Loading...
HomeMy WebLinkAboutSEWER SEPARATION OAKLAND CEMETARY (2004)SEWER SEPARATION OAKLAND CEMETERY 2004 Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 04-208 RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE OAKLAND CEMETERY SEWER SEPARATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 31st day of August, 2004, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3rd dayof Auqust ,2004. City 'Clerk Approved by: vf b r Resolution No. 04-?08 Page 2 It was moved by Champion and seconded by Vanderhoef the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliot'( X Lehman X O'Donnell X Vanderhoef X Wilburn City C '- - 10~4 C~h~ IOWA CITY OF I0 CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE OAKLAND CEMETERY SEWER SEPARATION PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: ,,,,%~:~s~ o~?~,,, ~'Bfian-A. aoelk, I~/.E. - ' Senior Civil Engineer Iowa Reg. No. 16503 "....~. ~o~,~......" My license renewal date is December 31,2004. F FILED TABLE OF co~T~T~6 AH 9:13 CITY CLERK Paqe Number IOWA CI~', IOWA TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ................................................................................ AF-1 NOTE TO BIDDERS ............................................................................................... NB-1 FORM OF PROPOSAL ....................................... ; ................... ................................ FP-1 BID BOND ............................................................................................................... BB-1 FORM OF AGREEMENT ........................................................................................ AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1 GENERAL CONDITIONS ........................................................................................ Ge-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS ........................................................................................................ R-1 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules ..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation ................................................................... 02100-1 Section 02510 Hot Mix Asphalt Paving, Bituminous Seal Cost, and Milling 02510-1 Section 02700 Sewers ................................................................................. 02700-1 Section 02750 Jacked Crossings ................................................................ 02750-1 Section 02900 Landscaping ....................................................................... 02900-1 OAKLAND CEMETERY SEWER SEPARATION /IH 9" Sealed proposals will be received by the City Clerk of the Ci~ty of Iowa City, Iowa, until 10:30 CITY 0LERK A.M. on the 13 day of September, 2004, or at a later date and/or time as determined by the IOWA ,~ITY, i©WA Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 14TM day of September, 2004, or at such later time and place as may be scheduled. The Project will involve the following: · 8" PVC Truss sanitary sewer · 8" sanitary sewer, bored & jacked · Sanitary sewer manholes, connections, and pipe removals · Storm sewer repair · Asphalt removal and replacement · Finish grade, topsoil, and seed All work is to be done in strict compliance with the plans and specifications prepared by City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and ara on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a cerporetion 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 ensudng the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a pedod of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred FllI~_L.)r-r'"' 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 Z00~ ~,[.l[~ 26 A~I 9: I 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 Ct-fY CLEFTS\ operation of the contract, and shall also guarantee IOVVA CITY,IOWA 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 Completion Date: November 15, 2004 Liquidated Damages: $250.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders. A $15 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to 'City of Iowa city'. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Depadment of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the. names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL BROOK .D PARK SEWER SEPA T O. PROJECT CITY OF IOWA CITY HL.F_D NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INC~D~D~N.-~ME,,,, ~ BOUND VOLUME OF THE SPECIFICATIONS SEPA~TE COPIEg~/ATRt~gAL ARE . ~ ~ ~ . CONTAINED WITHIN THE BACK COVER OF THIS DOCUMent. ~T~' Name of Bidder Address of Bidder TO: Ci~ Clerk City of Iowa Ci~ Civic Center 410 E. Washington St. Iowa Ci~, IA 52240 The undersigned bidder submits herewith bid securi~ in the amount of $. ., in a~rdan~ with the te~s set fo~h in the "Project Specifi~tions." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, se~i~s, materials and equipment and to pedorm the Project as described in the Contract Documents, including Addenda , and , and to do all work at the pri~s set fodh herein. We fu~her propose to do all "E~ra Wo~" ~ich may be required to ~mpiete the ~rk ~ntemplated, at unit prices or lump sums to be agreed upon in writing prior to starling such work. ESTIMATED UNIT E~ENDED ITEM DESCRIPTION UNIT QUANTI~ PRICE AMOUNT 1 Pavement, Remove & Repla~ SY 80 $. $. 2 Storm Sewer Repair EA 1 $. $. 3 Storm Sewer In~ke, R & R EA I $. $. 4 Removal, Sanita~ Pipe LF 50 $. $. 5 ' Sanita~ Sewer, 8" PVC Truss LF 367 $. $. 6 Sanita~ Sewer, Bom & Jack LF 82 $. $. 7 Manhole, Sanita~ Sewer EA 5 $. $. 8 Sanita~ Sewer Connection EA 5 $. $. 9 Landscape Restoration LS 1 $. $. 10 Finish Grade, Topsoil & Seed LS 1 $. $ 11 Traffic Control LS 1 $. $. 12 Mobilization LS I $. $. TOTAL EXTENDED AMOUNT = $ FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder cedifies that this proposal is made ~n good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any. conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-2 BID BOND ,as Principal, and as Surety declare that we are held and are firmly bound unto the City 4eI0~o~6 ~i~y, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ~.) to pay s,c.d,~ltJ-r~ a'~..~-~'~n provided. We as Principal and Surety further promise and declare that these o,b.l~.~on~l~l~alll~ our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for_ Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's . faithful performance of said Project, and for the payment of all persons performing labor or fumishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 (Seal) Witness Principal By (Title) (Seal) Surety By Wi(ness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the C~lof ,,lo~a~c~ty, Iowa ("city"), and Whereas the Ci~ has prepared ~ain plans, specifi~tions, praise,and ~d,documents '~ r dated the day of 20 , Project ("Project"), and Whereas, said plans, specifi~tions, proposal and bid documents accurately and fully describe the terms and ~nditions upon which the Contractor is willing to pefio~ the Pro]eot. NOW, THEREFORE, IT IS AGREED: 1. The Ci~ hereby a~pts the a~ched proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreemenl ~nsists of the following ~mponent pa~ which are in~orated herein by referent: a. Addenda Numbe~ ; b. "S~ndard 8pecifi~tions for Highway and Bddge Cons[~ction," Sedes of 2001, Iowa Depadment of T~nspo~ation, as amended; c. Plans; d. Spedfi~tions and Supplemen~ ~nditions; e. Adve~isement for Bids; f. Note to Bidde~; g. Pefiorman~ and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Fede~l-Aid Pro]e~s; i. Contract Complia~ Program (Anti-DJs~mination Requirements); j. Proposal and Bid Documents; and k. This Inst~ment. The above ~mponen~ are deemed ~mplementa~ and should be read together. In the event of a discrepan~ or in~nsisten~, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of .20 . , City Contractor By By (Title) Mayor A'i-I'EST: A'I-FEST: (Title) 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 ..S~.urety hereby bind themselves, their heirs, executors, administrators, successors and as~ns, joidtty and severally. ~> ~.. ~-~ ~ WHEREAS, Contractor has, as of , entered into ~ ~ ~: ~ (date) :~ ;~ ~ wdtten Agreement with Owner for 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 , which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to. be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the ~rst 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 propedy paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of ( ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY Of IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (city, state, zip) (Phone) PB-2 CtTV CLERK IOWA CITY,, IOWA Contract Compliance Program CITY OF I0 WA 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 odgin, sex, gender identity, sexual orientation, disability, madtal 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 Pr(~gram. Emergency contracts may be exempt from this prevision 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 ara responsible for assudng that City contractors, vendors, and consultants ara 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. Pdor to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required matedal must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance dudng 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. "~ CC-1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated dudng employment without regard to their race, color, creed, religion, national odgin, sex, sexual orientation, gender identity, disability, madtal status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. .3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer?. (Please print) Phone number Address 5. The undemigned agrees to display, in ~nspicuous pla~s at the woA site, a~ostem~quirad by federal and s~te law for the duration of the ~n~. NOTE: The Ci~ ~n provide assis~n~ in ob~ining ~e ne~ssa~ postern.. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Oppor[unity employer?. The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Pdnt Name Date CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's polic, y 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 soumes and subcontractors, ~ersonal 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 OppO-~rtuni~.F~prog~a~n. All employees 'authorized to hire, supervise, promote, or discharge employees or are i~-~)~ed ir. bsuch-~:~tions should be trained and required to comply with your policy and the current equal .eEnploymL;a~t op?