Loading...
HomeMy WebLinkAboutSTREET/DAVENPORT/WATER IMPROVEMENTS/2005 ST ET/ DAVE PORT/ WA ER IMPROV MENTS 20 5 ___..- .__.'. .__...""'"-:t....!._~~-,"'".:'-_.~,_,._,.__. ....".o______~ ..~..;:?~._~..~_...._,-~..- _..~_~"~_"._.__.._ __ __ S,.J-r-.H.-+-/ DCLVt. Drt----/Wa..-tt.r =7005, ~~-t. \ of; a- Xnfrov1!n\'l.nk S-J.lAe-05 ~s.ol'^-+; 0,", D5-/cl.p ~~*,n "L ~b/;c. k~~V-I''''''2' .fo.,.. -4pr; ( Ij dD?S on pl'i.'15, ~-f..C;J.;U<f:tDns I 01'"""" 0+ <..Dnfrc:t.d- ~ €..s,h"rnet~ or cod- +0Y' +J../Z c..O'1S+V'~L.-J.-/0-. o+- ~ -<DDS. D,,-u-e~ Sfr'(.~+- uJcc-I--e.... -=...Ln-,prolJ.e'YI-err1s R-OJ-tc.--!- / d:{'1!. ;"73- ~;-ly C./-ell'l<.. -!O?<A.I:,j;-d, Mt;C.olL o-+-- s<:<"id h.f.Clr:,.,,, ~ d:.,.....,iJ;..a & (!- E~;I1'l.-t.". -10 Fierce. $Cl:d p/a.ns DIl +~ (-/. -10.- ~b \ ~C- I nT'-e.c..\-io 11- Ape- D..5 Plcc..s Sp'l..Cc Ir~ c.u...-I-ie;i)> , I (q. JJ.p(2- 05 K-e.s.oh....J-;Di'\.. 05-153 c.orJra..cJ.- ~ €s--h~~--tz.. crC. e.OS1-- D<lvery:vv--t- S-tr-e.4 0"...ter.:r;;., ~....n.+- of b;d se.c.<.<."'7 fo a.CS:tl 10 pU.b /; s/.. a.diJ-e.v--I-: Se "rV"\-<.rL+ '\ec..e;p+ of 1:d...-. ~ co~. \ Cost pvoposo-P ~ p/"'-,",s/ ~F'ec.;+;c.Cl'--\-;cTh.:S1 --k>n-n. 0+- Il' +hoe. C-OI\$+"'.....c..+io"'- o-f. +h........ alMS rov-Lme..b V"'OZ.iec:t- t.~I;'5h.~n~ 0.7 e~h J,;d d;('~;ng. 2- lIu( V' l;,ds /- t;,>::"'} ./-;yYI~ C<..rJ p(Qe.e... k..- \\ -~~r- <:lS ~\J6\.<- ""'''''''....~ -:J AD!,., "'--<?..- ~Qv" -SD<>."-"-"',,,~~~ s\:'.,......d: \..!J~ "3:."" ~-.- O'J ""'....."'-\~ \? (""0' ~....0;: . S At>- 0:5 '\h&' "''' \:' "j,,\\L""-\..(\) S;-O~ '" -::I:.""l(ru" "-'N\.~\ S ~"Q J "- <=\- S\\<>\o:$ \4~~....",~"""" No. \ ~o" ::"005" J) ""'-'''-'--'\,,0 ::':::,4:.......() ~~~ -:r:: '<>-.. 9 v- "" ....""'-.........\5 ~<".;-\ ~q . ~\\o~ o:s- ~<\ ~<>.- ~\~ ~....- ~oos ~ ~ ~"C'~"lk.~"Q..V'\.\.J ~"("" o~ <L<'-\ """......."'o..-l< 5-\\"...d. ~.,,~ ~\- \ , \~~ ,<- "~"~'~\j ",,,,,-,,,\,<>.,..->. -S-\v-~ ~ "-~ "-'~-"----""---"--"--'-"-~---------"------'-'--',---------- P'11~ d "F d. S~-l-+ / 1)t<.tJ~l\ro(t! Wc...+-ev- T""r'D~~VV1<'t,.J-" Ofoo!:; 11- Mf\Ij- 05 ~S",Iv..+;D" 0 s -1'1D quJa.r4." '3 CO'1.t'/"",,,f- QnJ c:tl.(..-\-+-ori Z.;h, +h~ lV\o.'jov- +t> s; 3n. <<nG. +1",12 C;-I- (!Ier~ +0 ((-/fed-- a.. c.6,ytmc.-t- tor C<l"s-+ru<O.+iOh- 0+ +h-e c:<oo5 Da.ll-tnpo\"'+ S+v-e-L+ Wa.~ r -:T "'fl"ovef\"\el'\'l-s ~!)j-e<:.+. 1.3.:::S",,--Os ~'("~os:;, "'" ~'-.J'o\'\""'~\-\0v-....' \\~ ~._3:,,~~ s:..,,~' ;;l. 0 C I"",,,,.-o,,,,,-""'-'-"'\S l.:, - s ~p- CS tl.e.solu--l-iOh 05 - .).91- Do...u-e."f<firj- S+r"e.-L+ ac.c€f LUa...-t<? ___._________.>_,,__._...__.__~_k._._~__.._.._'__.__.,_--,"'-'-'- ~"'''''-'''\,oA S-\T-~ \.):),-\~ "n'd- +k c.Oo...K... h,r & CjOCJ5 -Lrnro"~r'M_"'-+.s BOJ'e.d-. ~r: crn: Prepared by: Brian Boelk, Civil Engineer, 410 E. Was ington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION N . 05-126 RESOLUTION SETTING A PUBLIC HEAR NG FOR APRIL 19, 2005 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2005 DAVENPO T STREET WATER IMPROVEMENTS PROJECT, DIRECTING CITY CLERK TO UBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER T PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CI OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifi ations, form of contract, and estimate of cost for the construction of the above-mentione project is to be held on the 19th day of April, 2005, at 7:00 p.m. in Emma J. Harvat Hal ,'City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the ity 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 ewspaper published at least once weekly and having a general circulation in the City, n t 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 ublic inspection. Passed and approved this 5th ,2005. ATTEST: ~~/..-u::> II ~ City lerk Approved by: II[~~ city Attorney Office ~r't~(~- Resolution No. 05-126 Page 2 It was moved by Champ; on and see nded by adopted, and upon roll call there were: AYES: NAYS: x X X X X X X Sa il ev ABSENT: the Resolution be Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn 2005 DAVENPORT ST. ATERIMPROVEMENTS CITY OF I WA CITY 2005 DAVENPORT STREET WATE IMPROVEMENTS 04/11/2005 E timated Estimated Item # Description uantity Units Unit Price Amount 1 Mobilization 1 LS $5,000.00 $5,000.00 2 Traffic Control 1 LS $7,500.00 $7,500.00 3 Dubuque St. PCC, Remove and Replace 75 SY $60.00 $4,500.00 4 Brick Paving, Remove and Replace 1400 SF $25.00 $35,000.00 5 Sidewalk Removal 1400 SF $1.00 $1,400.00 6 PCC Sidewalk 1200 SF $3.50 $4,200.00 7 Water Tap, Dubuque St., 6 inch 1 EA $4,500.00 $4,500.00 8 Water Main/Sewer Conflict 2 EA $3,500.00 $7,000.00 9 Demolition of Water Main 1 LS 4,000 $4,000.00 10 Water Main Boring 130 LF $50.00 $6,500.00 11 Water Main, 6 inch, Ductile Iron 165 LF $50.00 $8,250.00 12 Water Main, 6 inch, PVC 165 LF $35.00 $5,775.00 13 Cut and Plug Main 1 EA $2,500.00 $2,500.00 14 Hydrant Removal 2 EA $500.00 $1,000.00 15 Valves, 6 inch 5 EA $750.00 $3,750.00 16 Hydrants with Auxiliary Gate Valve 1 EA $3,000.00 $3,000.00 17 Hydrants without Auxiliary Gate Valve 1 EA $2,500.00 $2,500.00 18 Water Service to Lot Adjacent to Main 5 EA $750.00 $3,750.00 19 Water Service Across Street from Main 6 EA $2,000.00 $12,000.00 20 Lawn Restoration 1 LS $5,000.00 $5,000.00 Total Construction Costs $127,125.00 10% Contingency $12,700.00 Engineering, Surveying, Drawings and C tract Costs $12,000.00 Inspection and Construction Administrati n $4,000.00 TOTAL CONTRACT COST PROPOSAL $156,000.00 r-~J -"7::> Q ~... c.:'t "S:- O ."- -"'.. "'( ! .. N -',-1 I I -0 ----1 ~~~) --2> ,..J r:;:: w )> w CP T:16400\6416008\Bid IlemslBid Tabulations3.xls _._._----~~_._._~--,._-----~-~----~._-~--_.~-----_._--._-- ---- / / l' 'ii 1.;:" 7 PLANS, SPECIFICATIONS, PR POSAL AND CONTRACT for 2005 DAVENPORT STREET TER IMPROVEMENTS I,r\! I; IV'l-/;';' c'". '",;.~I J'r\ Iv; j" i()1~'~ . --- I' ~j..'\ ~~ CITY OF 10 DEPARTMENT OF P LIC WORKS ENGINEERING DIVISION MMS CONSULT NTS, INC. 1917 S. GiI ert St. Iowa City, 52240 April 8, 005 ~.~ CITY OF 10 DEPARTMENT OF P ENGINEERING -; ~,>.. .^- I .'/ i....., /;~'), (: <J'}/,-'/ I // , " " /" '. / "'> , "~ PLANS, SPECIFICATIONS, PR POSAL AND CONTRACT for 2005 DAVENPORT STREET W TER IMPROVEMENTS MMS CONSULT NTS, INC. 1917 S. Gilb rt St. Iowa City, I 52240 April 8,2 05 I hereby certify that this plan, specification or report as prepared by me or under my direct personal supervision and that I am a duly Registered Profess onal Engineer under the laws of the State of Iowa. Signed: ~ .J~ Edward H. Brinton, P.E. IA. Reg. No. 7447 My biennial registration renewal date is December 31,2005. JrfcfZ;: All pages in this document are covered by this seal. TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ..................................... ................................................. NOTE TO BIDDERS ...................................................... ................................................. FORM OF PROPOSAL .................................................. ................................................. BID BOND ...................................................................... ................................................. CONTRACTCOMPL~NCEPROGRAM (ANTI-DISCRIMINATION REQUIREMENTS) ..... .. ................. ...... ............. ..... ....... RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL AID PROJECTS..................... ................................................. FORM OF AGREEMENT .............................................. ................................................. PERFORMANCE AND PAYMENT BOND.................. ................................................. GENERAL CONDITIONS ............................................. ................................................. SUPPLEMENTARY CONDITIONS .............................. ................................................. SPECIFICATIONS DIVISION I - GENERAL REQUIREMENTS Section 01010 Summary of the Work................. ................................................. Section 01025 Measurement and Payment ......... ................................................. Section 01300 Submittals .................................. .................................................. Section 01570 Traffic Control and Construction acilities .................................. DIVISION 2 - SITE WORK Section 02050 Demolition, Removals and Aban onment ................................... Section 02100 Site Preparation .......................... ................................................. Section 02240 Trench Excavation, Bedding and ackfill ................................... Section 02515 Pavers ........... ....... ................ ............. .... ........... ...................... ...... Section 02520 Portland Cement Concrete Pavin ............................................... Section 02524 Curb Ramps ................................ ................................................. Section 02660 Water Distribution....................... ................................................. Section 02665 Water Service Work For Contrac rs ............................................ Section 02751 Directional Boring and Drilling ................................................... Section 02920 Seeding ....................................... ................................................. T:I640016416008ISPECSlTITIEINDEX.DOC Faile Number AD-I-3 NB-l FP-I-2 BB-l CC-I-7 R-l AG-I-2 PB-I-2 GC-l SC-I-5 01010-1-5 01025-1-7 01300-1-2 01570-1-2 02050-1-3 02100-1-2 02240-1-10 02515-1-4 02520-1-3 02524-1-4 02660-1-17 02665-1-6 02751-p f':o2920-14 :~,'! t,,; , .,::....... -'n ,/,. " ~J .r- p .r- -.J ADVERTISEMEN FOR BIDS 2005 DA VENPO STREET WATER IMPRO EMENTS CITY OF IOW CITY Sealed proposals will be eceived by the City Clerk of the City of Iowa C y, Iowa, until 10:30 A.M. on the 10th day of M , ' 2005, or at a later date and/or time as determin d by the Director of Public Works or designee, w th notice of said later date and/or time to be pub shed as required by law. Sealed proposals will b opened immediately thereafter by the City Engin er or designee. Bids submitted by fax machine s all not be deemed a "sealed bid" for purposes of is Project. Proposals will be acted upon by the Cit Council at a meeting to be held in the Emma J. H at Ha1l at 7 :00 P.M. on the 17th day of May, 200 ,or at such later time and place as may be schedul d. The Project will involve e following: furnish and install approximately 26 square yards of total paving (asphalt, Portland C ment Concrete, and brick), furnish and install 49 lineal feet of water main, furnish and install w' ter hydrants, valves and water service, minor ,emolition, seeding, removals and other related ork. All work is to be done in s 'rict compliance with the plans and specification, prepared by MMS Consultants, Inc., of Iowa C ,Iowa, which have heretofore been approved by e City Council, and are on file for public examin tion in the Office of the City Clerk. Each proposal sha1l be c mpleted on a form furnished by the City and m t be accompanied in a sealed envelope, sep ate from the one containing the proposal, by a id bond executed by a corporation authorized to ntract as a surety in the State of Iowa, in the su of 10% of the bid. The bid security sha1l be ade payable to the TREASURER OF THE C Y OF IOWA CITY, IOWA, and shall be forfeite to the City ofIowa City in the event the successf I bidder fails to enter into a contract within teu (10 calendar days of the City Council's award of the ntract and post bond satisfactory to the City e suring the faithful performance of the contract and maintenance of said Project, if required, purs ant to the provisions ,~ '. r ';.'~ ./-... '"- ,~ .JC__ )7 AD-l T:\6400\6416008\Specs\Contract Docs dv. for Bids.doc _.--1 \ " r""'\ \ \ -::,"", ,_,_1 ,..j .:: r CJ ,..- ''-' 0-' ) 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 improvements for the period of five (5) years for paving and water mains, from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Working Days: 40 Specified Start Date: June I, 2005 Liquidated Damages: $ 100.00 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 the Project Engineer, MMS Consultants, Inc., 1917 S. Gilbert Street, Iowa City, Iowa, by bona fide bidders. Questions in reference to said plans and specifications should be directed to Edward Brinton, P.E. ofMMS Consultants, Inc. at 319-351-8282 or fax. 319-351-8476. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to MMS Consultants, Inc. Plans and specifications will be available on April 20, 2005. 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. L',- AD~2 T:\6400\6416008\Specs\Conlract Docs\Adv. for Bids.doc Bidders shall list on the rm of Proposal the names of persons, firms, com' anies or other parties with whom the bidder intend to subcontract. This list shall include the type of ork and approximate subcontract amount(s). The Contractor awarded th contract shall submit a list on the Form of Agree ent of the proposed subcontractors, together with quantities, unit prices and extended dollar amount. By virtue of statutory auth rity, preference must be given to products and p ovisions grown and coal produced within the S ate of Iowa, and to Iowa domestic labor, to th extent lawfully re- quired under Iowa Statutes. The City reserves the righ to reject any or all proposals, and also reserve the right to waive technicalities and irregulari . s. Published upon order of th City Conncil ofIowa City, Iowa. MARIAN K. KARR, CITY LERK ~ AD-3 T:\6400\6416008\Specs\Contract Docs dv. for Bids.doc "" ,~ "j' ,~ -Hi' -1 ! i /, r- .r.