gna. CITY OF IOWA CITY I, a dnPure aaknae ovamgbp Ali- Wnroaang TRAFFIC CONTROL mvicm vnm rebmdkctive name O. sp00a ImX Rhrt bale legally eaaRls.. in. F Agree per an. If an grow beak ...d m 21. n aas,.panne AMm May In the eaunn made. JeNDen,m !dawn Na I.. Y...w signs aM cMwelang IFNOTOMEwcXON Oearr M evaMbk sw Ha®bow. De at ..I t..,eary Uri cmwl aevkee Mal xvM1, a, reeM,W brain, mN remora or wwr el GATE egrre and Ma. pomply ebanney me ml Mardi Termbu6al Pre. 86022.d AP%i . SDite4 . CDah4IIAkaag52241-1565 Iea4alRcresmre 7eEND WORK(G202) signsMan On aB figures an numN openlare [morel. WryMa Taper Lengths W Line Closure• 9peetl Lent Ta NNLrgm lL) NumbnO Deme, 20 26 W In 5 6 W W G 35 245 6 b 1 320 g dNa . RN CRINNALM.Na CITY OF IOWA CITY TRAFFIC CONTROL B.O7 SUDAS as 540 to 50 SW 19 SUDAS Standard Specifimtlons 55 6W 9 vawm anpxn are for dufact Mifl. Tabkaoea TEMPORARY INFORMATION ATIONCONTROL rrol apgymurNn0, Iwowylnacg.n kpam GENERAL INFORMATION Ilse whenamwefka, sklewalks. erOmttpedeebi&1 IaN aR rbmdarelonlad. Emlae@Irya-ary kN.anrEaan.eia IPannee mreaene wNbrrowmPmearg B.rergpdeadan kmily y n un Signs Surd m KEEP WGW (LEFT) may be pamd W guar or direct p rdePlrens. �. ,..---.--- Proulin 'nwus hsman nkMmp wmplYDlp wim uce repulwmmbmp"o.) 3wsererwwkareas -mm peaoslriare. When re0wred a Ina mnvattJmmems. gcvae elvlYery=rves augae InMmafaM earkes W _ eaaiel prMamam wDn Viawi eleablmia6. Ony Ne tampon Mahec trni detrs.elandW pwdrd.l venior irrorficmner eea,eaa yaem #Nekr0 fl are ryrtAol keyeM sign I r •— I I Pp.dre. pn U Ap O n c SUDAS 8030.117 y1r SUDAS Standard SpecfiMbDns SIDEWALK DETOUR .Alm RCYIJIVRd a e.. aaanene. I .I ALC I DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. — — =eANN G aAeledNalNaNa dNa . RN CRINNALM.Na CITY OF IOWA CITY TRAFFIC CONTROL B.O7 >�,- DETAILS JPROSECT JeNDen,m pa, IFNOTOMEwcXON GATE ,xns.m,a TNNSNEET.ADaaST 86022.d AP%i . SDite4 . CDah4IIAkaag52241-1565 af..aS AO=oROROLY. VEENSTRA&KIMM, INC. 3194 10Do . 519466-1008(FA)7 . 888-241-41001(WATS) 115111, IsaNEnmN pauTmlElax I I 1 I I I ' A410 DRIVE #402 REMOVE k316 REMOVE IVE REMOVES k 8 _. ""//AA" DRIVE k402 RENT k334 GRPNUUR 5 SY) PC(26R ( 41 RO.IOVE IMA PROTECTTREE 6^ PCC (211 SY) (15 5O �. 1 6 PCC DRIVE 6' H ENOVE 434 X426 6 PCC DRIVE (40 SO c' x0 OHNE (21 SY) - -� -� !! 22.. I 4^i Al 1 _ 1� �,�- .,-u, o� 01 - NSREUGIIO-Na-s'I 10.0', -A �� i �l o' zD'�,� 10.0'',..Crr 024711 .. I i _ ROW i,� OW a ROW {.... R ..`'ROW W •- --.G — _— G — -/ _ _ _ RENIOVE 6' PCC CURB REMOVE BUSH I � / GUTTER (25 LF) it n ._,_ 6•`5 I 9' x REMOVE 24.5 i PAVEMENT W {255 REIAOVE HYDRANT o ie'. LIMITS AND CION - °� is1 R011^—:-^' i 4 11MII5 MID VPVES RANT - '_,i`/ � - h IB.S' o 5 I VMVE BOX I POWER P06 RECOCATEOO 1 I : � SALVAGE HYDRANT � ter` x � EAST (BY OTHERS) O REMOVE ._ _ -. � REMOVE , y-6� PCC DRNE 6.6 99' � I 1 REMOVE I REMOVE REMOVE I -- —FMR WE " ..-5. • _ `-, I (22 S`) 1 ' 6^ PCC DRNE (� Sy) — 6 PCC DRIVE 6' PCC DRNE I 1 (22 $327 X44 I . /� (39 SY) 1 (34 SY 1. CITY WILL RIVER SALVAGE k401 I X333 I le * C i / #415 X407 iDEATO THCONTRACTOR ro WATER DIVISION. REMOVE VALVEm / ' 1' 1 1 NDN GND LLIND PAYE - e 1 O o-<' { _ *• ���yyy421 �{ BOXES AND SM.XR. IN PAVED AREAS; BACKFILL i ) r 1i REMOVE __ 6^ PCC CDRIVE r y c 9 Tq� POWER POLE RELOCATED I _ ; l EAST TO ROW (BY OTHERS) i - ' ONE`'.-- / – —REMOVE 1 PCC DRIVE(3 ri I I I it REMOVEN_ 6" PCC 22DRIVE SO - 6"E PCC DRIVE MOVE kl l 1yr/�/r'/�'/T"/7 I� 332 24 y - VE X 4 REMOVE 6E PCC DRNE- _ REMOVE ' REMOVE PROTECT t, 6' PCC DRIVE 'vh�4 T PCC PAVEMENT / — 6' PCC DRIVE TREE :..; (20 SY) 59 SY) $435 A' m ' • * �+ �' m 1 6 8.8CONSTRUCTION 1 1 ed P 1 p a' II III LIMITS Iz'.. e77_ / ROW 0W 1 REMOVE 8' PCC RIVE t ._=•6'a*'—�-- _ REMOVE 6' PCC CURB X .J * - I (24 SO REMOVE 6' PCC CURB _ & GUTTER (26 LF) as _ �''s-'�"'s. _ / 6'4V J Pry REMOVES,.6' D.00Gl AS U� ] PCC PAVEMENT 25.9, IXISTNG TREES 4. C (39 sl R _ I % AND W402CMINC W CONSTRUCTION { 0♦2" �* LIMITS 4 4T 1 V 6' PCCDRIVE% *mow /, 10.0 J `, REMOVE a ��—=.�— REMOVE �I [ ,�, `f - S (25 SO li REMOVE.. i,. 21.6 9 �— f "* #429 �/ w 10. i - —I +' { I - - � - 6� PGC DRIVE + cwwuun DRIVE 50 j - (23 S» k3z9 ' ! / ( REMOVE #335 g (14 Sq k403 +,.c 6' PCC DRIVE ^iY / 0423 1 X417 I (45 1 " i i yy $ DATE REVISIONS acuE uxDTED VERIFY _ � SCALE DWG. NO. I RA H ALS E R 15DREINCH OH DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. ON. OWGIN"LMNL - CITY OF IOWA CITY ;; DR, DEMOLITION - PLAN D.01 [ F IpTDHE MDH pl Dore 4Enu41r THE SHEET. ADJUST 850220dAVEOW • Sulle4 • CDralville*10Ha52241-IS65 u IJEDEOR CCNETNDrn. S� SADDDRR'ND`V- VEENSTRA & K/MM, INC. 319 1000 • 319466-1008ffA)? • 886241-8001(WATS) PROJECT 'j. y _,. � ; , �.. ..,lJ ��'� `.'`,. F � ', R ..; �.. t6�"' ��J s„/�/ �'�w/ "'S #3,4 �: i i i / , REMOVE REMOVE 8' PCC DRNE REMOVE/� REMOVE / #212 3 " 6' HMA OVERUY #302 REMIT #901 REMOVE #325 DRIVE #320 6 PCC DRNE� (24 SYS �8' PCC DRIVE 6" PCC DRIVE L 6" PCC SIDEWALK 5 334 (21 IVESY) (21 bT) / I #308 < 1(22 (21 SY) y 6" M DDRIVE (15 51� S / / _ f } /AND VAL �1 `,:.. , iS (1 SPLVAOE RAM. EM �D� _ )� I 3 o v e.b� . 1-CONSRtUC110N .� _� 0.35' o - 1 U0.0' '. w 1 OMffS ,a , - x y.prl U o!`ARD 40 I , � E � J(�1 P W G _ ROW BROW I � ROW !�W G c CLEAR AND "REM 0 � I. TY CLFR 01e' V` ,�.xJ •/ ROW_ _+I. OW -'- Q 3a" R \ REMOVE 6' PCC CURB (RUB TREE .VALVE BOX CP \6>g r o3 - 1 ' 111A 65p\ k GUTTER (25 8] UNfIS) CLEAR AND 8 ,r, ST a + CITY, `1 ...--8 4 ^�.._ - \g-�•5.-B• REMOVE HYDRANT _ PI GRUB TREE n c�C STREET AN VNVES PAVEMENT _ 4Y PAVEMENT " - �OUGLAS I STREE / 24.2' SALVAGE HYDRANT (136 51 �(6.] UNITS � r "REMOVE AV W -_ 6 W 7 fi % — 6 W % ]" PCC PA: W CONSTRUCTION 1 .I PROTECTREMOVE 5 cc (32 SY) FENCE CE \ � Rom _ "� � SY) SIO'_ + ae UMRS \V A _ POWER POLE RELOCATED (BY OTHERS) - REMOVE ` / REMOVE REMOVE �^- REMOVE .8" PCC ORNE i / - �fi' PCC DRIVE 6' PCC DRIVE' /6' PCC DRIVE (36 SY) #204 �. (25 SY) I (22 SY), (21 SY) 1 #315 #307 #301 1 t`< #327 #321 u _ REMOVE n; n 6' PCC DRIVEi¢ (22 SY) o OHE WEST TO ROW (6Y OTHERS) ff �- fl POWER POLE RELOCATED ERS) o �� / 12.9' - REMOVE _SHL___ ___ �t1E_"- _ _ (14 SY) DRIVE nde__ GRUB PND= — (f4 '"1') NOTES. "1- CRUS TREE / (6.] UNITS) 1]__I 2 t 1. CITY WILL DELIVER TO WE WATER HYDRANTS. COMMA VE TO TO 1 CIFAR NID S' ° 'a'6 - BOXES NTD BACKFILINpPAIVED MFASSBACKFILL li I (6.]BUNITS) Y / 3 ! WITH CANNEL AND PAVE. cLEPR AND REMOVE ]" PCG I�, #210 r/ GRUB TREE PAVEMENT \ i (9.4 UNITS) (40 SY) REMOVE " •-. GRANULAR DRIVE i REMOVE I CLEAR AND (14 SY) 6' PCC