~'E'_~rtunity laws. r~ :~, i ~-~ 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 idenfi~y 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 hidng and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training, are based upon a fair assessment of an employee's ability and work record. Furthermore, ali companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that ~he 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 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: ., C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereo[ to directly or Indirectly adver- Exceptions tise or in any other manner Indicate or 2-3-3: Credit Transactions; Exceptions publicize that Individuals are unwel- 2-3-4: Education come, objectionable or not-sollclted 2-3-5: Alding Or Abetting; Retaliation; for employment o~' membemhlp be- Intimidation cause of age, color, creed, dicablllty, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EI~IPLOY~NIENT~ EXCEPTIONS: D. Employment policies relating to preg-. A. It 'shall be unlawful for any emp!oyer nancy and childbirth shall be governed to refuse to hlre, accept, register, by thefollowlng: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital etatus, nation- Is e prima facts violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities ca'used or contributed to by the employee's pregnancy, mlscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nlzation to refuse to admit to member- from are, for all job-related purposes, sh~p, apprenticeship or tratning an temporary disabilities and shall be applicant, to expel any member, or to treated as such Under any health or otherwise discriminate against any temporary disability Insurance or sick applicant for membership, apprentice- leave plan available In connection with shlp or training or any member in the employment or any wdtten or unwrit- privileges, rights or benefits el' such ten employment policies and practices membership, apprenticeship or train- Involving terms and conditions of lng because of age, color, creed, employment as applied to other tern- disability, . gender Identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any pemon to plicant or member, solicit or require as a condition of employment of any e__mploye ~e~-or pro- CC-6 2-3-1 2-3-1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the merit between an employer, employ- disabled or elderly. Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee ~onceming employment, pay. creed, disability, gender identity, marl- or benefits to an employee or pro- tal status, ' national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human Immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemlologlst determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals 'to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired Immune deflolency.syn- employer's family. drome poses a significant risk of transmission of the human Immunode- 5. To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a speclflcoccupation, bona fide occupational qualification reasonably necessary to the normal F. The following are exempted fror~ the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. its educational facility, association, corporation or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- ficaflon which serves a bona fide pub- flons are related to a bona fide rail- Iic purpose. gious purpose. A ~eligious qualifica- tion for instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reft- pafional qualification reasonably nec- glous institution shale be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tlon. (Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Sedes of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 SUPPLEMENTARY CONDITIONS NOTE TO SPECIFIER: See S-3 and S-12 of this section ARTICLES WITHIN THIS SECTION S-1 Definitions ' S-2 Limitations of Operations ~ ~ '~' ~f~-'~-~ S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9. Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bddge Construction," Sedes of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS, ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the .Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Spedfications for Highway and Bddge Construction," Sedes of 2001, as amended. SC-1 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days pdor 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 Coveraqe Comprehensive General Liability Each Occurrence Aqqreqate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Sinqle Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. NOTE TO SPECIFIER: Verify coverage amounts with the Risk Manager, City of Iowa City, $'~g-3__55-505,3~ SC-2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, dudng the contract pedod or within two years after City's acceptance of the Work, Contractor agrees to immediately notify t~.~ City ~such event. b. If Contractor's insurance is canceled or is allowed to lapse dud.ng-s~id ~dod"-~ Contractor shall be required to obtain replacement insurance coy .e~<g_e2 to f~lfill obligation hereunder. c. If, during said period, Contractor voluntarily changes insuranc~..rder~.or is required to obtain replacement coverage from another carder, Cbntract(~nshall either (1) purchase "tail" coverage from its first carder effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next Iow bidder, or declare a default and pursue any and all remedies available to the City. SC-3 % 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. 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, adsing out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or properly damage dsing 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 employe~o~the~_~ity of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. --~. r- Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIO CONTRACTOR shall maintain a qualified and responsible person available 24 hor"a'~ per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minodty business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. NOTE TO SPECIFIER: Some contracts may need to adjust the requirement of the prime to perform 50% of the total contract cost. SC-4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the iDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person w~:)se physical or mental condition is such that his/her employment will endanger the health and~'s~f~ty ~_~them- selves or others employed on the project. ~ _~. ~ -ii ~'C) ~:~ ~ Contractor shall not commit any of the following employment practices and agree~ ~ inc~J~de the--]. following clauses in any subcontracts:©~.~-- ' ~-- Lj"--' To discriminate against any individual in terms, conditions, or pdvileges~f employment because of sex, race, color, religion, national odgin, sexual orientation, gender 'iffentity, madtal 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, madtal status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these spedfications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Pdor to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. SC-5 S-lt CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-ND PROJECTS. 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. Note that these requirements involve only hiqhway proiects not funded with Federal monies. NOTE TO SPECIFIER: Include S-12 only for highway projects not funded with Federal monies. SC-6 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE Of WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 8~04 r~ F~'~ ~ R-1 SECTION 01010 SUMMARY OF THE WORK PART 1 - GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove existing storm intake, remove existing combined sewer pipe, and connect existing combined sewer to new structure. 2. Furnish, install and construct sanitary sewer pipes and manholes. 3. Bore and jack sanitary sewer pipe. 4. Repair existing combined sewer and reclaim as storm sewer only. 5. Remove and replace existing asphalt in areas of new sanitary sewer. 6. Provide traffic and pedestrian traffic control during all phases of project. 7. Finish grade, furnish and install seed, fertilizer and mulch throughout project. 8. Other work associated with sanitary sewer reconstruction and connections. 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. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3. O1 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work com~pleted by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: 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, skrub 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~e FOi~ OF PROPOSAL), disposal of surplus excavated material, handling water, ~(~lgtior~of all necessary sheeting, bracing and temporary fencing around all open excavatio~--and~'~pply,.~ · · r placement and compactton of specified backfill. CD t~o The prices for those items which involve surface removal adjacent to buil~gs oi;.~?aults_, · compensation' protect exposed . .~i -- seep shall include to surfaces from water whmh~leal~ ~r into vaults and/or basements. .~> '...~. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, fomfing, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS 1. Pavement, Removal and Replacement The unit prices for these items will be paid based on the number of square yards of Asphalt Cement Concrete pavements constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate base, supply, placement and compaction of asphalt, and backfilling at curb lines. Replacement asphaIt shall consist of two 2 1/2" lifts, for a total of 5" of new asphalt. Designated areas of removal and replacement on plans are approximate, and may vary due to construction limits. Removals shall be kept to a minimum as to allow construction of the new sanitary sewer. Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 2. Storm Sewer Repair The unit price for these items will be paid based on the number of repairs completed. This item refers to the repair of the existing combined sewer as shown on the plans. The item includes furnishing and installing approximately 8' of 20" DIP pipe, two femco connections to connect to the existing 20" VCP pipe, any concrete collars deemed necessary, excavation, removal and disposal of the existing pipe (temporary fix), and placement and compaction of specified backfill. 3. Storm Sewer Intake, Remove and Replace The unit prices for these items will be paid based on the number of each type of designated structures which is removed and replaced. This item includes excavation, demolition, removal, disposal of debris and supply, furnish and installation of new intake, furnish and installation of grate, placement and compact~ of Sl~eified backfill. This item also includes the connection of the existing ,o~'ned:.~o be storm) 20" VCP sewer, as well as the 18" RCP storm to the east. r~,-< 4. Removal, Sanitary Pipe vr~ The unit price for this item will be paid based on the number)~2Tmear~t~eet bfq' designated pipe which is removed as measured along the pipe centeljilae and 7fi.._cludes excavation, saw cut of structures, demolition, removal, including flared-end ~e'ctions, disposal of debris, and supply, placement and compaction of specified backfill. This item includes only those pipe as i'narked on plans to be removed permanently, and does not include removals upstream of the structures needed to make connection to new or existing structures. 5. Sanitary Sewer, PVC Truss Pipe, 8" Dia. The unit prices for these items will be paid based on the number of linear feet 01025-3 installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to detenmne 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 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, intakes, manholes and associated structures including furnishing 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 statures. ~ j. Frost excavation, frost ripping, frost blankets, or other act~..~ associated with cold weather. ~' -( vo k. Testing of sewers as required. .-< r- ~ 1. Temporary support of existing utility mains and service lines. ~ ~ m. Temporary fencing required to contain livestock. -- n. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Eng/neer. 6. Sanitary Sewer, PVC Truss, 8" Dia., Bored & Jacked The unit price for this item will be paid based on the number of linear feet bored and jacked as measured end to end of assembled pipe within casing. Included with this item is excavation, jacking pit, receiving pit, boring and jacking, carder pipe, casing pipe, disposal of excavation and spoil material, casing chokes and field lock gaskets, supply, placement and compaction of specified backfill and connections to existing sewers and/or water mains. 01025-4 7. Manhole, Sanitary Sewer The unit price for manholes will be paid based on the number installed and shall include excavation, connections to sewers, steps, flat top slabs, platforms, adjusting rings, and supply, placement and compaction of specified backfill. 8. Sanitary Sewer Connection The unit price for this item will be paid based on the number of connections made to the new or existing sanitary manholes as shown on the plans. This item includes all pipe needed to make connection, necessary saw cuts or breaking, and any concrete needed to collar or fill the connection. This item also includes the plugging of the existing sanitary service connection into the 20" combined sewer as shown near MH #3. 9. Landscape Restoration The lump sum price for this item will be paid based on percent complete. This item includes the removal of the "Oakland Cemetery" sign as noted on plans, and the removal ahd replacement of gravel as noted on the plans. Removal and replacement of gravel includes subgrade preparation and compaction, supply and placement of specified rock, finish grading and compaction of surface and backfilling along edges. 10. Finish Grade, Topsoil & Seed The lump sum price for this item will be paid in full upon completion of all work on the project. The item included those areas that are currently grass and are disturbed by construction due to removal and replacement of pavement, manholes, sewer trench or landscape restoration. This item required those areas 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, includ~g a o~ear guarantee. No distinction in unit price shall be made for variou~qeyl, rr~tures specified. The standard IDOT urban mix is required. CD -< 11. Traffic Control. -~. The lump sum price for this item will be paid based on perc~ltS~omlLl~te f0r. J furnishing, installing, maintaining, moving, relocating, and removing'~aql traffic_~ontrol devices including barricades, safety fencing, drams, lights, standard signs, t~porary barrier mils, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. The closure of the Brown Street entrance/exit is an option for the Contractor, and shall be deterrmned if needed at the time of construction in the northern limits of this project. This closure shall be signed properly as noted on plans, and shall be used only when construction is in the area of the access road. Once closed, the Contractor is expected to finish the work in that area as soon as possible in order to re-open the entrance/exit quickly. 12. Mobilization The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to cemetery visitors is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTAL$: 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. (D~=,'~ PART 2 - PRODUCTS -~ ~ ~ None. .~< r-- PART 3 - EXECUTION ~-', ? ~-~' 3.01 MEETINGS PRIOR TO CONSTRUCTION: ~ A. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF ~'ORK: A. The specified completion date is November 15, 2004. Liquidated damages of $250 per day will be charged on work beyond this date. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Cofistmction 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. 01310-1 E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COOP. DINA TION }lq/TH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. Closure of the Oakland Cemetery entrance off of Brown Street shall be considered a street closing, and will warrant the same advance notification. 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACH,ITIES 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. 1. 03 $ UBMITT. dl..S: A. Submit a traffic control plan for all activities requiring traffic contro spe~:'' tally addressed by the project plans. 2~- ._~ ~ PART 2 - PRODUCTS ~ ~, m i-- 2.01 MATERIAl: ~ A. Traffic control devices may be new or used, but must meet the requirerhents of t~ IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall l~e 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. 3.06 SUPPLEMENTAL CONDITIONS: A. The entrance to Oakland Cemetery from Brown Street can be closed as construction approaches the northem limits. Such closure will require advance notification and signage, and shall be approved by the Engineer. If closed, the Contractor shall complete work in this area as quickly as possible or open the access when not in the area. 11/00 01570-2 SECTION 02050 DEMOLITIONS, REMOVAI JS AND ABANDONMENTS PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shail comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTAES: A. Locations of disposal sites, rD -< ~'~ -i"1 PART 2 - PRODUCTS "< 2. O1 MA TERIALg : A. Granular backfill material shall consist of Class A Crushed Stone, IDOT St~dard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this Section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: 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 fi.om the Engineer. Generally, the respective utility owoeLrs shall be responsible to perform relocation work for their facilities. Tll~Contrae~_r shall cooperate with these efforts in every reasonable way and shall_"~all~-be entitled to additional compensation for delays resulting from such relocatior~.. _~ ~-~ '-I-1 B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from worl~during non-working hours and when not working in immediate area. Provide suitable waming devices adjacent to excavations and work areas. 3. Waming devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures 1. 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 Contractor shall perfoma demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04' DEMOLITION.dND 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 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be hackfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.ol SUMMARY: A. Furnish labor, mater/al, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION ~- .__. 3.01 TECHNIQUES: ....a 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 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or'parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES~2VD PROPERTY: A. Remove existing signs and posts within the consh'uction area as directed by the Engineer. All pem~nent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3. 04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 02100-2 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEA1, COAT, AND MILLING. PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES:__ A. DOT Standard Specifications. B. IDOT Supplement Specification 01014. 1.03 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. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 02510-1 3.01. TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TR. dFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute f'mal acceptance. 3.03 COMPLETION OF }YORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.05 AGGREGATES ..~'~ A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 02510-2 1. A ½-inch mix shall be used on all streets and all divisions of this project. 3.06 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full-depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to ¼" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deduetefl fi.om the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the EngLueer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.07 ASPHALTBINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.8 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.9 ASPHAIL T CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full-depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.10 HOTMIXASPHALTPI~ICEMENT A. Lifts 1. A 2 ~ depth base course followed by a 2 ~" depth surface course. B. · Compaction ~ 1. Class lB compaction shall be used on this project. ~ -< r-o ~ 02510-3 SECTION 02700 SEWERS ©_< PART 1 - GENERAL --~" ~ ~-- ~-~ LO1 SUMMARY: A. Construction of piping and structures for the collection and ~aansmission of wastewater and storm water. 1.02 REFERENCES: A. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile-Iron Pipe, Centrifugally Cast in Metal Mo~ds or Sand-Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile-Iron Pipe. 3. ANSI/AWWA-A21.53/CI53, latest edition, Ductile-lron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/CI 11, latest edition, Rubber-Gasket Joints for Ductile-iron Pipe and Gray-iron Pressure Pipe and Fittings. 5. ANSI/AWWA-A21.4/CI04, latest edition, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. B. 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 C. PVC Truss Pipe - For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 02700-1 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitfile-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 D. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. E. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYA$$URANCE: 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 T~msportation. 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 Engineef~md promptly removed from the site by the Contractor and ~placed with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certifica~on. 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. PART 2 - PRODUCTS 2.01 MATERIAI~: 02700-2 A. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 2. Minimum Bedding - Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. B. PVC Tress Pipe - For Sanitary Sewers 1. All PVC tress 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 stifthess 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 specifie~,~ the minimum bedding depth shall be 4" below the pipe. C. Poly Vinyl Chloride (PVC) Pipe- For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding - Crashed 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. D. Manholes 1. Joints: Ail joints will be con£med O-ting or profile gasket meeting ASTM C443. 2. No lif~ holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast-in-place inverts must provide a channel at least one-half 02700-3 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 maximum extent possible to supplement flow through the manholes. 5. All manholes are 4-foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non-rocking. 7. Manholes in paving shall have an interior Cmtex chimney seal (or approved equal) that spans from the casting to the cone section. E. Bedding: 1. 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: ~ ' r.o -- A. Inspect before installation. Remove and replace defective sections. ~-n ~ . . 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 fi.om excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF-19C. CMP outlet shall be used unless approved by 02700-4 the Engineer. 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 l. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter fi.om 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 OF PIPE: ^. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage testa on all sanita~ sewers as follows: 1. Perform after completion of backfill. .