- a:> NOTE TO B DERS 1. The successful bidder and all subcontractors ar required to submit at least 4 days prior to award three references involving similar projects, inclu ing at least one municipal reference. Award of the bid or use of specific subcontractors may be deni d if sufficient favorable references are not verified or may be denied based on past experience on pr ~ects with the City ofIowa City. 2. References shall be addressed to the City Engine r and include name, address and phone number of contact person, for City verification. 3. Bid submittals are: Envelope I: Bid Bond Envelope 2: Form of Proposal Statement as Resident Bidder 4. The Equal Opportunity Policy Statement as included in the CONTRACT COMPLIANCE PROGRAM (ANTI-DlSCRIMINA nON REQ lREMENTS) does not have to be submitted with the bid. It must be submitted before execution f the Agreement. : ..': (-~ " )> .r /.... ...r:- NB- T:I6400\6416008\SpecsIContract DocslNote to Bidders.doc -;1 -n ~'1 ._, j 00 ~(: <'.-.-:., ....._.~ ~~- \ \ -.., ~ FORM of PROPOSAL 2005 DA VENPOR" STREET WATERIMPROWEMNTS / -- '"" " '--i.~1 - s:- f" cP CITY of lOW CITY y NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL Il' CLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THI PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk, City of Iowa City, City Hall, 410 K Washington St, Iowa City, IA 52240 The undersigned bidder submits herewith bid security i the amount of $ accordance with the terms set forth in the "Project Speci cations," ,In The undersigned bidder, having examined and deterrnin d the scope of the Contract Documents, hereby proposes to provide the required labor, services, materi Is and equipment and to perform the Project as described in the Contract Documents, including Addend , , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Wark" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing pr"or to starting such work. The names of those persons, firms, companies ar oth r 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 Ci jy, The undersigned bidder certifies that this proposal i made in good faith, and without collusion or connection with any other person or persons bidding on he work. FP- I T:\6400\6416008\Specs\Contract Docs\Fonn of Proposal.doc FORM OF PROPOSAL 2005 DAVENPORT STREET WATER IMPROVEMENTS Item # Estimated Quantity Units Description Mobilization 2 Traffic Control 3 Dubuque St. peG, Remove and Replace 4 Brick Paving, Remove and Replace 5 Sidewalk Removal 6 PCC Sidewalk 7 Water Tap, Dubuque St., 6 inch 8 Water Main/Sewer Conflict 9 Demolition of Water Main 10 Water Main Boring 11 Water Main, 6 inch, Ductile Iron 12 Water Main, 6 inch, PVC 13 Cut and Plug Main 14 Hydrant Removal 15 Valves, 6 inch 16 Hydrants with Auxiliary Gate Valve 17 Hydrants without Auxiliary Gate Valve 18 Water Service to Lot Adjacent to Main 19 Water Service Across Street from Main 20 Lawn Restoration LS LS 75 SY 1400 SF 1400 SF 1200 SF EA 2 EA LS 130 LF 165 LF 165 LF EA 2 EA 5 EA EA EA 5 EA 6 EA LS TOTAL Contract Cost Proposal Unit Price 4/11/2005 Estimated Amount 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, the more specific shall prevail. Firm: Address: By: Title: Contact Phone: Person: 1-,1' ~,' .... I " , ""1 '-.' L/A'a ' , , ',I v' E" .' , , , , '0 '-~ T :\6400\6416008\Specs\Conlrac! Docs\F P-2.xls FP-2 The names of those persons, firms. companies or othe parties with whom we intend to enter into a subcontract, together with the type of subcontracted work,pd approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this propos 1 is made in good faith, and without collusion or connection with any other person or persons bidding on th 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 differ nces between any conditions of this proposal and the Contract Documents prepared by the City of Iowa CitJ , the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: o ,. Phone: ~>.:~~ 0 ~1 -'. Contact: " '<. - - i -, -") I! :B: .:0-- " ,- Co FP 3 T:\6400\6416008\Specs\Contract Docs\Form of Proposal.doc r -(" " ,..-..... '/ /"^ '. , .,'.-- BID BO D ~ , as Princi aI, and, as Surety declare that we are held and are firmly bound nto hereinafter called "OWNER," in the sum of ($ ) to pay said sum as herein provi' ed. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, xecutors, administrators, and successors jointly and severally. This obligation is conditioned on the Pri cipal submission of the accompanying bid, dated for Project. ".,.- , rlollars .....:? NOW, THEREFORE, (a) If said Bid shall be rejected, or in the al (b) If said Bid shall be accepted and the . ncipal shall execute and deliver a contract in the form specified, and the Principal shal, then furnish a bond for the Principal's faithful performance of said Project, and for e payment of all persons performing labor or furnishing materials in connection the with, and shall in all other respects perform the Project, as agreed to by the City's acce ance of said Bid, then this obligation shall be void. Otherwise this oblig ion shall remain in full force and effect, provided that the liability of the Surety for any and all claims her' under shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amoun of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contrac and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipul es 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 do uments, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute thi bid bond this , A.D., 2005. day of Witness Princi al (Seal) By (Title) Witness Sure (Seal) By (Attorney-in-fact) Atta Power-of-Attorney BB 1 1\6400\6416008\Specs\Contract Docs\Bid Bond.doc Cont act Complianc Program ~, CITY 0 IOWA CITY ''\ / , ' r , ",,- " - - ~ " ' .",9 )7 SECTION I - GENERAL P LlCY STATEMENT It is the policy of the City of Iowa City to require equal e ployment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, co sultants and vendors and requires them to ensure that applicants seeking employment with them and their emplo ees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual rientation, disability, marital status, and age. It is the City's intention to assist employers, who are Ci ,contractors, vendors or consultants, in designing and implementing equal employment opportunity so that a I citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVlSIONS: I. All contractors, vendors, and consultants reques' g 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 wi contracts of $25,000 or more (or less if required by another governmental agency) must abide by the r quirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this p vision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, d consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the Ci Code. 3. Contracting departments are responsible for ass . g that City contractors, vendors, and consultants are made aware of the City's Contract Complianc Program reporting responsibilities and receive the appropriate reporting forms. A notification of re uirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed 'and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must b received and approved by the City. 5. Contracting departments are responsible for ans ering questions about contractor, consultant and vendor compliance during the course of the contract with 'the City. 6. All contractors, vendors, and consultants must re ain 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. AU contractors, vendors, and consultants must a sure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes e listed at Iowa City Code section 2-3-1. (~,:' , ..~- > / " -- "'.... -'-'" ."-..... l.o C-l T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc 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 CONlRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the perfonnance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affIrmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor 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 V.S.C. ~ 1608 ~ gm.) 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 Employmeut Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your busioess' Equal Employment Opportunity Officer? (please pOOt) Name Phone Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. Vi\\C-" \' . 'C). ,',,', ,I '-"..,"" J 6'1.1. , .'j I ',' ',I" rrr':7 '~. ...... ~ :::J I,. w " '; I _ .. ~:j j I':J CC-2 T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc 6. How does your business currently infOlm applicants, e ~ployees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and corr Ictly reflect our Equal Employment Opportunity policies. Business Name P one Number Signature Ttle Print Name ate c-! ~, .-'-.- y ..0 C -3 T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITJ 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it il conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potent sources of employees and to your subcontractors asking their cooperation. The policy statement should recogn and accept your responsibility to provide equal employment oppOltunity in all your employment practices. regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitmo sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, r advertising. 2. EQUAL EMPLOYMENT OPPORTIJNITY OFFICER Designate an equal employment opportunity officer or, at mlmmum, assign someone the responsibility administering and promoting your company's Equal Employment Opportunity program. This person should hav position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. . employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions sho be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) (b) (c) (d) (e) (t) (g) ~. ";fh;} l/,~/ 00 ..;, ./, '7 /, ':('/ / , / .. (1/ )F'j Let potential employees know you are an equal opportunity employer. This can be done by identifY yourself on all recruitment advertising as "an equal opportunity employer". Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment \ only perpetuate the current composition of your workforce. Send recruitment sources a letter anum which reaffirms your commitment to equal employment opportunity and requests their assistance helping you reach diverse applicant pools. Analyze and review your company's recruitment procedures to identifY and eliminate discriminat barriers. Select and train persons involved in the employment process to use objective standards and to sUPI equal employment opportunity goals. Review periodically job descriptions to make sure they accurately reflect major job functions. Rev) education and experience requirements to make sure they accurately reflect the requirements successful job performance. Review the job application to insure that only job related questions are asked. Ask yourself "Is 1 information necessary to judge an applicant's ability to perform the job applied for?" Only use job-rela tests which do not adversely affect any particular group of people. Monitor interviews carefully. Prepare interview questions in advance to assure that they are only. related. Train your interviewers on discrimination laws. Biased and subjective judgments in perso interviews can be a major source of discrimination. Improve hiring and selection procedures and use non-biased promotion, transfer and training policie, increase and/or improve the diversity of your workforce representation. Companies must make s .~J)r,ocedures for selecting candidates for promotion, transfer and training are based upon a aS~~J'!'ient of an employee's ability and work record. Furthennore, all companies should post , Q]h~se publicize all job promotional opportunities and encourage all qualified employees to bid them. ..' T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc CC-4 -;.=. -ai !:~w!:'t~ ~~ ~...,;'K~ ..... .....- ~ City of ~ ~ t~. Attached for your information is a copy of ection 2 - 3 - I of the Iowa City Code of Ordinances which prohibits certain disc . minatory practices in employment. Please note that the protected characteristi s include some not mandated for protection by Federal or State law. As a co tractor, consultant or vendor doing business with the City of Iowa City you ar required to abide by the provisions of the local ordinance in conjunction with yo performance under a contract with the City. c5 ,.^-, ': '~~') ~~. " c' :i-; '., ,-j ("-': Q C -5 T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc 2-3-1 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: 2-3-2: Employment; Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation 2-3-3: 2-3-4: 2-3-5: 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate In employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. 8. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. Iowa City CC-6 T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc C. It shaU be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment Qf membership be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and ~hildblrth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this TItle. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- I;! '/"'01 .'/',j', I , , " ,_.\.....) 897 O',:! 'J - , :. I 1:.11 SCUZ -'I I lL:.J 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer. employ- ment agency. labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn drome poses a significant risk 0 transmission of the human immunode flclency virus to other persons In specific occupation. F. The following are exempted from th provisions of this Section: 1. Any bona fide religious institution 0 Its educational facility, association corporation' or society with respect t any qualifications for employmen based on religion when such quallfica tions are related to a bona fide reli' gious purpose. A religious qualifica tion for instructional personnel or a administrative officer, serving in supervisory capacity of a bona lid religious educational facility or reli glous Institution shall be presumed t be a bona fide occupational qualific tion. (Ord. 94-3647, 11-8-1994) 897 owa City C -7 T:\6400\6416008\Specs\Contract Docs\Contract Compliance. doc 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion. sex or sexual orientation. (Ord. 95-3697,11-7-t995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of Individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pUb- lic purpose. 7. To employ on the basis of disability in those certain Instances where pres. ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business_or enterprise. The bona fide occupatiiinal qualification shall be Interprete~r-i;1arrowly. (Ord. 94-3647, t1-8-1994)- , ! .~-> ..... " .....-, ,-:-:- ...... I ! , .._.J c) c:.:) RESTRICTION ON NON-RESIDENT SIDDIN!; 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 preferenc~ to bidders from that state or foreign country. That preference is equal to the preference given br required by the state or foreign country in which the non-resident bidder is a resident. "ResidE nt bidder" is defined as a person authorized to transact business in this state and having a place c business within the state, and has conducted business for at least six months prior to the first a Ivertisement 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 commo stock owned by residents of this state. This qualification as resident bidder shall be maint ined by the bidder and his/her contractors and subcontractors at the work site until the project is c mpleted. 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: - ~"" r'l ."') 1 ; , I , ....j -'~ , I c> R 1 T:\6400\6416008\Specs\Contract Docs\Restriction on Non.doc --. FORM OF A REEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plan specifications, proposal and bid documents dated March 15, 2005, for the 2005 DAVENPORT STREET ATER IMPROVEMENTS ("Project"), and Whereas, said plans, specifications, proposal ,and bid documents accurately and fully describe the terms and conditions upon which the ContractDr is willi g tD perfDrm the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid dDcuments Df the ContractDr for the Project, and fDr the sums listed therei . 2. This Agreement consists of the fDIIDw,ng cDmpDnent parts which are incorpDrated herein by reference: a. Addenda Numbers b. "Standard SpecificatiDns fDr Highway and Bridge CDnstruction," Series Df 2001, Iowa Department Df Transpo tiDn, as amended; ., 1 c. Plans; . ,---~ d. SpecificatiDns and Suppleme tary ConditiDns; e. Advertisement fDr Bids; .". /., - f. NDte to Bidders; .. :> ('1 C> g. PerfDrmance and Payment B nd; h. CDntract CDmpliance Progra (Anti-DiscriminatiDn Requirements); i. PrDpDsal and Bid DDcuments and j. This Instrument. The abDve cDmpDnents are deemed comple entary and shDuld be read together. In the event of a discrepancy Dr inconsistency, the mDre speci IC provision shall prevail. A -1 T:\6400\6416008\Specs\Contract Docs\Form of Agree.doc 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 ,2005. fu fu Contractor (Title) Mayor ATTEST: ATTEST: City Clerk (Title) (Company Official) Approved By: City Attorney's Office v.'.' , "',nl ,.\"\VI 1 " .,1..-, ,..., L ".! O:l:i '" ,I ",,~ ;. ',' r:7 ,f _'...'J I i--' AG-2 T\6400\6416008\Specs\Contract Docs\Fonn of Agree.doc PERFORMANCE PAYMENT BOND .~', '. ) ;~a~ )/ ( ,~. o (insert the name and address or legal title of the ontractor) 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 ofIowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the pa ent for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, succe ors and assigns, jointly and severally. WHEREAS, Contractor has, as of with Owner for entered into a written Agreement (date) Project; and WHEREAS, the Agreement requires execut on of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans an specifications prepared by , which Agreement is by reference made a part hereof, and the eed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS 0 THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, the the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until sa isfactory completion of the Project. A. The Surety hereby waives notice of any alterati n or extension of time made by the Owner. B. Whenever Contractor shall be, and is declare by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations ereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance wi the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to wner for completing the Project in accordance with the terms and conditions of the Agreeme t; and upon determination by Owner and Surety of the lowest responsible bidder, arrange fo a contract between such bidder and Owner, and make available, as work progresses (even ugh there may be a default or a succession of defaults under the Agreement or subsequent ontracts of completion arranged under this paragraph), sufficient funds to pay the cost of co pletion, less tile balance of the Contract Price, but not exceeding the amount set forth in the st paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shal mean the total amount payable by Owner to Contractor T:\6400\6416008\Specs\Contract Docs\PandP Bond.doc P -I under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of C-> years from the date of fonnal 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 ofIowa, shall pay to all persons, fIrms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, 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 ofIowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF ,20_ IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Pl~?ne) . . '-I" .. ~ I . ',J t', ~\{~:,I, I,..", .J 0., "11'J J' 'n "."'1 '.\ "..' _.. ..J";~" ~- ..:. --' , , ...1 ......J PB-2 T:\6400\6416008\Specs\Contract Docs\PanrlP Bond.doc GENERAL CO OITlONS Division 11, General Requirements and Covena ts of the Iowa Department of Transporta- tion "Standard Specifications for Highway and B idge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Condition ,-_..J ,>? c.J G -1 T:\6400\6416008\Specs\Contract Docs\Gen Conditions.doc S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 S-10 S-11 S-12 (~ (-....., S SECTION Defmitions Limitations of Operations Insurance Supervision and Superintendence Concerning Subcontractors, Suppliers and ers Compliance with OSHA Regulations Employment Practices Contract Compliance Program (Anti-Disc 'mination Requirements) Measurement and Payment Taxes Construction Stakes Restriction on Non-Resident Bidding on on-Federal-Aid Projects - ' ) y (", c::.> Caution and Introductorv Statements These Supplementary Conditions amend or supple ent Division II of the Iowa Department of Transportation "Standard Specifications for Highway Bridge Construction," Series of2001, as amended and other provisions of the Contract Documents. All pr visions which are not so amended or supplemented remain in full force and effect. 8-1 DEFINITIONS. ADD to or CHANGE the following definitions with. 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Publ c Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of I wa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPAR shall mean the CITY. NT OF TRANSPORTATION," or "COUNTY" "IDOT STANDARD SPECIFICATIONS" sh 11 mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridg Construction," Series of200I, as amended. 8-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1 I 08.03 of the IDOT S ANDARD SPECIFICATIONS: Except for such work as may be required to pro erly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without s ecific permission of the ENGINEER. T:\6400\6416008\Specs\Contract Docs\Supp Conditions.doc SC 1 8-3 lN8URANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION I. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code ofIowa. Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, Or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. k,,: ~'I " : .'2.' , , , ',~e:1erltp:~?'f11ount of the Contractor's liability insurance policy coverage limits shall be payable by. th(} )6\:rlractor'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 , C"l1:ificllt~ of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 0" ',. ,j .,J ''7 ('.' "'-I ;1 " SC-2 T:\6400\6416008\Specs\Contract Docs\Supp Conditions.doc 3. If Contractor's liability insurance coverage i subject to any special exclusions or limitations not common to the type of coverage being provi ed, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it 'th "occurrence form" liability insurance coverage. If Contractor can only provide "claims-ma e" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance canceled, during the contract period work, Contractor agrees to immediatel carriers, or if Contractors insurance coverage is r within two years after City's acceptance of the notify the City of such event. b. If Contractor's insurance is canceled shall be required to obtain replace hereunder. is allowed to lapse during said period, Contractor ent insurance coverage to fulfill its obligation . , c. If, during said period, Contractor vol ntarily changes insurance carriers: CftJis required to obtain replacement coverage from other carrier, Contractor shall either (I) pUrcliasel "tail" coverage from its first carrier effective for a minimum of two years l!!!er City: Council acceptance of the work, or ( ) purchase "prior acts" insuranc~ C0v~r"W' frnm *: new carrier, covering prior acts du g the period of this Contract from' and after its, . , inception. / ' . r-'j ::>--..: d. "Tail" or "prior acts" coverage so pr vided shall have the same coverage, withQlle same limits, as the insurance specified in t is Contract, and shall not be subject to any further limitations or exclusions, or have a igher deductible or self-insured retention than the insurance which'it replaces. 5. The City reserves the right to waive any of e insurance requirements herein provided. The City also reserves the right to reject Contractor's' surance if not in compliance with the requirements herein provided, and on that basis to either ward the contract to the next low bidder, or declare a default and pursue any and all remedies a ailable to the City. 6. In the event that any of the policies ofinsur ce or insurance coverage identified on Contractor's Certificate of Insurance are canceled or m ified, 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 insura ce, and such losses reduce the aggregate limits of Contractor's liability insurance below the I 'ts required hereunder, then in that event the City may in its discretion either suspend Contr ctor's operations or activities under this Contract, or terminate this Contract, and withhold paym nt for work performed on the Contract. 7. In the event that any of the policies or ins rance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the ity 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 I. The Contractor shall indemnify, defend an hold harmless the City of Iowa City and its officers, employees, and agents from any and all iability, loss, cost, damage, and expense (including SC 3 T:\6400\6416008\Specs\Contract Docs\Supp Conditions.doc reasonable attorney's fees and cOUli costs) resulting from, arising out of, or incuned by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City ofIowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the !DOT STANDARD SPECIFICATIONS: CONIRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after honrs. CONTRACTOR shall provide to ENGINEER the phone nUlllber and/or paging service of this individual. 8-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the !DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraph to 1107.01 of the !DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. 