DRIVE GRUB TREE /- z� j rx (29 1 ' (9.4 UNITS) ' o �X REMOVE REMOVE.IVE 10 it 6' PCC DRIVE I j #322 6" PCC 4RSY) #316 CLEM AND REMOVE 4 128' #336 , (2B SY) 25 REMOVE / GRUB TREE 6" PCC DRIVE/ CLEAR AND I I GRANUU DRW/ f (6J UNITS)GRUB MEE ' 2(26-SY) i REMOVE GPANULAR � :( 6.7 UNITS 10.9m 10.1. DIVE 1 ` ID.O' __ / 11Mf5 12. ♦/� T:, �_ / `il RO ROW ROIV: _ ROW _ �..W '. — REMOVE HYDRANT CLEAR NID CRUS TREE_... r en SNNi0VAVA HYDVALVES RANT R.. s ../ CLEAR AND GRUB TRE) > REMOVE (6J UN RS PCC PAVEMENT DOGRANULAR rUGLAS U T .o s» _ _ o RE D� -z _ T! G � t4 DIs Who Y CONSfRUCTON _ �x J \ 1 OMITS -- O� -_ — a2' _ 10. REMOVE REMOVE �6' PCC DRIVE 1 \ - GRANULAR DRIVE ROJOVE (25 SY) #329 CIFAR 1 (14 SY) #317 i #311 - #305 (25 SY DRIVE GRUB TREE #323 UNITS J . t e—DATE REVISIONS STATE ASNoren VERIFY SCALE DWI NO. ATS DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. NAINALoNEw� �" AvppoEEo CITY OF IOWA CITY NS DEMOLITION —PLAN D.02 SEET o.Te lsaov T SHEET 86012rMAvnue • 9vie4 • Coalville, Iowa 52141-1565 sc.TE.<...TDINCTYVEENSTRA & K#MM, 11VI 31966-1000 3196610081FAX888241A001(WAT ) PROJECT 11660 IINSIDEDIFOR ucnox Sul ON I2 Lit S;le L1I ED _ I fi GRAN. SURF"" 6" PCC DRIVE 6- �-^ DW RR=(s.t TONE. ,I X410 6 PCC DRIVE, x'326 TYPE /32D C / i 6" PCC DRIVE./ 6" PCC DRIVE. TYP q $3Ja 6" DEC DRIVE, DWa=(21 6" PCC DRIVE I TYPE A TYPE A On -(21 SY)/ E p 6, PCC DRIVE, TYpE A 6" PCC DRIVE, #418 DW4- 40 SY / DWJP-(18 ° - DWz-(z2 SY){ �s=(19 sY) F - �') L DWl-(26 SY DW3-(21 SY) C TYPE A _TYPE A J __moi .B '.• g. 0 o zo ao �x N4Ja I� � � 42b J 10.0' _ a 98 0 10.0' m ��.-41s R 1 r als' i 021 12' l O 1 '-1 ® R*w 6 PCC CURB h GUTTER i ] PCC PAVEMETJi _ a.. mss+--= E'3 z r .. I I ' ccz (25 LF) PAI -(255 SY) I 1 _ s e's°—. -sus — - es a. � � 1 zas__ �^ •.- o e - - _ CON CII I POWER POLE RELOCATED EMITS g - f• ( 6" PCC DRIVE. . ���--C 18.5' $ ROW � V I � 1D' EAST (BY OTHERS) I - - j1 fi -.9 �— {j Ir11PE �' -TYPE A Ll owae (zz sI) / 1 DRIVE, b /J33 fi' PCCTYPE A 6- POC DRIVI44I VE 6' PCC DRIVE, _ -� TYPE6" PCC DRIVE, 6' PGG DRIVE, A 1 TYPE A DW17=(26 SY) DW I6=(22 51 1 O o m 421 1 �� TYPE A ' TYPE A t1_t DW 19 16 S) DW18-(22 SY)� 205 Dwv �aD SY) f ll Dwao-(J5 sr) - I 6 PCC DRIVE:�--4-� 4- TA V -_ DW22 (19 SY) N Q3 POWER POLE RELOCTED ----------------- /441 r -.DHE EAST TO ROW (BY OTHERS) - 1 OHE _ 6" POC DRIVE b - - - L 4rA f ' 1 1 ry TYPE A " 6 GRAN. SURF a i h pW4>d31 S') Dw41R (C -t ONS) 7 1` N 1 TYPE A DWaB=(21 SY) bW44= 19 SY ` 7 _ 6 PCC DRIVE C— I �7� 6 PCC DRIVE, 6' PCC DRIVE- TYPE A 6" PCG DRIVE 6- PCC DRIVE, T 6" PGC DRIVE TYPE A TYPE A TYPE A _ 6' PCc DRIVE ( ) owal P=pe n) Dw23 (z3 sr) fR i � TraE A TY E A I owa3= 2i sr Dwa2=(ae sr) ' co PAz=(39 sr) I #404 ) k336 y328 8s 0 AD i 2a 1#412 J owas-(za SY Patz I � 1 I I �o IO P00 PAVEMENT o -_Al - #435 I � I I t I uM s � ( I / J C 2 - 6'W0 µ b A ( 6" lPCC ORNE 6" PCC C PCC � ", '� .� I 6' CURB h CUTTER � URB & CUTTER TYPE A . 6 CGL=(2fi LF) 9'§ s'=4T T— Dw24(21 SY)i:"` - n. '" .' ;.1� ., •• �a'a b°s' - -�zz8' UG COUP? -650 G /PROTECT POWER POLE \i uMITS /429 N51FiVCPON ID. C 4 it _- ) 10.0' 21S' `�--p�• _ 6- Pc, DRIVE TYPE A I DW25= zs sY f e" GRAN. SURF. A335 Q329 DW26R=(1.8 TONS) 6" PCC DRIVE, �� /411 /40J I',. � I j' #'423 � #41J 6" PCC DRIVE, 6" PCC DRIVE, I TYPE A � TYPE A - 6 PCC DRIVE. TYPE A TYPE A v DW29=(23 5 DW26= 45 sY / Y) � Dw26P (15 sr) Dw =(sa sr) ( _) � I Lzz� DATE-� REVISIONS nsxmeoIFV yERaCFEE _ _ � r DWG.NO. MalIFYOXLX FDOUGLASSSTREETANDDOUGLASS COURT WATER MAIN IMPROV. RX. ORI°IXA`° ING CITY OF IOWA CITY �R PAVEMENT PLAN D.03 IF 1qi OXE MCMUM -- - •ATE tatrmt>• RXM WECOMIII9! _ 89 66 -IOW ue • 6&IO • CoraIHlW8R241-8001(7565 ��� mus,aucTrox ECNE9A«OROIXfaY. VEENSTRA & KIMM, INC. 3T9i66100D • 319-9661oDeff.W • eae-191�001M1NATS) PRa-ecT ltseo T 6" PCC DRIVE m /�/r/rteiPCC DRIVE, #314 6" PCC DRIVE 1 6" PCC DRIVE, #212 TYPE A 7 s ' 6 GRAN (SURF 6" PCC DRIVE x + TYPE A DWIO= 23PS '6� Poo LEND FEEA/ #302 TYPE A / DW13=(20 SY) #901 DW>R (21 TONS) #326 TYPE A #320 DW9=(21 SY) ( I DW12=(21 5Y) -- 34 6 PGC DRIVE ` / i #305 own (21 SY) I I _ TYPE A DW8=(21 SYJ ' / _ ib PCC SIDEWALK / - DW]P 05 SY) 1 n i. I' 1 ... swl -(1s sr) -' �_ � K J � 01•i CONSTRUCTION tl}[ _ J { UNITS Y `L n3 m u 1 .0' �� u / ROW R -... ROW ROW.. .-' ROW i G'� W Iry f R h fir" 0 C - G.— x .."w`-, ]" PCG PAVEMENT _. �. W GT l.L�f',,•LL�� ' 6' PGC CURB h GUTTER -m pq6-(136 SY) °� ITiWlf3 CG3=(25 LF) \ _e_• 13R MENi POLE RELOCATED / 1 I� ._;.:. ,as a s �'--. a"s---�$•s a '° 10' wEsr (eY orllERs) / 24.2. 6W— •' b W ii � '� � ' 6 WCS OW -+ '-CONSTFCTION Y m CONSTRUCTION LIMITS 6" PCC SIDEWALK uMRS to 16.2 � ` _ 7 swl=b sr) I � j m 9.9' t,. m 114 t 1 �Ie ar I CIE) 6" PGG DRIVE � v 1 - I _ TYPE A #204 t _ DW14=(37 SY) t #315 #307 #2> #321 #301 I - 3„ # TYPE A 6" P" CC DRIVE, 6PCC ORIVE,� DW PCC DRIVE PCG pRIVE TYPE A TYPE A 15_(22PS) Yf _ Q ZDW17-�26 SY) DW16-(22 SY 6" PCC DRIVE,- 1Z .. •DW19 (22 SY)/ uJ tt TYPE AY)) DW3>=(z3 sY) 1 POWER POLE RELOCATED �" u c) -J WEST TO ROW (EY OTHERS) � � / ON �.� � 12.9• � - 1 t l _ -pil_E-__ ___-__— _ „'}`_ RIVE. 8•' GRAN. SURF. PC TONS) 6" PCC DRI 6" D ,�....L.. 11.5' TYE a GHEE { _ _ 0`>3G-- - I o DWP3fiP=(16 SY) / e r�n a I O #210 fi' GRW SURF PA PCC PAVE?AENT � N 1, OW41R�(2.1 TONS) 6" GRA SURF _ PA5=(40 SY).. RL -. „y,6" PCC DRIVE, + ,;v6" PCC DRIVE' 6" KCDRIVE.S A i'. Tr DW39R=(38 TONS) 1 �� Fob -- fi" PCC DRIVE, fi" PCC DRIVE U� / DW43 TYPE A(21 SY) DW WPE A(28 8Y) DW41 P=(1' SY) TYPE A TYPE A #310 0304 4 #322' DW40 (22 SY)#316 OW39P=(2J SY) 6" PCC DRIVE- ! #336 #328 / JJ TYPE A 1 DW35=(26 SY)Y. r ' _ fi GRAN. SURF P N - DW35ft (1 b TONS) PCC DRIVE 1 + 1 rn 10.1�i TYPE A 1 - m109 g;/ rc DW35P (16 SET p g b 9 5 . _.'r" e ¢ 11 N � 12.0' "! � 10.0' m ].]' i CONSTRUCTION _ t 0 UMTS - 4 ,�0 ] . .. ( _ — OW #216 T ROW s ROlV.,_ - ROW _55 / ml RO ]" PCC PAVEMENT - ,�)2"y{ 1 \ 03 PA4=(40 SY) DOIJGL COf _ GRAN. SURF. G =ow34R (1.5 roNs). i G _. G _ -r C f ^3 - 6" PCCA DRIVE. - i OW34P(16 SY) (. - R �w- . #222 _ -.._. - T 042 g u 11 [- ( 4 'o. PROTECT POWER POLE 015. 6 GRAN. SURF. 1 V ♦: #329 •• OW31R=(1.8 TONS) it1 ' #311 #305 6" PCC DRIVE 1 " #335 + 6' PCC DRIVF. # TYPE A + . #323 TYPE A fi" PCC DRIVE; OW33-(23 SY) 6' PCC DRIVE. DW31P=(I6 ST) TYPE A s iALP j ? TYPE A r / /LpW32 (24 SY) DW29-(23 SY) DATE REVISIONS PALE As xoT6n VERIFY SCALE OWG.NO. SAN 15 04E INCH ON DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. cxc.EWN-o are NIGINAi PTAWNE CITY OF IOWA CITY PAVEMENT - PLAN D.04 FXOVEU MB IF NOT ONE INCH ON DATE lonsxon -THIS ----- --NPNCT 86022nd Avenue • SuitIO Ca 61vi188Iow1RSOOl -1565 R CONSTROCTION s<n�es n<coxoiNeLr. VEEN.sT� 8' K#i'in'% #NG 319-9661000 3194661008(FAX) 68&I41-8001(WATS) PROJECT 11680 KI gS ...