~ " 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation fi-om observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltratiun or low-pressure air tests. c. If pipe is larger than 27-inch, air test is not allowed. 02700-5 4. Exfiltration or infiltration test performed on sections of approved length (maximum ½-mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole-to-manhole sections of pipeline. 5. 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 fi.om 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 fi.om control panel. (6) Acceptable Test Result: (a) Minimum time for p~essure to drop fi.om 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time ir~ ~ in inches Minute~ ~ ~ 4 2.0 ~. ~ c~ ~ 6 3.0 :~, 8 4.0 ~': ~-~ 10 5.0 -~/~ ~a~ 12 5.5 ~- 15 7.5 ,.o 18 8.5 21 10.0 24 11.5 27 13.0 02700-6 (b) Minimum allowable time for sewers with more than one 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 intemal 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 su!table ties, braces, and wedges to secure stoppers against leakage fi.om 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 exfiltrat~on can be mereased by 5% for each ~tltmna ~.l~oot of head. ~:~ ~. e. Modification to this test only as approved by the Engineer~ ~' e,a f. Locate and repair leaks and retest as required, rT~ :~ C. Deflection Tests: Perform deflection tests on all PVC tress sewers as foll : 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexib!e pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (fi.om shipment, heat, shipping loads, pool' production, etc.) shall not be deducted fi.om the ASTM average inside diameter, but shall be counted 02700-7 as part of the 5% allowance. The contact length of the mandrel's am shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of± .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densificafion 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 tree 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 stmctuxe. D. Plug holes for handling with mortar. E. Lay grading tings in full bed and joint of mortar without subsequent grouting, flushing or filling; bend thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading tings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertig~space l~ween masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. R_~73ir lea~U?.· 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 02700-8 sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system fi.om 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 fi.om 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 oftbe sewer less than 18 inches below the bottom of the water main; mainta'm 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 fi.om the water mains possibl~k~'. 3. The sewer and the water main must be adequately supported and have ~t~-t3'gh~ints.-t-I 4. Backfill trench with low permeability soil for the 20-foot length eeh~ed:~°n their- crossing. ~ ~ '-* ~ F. Sanitary sewer force mains and water mains shall be separated by a horizl3~l dist~ce of at least 10 feet unless: ~o 1. The force main is constructed of water ma'm material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet fi.om the water main. 02700-9 SECTION 02750 JACKED CROSSINGS PART 1 - GENERAL 1.01 SUMMARY: A. Fumish labor, materials, tools and equipment to install carrier pipe and casing pipe by boring and jacking or by similar approved methods. 1.02 REFERENCES: A. American Railway Eng/neering Association "Specifications for Pipelines Conveying Non- Flammable Substances," latest edition. B. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Unless otherwise specified, the methods and equipment used shall be the option of the Contractor, provided that the proposed methods and equipment is approved by the Engineer. Such approval shall in no way relieve the Contractor of the responsibility for making a satisfactory installation. Only workers expehenced in boring and jacking operations shall be used to perform the work. Statement of qualifications shall be submitted and approved by the Engineer prior to the start of work. PART 2 - PRODUCTS 2.01 C,4SING PIPE MATERIAL: A. Steel pipe to be used as a casing pipe for sanitary sewer or water main shall conform to ANSI Specification B36.10, current edition, with a minimum yield strength of 35,000 psi and nominal diameter and wall thickness as indicated on the plans. Pipes with exterior projections necessitating excavation larger than pipe body will not be permitted. B. Concrete for casing pipe bulkheads shall be Class C. 2.02 CARRIER PIPE MATERIAI~: CD '-< A. Sanitary Sewer: 1. Ductile Iron Pipe, Class 52, conforming to AWWA C-151, and tl~followm~g: a. Mechanical joint fittings conforming to AWWA C-110 and C-111. b. Pipe and fittings coated inside and out with coal-tar pitch varnish conforming to AWWA C406. 02750-1 c. All ductile iron sanitary sewer shall be installed within casing pipes as specified. 2. PVC Tress Pipe with minimum cell classification of 11432 as defined in ASTM D4396 and the following: a. Joints shall conform to ASTM D3212 with gaskets conforming to ASTM F477 andF913. b. Pipe shall have a pipe stiffiaess of 200 psi. PART 3 - EXECUTION 3.01 PROTECTION OF UNDERGROUND FACILITIES: A. Contractor is responsible for locating all underground facilities and modifying boring operations to prevent damage to existing facilities. 3.02 JACKING EQUIPMENT: A. The jacking head shall consist of suitable bearing pieces to protect the pipe fi.om damage. B. The jacks shall be of ample capacity to provide more than the anticipated requirement. C. The reaction blocks shall be suitable to provide for resistance to, and distribution of, the reaction fi.om the jacks. D. The Contractor shall take extreme caution to ensure that the jacking apparatus is strongly constructed and set and maintained in proper relative position and alignment, in order to minimize forces which would tend to bend the pipe, cause it to deflect from ~u~e alignr~.,ent, or displace the reaction blocks. C) 3.03 EXCAVATIONAND JACKING OPERATIONS: A. Pipes shall be joined before being subjected to the jacking process, or-aO.~'-theyCr~nave__ reached final osition, depending on the type of pipe and nature of the jointed i$ihtind t-~ p . material. B. The method ofjacldng, in each case, shall be approved by the Engineer. C. Bracing and backstops shall be so designed and jacks of sufficient rating such that the jacking can progress without stoppage, except for adding lengths of pipe, until the leading edge of pipe is at the jacking limit. D. Jacks and bracing shall be arranged such that the thrust is applied parallel with the centerline of the pipe and distributed equally along the jacks. E. The pressure exerted by the jacks shall be applied uniformly over the end of the pipe by a collar, or shall be distributed to a number of points around the pipe circunfference by cross timbers. Application of pressure with the metal of the jack in direct contact with the pipe will not be permitted with either concrete, ductile iron or steel pipes. Suitable cushioning material shall be inserted between the jack and pipe. Spalled concrete or crumpled metal, 02750-2 which result in an unsatisfactory joint when the succeeding section of pipe is placed, shall be cause for rejection and removal oftbe damaged section. F. Once jacking has been started, it shall be continuous until completion of the jacking operations in order to reduce the possibility of a "stuck" pipe and to minimize the creep of the soil into the face, even though this may involve working outside the normal working hours or outside the normal working days as approved by the Engineer. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous jacking operations. G. Care shall be taken during excavation and jacking operations to ensure that the jacked,pipe remains true to line and grade. (D .,~:~ within jacking limits shown on the plans shall be pe~ui~d ~thout-Ft H. No open cut authorization of the Engineer. 3.04 CASING PIPE INSTALLATION: A. Ends of the steel pipe sections shall be beveled ends for butt welding. ~e casin~ pipe joints shall be full-circle butt-welded joint conforming to AWWA C206-75. B. Minimum limits of installation of casing pipes shall be as shown on the plans. C. When casing pipes arc installed by the boring method, the pipe must be jacked through thc soil as the soil is removed by the auger. Installing casing pipes through pm-bored holes after augcring is completed is not permitted. Removal of material fi.om bored holes by washing, jetting or sluicing is not permitted. D. If voids between undisturbed embankment and the outside of casing pipe result fi.om installation work, the Contractor shall fill said voids with grout injected under pressure using approved methods. Grout placed as described shall be incidental to pipe installations and no additional compensation shall be allowed. E. Excavation for a limited distance abead of forward end of the pipe will be pcrrnitted when thc soil is sufficianfly stable to stand without danger of caving. In this case, thc hole shall be trimmed to the neat size of the outside of thc pipe to reduce resistance to jacking and to maintain contact between embankment material and outside surface of pipe. In sof~ or unstable soil, the pipe shall be allowed to cut its way through the soil to avoid danger of caving and subsidence of the overlying embankment and roadways or trackage. If the pipe is metal with a corrosion-resistant coating, care shall be taken to protect said coating fi.om damage during jacking and excavating. F. Obstmctious to thc progress of thc pipe, such as roots, boulders or portions of former structures, shall be removed and deviations fi.om linc and grade shall be avoided if such deviation will result in ill-fitting joints. Thc use of explosives for removing obstructions is prohibited. G. After installation of carder pipes within casing pipes, thc annular space between thc pipes shall be filled with grout in conformance with the materials specification herein. The grout shall be injected by pressure methods, in one operation. The Contractor shall submit the propescd method to the Engineer for approval prior to work. 02750-3 H. ARer installation of carrier pipes within casing pipes, and in conjunction '~th grout placement as described herein, the Contractor shall seal ends of casing pipes with concrete bulkheads a minimum of one-foot thick. 3.05 CARRIER PIPE INST.4LL.4TION: A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. B. Career pipes installed in casing pipes shall be supported on shop-fabricated chokes specifically designed for this purpose. Support system shall be firmly attached to carrier pipe at specified intervals. Support system components shall be installed near to, but not at, pipe joints and at other locations so that pipes are well supported. Carrier pipe joints or barrels shall not be perm/tted to bear directly against casing pipe. The pipe support system shall be designed to allow placement of grout in all areas of annular void as described herein. C. Placement of grout between casing and carrier pipe and material for same shall be as described elsewhere herein. 