8-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of themselves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or pr~yileg\lS Of'eIl1pI'oW1f!lt because of sex, race, color, religion, national origin, sexual orientation, genllH :identity, mari9l status, age or disability unless such disability is related to job performance of such person or employee. I" :'1 "J , ,..... I ! I.' 1'_,!,' 'j I I . v I '-. ;\ I SC-4 T:\6400\6416008\Specs\Contract Docs\Supp Conditions. doc To discharge from employment or refuse to hire lY individual because of sex, race, color, religion, national origin, sexual orientation, gender iden ty, marital status, age, or disability unless such disability is related to job performance of such per on or employee. _DISCRIMINATION REQUIREMENTS). ~8CONTRACTCOMWLUNCEPROGRAM( For all contracts of $25,000 or more, the Contractor sh 11 abide by the requirements of the City's Contract Compliance Program, which is included with these Spe fications beginning on page CC-I. ~9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained items and methods of measurement. The provisions of IDOT STANDARD SPECIFICATIONS. Division I of these specifications defines all pay . s section will supersede applicable sections in the ~10 TAXES. Contractor shall pay all sales, consnmer, use and other inlilar taxes required to be paid in accordance with local law as outlined in 1109.07 of the IDOT Standar Specifications. Prior to project acceptance by the City Council, the Contractor shall submit to the Engine r a statement of taxes paid, including all information reqnired by the State of Iowa for reinlbursement of t es. The City will reinlburse Contractor for taxes approved and reimbursed by the State ofIowa. Reimb sement to the Contractor will occur within 30 days of the City receiving reinlbursement from the State. ax statements snbmitted after the project has been accepted by the City Council will not be accepted or reo bursed. S-l1 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT St dard Specifications with the following: The Contractor shall be responsible for the prese ation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and w' I be charged at a rate of$100 per hour. G ON NON-FEDERAL-AID PROJECTS. ~12 RESTRICTION ON NON-RESIDENT BIDD The Contractor awarded the project together with all included with these specifications (titled the same as can begin on the project. bcontractors shall be required to complete the form . section) and submit it to the Engineer before work ('.1, " .'~i' \. (' ' ~ \~, .' -,. , \ " , r~' "; , . S -5 "- ~-.... T:\6400\6416008\Specs\Contract Docs\Supp Conditions.doc ;-, SECTION 1010 SUMMARY OF HE WORK \_~, :..... \ PART 1 GENERAL ,- 1.01 SUMMARY c':\ ,- y A. Prepare, submit and update as necessary a sched Ie of the work. B. Time is of the essence. Minimizing inconve pedestrians, residences and businesses is a hi with this in mind. . ence, disruption and duration of disruption to priority. Scheduling of work shall be planned 1.02 SUBM11TALS A. The Contractor shall submit at the Pre-Constructi n meeting a detailed schedule of the proposed work. The schedule shall include proposed dates and d rations of lane reductions and street closings. Work may not begin until the schedule is approved by e Engineer. B. The Contractor shall submit updated constructi n schedules at two week intervals throughout the project. 1.03 CONTRACT A. The Work is removal of Portland Cement Cone te, hot mix asphalt, and brick roadways, driveways, parking lots, curbs and gutters, sidewalks, curb ps, water main, construction of Portland Cement Concrete, hot mix asphalt, and brick roadways, 'veways, parking lots, curbs and gutters, sidewalks, curb ramps, water main, water service, water hy rants and valves, and other miscellaneous items. B The Contract is a single, unit price contract. 1.04 CONTRACTOR USE OF PREM1SES A. Contractor shall limit the use of premises to all w: 1. Construction operations on property, rig ts-of-way and easements provided by Owner. 2. Owner occupancy and use of existing w ter service until new service is provided. 3. Use of public rights-of-way for public cess and private lands for land owners and lease holders. 4. Provide access for tenants, landowners, esidents and guests to housing facilities within the project area. 1.05 FlELD ENG1NEER1NG A. Owner will provide inspection services throug duration of project. 01010- T:\6400\6416008\Specs\O 1 0 1 o. doc 1.06 PHASING OF WORK A. Some of the construction work must proceed in phases to provide safe and continuous water supply, accommodate work by others or to minimize excavation work and costs. B. Prior to advancing to the next phase or sub-phase, the existing phase or sub-phase shall be sufficiently complete to accommodate work by others or allow reopening to the public, as determined by the Engineer. 1.07 COORDINATION WITH UTILITIES A. Communicate with and inform public utilities of work activities in areas of potential conflict. B. It is anticipated that some utility conflicts may occur which cannot be resolved ahead of time. Contractor shall work closely with utility companies to aid in all relocations to keep the project on schedule. 1.08 STREET CLOSINGS A. Closure on Davenport Street may be required during different phases. Contractor must maintain one lane each way minimum open to traffic at all other times. B. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without Engineer's approval and said notification. 1.09 JOB SITE ADMINISTRATION A. Contractor shall provide competent, suitable qualified personnel to perform construction as required by Contract Documents. Contractor shall at all times maintain good discipline and order at site. B. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its representati ve when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. 1.10 PERMITS REQUIRED BY CONTRACTOR A. Contractor shall obtain and pay for all construction permits and licenses required including the procedures for preparation of any and all plan and all required notices. 1.11 EXAMINATION OF SITE, PLANS and SPECIFICATIONS A. The Contractor must satisfy himself by personal examination of the location of the proposed work, by examination of the plans and specifications and requirements of the work and accuracy of the estimate of the quantities of work to be done, and shall not at ~~y time ~~t"r su\;>9]i1~ion of a bid, dispute or complain of such estimate or assert that there was a~y' rnisunderslanditi'g in! regard to the ,I', . 1'0') nature or amount of work to be done. Submission of a signed proposal by th",Contractor shall I ' ':1 ::1' , , . '--! <,-".~.., ....,- '..' 01010-2 T:\6400\6416008\Specs\O I 0 1 a.doc ',-,: _..1 1;--1 signify to the Owner that the Contractor has ma personal examination of the site and the physical conditions which may affect his bidding and pe ormance under this proposal. B. The Contractor shall not use or be entitled to u any of the information made available to him as stated above or obtained in any examination ma e by him in any manner as a basis of or ground for any claim or demand against the Owner or the ngineer, arising from Of by reason of any variance which may exist between the information m de available and the actual subsurface or other conditions, natural phenomena, existing pipes r other structures actually encountered during the construction work, except as may otherwise be xpressly provided for in the Contract Documents. 1.12 NOTICES A. Each of the following notices shall be written, p 'nted, and distributed by the City Water Division: ] . Three weeks prior to construction activity, a notice of construction phasing will be distributed to community members that will be affected by construction. 2. A notice sent to neighborhood when wat service shut down is necessary. 3. A notice sent to each affected residence i advance when water service will be shut off. 1.13 MATERIALS FURNISHED BY OWNER A. Materials provided by City Water Division will' clude: tapping saddle, corporation cock, curb shut- off valve, and curb box. 1.14 OPERATIONS BY CITY EMPLOYEES A. Owner will provide the following services: ]. Labor and equipment to complete water rvice taps and 6-inch tap on Dubuque Street. 2. Deve]opment and distribution of notices 0 property owners. 3. Off - site water valve operations. 1.15 TEMPORARY SANITARY FACIUTIES A. Contractor must provide and maintain tempo facilities and enclosures for domestic waste. PART 2 - PRODUCTS None. ,> ' ,- , ~ : ("\ '~ .v......-' . \' .> ~. 0]010 3 1 ...., ". ~ \,,' \ " \ T:\6400\6416008\Specs\O 1 0 1 O.doc 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. 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. B. 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. C. 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. D. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. E. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. F. Work will be staged to minimize the length of time parking spaces are lost. 3.03 SEQUENCE OF OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water Division office prior to using the water supply. C. This is the sequence of operations as envisioned by the Water Division for this project. The Contractor may submit an alternative plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of the following operation plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. \C,., ." '. ,'~ \.("'" I ;','\ 1 --'\1 1"::i. . ,; ,I ~ \ ',_ ~ - ~ S.;", .," 01010-4 .....-.-.. , , ,- j l-l T:\6400\64I 6008\Specs\O 1 0 I D.doc Step] includes tapping the existing 6 inch wat r main on Dubuque Street and extending the new water main eastward beyond the sidewal on Davenport Street. Step 2 includes construction of the new 6 inch water main eastward and under the sidewalk on Davenport Street and including the west ide of Linn Street. Step 3 includes installation of all new custo er services and providing water pressure to all customers. Step 4 includes removal of the existing water new 6 inch water main in Linn Street, cl and pressurizing the new main on Linn in in the Linn street intersection, constructing the sing the west valve at the valve assembly, flushing treet. Step 5 includes removal of the valve and plugg g the cross under Dubuque Street. Step 6 includes removing the two old fire hydr END OF SE nON \'; '...i.'",',/:I "\".-" " J tl.~ ; ') 010]05 " " I T\6400\6416008\SpecsIO 101 O.doc SECTION MEASUREMENT A D PAYMENT PART 1- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements f r schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shal be measured by the Engineer. Payment will be based on the actual quantity of work pe ormed according to the various classes of work specified unless noted in Part 3 of this Se . tion. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the comp sation as herein provided as full payment for furnishing materials, labor, tools and quipment and for performing work under the contract; also, for costs arising from th action of the elements, or from any unforeseen difficulties which may be encountered d ring 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 wor may be required for which a separate pay item is not provided. Completion of this work is equired. If a separate pay item is not provided for this work, it is to be considered inciden I to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur 0 more than once per month for work completed by the Contractor. Payment is based on n 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 fabricat d off site. The 5% retainage will be released 31 da s afte'r'ilitiJiroject Ii; acc~l?1~~ by the City Council, provided no claims against the project h ve been t)led.within 30' days of project acceptance. . -_ __" '.,," i '._._ J Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. tJS ::] .. I , ___I - .-_. ._.....J 01025-1 T:\6400\6416008\Specs\O I 025 .doc 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 the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. ~~ u) All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. .< .' .:s = 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. ,-l'" \~ .< , , .""" ?J c~ 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 T :\6400\6416008\Specs\O 1 025 .doc B. BID ITEM DESCRIPTIONS I. Mobilization The lump sum price for mobiliz ion will include insurance, bonds, temporary construction facilities and utiliti s, on-site physical plant, interest expense, construction management and co rdination activities, preparation of payment estimates, change orders, project d cumentation, submittals, attendance at meetings and related work. The mobilizatio price will be paid as a percent complete during the entire project. 2. Traffic Control The lump sum price for this ite will be paid based on percent complete for furnishing, installing, maintaining, oving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing ows, flaggers, uniformed officers, temporary pavement markings and orange safe fence at road closures. 