�� E ,...r :. q$y,,., � , v.. _ .. •. . y� o: v M xr *WA . - - i n. .P.: `7 %_ - F •g•.•-^ ' S � 1 ' ,,• 1, ,' Av2 ':;; .^R, -m rC. - ^S. .4 b'. -.l. �./a0 -. •y - al. � ,ti': J �K�,et ♦y: *,r, �:� & a +rte,".�!� P'r'y.. J. ♦. !M, .. x:. 5s.�fiAr .�'. a;v'� �. '�•' 4 t� �! i�r v, 'w'FE' "r-,�,[�.,..! � .:i; tY, aF 71 fP(� ^ - �,-. `: „ t,. ..: ,<,-_ :: � 1;;r j y<. 1F R yn S Y•- .: Iw{y � .in"1 r'd%r"'. K f'n < ,.. _ : P:N?,:" t' ",'i•A!' � 1' a � �,'a.-' �yarrur W +rry,�''' 1{� `w� � .k iF'�. �.�t.- 1 T' � w L wy4 1 4 r k C;.: �7�i �..:.- ., s..:.. .. p.. f�_. :. u-'. f�:r s .�:.' 71:- �•^ SA wt: yl i'T �3'r-.%+'� �:-, r� y�" �AA" y, y':. .r v S - .. s ^ .., r s-.. .,. ,>'. a $ t - ti 'r;. Ih - '�+u p. •;r .w S ,� ,w.�� :#..,.=" t^;q. -.4 - ,�'tr :..,.'. .. ,n .t... kl. .t;. ;$�s• 'E'. ,i,: t w,- ry - 'i'�'r?�'f�..• y4'''•;aj'.,_, '- fir. ,> d�. :..:. a ,,:. ,_ a ., • 0 w °: "F.eia' i :, -_ .`r .._,-. f, b .,S'C f • 1(N F '"V'5...., " �R RB-: 9,t, r'., �y ".;� .- ,jy r.. _ - FY• «, :'. .,. ... ..1F•`'. Ir .M .F 'rR' F .u�'T 1 t' d ��pp �gyfyp r; ,.k ria �b-. ¢"z�". A +"^1., ['".', a �, ,F' 'Iv 'ta' _ f �' s�r 4A �^;ar v.' `,�Yrrw r� :Wi KaY'^�' •4 4 .5: �.. ..., < , J,f, W� 4 . �, i': 'Z"; a .."x ., : x t. ' � .c a-:�:� � + �- :•C�:: Paa" r ice. » ,i � � - _ ,x ., I � °: r1?' - - - :'`7 1 t ,.•� ...- n,.(dT. C.:u'.'r..d�d'.r..:', +r .i. `, '-_ - .`: .! "5". .{#' }� .r, •'i ' r .s�„K. r. pihQ di r•:':'.,. ! r Y, ^ krJ.%'A, ;tis. r {ci,� _� 3V'S' 4.�I:: J..,� A•rh Y'o, ti. .. F. mut _: 2u,. � d Fc; '. r. a', k A:.'Q"d �' • r FES, yy, < , "I ...:. r �:;. I �� :.Y re • ,to ? yf.. : `...i+:kti-& k r r �°,. , �3: Ar 'd': '-•:"'}' :, .:. �r r�-�• -,.., a._:�.: , :`':� '�� �;.� M aW}3,": RJ.: , ', '��5.1('i'..rtr9.y`,,i" n:_v',r,y t.a" 7','!�'?:r''�. pc 44 •,�,;t- 'k IV ,<� p.,� b,' '. 7 •' �r ,�Y•c <S. -v •t�'rPC1: itfi :- .}„a_. -` rr "�+ '":'f" >': 1t3,'s"�+.. ;r.txn.-,:ai S r.:. �i1',-`+a tKa:' 'r`s'u "-,- t;. M• ri r' .+/' ;: -,.., :.':::. _c':..;�'. - ': �.:...: i:. �ti. a '.r�`y a, y�,!'i zx eA;•'dR!'; rl' °ta:, .,f �' :."�'6 br ,itts':_ Y' '.y,� rk".; .Aq .a':4 t' n �:! 4ri, r L�, _ i' 1E. � r N>'F'- 4w �'V. ✓"s !i'nir.' +'w^:. -'S. n>:>t... - 'na '1+[1, .;. .-� '.,.a. . ..,+..' ''' o-.,.`. .,. .,�. 'T'...v"i:_l. N:3. :'. ,7.,,: N.t, : [ n, ✓:r,. " *.1 ` rr. ' _ ' `. o n c, .•dwf - r. �- ;a: • ,�.r � • a f.�1. 74ay. �„i ” ;:k^ • t>+w: J '.Fk-. r rr �.� .: A, , I T:i g•.1 "ry .ki'.i'pv., �.: ` �,,�,��y; u�N" .��1' iar,'% i.SdC .rX ^�:?4E. rF•�:J,. w �,m ua�, Pfd:§ r ....,_. a: •,., 'F`-. ... �'r.... d, .� :.. ... ... ,..• " .,. r..,r a tr:, :' ,^ ,r.: ^ �+ ..' }t r Fp Raa � -Vr _,. /:c :., ,. s -2?-.� 7•r '' .:;Ilr �..f,. .r_..1q r r. _ : 1.'t,.. v :•.a,._.. � _ .T.-�,n' O _ $?i Po;-'• t km ' s, •4@R, • x e'"�q4 - t�`�` ''�; ..' >��, q �� F �F �> nr� >�• ^ ��r}�ax"mY"J,v r.. yy-':. .,, . " - 'ir'✓' rJl. tr, �: ,� y $ r r x'k?"2' y _: 61 Aj, IF lollw 11.4 lK a $. w`r na!ro-i� y[ <' at".. 4 -+ A s..,'.. T f 4 r .� n . � 5 i - •',1 r-6 FO ("'" -..s• ,"`: r,..- yE.. s. ,..-; ai -.!t '! ;,. 37:.i. fr ';.1: "f:,'.�4r { n r 1 i „ r *'� �4 wq>w;: a?, 7� :.: .... r_. hN.t i$t-!" .',�Ir��:? xa}'; .w {.' M1' 3.r. v..M. r•. } ar. -. :. _.. Y ral ...y _., rS •4.�..,�. ,�- v.. .., ,,-+r- i., ... �';, �.. > _sLL,,:, �"; .,. S•i n: ; .E! .y. a1, , er+4f It L.F. b��. +, ✓; u4 .'� CS,�y+. �.. _ r 5. e4 -'t'. _ I�'w-e't.;.,t,., ,_.. "i�'",-�:a. ..... ,..,�,r:y ,4a-< '� a� 5..+'�" '��- • r' -:. '.,."...:. .-,:. V'y. ' ..<.jl-' W1 S ii0_ .y •V .vh o:r '. rKw:. , ..: 1'P'ta3.:>w Y -RnTr .: p ': yt, y �.�`t„ SF �u:` ',*•.i� `a.: .?1" "�M1s ,e>!•� 4` 3 ,..v - :}. ,. G , ':. . '. s' . ii .... ^g; f�:ul r ,, yn'. .:uk ;f6 ;'n; .J +•-,f. ?1 ''.��r �� a.:" v� < ,.. +` ;1. .,. .r � .- ,:, r r, -, ♦' ,..:.t .., s' ,_ o- N 'Ir .,, � +t! :'-,,Va., : y L: \.:: •.. d ..'n .'. vG , a -n. .r' ,.. ,:_, _ e 'A NL'. n3 ,..:m .4yv YI� �:. cY.,.. _'-.::.. }.-. •�#': ra..�}, .yyamy�� $ :uyAa< Rr. : ,'".u`..4Y1 V&, $ r. .;. '•!M ';. 1Yx,r;..«."F. .P 41^. .... n ,. .».,..,ik,�, ,,.. ,. .Ytr ,..:. a., ,,. n .. ;..,. ,. ,•-:R'° .'"..._ nr,ry ._ .� w�eE ^:'..�yr 't.'_ ka� . ., r t.::'. @,k w.. ..•,6 „ ,.r:,.:{:e �#eil. �.,�.� '!`Cr ' ,': 5 a fS,s::,'n. t - };r.: .7.. ., '' ,� e,�xxJJA< y.. 4... a.:: ,�'., �. 1yr4 '-i: .. �p: '. ,.s :..:,., _ e_ ::7� �'r �`i .t!`a r:{y" r ..;ei ''.�i'f'« -' <_`iP.a, 6.. > r r ;� d :.:ala ,i. ..a -R air c.i B 'i".. :r,.'I'..r. , g'!' ' =; - d"`.: s ', +j -.,.:..: :dy"Tx" :r s .rr n., ""✓"..', >: ,4' 1 .v, eY^ .v<. L4 u::... ur 'Yi.:':: IF•..j.�... .v:•"..A ,.:�- lu 7.a al's ] _ '✓Lr'-".. t i.�r ^rrG'Y';^y k .•..vA:a :(e ,b r'IF •'k:.iA '.� .. �::"� ':. ._ye a,iy..:. : .�` ,• � ,}. �- � b ,ur�.F .a S_ yh'F rrsm �_'ti . `L -.,o y, `a`S:ry 7:;".-• '..: ,'., e. .y '. :t µSM""c�,{^� �, C�:v",+q`'�r. is ti+•s': ,'. ,..�;.f,' :. L "'<y,.,:: .:..;die � 1,:'? --"r r ...,• M1';, irr V"' e ' '. fo- � • Y. s$:,.: � � r Y !-T. � .'�,xF�..,n,. ` f � �+..�i 3 � ,7t ,wr cs'". •d`'; •.!k , �'A,u ,,.'.` �� <,.. � :.� � '. -.,.' ,. �. e �r - I t ie -.�, y ✓S Y '-fs, $ r .y '•!E �:.:r j�4' ':Y. :!V 1 i/ - - •l' ~ t y ,"r � 'r Fh T.. �`y�/ 5. Iki�.N ��t:.( f._.5',:�: t ,,,, ,,,�} a�p�u iY: 3L=. ir.Y::, Y'gLLfksr't' �.:r.-',gyp ��� d -•r' '%i # �- }4'- � :: ., ..: i.'4:: ,i:. �V L'. e+ �Y ,< "Lp B' ,:•,,. a .i�',� +�• 5..:,n. t', r'�`� ;.:x: -,r' Ke .. ,, '�e.` ,`•. ty, �': ..? 3' f a+.;:�',. z._. :�i+, ., x .a. t � ?Veo- i' hv'n1x r. r ���: : r.. a (` .: •:, s R r r.:; }. � •r 1' i.. � .. [ •1'•.; . .::. s'ih.w ��, U.. K' �.t. .a-. f �'`�'� r r• :3'.A, x . _�. �,'uF. + ,:K.� •. .,.r V- .ri`�'9Fa ISF T�iNa .amu ..�Yv.-,,; .,�s �aR � 1,, i e i.N i1; 5P ,. � 1 NtE Y 4. ;.''i - �sG .. _� � ID' -s ,.�. "', .e: , :. w, ,,,' • �:�ar4 `, '��� ��' - rt "',�, un'i. � M+ �f�+T;��:- ! ;'-.x" .y1. ♦. ^�14 Tl "..�` Y t <y'3�� S � .' J ' _ r;=. hl a.'p` �' .! J� a � .G ,'.�.:.e.'�G' : iY J � � `Pd. li'•'. r�;. 1',' ,:,'. + r".� f',i'A `.' :',ta . r li`+.¢° r . �.:• t r.`,A' : y`:)�!'`,��_. , ar - pi4 V ;;'a%z "t'#"'w :: .,✓''I :.,_ r .'y"$'E.i `sa ! �Y �, r�Fk-�,.�, i .. :�.. #a4.�.'.` r. �, �.:iv iV�Y� rte• ,h.. :;$ .: r� `}^i Zil.A, ' •-ii a a .:, rS� it-'? • .. ^lJ'"' '_;; rv'3_ . e� , i r' I, J� `"'d' �' YM1 Y f � p`�1 «r., .i+.in � ,;:., � a.'