3.06 CONTROL OF LINE .4ND 17R.4DE: A. During the installation of casing pipes and carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points and reference marks for this purpose. Allowable deviations fi.om the plan alignment and elevation are as follows: 1. Horizontal Deviation: 0.40 ft. deviation fi.om plan alignment per I00 f~. of installed pipe. 2. Vertical Deviation: 0.20 ft. deviation fi.om plan elevation per I00 ft. of installed pipe. In addition, care shall be taken to assure that minimum positive grade, as determined by the Engineer, is maintained in the installed pipe. Minimum positive grade shall be determined based on maintaining minimum flow velocity (2 feet per second) at 0.8 full pipe conditions. B. The Contractor shall take appropriate measures to maintain jacked installations within the above-stated tolerances. If measures require removal of newly-installed pipes, removal of rocks, boulders or other obstructions encountered or other measures which cause a void outside the casing or carder pipes, said voids shall be filled with grout injected under pressure by a method approved by the Engineer. ~.~ O~ · 02750-4 SECTION 02900 LANDSCAPING PART 1 - GENERAL LO1 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, £mish grading, landscape accessories and maintenance. 1.02 QUALITY.4SSURANCE: 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. 1.03 SUBMITT/ILS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: ~ A. Protect all plantings in transit to site to prevent wind burning of foliage. -5 C?, r,o --~ B. Set all balled and burlapped trees and shrubs, which cannot be planted ~mn~ediat~, ground and protect with soil, wet peat moss or other acceptable mat d .w~. er required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART 2 - PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well-formed, with dense, fibrous and large root systems and flee of insect or mechanical damage. B. All t~ees 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 fleshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 perennial Rygrass (frae leaf variety) 10% 18.0 Creeping Red Fescue 20% 35.0 RURAL MIX* C) -< vo .... Kentucky 31 Fescue 54% 25 0~757~ Switchgrass (Black Well) 17% 8 Alfalfa (Northern Grown) 11% 5 Birdsfoot Trefoil (Empire) 9% 4~1)~}' 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. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pe~ts, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 2.04 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 perceni of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PIMNTING TREES/IND 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: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 incl,} of pla~ng soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits align with planting plan, plumb an _~ _tr_ai~ and~. elevation where top of root ball is one inch lower than surrounding t~d gE~de settlement. 2~: G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and fi'ce 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 rote 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 ¼-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 thereat~er with frae 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 thc soil. The application rate for reasonably dry material shall be approximately 1¼ tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved mater/al, 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-wbeel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the_e~_d of the~oone- year maintenance period. 0 ,=,~ 3.04 SOD: C) -< ~ ~ A. Install sod not more than 48 hours at~er cutting. Stake all sod as nece to prevent erosion before establishment. ~ ~ ~ ~ B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. eo 02900-4 C. Apply fertilizer at a rote 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. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2½ inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and mfertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 3.06 SUPPLEMENTAL CONDITIONS ~ A. The landscape restoration item includes any removal and replacement iS~l~vel ~necessary for the intallafion of the new sanitary manhole located at the northern lFmi~f tl~proj~tI as shown on the plans. Replacement of gravel shall include grading an~.,-~hinl~:~aater?---a~: as to blend into existing conditions. ~ ~,~ ?TI 02900-5 2r~O~ AUG 26 AH 9:13 ~ CIfY CL.~RK CITY OF IO~A CITY ~ DEPARTMENT of PUBLIC ~ORKS 10WA Ct'r~ 10WA Oakland Cemetery Sewer Separation Location Maps @ Legend Index "" ~ ~ ~ .~., ~ 0~ ~"~ "~ Title Sheet 1 ' ' ' .o,., .....~, ..* General Notes, Contacts, & Quantities 2 ~ Project LocationI CUL'~m '~:--'~---~ C~ .^,. 0.~ ,.~ ~--..--~ .~.,~o ,~.~ ~,~ , Sanitary Sewer Details and Notes 3 TR[[.CONIFEROUS ~ 8URIE0 ,,~C'"C ~ -- Storm Sewer & Traffic Control 4 .~/~c c~. c;=> ~" ~" ~ Sanitary Sewer Plans 5 - 6 IO~'A CITY Project LocationI rN~'N EERING~-t!,~, !,~ TRAFFIC CONTROL NOTES: SPECIAL NOTES: Utility Contacts 1. IF DEEMED NECESSARY BY THE CONTRACTOR, THE BROWN STREET PLEASE 1' THIS CONSTRUCTION iS CONTAINED AND COURTESY WITHIN AToPUBLICTHosECEMETERY.AROUND. pro~imltyThe following to the utility project:C°mpani"s may have faciHties in ENTRANCE/E×'T TO OAKLANO CEMETERY MAY BE CLODEB AS USE EXTREME CAUT,ON FIL CONSTRUCTION APPROACHES THE NORTHERN LIMIT OF THE PROJECT. . GAS & ELECTRIC MID AMERICAN ENERGY CO. 2. WHENEVER THE CONTRACTOR'S OPERATIONS ENCOUNTER REMAINS OF 1630 Lower Muscotlne Rd. co Iowa City, Iowa 52240 gu 2. CLOSURE OF THE DROWN STREET ACCESS SHALL BE DONE ONLY BURIAL SITES, THE OPERATIONS SHALL BE TEMPORARILY DISCO~TINUJ~Dr' ~ ~] 9; I 3 GAS DURLNO TIMES OF WORK IN THE AREA OF THE ACCESS ROAD, AND AT THE SITE. THE ENGINEER, IN CONJUNCTION WITH PROPER ,~.uu'~ MUD ~.U Attm: ED YOUNG Z O SHALL BE REMOVED IMMEDIATELY FOLLOWING THE COMPLETION OF WORK. AUTHORITIES OF THE STATE OF IOWA, WiLL PROMPTHLY EXAMINE THE Office: 519/541-4457 E)~POSURE AND DETERMINE THE DISPOSITION,0]T¥ CLERK Mob"': .3. THE CONTRACTOR IS EXPECTED TO COMPLETE THE WORN AS SOON ELECTRIC z AS POSSIBLE IN THIS AREA ONCE THE CLOSURE IS IN PLACE. ,3. OUTLINE OF CEMETERY PLATS, AS SHOWN ON PLANS, ARE iOV~l!~ (.~IT'~)~ !OVYA At,n: DICK BOCK APPROXIMATE IN SIZE AND LOCATION. Office: 319/541-4468 4. THE CONTRACTOR MUST NOTIFY THE ENGINEER A MINIMUM OF FOUR MoBile: 519/530-0545 DAYS iN ADVANCE OF ANY CLOSURE. 4. THE PROPOSED SANITARY SEWER WAS DESIGNED IN ATTEMPTS TO AVOID ALL KNOWN PLATS CONTAINING GRAVES; HOWEVER, THE TELEPHONE Attn: BEN MURPHY ACCURACY OF THESE HISTORIC RECORDS IS QUESTIONABLE AND CANNOT OWEST COMMUNICATIONS 5. ACCESS TO MAINTENANCE WORKERS AND EMPLOYEES INSIDE BE GUARANTEED. 615 5rd Ave. S.E. OAKLAND CEMETERY SHALL BE CONSIDERED AND PROVIDED AS NEEDED. Cedar Rapids, Iow~ 52401 S. IF OUEST~ONS OR DOUBTS ARISE REGARDSNG BURIALS SITES, PLEASE Pager: 519/220+1074 6. PROPER SIGNAGE SHALL DE iNSTALLED TO DIRECT VISITORS TO THE CONTACT THE ENGINEER OR INSPECTOR ON SITE IMMEDIATELY. PLEASE gu CENTER STREET AND RENO STREET ENTRANCES OF OAKLAND CEMETERY. CONTACT dim WONICK (519-356-5105), OAKLAND CEMETERY CABLE TELEViSiON Attn: DARWIN 0RISCOLL SUPERVISOR, FOR SPECIFIC QUESTIONS REGARDING THE CEMETERY. MEDIACOM ~J 546 Sou~hgote Avenue 6. ASPHALT REMOVAL AND REPLACEMENT SHALL BE KEPT TO A Iowa City, Iowa 52240 MINIMUM AREA, AS NEEDED FOR CONSTRUCTION OF NEW SANITARY Phone: .319/551-0408 ×2.34 SEWER. OUANTITIES LISTED ARE APPROXIMATE AND MAY BE LESS Cell: 519/525-292~ DEPENDING ON LIMITS OF CONSTRUCTION. FIBER OPTICS A T & T: JIM GOEKE <~ gu 5261 NW 1141h Street, Ste. B ~ CO 7. REPLACEMENT OF ASPHALT SHALL BE PLACED IN TWO - 2 1/2" Grimes, ~A 50111 Ogu Ouest Communications: SCOTT CLEMENS 802 OUARRY ROAD CORALVILLE, IA 52241 City of Iowa City: WATER DIVISION Phone: 319/556-5162 Univ. of Iowa: GEORGE STUMPF UTILITY LOCATING CREW "ONE CALL" Phone: 1-800/292-8989 CITY WATER DEPARTMENT Attn: ED MORENO x x CiTY STREETS DIVISION At[n: BUD STOCKMAN Phone: 519/556-5484 CITY WASTEWATER BI.SION Attn: ROGER OVERTON ESTIMATED QUANTITIES: Phone: 3~g/65~-1144 CiTY TRAFFIC ENGINEERING Attn: GUY,RVIN 5t 9/35B~5192 NO. ITEM UNIT QUANTITIES z CITY PARKS & FORESTRY Attn: TERRY ROBrNSON X O I PAVEMENT~ REMOVE AND REPLACE SY BO Phone: .319/55B-20B6 2 STORM SEWER REPAIR EA 1 3 STORM SEWER INTAKE, REMOVE & REPLACE EA 1 4 REMOVAL~ SANITARY PIPE LF 50 5 SANITARY SEWER, 8" PVC TRUSS LF 567 :~ Z 6 SANIATARY SEWERy BORE & JACK LF 82 7 MANHOLE, SANITARY SEWER EA $ 8 SANITARY SEWER CONNECTION gA -~ ii 9 LANDSCAPE RESTORATION ES 1I, Z 10 FINISH GRADE, TOPSOIL & SEED LS 1II~ ¢..~" -- Z 11 TRAFFIC CONTROL LS 1 I 1 2 MOBILIZATION LS 1 ~ File # ~S 247 Sheet 2 PROCEDURES SHALL PREVAIL. i-- [... [~_ LJ OF THIS EXISTING SERVICE WYE IS UNKNOWN.ANO MAY NEED TO 0 ,. ~oc,o. '~aml AUG 26 ~H~q~NEcTE~sTING4'VcPs~ff~YsER~cE~Es~ m m I,~E5 ~[1 ~ 1~5 rEIT a SH~L BE THE RESPONSIBIL[~ OF THE CO~RACTOR TO NOTI~ THE IPE ~ ~[s m,~[s ~F~ ~ OWNERS OF THOSE UTILITIES PRIOR TO ~E BEGINNING OF ~Y 4. 20m % NE~ED TO ~o ~ 0 *[ RESPONSIBILI~ TO D~ERMINE THEIR ~NCE ~D ~CT ~ ¢~. ~ ~- ~ ~~ Z < ~ ~[ SH~[ a[ P~C[O ~ C~US~O S~O~ ~A~C ~4SS "8" a~OmNC LOCATION, ~D TO AVOID DAMAGE THER~O, NO C~MS FOR ~ ~/ / ~~ / ~ ~ 2 .*~[.'%* ~'~ c~**c~lo.: ADDITIONAL COMPENSATION ~LL BE ~OWED TO THE ~- / ~~ ~ CONTRACTOR FOR ANY INTERFERENCE O" DE~Y CAMEO "Y S~H~ < ~~ DETAIL MH '3 ¢ ~ i PiPE BEDDING and BACKFILL SANiTARY SEWER CONNECTIONS ~_~,. ~¢ ~ CC~NECTTO~ H¢5 ~ Z PS 247 DETAIL DETAIL MH ~4 MH ~5 SANITARY/STORM SEWER SANITARY/STORM SEWER SANITARY SEWER CONNECTIONS SANITARY SEWER CONNECTIONS Sheet 6' or Less in ~pth Greater than 6' in ~pth 3 {~ THE STORM SEWER REPAIR, AS SHOWN BELOW, IS TO FIX · ' ~. ,~[ c~. ~fl~ A~£~,O A A A SECTION OF CO~PSED PIPE AS FOUND IN 2003. THE ~a "~ ~" ~ I ~ --- COL~PSED LINE WAS TEMPO~RILY REPAIRED BY USE .... ~.~ ~ ~~-~ ~DD D~ ~m~ OF A HA~ SECTION OF 36" ADS AND CONCEDE ~OL~RS. THE ESTIIMATED LEN~H OF THE REPAIR IS 8 ~ O /~ QF00 ~~C~' ~ ~ ~ ~C~~C~ ~ ~00~ AU~ ~ A~ 9; I ~IN~R FE~; HOWLER, THIS LENIN IS APPROXIMATE  / ~ ~ ~~ QCD~D ~D~C~ ~ ( ANDMAYVARYONCE~CAVATIONOCCURS. - ¢,el IOWA SHALLTHE COMBINED SmER, mILE I I Q Z Z Z Z "'-'~ ' CONTAINING SANITARY SEWER CONNECTIONS, BE ~~ CONNECTED DIRECTLY TO THE O~FLOWING STORM 0 0 0 ~ ~ ~ O~ ~OOOOO0OO0OO ~0 ~ ~ ~ ~ 0 C 'I~ " CONSTRUCTION PHASING SHA~ CONSIDER THE ~0~0~00 ~000~0~~0 ~C CONNECTIONSOFALLSANITARYANDSTORMS~RS, O0000000O OOOBOOOOOO~OOO 00~o0~ .~,- ~::' OOOOBOBBB OOO~OOOOOO~OOO B OOOOE.[,~"~ ~ -- -- - 000000000 O00OO000000000 ~0000~ 000000000 O000000O ~ ~m z ooooooooo ooooooo0 000000000 00000000 s[c~ro~ ~ - ~ D~AIL D~AIL TRAFFIC CONTROL INTAKE ~1 / ~ ~ W/~PROXIMATELY 8' OF ~1~. 1" = 10' / ~ ~ ~ CONNECT aOTH EN~ OF~W " / ~ ~ PIPE WITH :ERNCO CON~;a~ / E~STNG 20 VCP. CONC MAY BE NEEDED ~D A T~AFFIC CONTROL NOTES: 2. CLOSURE OF ~HE 9EOWN STREET ACCESS SHALL BE DONE ONLY ~ O DU~I~G TIMES OF WOrK IM THE A~EA OF THE ACCESS ROAD, AND SHALL ~E REMOVED IMMEDIATELY FOLLOWIEG THE COMPLE~ION OF WORK. REMO~ EXIS~NG PIPE~ICH 5. THE CONTRACTOR IS E~PECTED TO COMPLETE THE WORK AS SOON ~~~ ~~% ~ ~ ~ OF A H~ SECTION OF 38" ~ AS POSSIBLE IN THIS AREA ONCE THE CLOSURE IS IN PLACE. OF AND CONCRETE ENC~ING ~ Z 4. THE CONTRACTOR MUST NOTIFY THE ENGINEER A MINIMUM OF FOUR DAYS ~N ADVANCE OF ANY CLOSURE. Z 5. ACCESS 70 MAINTENANCE WORKERS ANB EMPLOYEES INSIDE OAKLAND CEMETERY SHALL BE CONSIDERED AND PRODDED AS NEEDEB. ~ Z 6, PROPER SiGNAGE SHALL BE (NSTALLE~ ~Q D~REC7 VIStTORS TO THE / CENTER STREE} AND RENO STREE7 ENTRANCES OF OAKLAND CEMETERY. File PS 247 :- D~AIL Sheet STORM S~ER REPAIR 4 I 03 , IOWg CIT', I,)WA 8" SA. I.E. (SE) = 7~.