3. Dubuque Street Pavement, Remove nd Replace The unit prices for this item will e paid based on the number of square yards of Portland Cement Concrete pave ents, and driveways at the specified widths, thicknesses and mix designs. Re val of temporary Asphalt Cement Concrete and Portland Cement Concrete for ea h material shall include saw cuts, hauling, and disposal of waste materials. Also included with this item is ex avation to place forms and pavement at required elevations, supply, placement and ompaction of sub grade material under driveways and parking lots, forming, suppl , placement and finishing of concrete, special concrete mixes, reinforcement, Po land Cement Concrete curb, gutter, and curb drop installation, curing, jointing and jo t sealing, and backfilling at curb lines, driveway edges and parking lot edges. If weather conditions prohibit the e of Class M, P.e. Concrete, a deduct in payment will be negotiated for the reduced c ment content in Class C, P.e. Concrete. 4. Brick Paving, Remove and Replace The unit prices for this item will b paid based on the number of square feet removed and either installed new or salvage and reinstalled as shown on the project plans and as directed by the Engineer. Work includes salvage and cleaning of project site brick paving, furnishing new brick pave s, subgrade preparation and compaction, sub grade treatments, P.e.e. base, sand/ce nt setting bed, expansion material with sealant, cutting and placement of brick paving, sweeping brick joints with specified sand/cement mixture, fogging are to set joint material, and acid wash cleanup, as specified on plans. Containment 0 acid wash is incidental to Ihis item. "'" ,'.-".! '~", \,'h.\ r-"~ 1 v . ._ :J '. \\......', \ ' 5. Sidewalk removal The unit price for this item will be paid based rq>n thenumller at sqiuife feet of Portland Cement Concrete remov , which includes all work required to cut, remove and dispose of sidewalk at the loca ions indicated or as direc'tedby Ih\! Engineer. , . 01025 3 T:\6400\6416008\Specs\O 1 025 .doc ~,^) ..y' " ./ f.. '''.:/ 6. Portland Cement Concrete Sidewalk The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk constructed at the specified thicknesses and mix designs. Included with these items is sub grade preparation and compaction, subgrade treatments, fonning, concrete placement and finishing, curb ramps, curb ramp coloring per Section03350, curing, jointing and joint sealing, and backfilling at form lines. 7. Water Tap, Dubuque Street, 6 inch The lump sum price for this item is for furnishing labor and equipment necessary to excavate to make tap into existing water main at a location shown on plans. Included with this item is furnishing tapping sleeve, valve, and fittings, subgrade compaction, subgrade treatments, supply, placement, and compaction of rock backfill and aggregate base, supply, placement and compaction of temporary asphalt to match existing pavement, and backfilling at edge of paving. Saw cuts and hauling and disposal of waste materials shall be considered incidental. Costs SHALL NOT be included for labor and equipment required to tap existing water main since they will be provided by the City Water Division at no cost. 8. Water Main/Sewer Conflict The unit price for this item as indicated is for all trench, mole, exploratory and hand excavation, including furnishing necessary equipment, pipe, joint materials, fittings, and appurtenances as indicated on plans. 9. Demolition of Water Main The lump sum price for this item will be paid for all costs associated with trench, mole, exploratory, and hand excavation, including furnishing necessary equipment, removal of existing valves and pipe, dewatering of the trench including furnishings, pumps, piping, well points, temporary support to existing mains, and temporary plugs or connection to provide full pressure water service as necessary, as shown on plans. 10. Water Main Boring The unit price for this item will be paid based on plan quantities for water main installed by boring and either jacking or pulling. Included with this item is excavation, jacking pit, receiving pit, boring and jacking or pulling, carrier pipe, and disposal of excavation and spoil material. II & 12. Water Main // , The unit prices shall constitute full payment for water mains based on the number of lineal feet of pipe provided and installed. Length will be measured for each size and type of pipe along the center line of the pipe installed with no deductions for fittings. " The length of water main considered in bid items 8 and 10 WilL NOT be included. , ""/~ .-) '\-..)1 - ' All costs associated with the following items shall be considered incidental to water main installation unless they are included with other items listed in the BID Schedule. :<"} 'j T:\6400\6416008\Specs\O 1 025.doc 01025-4 a. All adapters and sleeves req ired for installation and connections to existing water mains. b. All trench, mole, exploratory and hand excavation, except for rock excavation as defined by the Specificati s, including furnishing necessary equipment. c. All replacement of sidewalk or driveways due to damages sustained from the contractor. d. Furnishing and installation 0 pipe, joint materials, fittings, and appurtenances. e. Supply, placement and co paction of required pipe bedding material and supply, placement and com action of standard or select material within the pipe envelope as specified. f. Supply, placement and co paction of all standard backfill and granular backfill material. Granula backfill material shall include backfill of all trenches under pavement an as otherwise indicated or specified. g. Dewatering of the trench in uding furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or conne tions, to provide full pressure water service as necessary . l. Frost excavation, frost rip ng, frost blankets, or other activities associated with water main installation uring cold weather. J. Flushing, testing and disinfe tion of water mains as required. k. Temporary support of existi g utility mains and service lines. I. Protection of trees and repai of roots. m. Temporary fencing or barric des, not including traffic control. o. Protection of existing valv so they are fully operable and accessible during construction. n. Repair or replacement of uti ity services damaged by Contractor. p. Installation of thrust blocks d insulation. q. Removal and disposal of w er main materials which cannot be reused. r. Shut down, draining existin water system and disposal of water. 13. Cut and Plug Main \/:"..'",.,'_",,; I,' .. ',c-"", , ",,....,\ -: ",}\',-,'1 " The lump sum price for this item ill be paid for all labor and equipment required to trench and hand excavate, cut exis ing 6 inch water main, reII1Qve:vl'lve'and l/nY shdii' pipe, and plug the east side of MJ ross with cast iron plug as i~(\icated. 01025 5 D6400\6416008\Specs\O 1 025 .doc -~ \.., ) \ .. w- 14. Hydrant Removal The unit price for this item will be paid based on the number of fire hydrants removed from the project area and returned to the City. This item shall include excavation, demolition, removal, disposal of debris, and supply, placement and compaction of specificd backfill. Disposal shall be offsite and shall comply with applicable governmental regulations. IS, 16, & 17. Construction of Water Valves and Hydrants The number of new valves to be paid for shall be equal to the actual number of each size constructed. The unit price for valves shall constitute full compensation for furnishing and installing new valve, according to size, as indicated on the drawings and as specified, and shall include the valve box and lid. The number of new fire hydrants to be paid for shall be equal to the actual number furnished and installed. The applicable unit prices shall constitute full compensation for furnishing all materials and the installation including excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill, complete, as indicated on the plans and as specified. Separate prices are used for hydrants with or without auxiliary valve. The cost for auxiliary valve shall be included in the price for the hydrant. 18 & 19. Water Services The unit prices shall constitute full payment for new water services based on the number of each provided. Costs shall not be included for furnishing these materials since they will be provided by the City Water Division at no cost. a. Tapping saddle, corporation cock and tapping service. b. Curb shut-off valve and box. All costs associated with the following items shall be considered incidental to water service installation unless they are included with other items listed in the BID Schedule. a. All trench excavation, mole excavation, exploratory excavation, including hand excavation, except for rock excavation as defined by these Specifications. " b. Furnishing and installing copper water service pipe. c. Furnishing and installing couplings for connection to existing water services. ;.'," ~- Installing materials furnished by the City Water Division. d. U-;,', (). e. Making connections to existing services and removal and disposal of the abandoned old service valve box. 01025-6 T:\6400\64I 6008\Specs\O I 025 .doc f. Supply, placement and co supply, placement and com pipe envelope as specified. action of required pipe bedding material and action of standard or select material within the g. Supply, placement and co paction of all standard backfill and granular backfill material. Granula backfill material shall include backfill of all trenches under pavement and as otherwise indicated or specified. h. Dewatering of the trench inc ding furnishing pumps, piping, well points, etc., as required I. Testing and disinfection of w ter mains as required. J. Temporary support of existin utility mains and service lines. k. Protection of trees and repair of roots. 1. Temporary fencing or barric es. m. Repair or replacement of wat r services damaged by Contractor. n. Protection of existing valves so they are fully operable and accessible during construction. 20. Lawn Restoration The lump sum price for this item 'Il be paid for all lawn areas which are disturbed and not replaced with pavement unl ss noted on the plans or directed by the engineer. Any topsoil that will be disturbed s all be stripped, salvaged, stockpiled and spread to establish a uniform grade betwee the sidewalk, top of curb and all undisturbed ground. Topsoil shall be removed t a uniform 6-inch depth. Contractor shall provide any additional topsoil required at no extra cost. The topsoil shall be seeded, fertilized, and mulched and includes prepara on of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in price s all be made for various seed mixtures specified. END OF SECTIO '-'.1 \'.: \, ." (.......,\ ,1'-..1' .-, .' , ' h -~ "1 l~ ',~ ..: --~ ,', 1, 1._.1 01025- T:\6400\6416008\Specs\O I 025 .doc PART 1 1.1 1.2 1.3 SECTION 01300 SUBMIT ALS GENERAL SUBM1TTALPROCEDURES: A. All submittals should identify Project, Contract r, Subcontractor or supplier and pertinent Contract Document references. Apply Contractor's stamp, signed or initialed d dated, certifying that review, verification of Products required, field dimensions, adjacent c nstruction Work, and coordination of information is in accordance with the requirem nts of the Work and Contract Documents. B. c. Identify variations from Contract Documents a detrimental to successful performance of the c at the time of submission, of variations. d Product or system limitations which may be pleted Work. Notify the Engineer, in writing, D. Provide space for the Engineer's review stamp n each item. 1.4 PROPOSED PRODUCTS LIST: E. Revise and resubmit submittals as required. Id ntify all changes made since previous submittal. F. Do not begin fabrication or work which requir s a submittal until the return of such submittals by the Engineer with the Engineer's stamp marke either "reviewed" or "Reviewed as Noted". ENGINEERS REVIEW: The Engineer's review and stamp of submittals shall not relieve the Contractor from responsibility for any deviation from the Contr ct Documents unless the Contractor has, in writing, called the Engineer's attention to such eviation at the time of submission, and the Engineer has given written concurrence to Co tract Documents to specific deviation, nor shall any concurrence by the Engineer relieve the C ntractor from the responsibility for errors or omissions in submittals. A. CONSTRUCTION PROGRESS SCHEDU A. Submit initial progress schedule in duplicate ithin 15 days after date established in Notice to Proceed for Engineer review. A. Within 15 days after date of Notice to Procee with name of manufacturer, trade name, and B. Submit revised schedules monthly, identifying changes since previous version. Indicate estimated percentage of completion for each it m of Work at each submission. T:\6400\6416008\Specs\O 1300.doc 01300 I submit list of major Products l'r9I19s<;4Jor use, odel number of e@.eh'product,""'i"'", \" .: "(1 J t~ : ' 'I ,., 1-- " '.... - -'--' ,._.J 1.5 1.6 1.7 1.8 1.9 SHOP DRA WINGS: A. Shop Drawings for Review: 1. Submitted to Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 2. After review, produce copies and distribute in accordance with the submittal procedures article above and for record documents purposes described for contract closeout. B. Shop Drawings for Information: 1. Shall be submitted for the Engineer's benefit as contract administrator or for the Owner. 2. Reports of inappropriate or unacceptable work may be subject to action by the Engineer or Owner. c. Shop Drawings for Project Close-out: 1. Shall be submitted for the Owner's benefit during and after project completion. D. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. PRODUCT DATA: A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. SAMPLES: A. Submit samples of shingles and soffit to illustrate functional and aesthetic characteristics of the Product. MANUFACTURER INSTALLATION INSTRUCTIONS: A. When specified in individual specification sections, submit manufacturer printed instructions for delivery, storage, assembly, installation, and finishing, in quantities specified for Product Data. MANUFACTURER CERTIFICATES: A. When specified in individual specification sections, submit certifications by manufacturer to Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exc'ttJ4~ s{\ec~fied:equirements. Submit supporting reference data, affidavits, and certifications as apptoprialtl.ll, \-\\01 END OF s~~'dbN ! T :\6400\6416008\5 pecs\O 1300 .doc 01300- 2'- J __. SECTION 01570 TRAFFIC CONTROL AND CO STRUCTION FACILITIES PART 1 . GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic c ntrol and construction facilities required for the work. Remove when work is completed 1.02 REFERENCES: A. !DOT Standard Specifications. B. U.S. Department of Transportation Fed ral Highway Administration "Manual on Uniform Traffic Control Devices for Streets and ighways," 2000 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBM1TTALS: A. Submit a traffic control plan for all ctivities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERlALS: A. Traffic control devices may be new or sed, but must meet the requirements of the !DOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUlPMENT: A. Portable generators may not be used 0 power traffic control devices within 300 feet of residential dwellings, including apartm nts, between the hours of 10:00 p.m. and 7:00 a.m. (~, '>:-v ',\~\ '- '.',,) I.'." ~~~"~~; , "'0" 0157 -I .~ "."') c.'\. <J , ., :;/ T: \6400\6416008\Specs\O 1570 .doc r-.:.' .r'~;'"\ ) PART 3 - EXECUTION ! ') '.; I ,'J J 3.01 TECHNIQUES: ,- , ....~\. A. Except as amended'r~" 'thlsdbtwn~nt;/Jh"t work in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division I I, General Requirements and Covenants, Section 1107,09, Barricades and Warning Signs, Division 25, Miscellaneous Construction, Section 2528, Traffic Control. 3.02 PARKING: 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, B, The public will not be allowed to park on the 200 block of Davenport Street for the duration of this project. C. The Contractor shall be pennitted to place equipment, vehicles and supplies on the south side of the 200 block of Davenport Street only and may use this area 24 hours a day 7 days a week during the heavy construction period of the contract. Contractor shall maintain at least one lane of traffic on the 200 block of Davenport Street at all times with the possible exception of during Steps I and 4 as described in Section 01010, D, Contractor may place equipment and supplies elsewhere only when it is required for completion of work. Otherwise Contractor must confine equipment to the 200 block of Davenport Street. 3.03 MAINTENANCE OF FACIUTIES: A, The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours, Repair, replace and maintain as necessary, B, Pedestrian access to homes and businesses shall be maintained at all times, Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced whenever Contractor is not on the site and actively working in the excavation, 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. END OF SECTION 01570-2 T:\6400\6416008\Specs\O 1570 .doc DEMOLITIONS, REMOVAL AND ABANDONMENTS PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and e ipment to remove existing pa~ surfa~e~ as indicated and specified. '. C' . i 1.02 REFERENCES: A. IDOT Standard Specifications. ,..} 1.03 QUAliTY ASSURANCE: OJ A. Disposal sites shall comply with all app icable Iowa Department of Natural Resources and United States Environmental Protection gency regulations. B. Comply with all state and local ordin ces pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, astings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall con . st of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Sect' n 4109, Gradation No. II. B. Explosives shall not be used for demoli ion. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this documen, the work in this section will conform with the following divisions and sections of the aT Standard Specifications: Division 25. Miscellaneous Constructi n. Section 2510. Removal of 0 d Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and onstruction of Paved Driveways. 0205 -1 T:\6400\6416008\Specs\02050 .doc 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 I. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures I. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures (/) <~ I. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. I'~-~" Co,' 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. LL , ) . - -,... (-) 02050-2 T: \6400\6416008\5 pecs\02050 .doc D. Disposal s I. No material or debris shall be b ried within the project work area. All unsuitable material resulting from demoliti ns 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 pping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals I. Removal shall be to the limits n ted on the plans or as directed by the Engineer. 2. Pavement removal shall indud brick, Portland Cement Concrete, and Hot Mix Asphalt pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces i not considered pavement removal. 3. Sawcuts shall be approved by th Engineer. 4. All brick that is removed shall e salvaged and used on this project or returned to the City of Iowa City. 5. Removal operations shall confo to construction phasing noted on the plans or as directed by the Engineer. END OF SE TION \:. 1\ I' ",,' ,0.\1\\ , :'~ \\..j l S \ ." "0' ..J" .'" v' , -- \.......---' 0205 3 T:\6400\6416008\S pecs\02050.doc SEeTIO 02100 PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equip ent to prepare site as indicated and specified. ~ 1.02 REFERENCES: A. IDOT Standard Specifications. f'J PART 2 - PRODUCTS "j / . c":) None. ).> '-" PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the OT Standard Specifications: Division 21. Earthwork. Subgr des and Subbases. Section 2101. Clearin and Grubbing. Division 25. Miscellaneous Co struction. Section 2519. Fence C nstruction. 3.02 EXISTING TREES, SHRUBS AND VEGETA lON: A. All trees, shrubs and vegetation sha specifically noted as "REMOVE" or" the Engineer. remain and be protected from damage unless EAR AND GRUB" on the plans or as directed by B. No construction materials and/or equi ment are to be stored, piled, or parked within the trees' drip line on lawn areas. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated r removal. The Contractor's liability for tree and shrub damage will be based on the ppraised value, not replacement value, and shall include the cost of appraisal by a qualifi d arborist. 0210 1 T:\6400\6416008\Specs\021 GO.doc 3.03 EXISTING UTIliTIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.04 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. C" <'C . / ;:'-J " () 02100-2 T:\6400\6416008\Specs\02100.doc SECTION 02240 TRENCH EXCA V A TION, BE DING AND BACKFILL PART 1 - GENERAL 1.01 SUMMARY: A. Work ineludes trench excavation, pipe bed ing, trench backfill and other specialties required for buried utilities and site improvement cons ruction. ,,~ () <. . 1.02 RELATED SECTIONS: Refer to the folio ing sections if applicable '-'I - , " A. B. Section 02660 - Water Distribution Section 02665 - Water Service Work For ontractors ';",) --., ~ .-,' 'i 1.03 REFERENCES: / -" ( J -",.+- )7 \,.J A. mOT Standard Specifications and inelud ng supplemental specifications. B. Iowa Department of Transportation High ay Division "Standard Road Plans Manual," latest edition. 1.04 SUBMITTALS: A. Certificates for rock and materials. B. Gradation test reports on riprap and bedd' g material. C. Shop drawings on all manufactured or fa ricated products used in Work. 1.05 TESTING: A. The Owner/Engineer will perform in-plac density testing where moisture and density control is required and in areas indicated. 1.06 EROSION CONTROL PERMIT: A. Owner will obtain and pay for the NPDES permit required by Iowa DNR for General Permit No. 2 for Storm water Discharges Associated ith Industrial Activity for Construction Activities. B. Contractor shall become co-permittee wi the Owner. Contractor shall obtain, read and comply with the provisions thereof on behalf of a as the contract agent of the Owner. Contractor shall conduct his operations in conformance w th the project prevention plan. 1.07 TRENCH SAFETY: A. Utility construction has inherent dangers neluding the safety of workers in excavated trenches. The Contractor shall execute his work wi h job site safety of primary concern. The Contractor shall be solely responsible for job site sa ty. 02240 - T:I640016416008\SPECSI02240.doc 1.08 NOTIFICATION: A. Contractor shall have all buried utilities located by the 1-800-0NE-CALL service. Contractor shall do some exploratory excavation as necessary to determine specific conflicts between existing utilities and new underground work. No extra compensation will be allowed for the exploratory excavations. PART 2 - PRODUCTS 2.01 PIPE BEDDING: A. Granular pipe bedding for all gravity sanitary sewer pipe trenches shall be clean gravel or crushed rock meeting the following gradation: Pipe Size Up to 18inch 20" to 30 inches Over 30 inches 95% Passin g 1/2 inch I inch 2 inch 95% Retained No.4 No.4 No.4 Maximum Size 3/4 inch I 112 inch 3 inch 2.02 GRANULAR BACKFILL: A. Granular backfill material shall be Class A Crushed Stone, !DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. II. 2.03 TRENCH STABILIZING MATERIAL: A. Trench stabilizing material shall be Class A Crushed Stone, !DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. II. 2.04 POROUS BACKFILL: A. Porous backfill material shall be !DOT Standard Specification Section 4131. 2.05 ROAD STONE: A. Crushed rock used for surfacing shall be Class A Crushed Stone, !DOT Standard Specification Section 4120.04. 2.06 RIP-RAP: A. Riprap for slope protection shall be 3 inch gabion stone according to !DOT Supplemental Specifications for Gabions and Mattresses, SS - 5048. e'" .4 () c" ~ (-) l .- '.~.< (') I;. - 02240 - 2 T:\6400\6416008\SPECS\02240.doc PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended below, the work in thi section will conform with the following divisions and sections of the IDOT Standard Speci lcations: Division 25. Miscellaneous Constructio Section 2505. Subdrains. Section 2503. Storm Sewers. Section 2504. Sanitary sewers. ':~) j"J Division 24. Structures. Section 2402. Excavation for S ctures. ----! ..-..,' 3.02 PROTECTION OF PROPERTY: / -... C~) ).> \.D A. Construction activities shall be limited t the limits of construction or construction easement where applicable. The contractor shall b responsible to protect adjacent properties and areas outside the limits of construction or con truction easement. I. All branch, limb, and root cuttings on tre s to be protected shall be avoided. When required, they shall be performed smoothly and eatly without splitting or crushing. Trim injured portions by use of a chain saw or loppers or branches, or an ax when working with roots. Do not leave frayed, crushed, or tom edg or any roots I" or larger in diameter or on any branches. Frayed edges can be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots a branches are anticipated, notify the Engineer. 2. No construction materials and/or equip ent are to be stored, piled, or parked within the trees' drip line. B Communicate with and inform public ut lities of work activities in areas of potential conflict. It is anticipated that many utility connic will occur which cannot be resolved ahead of time. Contractor shall work closely with util ties to aid in all relocations to keep the project on schedule. The Contractor shall be r ponsible for requesting utility locations prior to commencing work. C. The Contractor shall be responsible to p otect and preserve existing utilities, items indicated to be protected, and adjoining propertie during his construction activities. Contractor shall also be responsible to protect and p serve all sanitary sewer, storm sewer and waste appurtenances and markers installed b others on the project. D Excavate test pits when location of pipe r other underground structure is necessary for doing work properly. Discontinue digging y machinery when excavation approaches pipes, conduits, or other underground structu s. Continue excavation by use of hand tools. E Do not use or operate any heavy equi ment on paved surfaces when treads or wheels are shaped as to cut or damage such surfac s. Restore all surfaces which have been damaged by 02240 - 3 T;I640016416008ISPECSI02240.doc the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 3,03 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate. Removal of topsoil from the site is not permitted. B. See Section 02485 - Restoration of Cropland Areas, if applicable. 