. � � t � ,r �y.* , .. � qr.s '�` ` ;,e Y,'r$, Y` � �i{„E '?J ,;1�° M. ..+:,aA'f ^h..'r d• � 'b ,,�:, �r. r':•" rrµt� , d. � * •'w;.b ' "R - y„* y _ ....+ s f �.�y'.pq. � ?* R�•-r f . d�i1 h �"YrVb, �� I�F �' i i ! � I..,G �� � �r ::bV' ^P _ . , r..ar : J :fit,. •".+:._ .0 I L E D P 00' 111 C15 PM 2"14 OHNE CHMNEE VEENSTRA & K/MM, INC PAUL'S DISCOUNT DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY Su8e 1 IF Cwatwlle, la • 319-9661W8(FAp A 60' IF NOT ME INCH ON ME NOME2174852.78 12-111111111111111 EW.UM VEENSTRA & K/MM, INC PAUL'S DISCOUNT DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY Su8e 1 IF Cwatwlle, la • 319-9661W8(FAp A 60' SURVEY CONTROL POINTS G.01 CONTROL POINT TABLE Point* NOME2174852.78 EW.UM Dern o. CP -1 WW6 7 648.75 CP 60D ML CP -2 6066}6 652.96 CP 60D NALCP—} 606620 851.66 CP 600 NAL CP -4 606640 647.40 CP 600 ML SURVEY CONTROL POINTS G.01 14 ..•,3 E ;1, x; 1♦ v � �`:`\VY�\�\ v \ \ m ° �t �p.�� xa�. �m ��.� �. � �i�v�.a� �=�vv� ai�''a _ o ` i;a `��v�L� � • +®r.�� v� . �. R. a ��a'�-i�2a��^f .iTr�A����m.-w+��v �'!>�.`�__\ ,•ii0•lci6 � ti� ♦��aa yon \ aV `\\. C1y �`� � a�� _ `y��\ _�,'. mcg ...aa �i1<�:�:.`�``\®�i�."�'�.�\�<'a�`'s`1 �..-_ �w\��'tiF�aas\a_ ®_!_m•A 1.�1'.�O_:. �!•�"`�.�:a __°..'...�.��m\m\\\ '�� �� �a�ea v:��:s ��- �\\'�-.. ®., �. �.....��i�. se9' � _s_. �1.'.��ecv i:�iar•�._ �1-- - � - � ;��r �� � � � �\. v ����\a�' � o _.. `�= a � G33�i p dal�n II�I •���;, a�'����p� i ����� 11111111I�� illAM PNA.� 91rg,P I� � �� , •• � � .�. V�' a 1 n IGP. 1 i I a llal IIP IP. q liillll'i�llllilllll F a'illlEl!I�Bq�li 1 �� iatici 11$$II$illl!$li , �� nl¢15lrll l �U'I"�!$11 n '�!: !,I'llnl i$Ilinc�mllliil$$nl�. �II 1�yj(1� p .. iail II i • AI 1' - ani. q! l�11 i'lp $$$11111 � • ' I �SiP�'SE...A:.xlh.i.G.:. A .�iA �111 S - -13ig lEal.a ' f l I I 11l11l�IlJllli ( n s 1J nn..+. IL o /rsa m . • u. t • it )e p 1 I � � 3i Inll� - •'1111 .,� nanuxs. i `;.1691 f "da I 1!1$$N lal� gg p pp 11 33 yy .�,. riilflx=lini^In�ir$IA _l Il�lill v; !z -A s•aARI!@icai!1l31�9:11'"IS �IAIEP rae �llk dl i..:#11111. g-... C'�s �". 4111 � I � I I �lllill�lilll�1�8111111111111111$[Ila ' I 'Inl l�' 1 IN �� • �pE[uifl�l.!lIIIII�II.IIIII _ �� "IIIAplill�lp�piplll 1pllplllllilll�'ll�l�hilll./ IIIIVpIIIlllllllullul�llpllp$I$I$pppplNllllllllllllIlllllllplp $plplf0���. a 4 ' _ _—_ DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. 0 CITY OF IOWA CITY TRAFFIC CONTROL AND PHASING - PLAN ..••: : WEST BENTON STREET NOTES 1. CONTRACTOR SHVER LOCATE ALL SANITARY SEWER SERVICES 5, NOT CONDUCT WORK ON MORE THAN ] ANY 8. INSTALL NEW WATER SERVICE LINES ON DOUGIASSDRIVE o' so' 100' (HOL20NTP11.Y/VERR NTAL INCIDENTAL TO MOREET. TIME N -I RET AF TIME 70 AVOID THE NEED FOR EXCESSIVE ONESTREET PPAI(ING. AYSCOURTA RESIDENCES. DO NOT MORE TNAN ] AT NY PN 2. CONSTRUCT NEW WATER TNN ON DOUGLASS STREET. PLACE R MAI TO REPLACEMENT ACTIVITY TO ONE SIDE OF DRIVEWAYSTREET EDF TNG RME TO AVOID THE NEED FOR RE THANKCMW ON -STREET Y AT ANG. -STREET NOT CONDUCT ON MORE THAN ]DRIVEWAYS ANY Y 1- TEMPORARY AT ALL DRIVEWAYS AND STREET ET AT rv. DOUGLASS STREET AT A TIME B. WORK LEGEND TEST AND CROSSINGS. TEST AND DISINFECT WATER MAIN. GRADE AN 0.5 SOON AS PASIDAEM HAS CURED. 6. GRADE AND SEED A TIME PARKING. TIME TO AVOID THE N® FOR EXCESSIVE TO 11J.PLNCE 3. PROVIDE TRAFFIC CONTROL AND TENOTOMY SURFACING AT SEEDING IF SEEDING ACTIVITY FALLS OUTSIDE Y SE ACTIVITY TO ONE SIDE OF ME DRIVEWAYCOU STREET CROSSING AS NECESSARY TO MNMNN ONE LANE OF SEEDING OUTSIDE MELDING WINDOW. TREPLACEMENTIME DOUGLASS COURT ATA TIME ® PHASE ONE - DOUGLASS STREET WHITE STREET CROSSINGS. 7. UPON COMPLETION OF ON DOUGLASS STREET, BEGIN GRADE AN 10. GRADE AND SEEPOR YARDS AS SOON AS PAVEMENT HAS CURED. ! INSTTRAFFIC NEW WATER SBLOCE ON DOUGLASSRIVE STREET 4. TER SERVICE OF DOUGLASS COURTTEMPO WATER MAN. DO GLASS CONNEW OUTSIDE SEEDDOW. IF SEEDING ACTIVITY FALLS w MLINESORE RESIDENCES. DO NOT BLOT]( MORE THAN ]DRIVEWAYS AT ANY RESIDENCES. WATER G AT ALL NEW WATER ND AND PUCE TEMPORARY SURFACING AT P1L M SEEDING OUTSIDE SEEDING WIE ALT - TIME TO AVOID THE NEED FOR IXCESSIVE ON -STREET PARKING. AND STREET CROSSINGS. TEMP AND DISINFECT UNE CLOSURE ALTERNATE 2 MDDAS 8030.104. - �2 - WATER MA WATER MAN. 12.PUCE SIDEWPIR CLOSED SIGNAGE 0 R DATE REVISIONSo VERIFY SCALE I DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. DWG. NO. U R c 0 i i FILED 201101"'c 15 PP" 2: 1 CITYCLEF;C> EF V� I0'40A to IT Y110`3A 11 *3A�b"Aw j L-------- f - 1- 1- -- LEGEND --- -1-- --1-- 46 ® PHASE ONE - DOUGLASS STREET PAUL'S DISCOUNT WATER MAIN - •- �2 ® PHASE TWO - DOUGLASS COURT WATER MAIN DATE REVISIONSo VERIFY SCALE DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. DWG. NO. CITY OF IOWA CITY TRAFFIC CONTROL AND PHASING - PLAN J.02 APPROR vFD DATE u.,sm,r IFNOTONEINCHON TNISSHE ,ADNW — 85022d,kV . • Su8e4 • C .hffk,1.52241-1565 =C SACCORDINfAY. VEENSTRA & K/MM, INC. 319466-1000 319466-1"(FA)O 886241-6001(WAT5) PROJECT ilwo ..DP. CDNSTwcr his MV DFADEND HYDRANT 670 665 660 655 650 645 640 635 630 INV OUT=845.91 8' VCP E i of � E8" GTE VALVE STA 1+18 X.808822.50 J"7 E-2174 2.58 /426 S" WATER MAW 8" GATE W /410 /415/40] / / / I r// / / / / / / —552.- /401 /334 LH fl ED /32] NOTES, 8. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING 12.POTHO E EXISTING WATER MAIN AND SANITARY SEWER SERVICES SKM 4. RACE AND COMPACT SUITABLE IXGVATED MATERML AS VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND AT LEAST 80' IN ADVANCE TO VERIFY LOCATION PRIOR TO 1. PROVIDE AND INSTALL BENDS AND FIRINGS NECESSARY TO BACKFILL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. WT044LS NECESSARY TO REDUCE CHLORINE TO AN INSTALNG NEW WATER MAIN. ADJUST ALIGNMENT OF NEW INSTALL NEW 8" DI WATER MNN. VERIFY LOCATION AND DEPTH TRENCHES FDR WATER MAN AND WATER SERVICES LOCATED ACCEPTABLE LEVEL PRIOR TO RUSHING WATER MAIN. WATER MAIN AS NECESSARY TO AVOID CONFLICTS (HORIZONTAL OF EXISTING SERVICES AND WATER MAIN PRIOR TO UNDER PAVED MEAS ME TO BE BACKFILLED WITH CLASS A 9. REPLACE ALL DRIVEWAY SURFACING WITH NEW 6" PCC C-3 AND VERTICAL). MINOR ADJUSTMENTS AND POIHOUNG ME - - - CONSTRUCTING NEW WATER MAN. ADJUST ALIGNMENT AND ROAD STONE DISPOSE OF EXCESS EXCAVATED MATERIAL OFF PAVEMENT. PROVIDE 1M HIM TRANSITION ON EXISTING HNA INCIDENTAL TO CONSTRUCTION OF NEW WATER MAIN. REPLACE DEPTH OF NEW WATER MAIN AS NECESSARY FOR SITE. ROAD STONE BACKFILL MD DISPOSAL OF EXCAVATED DRIVEWAYS ONLY. SEWER SERYCE LINES DAMAGED BY CONSTRUCTION. (INCIDENTAL CONSTRUCTION. MATERIAL ME INCIDENTAL TO WATER AWN CONSTRUCTION. 