~ ~ 56' -8" PVC ~USS ' 4.( ' % ~ ~ ,.~' ~ __ _ L I PIPE ' P RE 'AIN AS STO~ ~ 'LY REMOVE 18' - 20' VCP ~ Z ~ ~ ~S 247 ~ 5 FII ED EX. STORM SEWER MANHOLE ~ , ~OWA CtT¥ IOWA OAK~ND CEMETERY ~ ~x.c~.~s~.~. IOWA CI~, IA ~ - T.R. = 734.20 ~ / ~ ~ 4" ST, DIP, LE, ~E) 728.70 P"OPOSED SANITA"Y SE~ { ~ =~' C~B, V~, E L~ I / ~ ~ PRO~SEDSANITARYM~HOLE ~ ~ / ~8"SA ~CmUSS I,E.~E)=725.57 ~ I ff ~1 ' 7 ~ s" SA, ~C muss, LE. (S) = 728.37 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE OAKLAND CEMETERY SEWER SEPARATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Oakland Cemetery Sewer Separation Project in said city at 7:00 p.m. on the 31s~ day of August, 2004, said meeting to be held in the Emma J. Harvat Hail in City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Printer's Fee S_ I ~ I ~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: OFFfCIAL PUBLiCATiON TIlE IOWA CITY PRF-~S-CITI~N NOTICE OF. PUBLIC HEARING ON FED. ID #42-0330670 PLANS, SPECIFICATIONS, FORM OF ' CONTRACT AND ESTIMATED COST FOR THE OAKLAND CEMETERY SEWER SEPA- l, RATION PROJECT IN THE CITY OF IOWA CIT~, IOWA TO ALL TAXPAYERS OF THE CITY OF binda Krotz, being duly sworn, say ~OWA ClT)', IOWA, AND TO OTHER INTERESTED PERSONS: ~ ' ' that I am the legal clerk of the IOWA Pub,c notice is hereby given-that the City Council of the City of owa C ~, Iowa, CITY PRESS-CITIZEN, a newspaper w~!~ conduct a public hearing 6n plans,. specifications, form of contract and esti- published in said county, and that a m~ted cost for the con-struction of the Oakland Cemetery Sewer Separation notice, a printed copy of which is Projectipsadcity.a 7:00p.m.,on the hereto attac~ed, was published in 3!stdayofAugust, 2004, sa/dmeetingto be held in the Emma ~. Harvat Hall in City said paper / time(s), on the Hall. ,~10 E. Washington Street in said c~ty, o.r if said meeting is cancelled, at the follpwing date(s): next meeting of the City Council there~ after as posted by the City Clerk. ~ ~.~ ~ Said plarls, spect licit/ohs, form of co~_ L,~ t~.~L.~ ~-~ tl j '~ tract and estimated cost are now on file · ~ in the office of the City Clerk in C~y Hall ~/ in Io~ City, Iowa, and may be inspected ~y any interest-ed persons. Any interested persofis may appear a ~id meet ng of the City Council for he' · ~rp~se o making objections to aed (~"~ ~.~..~.~ comments concerning said plans, speci- tica-tions, contract or the cos o makng ~" Legal Clerk S~id i~p[oveme~t. :; · -This notice iS {liven by'order of tfio'C ty C~u~.i! of th~ Ci~ of Ios~a City, Iowa and Subscribed and sworn to before me asproviUed byts~v. ~. this ~ ~'~ ~ day of ~Z~,~,~'-- ~R!^N K. ~RR, C,TY CLER~ A.D. 20 ~ ~'/ . zd ~2~g Aug0St26,20C4 Notary Public Prepared by: Bdan Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 04-245 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE OAKLAND CEMETERY SEWER SEPARATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten pement) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 10:30 a.m. on the 13th day of September, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Council Chambers, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 14th day of September, 2004, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 31st day O.~.~JL~, 2004. City"'Clerk ' Resolution No. 04-745 Page 2 It was moved by0'Donnel 1 and seconded by Champi on the Resolution be adopted, and upon mil call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn ADVERTISEMENT FOR BIDS OAKLAND CEMETERY SEWER SEPARATION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 13"~ day of September, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 14TM day of September, 2004, or at such later time and place as may be scheduled. The Project will involve the following: · 8" PVC Truss sanitary sewer · 8" sanitary sewer, bored & jacked · Sanitary sewer manholes, connections, and pipe removals · Storm sewer repair · Asphalt removal and replacement · Finish grade, topsoil, and seed All work is to be done in strict complian~;e with the plans and specifications prepared by City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of 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 Completion Date: November 15, 2004 Liquidated Damages: $250.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders. A $15 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to 'City of Iowa City'. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Ron Knoche, City Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 04-264 RESOLUTION REJECTING BIDS RECEIVED ON SEPTEMBER 13, 2004 FOR THE OAKLAND CEMETERY SEWER SEPARATION PROJECT, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, bids were received on September 13 2004, for the Oakland Cemetery Sewer Separation Project, and the bid exceeded the Engineer's estimate by more than 10%; and WHEREAS, the Department of Public Works recommends that the Council reject all bids and rebid the project; and WHEREAS, the notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-names project was published as required by law, and the headng thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. All bids received on September 13, 2004 for the Oakland Cemetery Sewer Separation Project are rejected. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 10:30 a.m. on the 12 day of October, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held a the Emma J. Harvat Hall, th City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19 day of October, 2004, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 14th day of September ,20 04 MAYOR Approved by ~ ~ ~. CITY"CrERK - Ci~t~y/Attorney's Office Resolution No. 04-264 Page 2 It was moved by Wilburn and seconded by 0'Donne11 the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X . Wilbum pwengJres/rejectOaklnd.doc ADDENDUM NO. i FILED September 23, 2004 20~ S'EP 2~ PN ~: 03 OAKLAND CEMETERY SEWER SEPARATIOI~IWA CiTy IOWA IOWA CI~, IOWA IThe information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. Information contained in the Addendum supersedes all forms of communication where conflict exists. Contractor shall acknowledge receipt of the Addendum on the Bid Form. Failure to do this may result in disqualification of the bidder. PROJECT MANUAL 1. Advertisement for Bids - Replace pages AF-1 and AF-2. Note that bid dates, completion dates, and liquidated damages have been revised. 2. Form of proposal - Replace pages FP-1, FP-2, and BB-1 with new orange Form of Proposal, dated 9/23/04, attached herewith. All bids must be submitted on the new Form of Proposal. 3. Summary of Work - Delete item #6 on Page 01010-1. Traffic control signs and installation will be provided by the City. 4. Measurement and Payment - Page 01025-3, add the following text to item #1, "Removal and replacement of gravel necessary for the installation of MH #4 shall be considered incidental." 5. Measurement and Payment - Delete item #9 and item #11 from page 01025-5. 6. Progress and Schedules - Replace page 01310-1. Note that the completion date and liquidated damages have been revised. 7. Traffic Control and Construction Facilities - Replace page 01570-2. Note that traffic control will be provided by the City. Advance notification and length of closure shall still be considered. 8. Demolitions, Removals and Abandonments - Replace page 02050-3. Note that gravel removal and replacement is incidental t(~ the pavement removal and replacement item. Addendum No. 1 September 23, 2004 Page 1 of 2 9. Landscaping - Delete "3.06 Supplemental Conditions" on page 02900-5. Note that the removal and replacement of gravel will be included in the pavement removal and replacement item. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: ,~rian A. Boelk P.?I~. Iowa Reg. No. 16503 My license renewal date is December 31, 2004 Addendum No. 1 September 23, 2004 Page 2 of 2 FILED ADVERTISEMENT FOR BIDS OAKLAND CEMETERY SEWER SEPARATION SEP 2 P -I q: 03 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 CLERK A.M. on the12th day of October, 2004, oratalater iOWA C~I~T~ [O\.~/A date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of October, 2004, or at such later time and place as may be scheduled. The Project will involve the following: · 8" PVC Truss sanitary sewer · 8" sanitary sewer, bored & jacked · Sanitary sewer manholes, connections, and pipe removals · Storm sewer repair · Asphalt removal and replacement · Finish grade, topsoil, and seed All work is to be done in strict compliance with the plans and specifications prepared by City of Iowa City Engineering Division, of I°Wa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensudng the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be mtumed after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish Ar-1 a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to ba issued by a responsibla surety approved by the City, and shall guarantea the prompt payment of all materials and labor, and also protect and save ha~less the Ci~ from all claims and damages of any kind ~used direcUy or indirec~y by the operation of the con~a~, and shall also guarantee the maintenan~ of ~e improvement for a period of five (5) year(s) from and after its ~mpletion and formal a~ptance by the Ci~ Council. The following limitations shall apply to this Project: Specified Completion Date: ~ri115, 2005 Liquidated Damages: $100.00 per day The plans, specifi~tions and proposed ~n~act documents may be examined at the o~ce of the Ci~ CleA. Copies of said plans and specifi~tions and fo~ of proposal blanks may be secured at the O~ce of Ci~ of Iowa Ci~ Engineering Division, 410 E. Washington Street, Iowa Ci~, Iowa, by bona fide bidders. A $15 non-refundable fee is required for each set of plans and specifi~tions provided to bidders or o~er interested persons. The fee shall be in ~e fo~ of a check, made payable to 'Ci~ of Iowa Prospective bidders are advised ~at ~e Ci~ of Iowa Ci~ desires to employ minod~ ~n~actors and sub~n~actom on Ci~ project. A listing of minori~ ~n~actors ~n be obtained from ~e Iowa Depa~ent of E~nomic Development at (515) 242~721 and ~e Iowa Depa~ent of Transpodation Con~ac~ O~ at (515) 239- 1422. Bidders shall list on ~e Fo~ of Proposal ~e names of persons, fi~s, ~mpanies or o~er pa~ies with ~om ~e bidder intends to sub~n- ~. This list shall include ~e ~e of wo~ and approximate sub~nkact amount(s). The Con,actor a~rded ~e ~n~act shall submit a list on ~e Fo~ of Agreement of ~e proposed sub~n~a~om, together wi~ quantities, unit pd~s and e~ended dollar amounts. By vidue of statuto~ authori~, prefemn~ must be given to produ~s and provisions gro~ and ~al pmdu~d wi~in ~e State of Iowa, and to Iowa domestic labor, to ~e e~ent la~ully re- quired under Iowa Statutes. The Iowa recipro~l resident bidder pmferen~ law applies to ~is Project. The Ci~ rese~es the right to reject any or all proposals, and also rese~es ~e right to waive techni~lities and iffegularities. Published upon order of ~e Ci~ Council of Iowa Ci~, Io~. MARI~ K. ~R, CI~ CLERK AF-2 SECTION 01310 2oo SE? 2; PH 4:03 PROGRESS AND SCHEDULES tT'r' CLE, K CIT' IOWA PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to cemetery visitors 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 constmctinn schedules at two week intervals throughout the proj eot. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The specified completion date is April 15, 2005. Liquidated damages of $100 per day will be charged on work beyond this date. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. 01310-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 2~. S~P 214 pp{ /4:03 3.02 NO PARKING SIGNS: 01'1'¥ 0L.~}\ IOWA Ci ( tO'¢/A A. ~e Ci~ will ~ish "NO P~G" si~s to facilitate ~emoval of p~ke~ vehicles ahead of scheduled work. ~e Con,actor is responsible for ins~llation and mainten~ce of ~e si~s 48 hows in advance of when ~e vehicles must be removed. 3.03 MAINTEN~CE OF FACILITIES: A. ~e Conmctor shall monitor ~e condition of mffic consol and cons~cfion facilities at all times, including non-work ho~s. Repair, replace and ~inmin as necess~. B. Pedes~ access to homes and bus~esses shall be minmined at all times. Tempor~ ~vel s~aces shall be prohded as directed by ~e En~neer. 3.04 EXCAVATIONS: A. ~1 exca~tions shall be f~ced. 3.05 ~DITION~ FACILITIES: A. MI si~s, b~cades and f~ces ~in ~d beyond ~e project ~ea deemed appropriate by · e En~eer shall be ~e responsibiliw of~e Conmctor. 3.06 SUPPLEME~ CO~ITIONS: A. ~ traffic control signage and ins~ation'wffi be pro~ded by the Ci~ of Iowa Ci~. ~e m~ce to O~d Cemet~ ~om Brom S~eet c~ be closed as cons~cfion approaches ~e norm limB. Such clos~e ~11 requke advice notification ~d s~ll be approved by ~e En~eer. ~ closed, ~e Con~ctor s~ll complete work h ~s ~ea as quic~y as possible or opm ~e access whm not ~ ~e mca. 01570-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOV.~.I~: 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 and replacement of gravel necessary for the installation of Mit g4 shaR be considered incidental. 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 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. BaCkfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink fl0wable mortar and bulkbeaded 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. ~ .:< r- (T1 02050-3 FORM OF PROPOSAL OAKLAND CEMETERY SEWER SEPARATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center <:~ _,-- 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit pdces or lump sums to be agreed upon in wdting pdor to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT I Pavement, Remove & Replace SY 80 $ $ 2 Storm Sewer Repair EA I $ $ 3 Storm Sewer Intake, R & R EA I $. $ 4 Removal, Sanitary Pipe LF 50 $. $ 5 Sanitary Sewer, 8" PVC Tress LF 367 $ $. 6 Sanitary Sewer, Bore & Jack LF 82 $. $. 7 Manhole, Sanitary Sewer EA 5 $. $. 8 Sanitary Sewer Connection EA 5 $. $ 9 Finish Grade, Topsoil & Seed LS 1 $. $ 10 Mobilization LS I $. $. TOTAL EXTENDED AMOUNT = $. Addendum No. 1, 9~23~04 FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-2 BID BOND , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($. ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated ~ ~ for_ Project. - ~,' ~ 'TI L--) ' Po Now, ,EREfORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a c~fltract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of ., A.D., 20 (Seal) Witness Principal By (Title) · (Seal) Surety .._ By. Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 ~00~ SEP 2~ PH ~: 02 CITY OF IOWA CITY ~ DEPARTMENT of PUBLIC ~/ORKS CITY CLERK IOWA Ct~ IOWA Oakland Cemetery Sewer Separation Location Maps @ J~~)o~_ _, Legend Index "'~"~ ~ '~ '~" ~ Title Sheet 1 ~ Project LocationI c~v~r~ ,- _ -~ .o,., ,~,~, "~ General Notes, Contacts, & Quantifies 2 0,*.~ ~,.~ ~. ---~ ,u.,~, ,~o,~ ~,~ , Sanitary Sewer Details and Notes 3 r~,. co~,,,o,s ~- ..~. ,,.,~c -- '~ -- Storm Sewer & Traffic Control 4 ,~/,,~ co~, cs~ ~'~" ~"" ~ Sanitary Sewer Plans 5 - 6 IOWA CITY Project Location1 ............... ii"::::::::::: PEC,AL NOTES: Utility Contacts T.,S CO.STRUCT,ON ,S CONTA,.ED TH,. A PUBL,C CEMETERY. Fl [..-- '-t: U Th. fo,,o.in uti.t, omp n .s mo, PLEASE USE EXTREME CAUTION AND COURTESY TO THOSE AROUND. proximity to the project: CAS A ELECTRIC MID AMERICAN ENERGY CO, BURIAL SITES, THE OPERATIONS SHALL BE TEMPORARILY DISCONTINUED Iowo ClW, Iowo 52240 AT THE SITE. THE ENGINEER, IN CONJUNCTION ~TH PROPER~1[~ AUTHORITIES OF THE STATE OF IOWA, ~LL PROMPTHLY E~AMINE THE bl'/'l/ Office: 519/541-4457 E~POSURE AND DETERMINE THE DISPOSITION. ~O~/~,~ {~ / 3. OUTLINE OF CEMETERY PLA~S, AS SHOWN ON PLANS, ARE ALta: DICK BOCK APPROXIMATE IN ~IZE AND LOCATION. Office: ~19/~41-4468 4, THE PROPOSED SANITARY SE~R WAS DESIGNED I~ ATTEMPTS TO AVOID ALL KNOWN PLATS CONTAINING GRAVES; HOOVER, THE TELEPHONE Attm BEN MURPHY ACCURACY Of THESE HISTORIC RECORDS IS QUESTIONABLE AND CANNOT O~5T BE GUARANTEED. 615 3rd Ave. S.E. 5. IF QUESTIONS OR DOUBTS ARISE REGARDING BURIALS SITES. PLEASE Phone: 319/599-7153 CONTACT THE ENGINEER Or INSPECTOR ON SiTE IMMEDIATELY. PLEASE Pager: 519/220-1074 CONTACT JIM WONICK (~19-556-5105). OAKLAND CEMETERY CAGLE TELE~SION A[tn: DAR~N ORISCOLL SUPERVISOR, FOR SPECIFIC QUESTIONS REGARDING THE CEMETERY. m~DIACOm COURTESTY AND RESPECT SHALL BE GIVEN TO ALL CEMETERY Iowa City, ~owo 52240 ~SITORS DURING CONSTRUCT[ON. MEMORIALS AND DECORATIONS ON Phone: 319/35t-0~0~ x234 ORA~ STONES SHALL NOT BE DISTURBED UNLESS DIRECTED SO BY THE Celh 519/325-2921 ENGINEER. FIBER OPTICS A T & T: JIM ~EKE 7. ASPHALT REMOVAL AND REPLACEMENT SHALL BE KEPT TO A 5261 NW 114[h Street, Ste. B MINIMUM AREA, AS NEEOEB FOR CONSTRUCTION OF NEW SANITARY Grimes, IA 50111 SE~R. QUANTITIES LISTED ARE APPROXIMATE AND MAY BE LESS Phone: 515/986-9415 DEPENDING ON LIMITS OF CONSTRUCTION. Quest Communicotions: SCOTT CLEMENS 802 OUARRY ROAO 8. REPLACEMENT OF ASPHALT SHALL BE PLACED IN TWO - 2 1/2" CORAL~LLE, IA 52241 LIF~S. Phone: 319/356-5332 Poger: 319/321-0~40 City of Iowo Cit~ WATER DIVISION Phone: 319/356-5162 Phone: 319/356-5484 CiTY WASTEWATER DI~SION Attn: ROGER O~RTON ESTIMATED QUAN~ES: Phone: 319/651-1144 C'TY TRAFFmC ENGmNEER~NG A(,n: GUYmR~N CiTY PARKS ~ FORESTRY A[tn: TERRY ROBINSON 1 PAVEMENT~ REMOVE AND REPLACE SY 80 Phone: 319/356--2006 2 STORM SEWER REPAIR EA 1 3 STORM SEWER INTAKE, REMOVE & REPLACE EA 1 4 REMOVAL~ SANITARY PIPE LF 50 5 SANITARY SEWER, 8" PVC TRUSS LF 367 6 SANIATARY SEWER, BORE & JACK LF 82 z ~S 24~ Sheet Addendum No.1,9/23/04 2 0 J ~' SEWER CONNECTIONS PR~EDURES SH~ PR~NE OF ~)S ~S~NG SER~CE ~ IS UN~D ~Y NEED ~u~[o s~t BE CONNE~ED ~ A N~ ~ INTO ~E PR~ S~Y ~4 CONNECT S~ff~Y SER~E . ~ ~L STORM INT~S SH~ BE A MINIMUM OF 48 INCHES FROM TOP - _ ) {4' ~,) CO~RACTOR TO PRO. DE DEEPER STR~E ~Afl [,~ J ~ ~O~A tNT~E ~1- CONNECT ~STING 20' ~ ~MBrNED S~R ~O~ ~r~u~o ~ ~ ~[~ ~ CONCR~E FILL~ IN I~ TO M~ I~ PIP~ D~N AT ~[ NOT[ 2 sg~ NOTE 2e WHERE PUBLIC ~ILI~ FIGURES ~E SHO~ ~NG ON ~E ~ ~ ~ ~s :~[~ ~ ~ ~ , ~ P~S, OR ENCOUNTERED ~THIN THE ~ ~ ff~ ~ ~ PIPE~ S~L BE ~E RESPONSIBIE~ OF THE ~R TO ~E 4 ~-o ~ ~.~ . ~ ~ ~ O~ERSOF~OSE~PRIORTO~EBEGINNING~Y ' -- ~ ~G~UND~ ~ '~ ~:~ :: ~ ~H~C,~mS~O..~C~SS~UOO~nC~ONO~SE.~C~. CONNeC~ CO~"EOS~/ PRO~ED 8, p~ TR~ , ~ ~-~ ~ 7-~ UNDERGROUND FACI~ES, S~UC~RES ~D ~ ~ BE~ ~LOW~[[ ~R[.CH ~ + ~ CONSTRUC~ON ~, THE ~STENCE OF ~ICH ~ NOT PR~E~Y 2. M*TE~N ~ ~O C~P~T~: ~DmON~ COMPENSATION ~LL BE ~O~ ~ ~E ~T~iN 12 IN~S ~ n~[0 ~*C[. AT NO TIME SHALL ~E COMBINED S~R, ~1~ ~NNING s.) ~L 0~[R ~[~ e*C~ntC ~ ~S~ ~ ~[ ~ E~C*W~O uA~m~ ~O i~ ~E r~ urm S~Y ~ER CONNECTIOn, BE CONNE~D DIRELY TO ~E 3' 'mL H~[S m~L BE H~0 m~[0 50 THAT ~tY PI~ B~REL ~I~S ~1~ m[5~' CONSTR~ON PH~ING SH~L CO~IDER ~E ~NNE~O~ OF 4, ~A~ "ED~NG TO [N~ THAT ~[R[ ~[ NO ~OS UNO[" ~ ~G mE LENGTN ~ P~, ~L S~ff~Y ~D STORM S~ERS, ~D UMff~E D~RU~ON TO 6.5' ~FILL ~ALL ~ .~O .~PED UP TO ,2 ,.~ES A~ ]~ OF PIPE.SEE 1.~[ FOR ~LOWABLE ].[N~ ~D~ g S~H S~RS ~ M~H ~IB~* ~ ~ ~' PIP~ BEDDING end BACKR~ SANITARY S~ER ~ONNECTIONS 1" = 20 / ] REMO~4'~P ~ ~ NEEDED& ~ 1" -- 20' SEA ~ ~D [0U~ U[D GR~E ~H 24' ~. E ~ ~ /~ ~ NEEDED & TO MN ~5 -- - - ~r C(m qNECT TO ~ H ~5 DETAIL DETAIL MH ~4 MH ~5 SANITARY/STORM S~ER SANITARY/STORM S~ER SANITARY S~ER CONNECTIONS SANITARY S~ER CONNECTIONS 6' or ~ess in Depth Greeter then 6' in Depth SPECIAL NOTES: -' COLLAPSED LINE WAS TEMPORARILY REPAIRED BY USE ~ - - ~ ~L~ ~ ~k OFAHA~SE~IONOF3e"~SANDCONCR~E ~OE ODD D~OODO ~DD~DDD~ ~ ~ -- LINER FE~; HOWLER, THIS ~N~H ISAPPRO~MATE ~ ~ ~-- CiTY ~[.E~K AND UAY V~Y ONCE ~CAVAT~ON OCCUr. ~ ~ I · -- ~ ~ ~-,~ ~ ,-a . CONTAINING SANITARY S~R CONNE~IONS, BE ~ ~ ~ CONNECTED DIRECTLY TO THE O~FLOWlNG STORM O00OO00OO 00~~' .~OO000OOD ~ O0 ~ S~ER (I~A~I). 00000000~ ~0000000000000 m ~ ~ CONSTRUCTION PHASING S~ CONS~OER THE O0000000O O00OO000000000 POSS~B~ O0000000B 00000000000000 ~ ~ O0000000O OOOO0000000000 00000 000000000 O00OO000000000 00000 000000000 O000000000000O 000000000 00000000000000 oooooo ,.~-- 000000000 O000000O ~ ~ O000000OO 00000000 000000000 OOO0000O s[cT~0~ A - A TRAFFIC CONTROL INTAKE ~1 (P owD ay W/~PRO~MATELY 8' ~ ~" = 1~ INCIDEnt. mAmc ,CONmOC UOTES: ENTRANCE/EXIT TO OAKLAN0 CEMETERY MAY BE CLOSED AS CONSTRUCTION APPROACHE5 THE NORTHERN LIMIT OF THE PROJECT. 2. CLOSURE OF ~HE BEO~ STREET ACCE55 5HALL BE DONE ONLY DU~ING TIME5 OF WOrK IN THE AREA OF THE ENTRANCE AND ACCESS ROAD. REMO~ ~S~NG PIPE ~H ~C 3. THE CON~ACTOE IS E~PECTED TO COMPLETE TH~ W0E~ AS SOON CONTNNSATEM~Y~ AS POSSIBLE ~N THIS AREA ONCE THE CLOSURE IS IN PLACE. OFA~SEC~ONOF~'~ ~D CONCR~E E~ING 4. THE CONT~ACTO~ MUST NOTIFY ~H[ [NGINEE~ A MINIMUM OF FOUR DAYS IN ADVANCE OF ANY CLOSURE. ~ R~N STORM 5. ACCESS TO MAINTENANCE WORKERS AND EMPLOYEES ~NS[DE ~~ OAKLAND CEMETERY SHALL BE CONSIDERED AND PRODDED AS NEEDED. S~~0 6. ALL ~RAFFIC CONTROL SIGNAGE AND INSTALLATION SHALL BE PROVIDED BY THE CITY OF IOWA CITY. PS 24; D~AIL Sheet Addendum No.1,9/23/04 STORM S~ER REPAIR 4 F t LLZ_.L~ __ 200~SEP 2q PN CITY' Ci.ERI~ i ICWA OITY, ICWll I P~ED SA~ TARY S~R I ~SEDSANITA~ S~ ~R ~ ~1 : ~m [~t~ 2mv(P~ 1.25% PmP~ ~ ~ R~ ~N ~ s~ ~ m~ ! ~ ) -G~ Sn ONE ~P.) / ~ I h~.~ ~ ~o~.2, ' EXISl"~ SA~TARY M~E ~ ~"E~OVE ~ ~o.v~ m T m.~. ~ - ~oz.s~ [ I.E.(S~ = 707.47 m File ~ 5 T.R.-730.~ ~{]~ SEP 2~ PH [~; 02 ] /~ - / , CiTY CLERK ~ ~ ~ // / · .~ iOWA Cl~ IO~)~K~ND CEMETERY ' ~ / / ' / ~ 8" SA, VCP, I.E, ~ = 727.~ ~ ~ ~ ~ - ~ / ~ ~ ~4"ST ~P,I.E.~=~8.70 ~ ~ ~ ~ / ' ~ 8' ST, VCP, I.E. ~ = 727.~ I.E. ~= 719.~ ~ ~ ~ ~ ~ ~ ~ ~ ' ' t T.R,-7~.92 ~ ~~ ~ ' % r~ ~ / ~ 8" S~ ~C m~S, I.E. ~ = 725.57 ~P~ ~E D SA~TARY S~ R J / ~ R~ ~ . ~ = 727.~ ~ Z EX. CJ ~Bt ]ED SE~R M" ~ ~ T.R.