3.04 EROSION CONTROL: A. The Contractor shall be responsible for installing erosion control measures as indicated on the plans. Grading shall be accomplished in a manner that maintains good site drainage as indicated by the plans and compliments the erosion control facilities installed. The Contractor shall be responsible to replace or repair any erosion control facilities damaged by his activities at his own cost. Care shall be taken during the site grading operation to provide adequate site drainage and minimize disturbance of soils. 3.05 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Provide spare pumping units and generators as necessary for immediate use in case of equipment breakdowns. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Excavations which are properly dewatered shall have no significant quantity or visible water within I foot of the bottom of the utility pipe. Excavations in granular soils (sand and gravel) may require well points and localized dewatering to minimize the potential for inducing a Aquick@ condition. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water eutering the site, whether water entry be direct or through the ground. G' D. ~ Include the cost of dewatering in the unit cost for sewer and water main installation in place unless otherwise noted. '- ) ,/ [".) - ,j L '. (j 02240 - 4 T:I640016416008\SPECSI02240.doc r.:J ej :"_~: (1 3.06 TRENCH EXCA VATJON: \"',) A. General / ' I. Excavate trench by machinery to, or just elow, designated subgrade when i;Jit>e is to be laid in granular bedding or concrete cradle, p vided that material remaining at bottom of tren'ch is only slightly disturbed. 2. Do not excavate lower part of trenches y machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove I t of material to be excavated by use of hand tools, just before placing pipe. Hand shape b 11 holes and form a flat or shaped bottom, true to grade, so that pipe will have a unifo and continuous bearing. Support on firm and undisturbed material between joints, ex ept for limited areas where use of pipe slings have disturbed bottom. B. When the bottom of any excavation is re oved beyond the limits indicated or specified, the Contractor shall backfill with Class A rushed stone compacted to 95% standard Proctor density. No additional compensation w' I be allowed. C. Unsuitable pipe foundation I. Notify the Engineer if soft, spongy or 0 erwise unsuitable material which may not provide suitable pipe foundation is encountered. 2. Engineer will investigate to determine suitability, recommend remedial measures, make measurements and authorize remedial ork in writing. 3. If removal is authorized, Contractor shal remove and backfill with trench stabilizing material and additional compensation will be all wed. D. Trench Width I. Make pipe trenches as narrow as prac . able and safe. Make every effort to keep sides of trenches firm and undisturbed until bac iIling has been completed and consolidated. 2. Excavate trenches with vertical sides be ween elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench wid s within the pipe envelope for various types, sizes and classes of pipe. 4. Contractor responsible for complyin with all OSHA regulations pertaining to trench excavation. E. Protection I. Barricade and/or fence open excavati ns or depressions resulting from work during non- working hours and when not working i immediate area. 02240 - 5 T:\6400\6416008\SPECS\02240.doc 3.07 ROCK EXCA V A TlON: A. Rock excavation will be considered Class 12 Excavation as defined in !DOT Standard Specification Section 2102.02. B. The Contractor shall inform the Engineer if rock is encountered which cannot be excavated by normal equipment and methods. C. The Engineer will review the site conditions and if appropriate, authorize the Contractor to proceed with rock excavation. Rock shall be excavated to the trench width as specified and to a depth 6 inches below the bottom of bedding material. D. Explosives shall not be used for rock excavation without approval of Engineer. E. The Engineer will measure limits and quantities of rock excavation required for payment purposes. F. Compensation for rock excavation will be by unit prices. G. Unless otherwise allowed by the Engineer, excavated rock shall be disposed of legally off site. No rock shall be incorporated into the project without the Engineer's approval. 3.08 BEDDING: A. Depth of bedding material and/or concrete encasement shall be as indicated on the drawings for the class and type of bedding specified. B. Class B bedding shall be used for all clay and concrete sanitary sewer installation unless otherwise indicated on the drawings. C. Crushed stone encasement shall be used for all PVC truss, PVC and HDPE sanitary sewer installation unless otherwise indicated on the drawings. D. Class C bedding shall be used for all Reinforced Concrete Pipe storm sewer installation unless otherwise indicated on the drawings. E. PVC water main or sewer force main pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by worker stomping on the soil along the sides of the pipe to the top of the pipe. G'I :"f: :,~) " ." " :.P.c Fill below pipe haunches by slicing with shovel. C"J ~- ~- 3.09 BACKFILLING PIPE TRENCHES: , U:'; A::> Begin backfilling as soon as practicable after the pipes have been placed and proceed until complete. , ;. ~ ...j 02240 - 6 T:\6400\6416008\SPECS\02240.doc B. Material and Compaction I. Within the pnblic right-of-way or nnder gavel roadways, backfill shall consist of suitable site excavated material placed in one foot r s and compacted to 90% Modified Proctor Dry Density. If site excavated material is uns itable, backfill with Class A crushed stone placed in one foot lifts compacted to 90% Mo 'fied Proctor Dry Density. If under pavement, compaction requirements apply to bo om of the subgrade. If not under pavement, compaction requirements apply to withi 12 inches of finished surface. 2. All other areas, backfill shall consist of s itable site excavated material placed in one foot lifts compacted to 85% maximum standard octor dry density. 3. Within embankments intended to contai water, backfill shall consist of selected, cohesive, site excavated material placed in 8 inch lifts and compacted to 90% Modified Proctor Dry Density. Do not use any granular, no -cohesive or loosely dumped backfill materials. Bentonite may be used to decrease pe ability of native soils in trench backfill. C. Backfill Material and Procedure Restric . ons I. Loose dumping of site excavated materi Is into the trench with no compaction is not allowed, because settlement increases the risk of ersonal injury and property damage and can cause undesirable site drainage. 2. Do not place stone or rock fragments lar er than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. 3. Do not drop large masses of backfill ma rial into trench in such a manner as to endanger the pipeline. 4. Do not place frozen materials in backfi I or place backfill upon frozen material. Remove previously frozen material or treat as re uired before new backfill is placed. 5. Flowable mortar may be used upon app oval of mix design by the Engineer. 6. Sand backfill is not permitted. 3.10 BACKFlLUNG AROUND STRUCTURES: A. See IDOT Standard Specifications Sec on 2402. Excavation for Structures. B. ~<- Do not place backfill against or on S ctures until they have attained sufficierii'C) strength to support the loads, includin construction loads, to which they wil1:be' subjected. A void unequal soil press re by depositing material evenly around structure. , 1 c. Backfill shall consist of Class A crushe stone placed in one foot lifts co~a;ted tq,' . 90% Modified Proctor Dry Density unl ss otherwise indicated or specified. ' " '<> , -...,.,! 02240 - 7 T\640016416008ISPECSI02240.doc 3.11 FlEW DENSITY TESTS: A. The Owner/Engineer will furnish all equipment, labor and materials necessary to perform field density tests on trench backfills. B. Any Field Density Test which does not meet specified requirements will necessitate a second test from the associated area. If the second test fails, that area shall be compacted further and retested until the specified requirements are reached. All costs associated with additional compaction and testing shall be the Contractor's expense. 3.12 SEPARATION OF WATER AND SEWER PIPES: A. Water mains shall be separated from gravity sewer mains by a horizontal distance of at least 10 feet unless: I. the bottom of the water main shall be at least 18 inches above the top of a sewer, and 2. water main is placed in separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the sewer. B. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between gravity sewers and water main, the contractor shall provide: 1. the sewer pipe shall be constructed (or reconstructed) using water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the Iowa Standards for Water Supply Distribution Systems, and 2. a minimum linear horizontal separation of at least 2 feet. C. Sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: en ,->" 1. the force main shall be constructed (or reconstructed) using water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the Iowa Standards for Water Supply Distribution Systems, and , < 2. the sewer force main is laid at least 4 linear feet from the water main. (0, .~ D.) Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide at least 18 inches vertical separation between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. The separation distance shall be the maximum feasible in all cases. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. , ,,-I ():;:,:: ~2 (",.4 02240 - 8 T,I6400\64I 6008\SPECSI02240.doc E. No water pipe shall pass through or com in contact with any part of a sewer manhole. A minimum horizontal separation distance f 3 feet shall be provided. 3.13 EXISTING DRAINAGE TILES: A. The Contractor shall investigate and do ment the location and elevation of any tile lines encountered. The Contractor shall noti the Engineer whenever a tile is encountered and submit the proposed method of restoring the tile to the Engineer for review and approval. B. Any sump pump, drainage, and field tiles ncountered shall be restored prior to backfilling the trench in one of the following ways: I. Repair or otherwise reconnect tile acros trench after trench has been backfilled, provided adequate drainage gradient is maintaine 2. Connect tile to nearest storm sewer. 3. Daylight to existing ground level with a proval of the Engineer. 3.13 WATER SERVICES ENCOUNTERED: A. Copper water services I. Copper water service lines which are da are (or will be) beneath a paved surface s with new copper service pipe, without aged (cut, nicked, bent, crimped, crushed, etc.) and all be replaced from the water main to the curb box y joints. 2. The cost for this work will be incidental, with the exception of water services passing through pipe envelopes and/or retaining walls. he Contractor will be paid for relocation of water services passing through pipe envelope and retaining walls per the applicable bid item. If there is no bid item, the unit price for rei cation of water services shall be negotiated prior to commencement of the work. B. Lead or galvanized iron water services I. In any excavation where existing lead 0 galvanized iron water services are in the excavation or disturbed area, the Contractor shall re lace the existing lead or galvanized piping with new I-inch or larger copper water service pi e from the water main to the curb box. c. When water service is disrupted, the C ntractor shall make a reasonable attempt to restore the service within two hours. D. New water service pipe shall be type K soft copper. 02240 9 T:\6400\6416008\SPECS\02240.doc .() - -.~ ~"" ,- ') , /. . .) -L.' ; r ~. 3.14 PROTECTlON OF WETLANDS: A. For excavation activities which occur in or near a designated wetlands. I. Corps of Engineer Section 404 permit and Iowa Department of Natural Resources Section 404 certification are required. Local ordinances for protected areas will apply. 2. Contractor will be required to comply with conditions of the permits. 3. All construction activities shall be conducted in a manner which will not violate water quality standards of the State of Iowa. 4. All unused excavated materials shall be removed from the wetland area and disposed in an upland, non-wetland site. 5. All construction equipment into the wetland area beyond the construction easement shall be on moveable construction pads. 3.15 FENCE: A. Replace any existing fence which was removed for the construction work unless noted otherwise on the drawings. END OF SECTION '" .-'( c.-,j ", ,/ (,) (_J>: Q o:>.J 02240 - 10 T:\6400\6416008\SPECS\02240.doc h.' SECTION 02515 ~ , , '>~ :."0 ,_.... ;::", PAVE S :',) PART 1 . GENERAL ~ /- "'.1 ~ / \..0 1.01 SUMMARY: A. Furnish labor, materials, tools and equi ment to prepare, shape, trim, compact and install subgrade expansion material and sealant P.c.c. base and sand setting bed. B. Furnish labor, materials, tools and equip ent to shape, cut, place and compact brick pavers and apply joint fill. 1.02 RELATED SECTlONS: Refer to the folio . ng sections if applicable A. Section 02050 - Demolition, Removals d Abandonment 1.03 REFERENCES: A. American Society of Testing Materials: I. C902 Standard Specification fo Pedestrian and Light Traffic Paving Brick. 