1D.NEW 1' WATER SEANCE MD CURB BOX. PROVIDE MD INSTALL TO CONSRRUCIION.) 2. INSTAL, DISINFECT AND TEST NEW WATER MAN; NOTIFY OWNER 5. PROVIDE RESTRAINED JOINTS 40' FROM AND ON ALL FITTINGS FIRINGS TO CONNECT TO EXISTING WATER SERVICE LINE UPON PRIOR TO CONNECTING SERVICES TO NEW WATER MAN. LIMIT MD BENDS AND 60' ON DEAD ENDS. COMPLETION OF CONSTRUCTION MD TESTING OF NEW UNE USE FERNCO 1000 OR 5000 - --- DISRUPTION TO WATER SERVICES TO 4 HOURS. 6. SEED ALL AREAS WITH URBAN SEEDING MIXTURE REMOVE MD DISPOSE OF EXISTING CURB BOX. SERVICES ON ----- --- - --- --------..... --"-"' -- 3. FROMM TRAFFIC CONTROL TO PROTECT THE TRAVELING PUBLIC. 7. DO NOT PARK VEHICLES, EQUIPMENT OR STORE MATERIALS OPPOSITE SIDE OF STREET SHALL BE BORED IN PLACE EXISTING SEE SPECIFICATIONS FOR STANDMD ROAD PLANS TRAFFIC WITHIN 4' OF ROADWAY OPEN TO TRA19C. II.PROVIDE TEMPORARY SETMCE LINE RELOCATION TOR M.I. WATER PROFILE CONTROL LAYOUT. PROVIDE RIGGERS AS NECESSARY TO _... SERVICES IN CONFLICT WI1N NEW WATER MAIN AS NECESSARY GRADE CONSTRUCT NEW WATER MAN INCIDENTAL TO TO TRAFFIC COUPLE NEW PIPE TO EXISTNG TO "WAN WATER SERVICE.(INCIDENTAL TO CONSTRUCTION.) CONTROL... .......... . .............. _. _. _. ... _.. ........ DOUGLASS ....D�O UGLA55 . _... _... ...... .... ... .... ... ..... -------------- --------------------------------------------------------------- ---- .... ..... `rr�� m S; ..... ... .. ynr� i 1 .d 1" •• 5 V = 20' H �--.--------- ...... .... .. _... _.__. .. ......... n.... ... .... ........ .. _.. .. _.__ _.. ... _... __. _. _.._ _.. _. _..... _.... ......... _........ I �I 625 —0+25 EXISTING B" VCP SW. - B" WATER YARN .... ......... .. ....7777:� ___._ __... .i. 18" MIN. SEPARATION _. _.. - _. _.._ .._ _.._..._... 0+00 REPLACE MD CENTER SKM AGIF AAxmEo VERIFY SCALE BAR IS ONE INCHOM SINN. OVARIAN. ° H +' IFIONE ON THIS SHEET. ADJUST BCA�BAccoRwxrrr. OMNS AW cH.. ON. ARVwveo ona nmtr FULL LENGTH OF . B" PVC C 900 SANITARY PIPE ON - c 8" WATER MAIN CROSSING. USE FERNCO 1000 OR 5000 d ...... ............ .. . . i.. _. _... i... ._.__. _.__.....:..SERIES STRONG BACK (RC) TO .......... .. _ .. ....... ...... ........ _..._. ......_.. __......... _... COUPLE NEW PIPE TO EXISTNG .id d�m TO nN� n e_� i6vmi ........... COY m .............. ........... �B�{ I*j �ggN:n S:M TES. .... ..... `rr�� m S; ..... ... .. ynr� i 1 .d 1" •• 5 V = 20' H 0+00 1+00 SKM AGIF AAxmEo VERIFY SCALE BAR IS ONE INCHOM SINN. OVARIAN. ° H +' IFIONE ON THIS SHEET. ADJUST BCA�BAccoRwxrrr. OMNS AW cH.. ON. ARVwveo ona nmtr ewVn Voa avw' VEENSTRA & K/MM, INC. 2+00 3+00 DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY • Suile4 • Cmlville Iowa52241-1565 • 319466-I0D6ffAXJ 4+00 /320 a. EXISTING SAN MH /-R,,-651 6] / INV 14fi] 8' VCP W OIJT= INV OUT=843.5] 6' VCP E �i II I 0 le puTVI g � i 570 565 560 355 550 545 540 535 530 525 5+00 WATER MAIN - DOUGLASS STREET I M.01 nseB surf DEC 12 �i EU /333 670 665 660 >I 655 =I 650 ;I 630 S i Ii Ir' PATER AWN IIN-606884. / STOP BOX IS TO BE 7771-�LOCATED OUTSIDE/314 OF PAVEMENT/326 /azo STOP BOX 6 BE 8302LOCATED OU1. 8•' GATE VALVE RM65.1SW NH OF PAVEMENT / StA. 7+66.4INV IN=643.67 8" VCP W T � E^21]3450.18 R INV OUT�543.57 8• VCP Er 53_RW \J H 016• 1-- •' qti I I R ROW �6 ROW ROW , _ OW R51 u / /327/3l�//�// 15 /311ol I m 6" rare VALK I L C SFA 9+33.00 N^605917.98 0 M NT E 175616.99 E 010 FSM 21 DEC 15 P IE OUF SE 12,1' HOPE: 846.10 0' ox' /901 HYDRANT ASSEMBLY •. 1 STA 9+18.99 TTY CLE F _ E-z175�97.se� A CITY. I( P,'d �A\;-64N� lF OF 8" SANITARY CP -1 � B DOUG v ER POLE RELOCATED O WEST (BI OTHERS) L STREET TING SAN MH •648.88 IN:642.23 8• VCP W IN=642.28 5' VCP S OUT^642.18 8' VCP E 10 BOX /204 NOTES, ... :. ......... ....................._..... :..... ......... 8. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING 12POTHOLE EXISTING WATER MAIN AND SNWTMY SEWER SERVICES .................. 4. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND AT LEASE 60' IN ADVANCE TO VERIFY LOCATION PRIOR TO 1. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO BADKRLL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. MATERIALS NECESSARY TO REDUCE CHLORINE TO AN INS ALLING NEW WATER MAIN. ADJUST ALIGNMENT OF NEW INSTALL NEW DI WATER MHN. VERITY LOCATION AND DEPTH TRENCHES FOR WATER AND WATER SERVICES LOCATED ICCEPTADLE LEVEL PRIOR TO FLUSHING WATER MAIN. WATER MAIN M NECESSARY TO AMD (HORRONTAL OF EXISTING SERVICES AND WATER MAIN PRIOR TO E E T M T LLTE WITH CLASS A UNDER PAVED MFRS E 0 BE BACKFl IN N C-3 S. REPVCE ALL DRIVEWAY SURFACING WEAN NEW 8 PCC AND AND VERTICAL). MINOR ADJUSTMENTS AND POTHD,ING ARE NEW WATER MHN. ADJUST NT AND RMB STONE DISPOSE EXCESS EXCAVATED IMTERML OFF PAVEMENT. PROVIDE 1M HMA TRANSITION ON EXISTING HNA INCIDENTAL TO CONSTRUCTION OF NEW WATER MHN. REPLACE Y FOR DEPTH OF NEW WATER MAIN AS NECESSARY FOR DEPTHCONSTRUCTINGNEW O SITE. ROAD STONE Tl AND DISPOSAL OF DRIVEWAYS ONLY. SEWER SERVICE ONES DAMAGED BY CONSTRUCTION. (INCIDENTAL CONSTRUCTION. CONSTRUCTION. ENTAL T FON. L ME INCIDENTAL TO WATER MAIN CON IO.NEW 1• WATER AND CURB BOX. PROVIDE AND IUPON TO CONSTRUCTION.) 2. DISINFECT AND TEST NEW WATER NNE; NOTIFY OWNER RLI- 5. PROVIDE RESTRAIN 40' FROM AND ON ALL FIRINGS FITTINGS T WATER UNE UPON CONNECT TO CONNECT PRIOR TI CONNECTING SEIMC6 TO NEW WATER MHN. LIMIT PRIOR T 'JOINTS AND AND BENDS AND 50' ON DEAD ENDS. G OF N AND TESTING NEW UNE ON TIONEXISTINGAN COMPLETION DISRUPTION TO WATER SERVICES TO {HOURS. 6. S® ALL MEM WITH URBAN SEEDING MSTO RE. . REMOVE AND DISPOSE OF EXISTING CURB BOX. SERVICES ON DI PONSTHUCEXIS - --" 3. PROVIDE TRAFFIC CONTROL TO PROTECT THE TRAVELING PUBLIC. O 7. W NOT PARK VEHIQFS, EQUIPMENT OR STORE MATERIALS OPPOSITE SIOE OF STREET SHALL BE BORED IN PLACE. SEE SPECIFICATIONS FOR STANDARD ROAD PUNS TRAFFIC WITHIN 4 OF ROADWAY OPEN TO TRAFFIC. 11.PR0ADE TEMPORARY SERVICE UNE RELOCATION FOR ALL WATER CONTROL LAYOUT. PROVIDE RAGGEAS AS NECESSARY TO SERVICES IN CONFLICT WITH NEW WATER MAIN AS NECESSARY CONSTHUCT NEW WATER MAIN. INCIDENTAL TO TO TRAFFIC TO "WAN WATER SERVICE (INCIDENTAL TO CONSTRUCTION.) CONTROL : __.. _... _.. __._ ___........ EXISTING PRORLE -___--- --_ ----- (RUDE �_-- --- _ ---�� ----- --- ----- --- .. . _. ...... ............... ._` ........... ... ... _.__. ...... _.. _...�---- - ...... ..._.... ........ _-- q 1r• spew --- - -........ ..RCP .......... .... ..._ .. ....... ..... ..._..._.._. .._... .. .... ..._ _....y'.'