=725.59 S~R ( ~R ~ ,~E. REMO~ t ;,E~ CE / ~ EX. S~ M~E ~ - SE~R AND RE( ~: ~CT ~1 ',E, ~ = F30,59 ~ K~ P~T L~S ~P,) ~ REMOVE SE~R PIPE : ~ r I r ] F ] F 1 F ] Continued from previous page fy in the State of Iowa, in the sum of t0% of the bid. The bid securify shaft be made payable to the TREASURER OF THE CiTY OF iOWA CITY, IOWA, and shall be fodeited to the City of iowa City in the event the successful bidder faits to _. ,in[p a contract within ten (10) calendar ,deys et the City Council's award el the Printer's Fee $. contract and post bend satisfactory to the City ensuring the faithful performanc~ of the c~ntraCt' and maintenance of said CERTIFICATE OF PUBLICATION Project, if required, pursuant to the provi- sions of this notice and the other contract STATE OFIOWA, documents. Did ponds of the lowest two or mere bid~e[:s m~y be retained far a JOHNSON COUNT~, SS: peried of not to exceed fifteen (15) calen- dar days following award of the cohtract, TIlE IOWA CITY PRES$-CITITFN or until rejection is made. Other bid be~de · OFFICIAL PUBLICATION will be returned after the canvass and FED. ID #42-0330670 tabula~i~ ot bids is compteted and ADVERTISEMENT FOR BIDS reported to lhe Cify Couhcit. OAKLAND CEMETERY SEWER The successful bidder will be required'to · , SEPARATION ~ furnish a bend in an amount equa o one hundred percent (100%) of the cohtract l~ Sealedproposalswillberecalvedbytbe pr[ce,"s~id bond to be issued by a Linda F, rotz, being duly i sworn, say city cla~ of thc City of Iowa City, Iowa, respon:sible ~urety approyed by the until 10:30 A.M. on the 13th day of and shall guarantee the p~ompl payment that I am the legal clerk of the IOWA September, 2004, or at a later dale o! all materials and ~abor and also pro- and/or time as determined by the tect and save harmleSS the City from all CITY PRESS-CITIZEN,a newspaper Dire~or of Public Works et designee, claims and damages of any kind cabsed with notice of said later date and/or time .directty or indirectly by the operation of - published in said county, arid that a to be published as required by'law, thecontr~ct:andshallaisoguaranteethe Sealed propos-ais will be opened imme- maintenance of the improvement far a ~r i notice, a printed copy of which is diatetyg'tere-afterbytheCityEngineeror perladolfive(5)year(s)lrom~edaflerits ~ designee, Bids submitted by fax machine c°m-plefion and farmal acceptance by ' hereto attached, was published in shall not be deemed a "sealeq bid" for the City Council. . purposes Of this Project. Proposals will The following'lir~itallans shal~ apply to said paper I time(s), on the be .cted upoo by the C~y Council ata this Project: ' meedng to be held jnthe Emma J. Harvat Specified Completion Date: November following date(s): Hall at 7;00 RM. on the 14TH day o~ 15, 2004 ' · September. 2004, or at SuCh later time · Liquidated Damages: $250.00 per day -- ~ Th~ Project will involve th~ following: . the office of the City Clerk. Copies of said · 8' PVC Truss s~nilary sewer ' plans and specifisallans and farm of pro- - 8' sanitary sewer, bemd& jacked posal blanks ma,~ be secured at the · Sanitary sewer manholas, corm?clio .ns, Office' of ;Cify of Iowa City Engineering and pipe removals Division, 410 E. Washington Streel, Iowa · Asphalt removal and replacement A $15 non-refundabla fee is required for · - '-% Legal Clerk · Finish grade, 1o~so,, and ~d ~mdea~h S~tlo bidde=01 pla.s 0~andotherSpoc~cafi°nSinterested p~r-Pr°' All work is to be done in stri comp!i- sons. The fee shall be in the farm of a Subscribed and sw,p. rn to. before me an~ with the plans and ~[ftFafions check, made payable fo.'City of towa ~.~1~.- ~ prepared by City of Iowa City City'. this d~'ty of Engineering DMsion: of Iowa City. Iowa. Prospochve b,dders are adv,sed that the which hav~ hereto-fore been app~yed by City of iowa city de§ires to employ minor- A.D. 20 O~ lheC.¥Counc,,aedareo.~,efarpub,¢ ~fy contraclo~ and su~ontracto~ o. ' ' exami-nation in the Office of the Cify City projects. A listing of minority contrac- Each proposal.shell be comploteq on a Department of Economic Oevelopme~t at form'futn~hed by the City and must be (515) 242-4721 and the iowa Deportment - . ~ccompanied in a sealeq,enYelppe; ~ep- of Transportation Cohtracts Office at Notar~ Public arate from the one containing the pro- (515) 239-1422. posal, by a bid bend ~xecuted by acor- Bidders shall list on th~ Form of potation authorized to co~ract as a sure- . Proposal-the names of persons, firms, Continued on ,next page companies or other parties with whom the bidde[ intends o subeon rac Th s list ...... shall include the type of work and apprpx~ imate subcontract amount(s). II ~..j,~. ,,, I ORLENE MAHER '~ shallThe submitC°ntract°r a~,yardeq the contract I..<~.~ ;,I My Commlaalon Explms Agreement et the proposed subcontrac- April 2, 2005 tom, together with quantifies, unit prices By virtue of statutory authority, pref- erence must be given to products and provi-sions grown and coal produced within the State el Iowa, and to Iow~ domestic laber, to the extent lawfully re- · quired under Iowa Statutes· The Iowa reciprocal resident bidder pmfarence law applie's to this Project. The City reserves the right'tO reject any or all .proposals, and also reserves the right t? wa~ive technica[itles and rregular- Published upon order of t;~e City Council Prepared by: Brian Boelk, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5437 RESOLUTION NO. 04-294 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE OAKLAND CEMETERY SEWER SEPARATION PROJECT. WHEREAS, Tschiggfrie Excavating Company of Dubuque, Iowa has submitted the lowest responsible bid of $53,988.10 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Tschiggfrie Excavating Company, subject to the condition that awardee secure adequate performance and payment bond, insurance cedificates, and contract compliance program statements. 2. The Mayor is he~:eby 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 19th dayof October ,20 04 Approved by It was moved by N~I')N~n~11 and seconded by £ham,ninn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn pwengVes'~a klan dcemawTdcon.doc Printer's Fee $ ~.~,t ~J[v ·~'~'-~ Publish 9/28 respon-sible sure[./approved by the City, ADVERTISEMENT FOR BIDS and shall guarantee the prompt payment OAKLAND CEMETERY SEWER of all materials and labor, and also pro- CERTIFICATE OF PUBUCATION SEPARATION' t~t a~ s~v~ h~vwl~$ tho Ci~ from all Seared proposals will be received by the claims and damages of any kind caused STATE OF IOWA, City Clerk of the City of Iowa City, Iowa, directly or indirectly by the operation of until 10:30 A.M. on the 12th day of the contract, and shall also guarantee JOHNSON COUNTY, SS: Octoher, 2004. or at a later date and/or the maintenance of the improvement for time as determined by the Director of a pehod of five (5) year(s) from and after THE IOWA CITY PRESS-CITIZEN ,u~ic works or designee, with notice of its com-plefion and formal acceptance by said later date and/or time to be pub- the City Council. FED. ID #42-033,06?0 lished as required bylaw. Sea~ed propos- The fofiowin9 ,~nitations sba, edply to als will be opened immediately there- . this Project: after by the City Engineer or designee, Specified Completion Date: Ap;*il 15, Bids submitted by fax machine shall not 2005 l ~ be deemed a 'sealed bid' for purposes of Liquidated Damages: $100.{30 pa r day this Project. Propesals will be acted upon The plans, specifications and proposed Linda Krotz, being duly sworn, say by the City Council at a meeting to be con-tract documents may be examined at - held in the Emma J, Harvat Hall at 7:00 the office of the City Clerk. Copies of said RM. on the t 9th day of October. 2004, or plans and specifi-cations and form of that I am thelegalclerk of the IOWA at such later time and place as may be proposal b~anks may be secured at the CITY PRESS-CITIZEN, a newspaper scheduled. Offce of city of Iowa City Eogineedng - - ~Divi~ion, 410 E. Washington Street, fewa . published in said county, and that a The PrOject will invoNe the following: City, lowa, by bona fide bidders. · 8" PVC Truss sanitary sewer A $t5 non-refundable fee is required for I notice, a printed copy of which is · 5' sanitary sewer, bored & jacked each set of plans and specificabom~ pro- hereto attac~hed, was published in and* Sanitarypipe removalsS°Wer manholes, connectJofis, song.~'ided Thet° bidderSfee shall°r otherbe ininterestedthe form ofper'a said paper ! time(s), on the · Storm sewer repair check, made payabfe to 'City of iowa · Asphalt removal and replacement City'. following date(s): · Finish grade, topsoit, and seed Prospective bidders are advised that the City of Iowa City desires to employ I ..~.%p//~ ~/ ~e) ~_~ C~/ AIl work is to be done in strict compri- minodty contrac-tors and subcontractors ~'~-~. J/3~ /~ .~o u/' ance with the plans and specifications on City projects. A listing of minodty con- ~ prepared by City of fewa City tractors can be obtained from the Iowa Engineering Division, of Iowa City, ~owa, Department of Economic Development I ~,~ which have hereto-forebeen approved at (515)242-4721 and the Iowa by the City Council, and are on file for Department of Transportation Contracts pubtic exami-nation in the Office of the Office at (515) 239-1422. City Clerk. Bidders shall ~ist on the Form of Each proposal shall be completed on a Propesa~ the names of persons, firms, form furnished by the City and must be companies or other pa~es with whom accompanied in a seafed envelope, sap* the bidder intends to subcontract.' This Legal Clerk arate from the one containing the pro- list shal~ include the type of work and posal, by a bid bond executed by a car- approximate subcontract amount(s). Subscribed and sw(H'n to~)eforeme porafion authorized to contract as a sure- The Contractor awarded the contract --- ----, ..this'-~/'~ day o~ ~/~ .~ ~-~v~.~L.~-~----~-. -- tyintheStataofl°Wa, in tho sum of l0% shaft submit a list on the Form of A.D/~7~0 ~ . ! ' of the bid. Tho bid security shall pe made Agreement of tho propesed subcontrac- ~'~ pay-able to the TREASURER OF THE tom, together with quantities, unit pdces CITY OF IOWA ClT~, IOWA, and shall be end extended dollar amounts. t/~~ ~/ ~/~ ~.~// forfeited to the City of lowa City ,n the By virtue ofstatutoty authddty, pmf' · event the successful bidder fails to enter erence mus~ be given to products and , into a contract within ten (10) calendar provisions grown and coal produced ~ ~- · NotaryPU days of the City Council's award of the within the State of Iowa, and to Iowa blic contract and pest pond satisfactory to the domestic labor, to the extent lawiully re- City ensuring the faithful performance of quired'ueder Iowa Statutes. The Iowa the contract and maintenance of said reciprocal resident bidder preferer~e taw Project, if required, pursuafit to the provi- appties to this Project. stoas of this notice and the other contract The City reserves the right to reject any documents. Bid bonds of the lowest two or all proposals and also resenms the ,,,~' %,~, aRLENE MAHER parted of not to exceed fifteen (15) cai- larities. I C~TY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319} 356 5009 FAX www,icgov.org ENGINEER'S REPORT June 28, 2005 City Clerk ,-, -.' :~--" -T-,] City of Iowa City, Iowa '~' Re: Oakland Cemetery Sewer Separation Dear City Clerk: I hereby certify that the construction o[ the Oakland Cemetery Sewer Separation Project has been completed by Tschiggfde Excavating Co. of Dubuque, Iowa in substantial accordance with the plans and specifications preparod by City of Iowa City Fngineerin~ Division. The final contract price is $55,$31.13. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Ronald R. Knoche, P.E. City Engineer Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St,, Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 05-220 RESOLUTION ACCEPTING THE WORK FOR THE OAKLAND CEMETERY SEWER SEPARATION PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the Oakland Cemetery Sewer Separation Project, as included in a contract between the City of Iowa City and Tschiggfrie Excavating Co. of Dubuque, Iowa, dated February 25th, 2005, be accepted; and WHEREAS, the performance and payment bond has been filed in the City Clerk's office. WHEREAS, the final contract price is $58,831.13 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 5th .day of 5u1¥ ,2005. Approved by: Resolution No. 05-220 Page 2 It was moved by Champion and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ;~ Bailey × Champion x Elliott x Lehman ~ O'Donnell x Vanderhoef ~ Wiiburn