.. .. j ... ............ ... :. ......... ....................._..... :..... ......... :.... ......... .:..__. .. . .................. DATE REVISIONS I.. PROPOSED 6" 110011011 I VERIFY SCALE .1. ONE INC..ON ORIWN"L°R"^'NG If NOT ONE INCH ON THIS SN-- FEE.. ec^�SnccoxolxcLY. DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY 1n ^n ow m nm oa AYN �a 1' = 5' V 94022nd00 - • SWX84 • Conlvil88A,24s,8001( 1565 319-466-1000 319-166-f00BffA)0 BB&Y41-9001(WA75) MUM FOR xnvlEw MU V�5+00 6+00 7+00 8+00 9+00 DATE REVISIONS I.. AS D I VERIFY SCALE .1. ONE INC..ON ORIWN"L°R"^'NG If NOT ONE INCH ON THIS SN-- FEE.. ec^�SnccoxolxcLY. DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY xxAxx ALO �xE RRA Asxmvm xw 1+.x+a+r VEENSTRA & K1MM /NC. , 94022nd00 - • SWX84 • Conlvil88A,24s,8001( 1565 319-466-1000 319-166-f00BffA)0 BB&Y41-9001(WA75) MUM FOR xnvlEw MU DIU CONSTRUCT HYDRANT ASSEMBLY STA 9+16.99 REM04E EXIST. 665 8" VAI.vE p 918 REMOVE IX6f. 660 e•• PWG SALVAGE EXISTING HYDRANT ASSEMBLY 655 FOR CRY WATER DEPARTMENT 650 645 640 635 630 I 625 9+50 8" CURING -IN SLEEK I -STA. 9+35.50 N^806688.01 E-2175619.30 EXISTING SM MH RIM -647.22 INV IN=641.39 8• VCP W STORM IMNCE Ct 67,72 RIM IE IN NW 12• HDPE: 644.22 E IN NE 12• HDPE: 644.22 a IE OUT SOUTH 15• HDPE: 643.92 f / EXCAVATE. CAP AND THRUST / BLOCK AT END OF PROJECT ABANDON EXLSIING 6" W STOR INTAKE 647.54 RIM IE IN NORTH 15• HDPE: 642.89 IE 01 SOUTH 15* HOPE: 642.74 CONSTRUCT 3 8" STANDAIW SIFEVE o TIE TO IXISIRIG e" WATER REMOVE EXIST. 6" VAL K ••CoNsTEN CT REMOVE `9,• WATER MAIN fi B:• TEE e" 7EE STI Cr1 ST REMOVE EXIST. ; Q 8'X5' TEE AND 6" WATER DOUGLASS STREET � U m� Q EXIST. 8'•X8" TEE EXCAVATE AND INSTALL MJ CAP AT END OF PROJECT TO ABANDON EXISTING 6" WATER POUR THRUST BLD, -- - ^ REMOVE ON CONNECTIONS DETAIL WATER MAIN - DOUGLASS STREET ca OOSf. 6 VALVE 00 ". 8" WATER EXIST. WWI" REDUCER EAST. TRACE wEE BOX RELORE TO EXIST. 6" VALVE DING. No. M.02 s -STA WE - - V' DIX VA IE F 2174878.47 *WALL NEW WEDER FILED I - N-60604111.61 ,,, ` USING Comp RITING 1 UST ailND 2 EX , _ OUT 6" 56 11"120 �' CITY CLE.Rh 'd .. " IOWA CITY, IOWA 11 REMOVE, SAVI%GE AND PROVIDE EXISTING PAVERS ON EITHER SIX OF THE DRIVEWAY WITHIN THE 4 CONSTRUCTION LIMITS TO THE CT PROPERTY OWNER. NO TREES win. AND LANDSCAPING —_,TrCT POWER POLE 670 665 660 655 650 645 640 635 630 625 EXISTING SAN MH REM -652.87 INV IN -645.92 8• VCP N INV OUT -645.82 e• VCP E 670 665 660 655 650 645 640 635 630 3 3 625 1. PROVIDE AND INSTALL BENDS AND FTTINGS NECESSARY TO INSTALL NEW 8" DI WATER MAIN. VERA LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAN PRIOR TO CONSTRUCTING NEW WATER MAIN. ADJUST ALIGNMENT AND DEPTH OF NEW WATER MAIN AS NECESSARY FOR CONSTRUCTION. 2. INSTAL.. DISINFECT AND TEST NEW WATER MAIN; NOTIFY OWNER PRIOR TO CONNECTING SERVICES TO NEW WATER MAIN. UMT DISRUPTION TO WATER SERVICES TO 4 HOURS. 3. PROVIDE TRAFFIC CONTROL TO PROTECT THE TRAVEUNG PUSUC. SEE SPECIFICATIONS FOR STANDARD ROAD PVNS TRAFFIC CONTROL LAYOUT. PROVIDE BAGGERS AS NECESSARY TO CONSTRUCT NEW WATER AWN. INCIDENTAL TO TO TRAFFIC CONTROL 4. PLACE AND COMPACT SUITABLE EXCAVATED MATERVL AS BACKFILL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. TRENCHES FOR WATER WIN AND WATER SERVICES LOCATED UNDER PAVED MEAS ME TO BE BACKFIU ED WITH LASS A ROAD STONE DISPOSE OF EXCESS EXCAVATED MATERIAL OFF SITE. ROAD STONE BACKFILL AND DISPOSAL OF EXCAVATED WTERML ARE INCIDENTAL TO WATER MAIN CONSTRUCTION. 5. PROVIDE RE5TRNNED JOINTS 40' FROM MD ON ALL BRINGS AND BENDS AND W' ON DEAD ENDS. AL 6. SEED L MEAS WITH URBAN SEEDING MIXTURE. 7. DO NOT PARK VEHICLES, EQUIPMENT OR STORE MATERIALS WITHIN 4' OF ROADWAY OPEN TO TRAFFIC. 8. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHLORINE TO M ACCEPTMLE LEVT:L PRIOR TO RUSHING WATER MAN. 9. REPLACE AL DRIVEWAY SURFACING WITH NEW 6" POC C-3 PAVEMENT. PROVIDE 1M HMA TRANSITION ON EXISTING HMA DRIVEWAYS ONLY. IO.NEW 1• WATER SERVICE AND CURB BOX. PROVIDE AND INSTALL FITTINGS TO CONNECT TO EXISTING WATER SERVICE UNE UPON COMPLETION OF CONST i11C110N AND TESTING OF NEW UNE. REMOVE AND DISPOSE OF EXISTING CURB BOX. SERVICES ON OPPOSITE SIDE OF STREET SHALL BE BORED IN PUCE. I1.PROWDE TEMPORARY SERVICE UNE RELOCATION FOR ALL WATER SERVICES IN CONFLICT WDH NEW WATER AWN AS NECESSARY TO "WAIN WATER SERVICE. (INCIDENTAL TO CONSTRUCTION) 12.POTHOLE EXISTING WATER MAIN AND SANITARY SEWER SERIKES AT LEAST 60' IN ADVANCE TO VERIFY LOCAl10N PRIOR TO INSTALLING NEW WATER AWN. ADJUST ALIGNMENT OF NEW WATER MAN AS NECESSARY TO AVOID CONFLICTS (HORIZONTAL AND VERTICAL). MINOR ADJUSTMENTS AND POTHOUNG ME INCIDENT& TO CONSTRUCTION OF NEW WATER MAIN. REPLACE SEWER SEANCE LINES DAMAGED BY CONSTRUCTION. (INCIDENTAL TO CONSTRUCTION) 10+00 11+00 12+00 12+50 DATE REVISIONS acaLe AelXlfm I VERIFY SCALEDWG. �AeDH. � CH DH OINGT LCa E. .�,• IEFICTONE.mm THE SHEET, A .f aACCDemHD1•. NqmcCITY DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. OF IOWA CITY WATER MAIN - DOUGLASS COURT NO. wuwH a.D M.03 EAAENC..EED ONE AO, ONTE ,,.n m,l B6022Nd Avenue IN SuRe4 IN C aVflle,lawa52241-1565 VEENSTRA & KIMM, INC. 319866/000 31946&IOW(FAV IN BBB-2414001(WATS) imueeroa ReV1Ee PROJECT „boa 670 1/�% � � ��I •.i, ■ r � ,.���� � _ � /I/. j/�������1%/ , /� __ �I�� 'It`s )VOA- S. COORDINATE FLUSHING OF MAN AND OPERATION OF DDSTING 12.POTHOLE EXISTING WATER MAIN AND SANITARY SEWER SERVICES • 4� AT LEAST 60' IN ADVANCE TO VERIFY LOCATION PRIOR TO � ��' i� � i�' ' 1� "�.- ����� 1. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO BACKFILL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. Ii INSTAIIJNG NEW WATER MAN. ADJUST ALIGNMENT CA NEW ;I�/^��®' ""��� ■ter: THA an ACCEPTPBIF LEVEL PRIOR TO FLUSHING WATER AWN. ao i -MAP►�., ,Lm rr \�� • �,:_�\ / \�� �_ �� �1 AND VERTICAL). MINOR ADJUSTMENTS AND POIPOUNG ME """'-"-""'--- "t `C CONSTRUCTING NEW WATER MAIN. ADJUST NJCNMENT MO ROAD STONE. DISPOSE OF EXCESS EXCAVATED MATERIAL OFF PAVEMENT. PROVIDE IM HNA TRANSITION ON EXISTING HIM INCIDENTAL TO CONSTRUCTION OF NEW WATER MAN. REPLACE DEPTH OF NEW WATER WN AS NECESSARY FOR SITE. ROAD STONE BACKFILL AND DISPOSAL OF EXCAVATED �r���'� SEWER SERVICE LINES DAMAGED BY CONSTRUCTION. (INCIDENTAL ��_��!\��i��►'�I _ .-...,. _ - -• • -nom � '�t� i�",_r_ 670 670 )VOA- S. COORDINATE FLUSHING OF MAN AND OPERATION OF DDSTING 12.POTHOLE EXISTING WATER MAIN AND SANITARY SEWER SERVICES • 4� AT LEAST 60' IN ADVANCE TO VERIFY LOCATION PRIOR TO � ��' i� � i�' ' 1� "�.- ����� 1. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO BACKFILL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. Ii INSTAIIJNG NEW WATER MAN. ADJUST ALIGNMENT CA NEW �� il� ""��� ��"� THA TRENCHES FOR WATER MAIN AND WATER SERVICES LOCATED ACCEPTPBIF LEVEL PRIOR TO FLUSHING WATER AWN. WATER MAN AS NECESSARY TO AVOID CONFLICTS (HORIZONTAL 665-""""' OF EXISTING SERVICES AND WATER MAIN PRIOR TO UNDER PAVED AREAS ME TO BE BACKFILLED WITH CLASS A 9. REPLACE AL DRIVEWAY SURFACING WITH NEW 6' PCC C-3 AND VERTICAL). MINOR ADJUSTMENTS AND POIPOUNG ME """'-"-""'--- -- 665 CONSTRUCTING NEW WATER MAIN. ADJUST NJCNMENT MO ROAD STONE. DISPOSE OF EXCESS EXCAVATED MATERIAL OFF PAVEMENT. PROVIDE IM HNA TRANSITION ON EXISTING HIM INCIDENTAL TO CONSTRUCTION OF NEW WATER MAN. REPLACE DEPTH OF NEW WATER WN AS NECESSARY FOR SITE. ROAD STONE BACKFILL AND DISPOSAL OF EXCAVATED DRIVEWAYS ONLY. SEWER SERVICE LINES DAMAGED BY CONSTRUCTION. (INCIDENTAL CONSTRUCTION. MATERIAL ME INCIDENTAL TO WATER MAIN CONSTRUCTION. IO.NEW 1' WATER SERVICE AND CURB BOX. PROVIDE AND INSTALL TO CONSTRUCTION) 2. INSTAL, DISINFECT AND TEST NEW WATER MAIN; NOTIFY OWNER 5. PROVIDE RESTRAINED JOINTS w' FROM AND ON ALL FITTINGS FIRINGS TO CONNECT TO EXISTING WATER SERVICE LINE UPON PRIOR TO CONNECTING SERVICES TO NEW WATER MAIN. LIMIT AND BENDS AND 60' ON DEAD ENDS. COMPLETION OF CONSTRUCTION AND TESTING OF NEW UNE 660 660 DISRUPTION TO WATER SERVICES TO 4 HOURS. 5. SEED ALL AREAS WITH URBAN =ING MIXTURE REMOVE AND DISPOSE OF EXISTING CURB BOX. SERVICES ON 3. PRWIDE TRAFFIC CONTROL TO PROTECT THE TRAVELING PUBLIC. 7. DO NOT PARK VEHICLES. EQUIPMENT OR STORE MATERIALS OPPOSITE SIDE OF STREET SHAJL BE BORED IN PLACE. 670 670 )VOA- S. COORDINATE FLUSHING OF MAN AND OPERATION OF DDSTING 12.POTHOLE EXISTING WATER MAIN AND SANITARY SEWER SERVICES C PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND AT LEAST 60' IN ADVANCE TO VERIFY LOCATION PRIOR TO 1. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO BACKFILL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. MATERIALS NECESSARY TO REDUCE CHLORINE TO AN INSTAIIJNG NEW WATER MAN. ADJUST ALIGNMENT CA NEW INSTAL NEW 6' DI WATER MAN. VERIFY LOCATION AND DEPTH TRENCHES FOR WATER MAIN AND WATER SERVICES LOCATED ACCEPTPBIF LEVEL PRIOR TO FLUSHING WATER AWN. WATER MAN AS NECESSARY TO AVOID CONFLICTS (HORIZONTAL 665-""""' OF EXISTING SERVICES AND WATER MAIN PRIOR TO UNDER PAVED AREAS ME TO BE BACKFILLED WITH CLASS A 9. REPLACE AL DRIVEWAY SURFACING WITH NEW 6' PCC C-3 AND VERTICAL). MINOR ADJUSTMENTS AND POIPOUNG ME """'-"-""'--- -- 665 CONSTRUCTING NEW WATER MAIN. ADJUST NJCNMENT MO ROAD STONE. DISPOSE OF EXCESS EXCAVATED MATERIAL OFF PAVEMENT. PROVIDE IM HNA TRANSITION ON EXISTING HIM INCIDENTAL TO CONSTRUCTION OF NEW WATER MAN. REPLACE DEPTH OF NEW WATER WN AS NECESSARY FOR SITE. ROAD STONE BACKFILL AND DISPOSAL OF EXCAVATED DRIVEWAYS ONLY. SEWER SERVICE LINES DAMAGED BY CONSTRUCTION. (INCIDENTAL CONSTRUCTION. MATERIAL ME INCIDENTAL TO WATER MAIN CONSTRUCTION. IO.NEW 1' WATER SERVICE AND CURB BOX. PROVIDE AND INSTALL TO CONSTRUCTION) 2. INSTAL, DISINFECT AND TEST NEW WATER MAIN; NOTIFY OWNER 5. PROVIDE RESTRAINED JOINTS w' FROM AND ON ALL FITTINGS FIRINGS TO CONNECT TO EXISTING WATER SERVICE LINE UPON PRIOR TO CONNECTING SERVICES TO NEW WATER MAIN. LIMIT AND BENDS AND 60' ON DEAD ENDS. COMPLETION OF CONSTRUCTION AND TESTING OF NEW UNE 660 660 DISRUPTION TO WATER SERVICES TO 4 HOURS. 5. SEED ALL AREAS WITH URBAN =ING MIXTURE REMOVE AND DISPOSE OF EXISTING CURB BOX. SERVICES ON 3. PRWIDE TRAFFIC CONTROL TO PROTECT THE TRAVELING PUBLIC. 7. DO NOT PARK VEHICLES. EQUIPMENT OR STORE MATERIALS OPPOSITE SIDE OF STREET SHAJL BE BORED IN PLACE. SEE SPEOFICAIIONS FDR STANDARD ROAD PVNS TRAFFIC WITHIN 4' OF ROADWAY OPEN TO TPAFF1C. II.PROVIDE TEMPORARY SERVICE UNE RELOCATION FOR AL WATER CONTROL LAYOUT. PROVIDE BAGGERS AS NECESSARY M SERVICES IN CONFLICT WITH NEW WATER MAIN AS NECESSARY - ' CONSTRUCT NEW WATER MAIN. INCIDENTAL TO TO TRAFFIC TO MANTAN WATER SERVICE. (INOONTA- M CONSTRUCTION.) 655 ........._. cONma. _... .__. _. _._. _. _.... ........... 655 r - EXISTING PROFILE ---- -i� '------ 650 --- .............................. _._... --- - ...................... ------- ------_W..,____ ........... _...._.__ __..._.___. ... ......... ....... .......... .._...._........ g 50 - -- ----- --- ---- 645 . ........ ...._g45 ......... .........................' Y 640 ... .._:._. _. ...._........_. _ .__. ...... .._ .__. ........... .......... .... _... ...... .... ........ ................... 40 PROPOSED 6" WATER MN _._. _... _.... __. _....._... .___. _ ........_ _ _... _.___.............. ._......__ ._ .......... .'. ........... _............... 635 E635 C C 630 ___... ... _. _.. ._ _..._..... __. _. _.... ._..........._. _..... ...._ _.._. _ _.. _.. ......._ _.............. .. .. ......... .._..........._. .. 3 630 3 o ?a nn ora °!:'? 4v�i...... n.n na 1N 5� V as rN g S 16m ag �:m gg 0 rb: r�� ,3� e_� 1 N - 20' H '�O m '�N3 _625 625 12+50 13+00 14+00 15+00 16+00 17+00 17+50 DATE REVISIONS RuuA uxmED VERIFY SCALE DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. DWD. NO. 3 .RIRDNeINEHDN ORIGI 4DMWIXG ,� , IFNWMEwcHON *Hua EHEET.AWUs %AIESACCOWINOLx. clTvoFlownclTv WATER MAIN - DOUGLASS COURT M.04 ggl{ED py ARE.°RB i DAre lm.l+ sw0 , IAvenge • SuiW4 • COFalviff-,l 52241-1565 VEENSTRA & K/MM, INC. 319466.1000 , 31946&1D06IFAw . 666-2414IOI(MArn _Y IBRDEDFDR REVIEW aeolecT nsaD X wl I Oo u _ y q� Y, (• 50. 17+ m a" GATE VALVE �— - 2 & 35 I GTE VALVE SOL N-808881.18 ^' 8"-11.25 BEND STA 19+8.88 N-608880.47 3c 8" ADJUST LOCATION TO N-80887S.2e E-21754 11.31 E-217843'pc' 6.8 v n m ENSURE POWER POLE E-2175463.65 PIN m m > rp ii 1 ! x8"-11.25 BEND �- --ate �^ m- • /III ' �\ SFA + 18. STA. 1B+25.6 STOP BB TAPID +38 PROTECT TN-506BA6 N- FENCE.01 OUTSIDE OAGa II I l$ 778..5+8 8 480. 4. 2 Y'-4BED/LE E-27548433 17+9547 21 -60692.1WEST TOROW —BSf -2175186.08 (BY OTHERS) `K •: rw _ CONSTCTION SFA 7+74.19 m m Nm _A; x o _ s 697 LIMTIS E-21 \ I A 1E-C/C �� I u 26 40' p i mb50 r N- m F y n(u\g \�•� _ .. I 5" GA]T+E 80V&VE i9i d \�•� m 14-606884.8hY 21hlloINA $ S P POWER POLE mrm /'O I 6' vcP 6 5" WATER MAN FERIA'. E ] a A i�1 . D0UGLASStil =cco1 RT 646 if OF \ 6 / R G _s a+ G 6" sAwrlm 699 / CONSTRUCTION / X OUTS ®^ of £ I esD-- i CURB BOX TOREMAIN. V / /I� I c� E 7541V 7M9R0+42 Nlf IASSFYBIY GM m POWER POLE ItELOGTEO /� 41:4, v \ \ 10' WEST (BY 07NER5) m A/1 p — rl 22 mr. 670 665 660 655 650 645 640 635 630 625 17+25 18+00 19+00 670 665 NOIES' ...................:........................................... ........... .. :........._ _.. ..........._ _._.._ . ........ ... ................... EXISTING 8" VCP SM. /n 18' MIN. SEPARATION 1/1 REPLACE AND CENTER FULL 2. INSTALL, DISINFECT AND TEST NEW WATER MAN; NOTIFY OWNER PRIOR TO LENGTH OF CONNECTING SERVICES TO NEW WATER MAN. UNIT DISRUPTION TO WATER _... _... _._ _. _. _.. _.. _..__ _..... _.8' PJC C 900 SANITARY PIPE ON... ........./1A B" WATER MAN CROSSING - .. _....... _.. V•A USE FERNCO 1000 OR 5000 \ SERIES STRONG BACK (RC)) TO �l COUP ILE NEW PIPE TO EXISTING. O TRAFFIC CONTROL EXISTING 4. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS EACKFILL FOR ALL PROFILE ........ ................. _.. _... ....._ _.__. .... .GRME�-.. .... .. -_ ------------ - - - _ i CLASS A ROAD STONE DISPOSE OF EXCESS EXCAVATED MATERIA. OFF SITE. 1 ........ ROAD STONE BACKFILL AND DISPOSAL OF EXCAVATED MATERIAL ARE INCIDENTAL TO WATER MAIN CONSTRUCTION 5. PROVIDE RESTRAINED JOINTS 40' FROM AND ON ALL FTITINGS AND BENDS AND 17+25 18+00 19+00 670 665 NOIES' ...................:........................................... ........... .. 17+25 18+00 19+00 670 665 NOIES' 1. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSATCY TO INSTAL NEW 8" 01 WATER MAN. VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAN PRIOR TO CONSTRUCTING NEW WATER MAIN. ADJUST ALIGNMENT AND DEPTH NEW WATER MAIN AS NECESSAIiY FOR CONSTRUCTION. 660OF 2. INSTALL, DISINFECT AND TEST NEW WATER MAN; NOTIFY OWNER PRIOR TO CONNECTING SERVICES TO NEW WATER MAN. UNIT DISRUPTION TO WATER SERVICES TO 4 HOURS. 3. PROVIDE TRAFFIC CONTROL TO PROTECT THE TRAVELING PUBLIC. SEE SPECIFICATIONS FOR STANDMD ROAD PLANS TRAFFIC CONTROL LAYOUT. PROVIDE 65555 FIAGGERS AS NECESSARY TO CONSTRUCT NEW WATER MAIN. INCIDENTAL TO TO TRAFFIC CONTROL 4. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS EACKFILL FOR ALL TRENCHES NOT LOCATED UNDER PAVEMENT. TRENCHES FOR WATER MAN MD WATER SERVICES LOCATED UNDER PAVED IDEAS ARE TO BE BACKFILIEU WITH CLASS A ROAD STONE DISPOSE OF EXCESS EXCAVATED MATERIA. OFF SITE. 6550 ROAD STONE BACKFILL AND DISPOSAL OF EXCAVATED MATERIAL ARE INCIDENTAL TO WATER MAIN CONSTRUCTION 5. PROVIDE RESTRAINED JOINTS 40' FROM AND ON ALL FTITINGS AND BENDS AND 60' ON DEA] ENDS 6. SEED ALL AREAS WITH URBAN SEEDING MIXTURE. 645 7. DO NOT PARK VEHICLES. EQUIPMENT OR STORE MATERIALS WITHIN 4' OF ROADWAY OPEN TO TRAFFIC. B. COORDINATE FLUSHING OF MAN AND OPERATION OF EXISTING VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHLORINE TO AN ACCEPTABIE LEVEL PRIOR TO FLUSHING WATER MANN. 9. REPLACE ALL DRIVEWAY SURFACING WITH NEW 6" PCC C-3 PAVEMENT. PROVIDE 640 1M HIM TRANSITION ON MSTING MMA DRIVEWAYS ONLY. IONEW V WATER SERVICE AND CURB BOX. PROVIDE AND INSTALL FITTINGS TO CONNECT TO EXISTING WATER SERVICE UNE UPON COMPLETION OF CONSTRUCTION AND TESTING OF NEW UNE REMOVE AND DISPOSE OF EXISTING CURB BOX. SERVICES ON OPPOSITE SIDE OF STREET SHALL BE BORED IN PLACE. 11.PROMDE TEMPORARY SERVICE UNE RELOCATION FOR ALL WATER SFTNCES IN 635 CONVICT WITH NEW WATER MAIN AS NECESSARY TO "WAN WATER SEANCE. (INCIDENTAL TO CONSTRUCTION.) 12.POTHOLE EXISTING WATER MAN ANO SANITARY SEWER SERVICES AT LEAST 60' IN ADVANCE TO VITRIFY LOCATION PRIOR TO INSTALLING NEW WATER MANN. ADJUST ALIGNMENT OF NEW WATER AWN M NECESSARY TO AVOID CONFLICTS 630 (HORIZONTAL MD VERTICIL). MINOR ADJUSTMENTS AND POTHOLING ME INCIDENTAL TO CONSTRUCTION OF NEW WATER MAIN. REPLACE SEWER SERVICE LINES DAMAGED BY CONSTRUCTION. (INCIDENTAL TO CONSTRUCTION) 625 20+00 DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV. CITY OF IOWA CITY WATER MAIN - DOUGLASS COURT 8602210AV . . SuNa4 . CaSaMlk l..52291-1565 VEENSTRA & KIMM, INC. 319-"&IQDO . 318466-1008(FA)J . 886-241a 1(WATS, 1LTAK&7 PROJECT 11600! EROSION CONTROL NOTES: s _n 1. CONTRACTOR TO COMPLY WITH PROIECf STORM <. MAINTAIN EXISTING VEGETATION UNTIL ]. REMOVE TEMPORARY SEEDING, PREPARE. _ --. WATER POLLUTION PREVENgON PLAIN AND EXCAVATION IS REWIRED. DO NOT STRIP TARGE FE0.TILIZf, SEED AND MULCH AUL ARM TO BE •, — , - - SUOATRFgUMFMENI$. PROVIDE TEMPDMRY PORTIONS Of PROTECT AREA INANTICIPATIOX OF SEEDED. WATER AS RFgU1REDT0 ESTABUSX. MEASURES 100. CONTROL OF EROSION,DUST, IXGVATON. B. REMOVE EROSION CONTROL MEASURES WNFN SEDIMENT, HYDRANT FLUSHING, CONCRETE 5. INSTALL FILTER SOCKS AROVNDSTOC[PILED SEEDING IS ESTABLISHED. PREPARE AND SEED WASHOLELMDVEHICLETRACKING. SWPPP MATERWSTO PREVENT MIGRATION OF AREAS WHERE SEEDING HAS NOT ESTABUSHED ri ' ' SHALL BE AVAILABLE ON SITE AT ALL TIMES UNTIL SEDIMENT DUE TO EROSION CONTROL MEASURES OR �� 3 NOTICE OF DISCONTINUATION I5 FILED. 6. PROVIDETEMPORARY SEEDING ON DISTURBED WHERE BARE SPOTS ARE FOUND. m m .,. :,. I. u.,.l 2. PERIMETER EROSION CONTROL MEASURES SHALL AREAS THAT WILL NOT BE COMPLETED FOR MORE BE INSTALLED PRIOR TO DISTURBING SOILS. THAN IO DAYS. TEMPORARY SEEDING REQUIRED— ' 3. INSPECT EROSION CONTROL MEASURES AS WHEN ACTIVITY IS CONDUCTED OUTSIDE • RE WIRED INTHESWPPP. SPECIFIED SEEDING WINDOW. - - T-- •'-- -- ---�---------- --- -� D B i I DECC 2 I CITY ?4�R(za .,D I �`�`� I 'TT i 1211 1 � i I /n< hPa /wx � z .x I I.Ez I t•Ia. 11 - _ T —_1 _ __ — — _ _ �•pI c _ _ 1-5 . _- rR_ s DOUGLASS . bZ�ET cc / a R, Pn w, uu 1 Ixm Ix C �FlLTEA (20 L17 I /, FILTER SOCRS OHF i (2.3 63a I— — — i . I I 1 � /7� ,FlLTER SOCKS �, I � � - / I � / A i \ `. • — - .e eI o Tn % • � I � . , x- s.� D .. L —_ -- - -- �-P--- � x '1 to — — —_ I ,o � _� J e mow- . P-. 2sr / l C [ J G (15 LF) CCKD 1 0 — r • I.PT � pn � Im � l+w � Im � � ',. •� I I i I i ROSION CONTROL LEG ENP i 1 --- FILTER SOCK i , I I • � I 1 L I—__ _ —__ -- _—L_--_— -- — _—__—__—__— _-______ _ CONCRETE WASHOUT — — — — - --- �— 0 4 INTAKE PROTECTION - MISTING INTAKE PAUL'S DISCOUNT ....... TOPSOILSTOCKPILE 1 ® HYDRANT FLUSHING LOCATION _- I 3/ •- �. DATE REVISIONS 1. AS NOMD 'VERIFY SCALEt DWO. NO. I M N„D DOUGLASS STREET AND DOUGLASS COURT WATER MAIN IMPROV w I. oxE mcx ox I E. DRS OWRNAL D... CITY OF IOWA CITY APPROVED OR. ^� �- EROSION CONTROL - PLAN R.01 mlwT KET,APx Ox wTE ,znuNmT TnexEET,ADivar 860 1000enu• • 6COO • Car a MllSbwa4EDO AT f ISFAI OR CONSTAUCTwx ...,.'ucOxDl„aL•' VEENSTRA & K/MM, INC. ,3fs�ssTaan 3fs+ss/amffuo eee-2+TagDlnvnrn TNro3Bcr YTea :� �:... "� (-' CJ I v _ ;'� :i: -�.' w �c.� �� .�� c� —. "' <•_� ��