2. CI272 Standard Specification f r Heavy Vehicular Paving Brick. 3. CI028 Standard Test Method f r Determining the Static Coefficient of Friction of Ceramic Tile and Other Like S rfaces by the Horizontal Dynamometer Pull-Meter Method. 4. C 136 Method for Sieve Analys s for Fine and Coarse Aggregate. 5. C67 Method of Sampling and esting Brick and Structural Clay Tile. 6. C33 Specification for Concrete ggregates. 7. CI44-89 Standard Specificatio for Aggregate for Masonry Mortar. 8. E303 Standard Test Method fo Measuring Surface Frictional Properties Using the British Pendulum Tester. B. Brick Institute of America (BIA) Desi and Installation Guide. C. Whitacre-Greer Product Specifications. 1.04 QUAliTY ASSURANCE: A. Installation shall be performed only by skilled workers with satisfactory record of performance on landscaping or paving rojects of comparable size and quality. 0251 -1 1.05 SUBMITTALS: A. Submit manufacturer's product data and installation instructions. B. Submit samples of brick paving units to indicate color and shape selections. C. Submit material certificates for setting bed and joint fill materials. 1.06 DEliVERY, STORAGE AND HANDLING: A. Deliver specified pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product and in a location approved by the Engineer. B. Sand will be covered with waterproof covering to prevent exposure and/or removal by rain or wind. The covering shall be secured in place. C. Damaged pavers, as detennined by the Engineer, will be replaced at the Contractor's expense. 1.07 ENVIRONMENTAL CONDITIONS: A. Do not install setting bed and/or pavers during heavy rain or snowfall. B. Do not install frozen materials. PART 2 - PRODUCTS 2.01 MANUFACTURED UNITS: A. Brick pavers must have spacer bars on each unit to maintain a minimum joint widtb. B. Brick pavers, if needed, can be purchased from the City. C. Product name, shape, overall dimensions, thickness and color used will be: Whitacre-Greer bevel edge, vacuum-dry pressed, kiln fired, presealed pavers. 4" x 8" x 2-1/4" thick (curb ramps and parkways) 4" x 8" x 3" thick (crosswalks) Brick pavers will have a top surface textured finish witb a coefficient of friction of 0.8. The color for curb ramps and crosswalks will be Clear Red (Rustic) #30 from the Whitacre-Greer thirty something blend category. The color for parkways will be Antique #32 from the Whitacre-Greer thirty something blend category. 02515-2 T:\6400\6416008\Specs\02515.doc D. Pavers for curb ramps and crosswalks ASTM C1272, Standard Specification Application PX. ill meet the following requirements set forth in for Heavy Vehicular Paving Brick, Type R, 1. Minimum average compressive rength of 10,000 psi. 2. Maximum absorption of 6% wh tested in accordance with ASTM C67. 3. Resistance of 50 freeze-thaw cy es, when tested in accordance with ASTM C67. E. Pavers for parkways will meet the fo lowing requirements set forth in ASTM C902, Standard Specifications for Pedestrian d Light Traffic Paving Brick, Class SX, Type I, Application PX. I. Minimum average compressive trength of 8000 psi (55 MPa). 2. Maximum absorption of 8% wh n tested in accordance with ASTM C67. 3. Resistance of 50 freeze-thaw cy les, when tested in accordance with ASTM C67. F. All bricks that are to be removed, and remain in good condition, shall be salvaged and used as replacement brick pavers. A y questions regarding condition of bricks to be salvaged shall be directed to the Engin er. 2.02 BASE MATERIAL: A. Existing base is to be field verified and replaced to match existing material and thickness. If applicable, base will consist of I.D.O. . M-mix concrete. Reference Section 02520 2.03 SETTING BED AND JOINT MATERIAL: The type of sand used for the setting bed and oint fill is often called concrete sand. Sands vary regionally. Contact paver installers local to th project and confirm sand(s) successfully used in similar applications. Tabl 1 ('", Grading Requirerne ts for Joint Sand ~.J ~ " .. r---. Sieve Size Percent Passing ) ,r, 3/8 in. (9.5 rom) 100 No.4 (4.75 rom) 95 to 100 No.8 (2.36 rom) 80 to 100 .. p " J \J . " j No. 16 (1.18 rom) 50 to 85 ..2 -- ., No. 30 (600 um) 25 to 60 , . j No. 50 (300 urn) 10 to 30 ,., <::;;' .~ No. 100 (150 urn) 2 to 10 clean, non-plastic, and free from deleterious or I or manufactured from crushed rock. Grading of C 136. The particles will be sharp and conform 33 as shown in Table 1. A. Settting bed and joint fill sand will foreign matter. The sand will be natu samples will be done according to AS to the grading requirements of ASTM 0251 -3 T:\6400\6416008\Specs\02515.doc PART 3 - EXECUTION 3.01 PREPARATlON FOR PA VERS: A. Inspect base to ensure surface is clean and built in conformance with the plans. B. Verify elevation difference between base and adjacent finish surface to ensure brick pavers can be installed flush with bordering pavement. 3.02 1NSTALLATlON OF PA VERS: A. Mter the sand setting bed is placed, install the pavers by hand in straight courses with hand tight joints and uniform top surface. B. Good alignment must be kept and the existing pattern shall be maintained. C. All pavers will be cut with a masonry saw. Dust control may be required at the discretion of the Engineer. 3.03 ]OlNT TREATMENT: A. Hand tight joints shall be a maximum of t;.i" or as spacer bars allow. B. Sweep dry sand joint fill into brick paver joints. C. Fog brick paving. 3.04 CLEAN-UP: A. Check joints for adequate fill. B. Sweep exceSS sand from surfaces and remove from site. END OF SECTION n I... ',.~ "'.< C' (.1 I L t,,_) _.- <. ) 1;.' .~ 02515-4 T:\6400\6416008\Specs\02515.doc SECTION PORTLAND CEMENT C NCRETE PAVING PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equi ment to prepare, install, shape, trim and compact sub grades to receive Portland Cement C crete paving. B. Furnish labor, materials, tools and equi ment to form, place, reinforce, finish, joint, cure and seal Portland Cement Concrete road ays, parking area slabs, driveways, and sidewalks at the locations and grades noted on the lans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUAliTY ASSURANCE: A. Use adequate numbers of skilled work rs who are thoroughly trained and experienced in the necessary crafts and who are comp etely familiar with the specified requirements and the methods needed for proper perform ce of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. .0' -) 3. Slump. 4. Density Tests of Base and Sub ade. 1'0 . l PART 2 - PRODUCTS ..~..~ -:....-...' :') ", c:;i "-~ 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 OT Standard Specifications: Division 41. Construction Mat rials. Sections 4101 throug 4122. B. Aggregate durability class for all Portl nd Cement Concrete paving shall be Class 3. 0252 -I T:\6400\6416008\Specs\02520.doc PART 3. EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 220 I. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. o c'J Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. <-,- '....J \..-.-1 ~_ U Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 350F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temoerature Forecast Covering Minimum 35-320 F One layer plastic or burlap. Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap. Below 250 F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 T: \6400\6416008\5 pecs\02520. doc C. Concrete damaged by cold weather sh I be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperatur shall be 900 F. E. If concrete is placed when the tempe ture of the concrete could exceed 900 F, the Contractor shall employ effective mean such as precooling of aggregates and/or mixing water, as necessary to maintain the temp ature of the concrete as it is placed below 900 F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contrac or's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cyl nders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cle ned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute fi acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pave nt, the Contractor shall begin remaining work and clean up. All streets and sidewalks sha I be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if eather conditions make it difficult to use Class M concrete, when specified. ~) -, \) '" 025 0-3 T:\6400\6416008\Specs\02520.doc l' ... '-' . ", i / 0'., ".') Q :-'>r-' :'-. SECTION 02524 I'.) CURB MPS PART 1- GENERAL <. ::c; u 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet DA specifications. A. Americans with Disabilities Act (AD ): Accessibility Guidelines for Buildings and Facilities. 1.02 REFERENCES: B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Complianc (Alterations) - (J IA-4) D. L.M. Scofield Company Tech- Data B lletin A-I04.10. E. L.M. Scofield Company Tech -DataB lletin A-514.02. F. L.M. Scofield Company Guide G-107.0 . G. ASTM C309 - Liquid Membrane Fo ng Compounds for Curing Concrete. H. Armor-Tile Cast-In-Place TactilelDetec able Warning Surface Tile. 1. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled worke who are thoroughly trained and experienced in the necessary crafts and who are complet Iy familiar with the specified requirements and the methods needed for proper performanc of curb ramp construction. B. Slope measurements. Newly construct d curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's iscretion, removed and replaced at the Contractor's expense. 1.04 SUBM1ITALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containe s with labels identifying contents attached. 0252 -I T:\6400\6416008\Specs\02524.doc B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather concrete work. B. Pre-Installation Meeting PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Stamped Truncated Domes 1. Colored Hardener: a. Lithochrome Color Hardner by L.M. Scofield Company. b. Color: Tile Red (A-28). c. An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. 2. Bonding Agent: Product known to enhance adhesion to concrete. 3. Curing Compound: a. Lithochrome Colorwax by L.M. Scofield Company. b. Color: Tile Red (A-28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. D. Cast-In-Place Tactile/Detectable Warning Surface Tile I. Color: Brick Red Color shall be homogeneous throughout the tile. c., (.J ./ 2. Dimensions: Length and Width: Depth: Face Thickness: Warpage of Edge: 24" x 48" nominal or width of sidewalk 1.400" +/- 5% max. 0.1875 +/- 5% max. +/- 0.5% max. , :,2 ~ J 02524-2 T:\6400\6416008\Specs\02524.doc 3. Vitrified Polymer Composite cas -in-place tiles shall be Armor-Tile Cast-in-Place Tactile/Detectable Warning Surf e Tiles or approved equal. E. Prefabricated tiles or pavers may be sub 'tted for approval as an alternative to stamped concrete. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, th work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (AI rations) - (IIA-4) and the following sections of the Americans with Disabilities Act ( A) 0 Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Ele ents and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-o -Way 3.02 SLOPES: A. Cross slope refers to the slope that is pe ndicular to the direction of travel. Running slope refers to the slope that is parallel to the d reetion of travel. B. Curb ramp cross slopes should be no gre ter than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than I: 12 or 8.33% to a level plane unless existing conditions do not pennit and ayout is approved by the Engineer. Curb ramp running slope should be no less that 1:4 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THlC SS: A. 6-inch thick P.c.c. will be placed at all curb ramps unless otherwise directed by the Engineer. B. 4-inch thick P.C.c. will begin 4 feet of back of curb adjacent to the 6-inch P.C.C. section, unless otherwise specified by the Engin er. 3.04 WIDTHS: A. Curb ramps widths will be 4 feet unles otherwise necessary to match existing si~";alk for continuity. The minimum allowable w th for curb ramps is 3 feet. Four-foot Ji::'rrmtching ;' widths are clear widths and do not incl de the flared sides or curved sides ora; curb ramp." All proposed curb ramp widths other th 4 feet wide need approval by the Engineer. . /<-.. .J , -l.:.' ~ .":") r. <::;,) 0252 -3 T:\6400\6416008\Specs\02524.doc ._--~-~._-~----~-_.~_._--_._-~'-_.~----_._- 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best-fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes confonning to ADA specifications. B. Detectable waming surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable waming surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 COLORING: A. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specified by the Engineer. 3.09 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. n D. Curing Compound: Apply per manufacturer's guide for rate and method. ./ . r"d END OF SECTION .) ~Tl\6400\64 ffiOb8\Specs\025 24 .doc 02524-4 r".,) () .~-:;. 1"--" C." - .\ WATER DIST UTION (- ,) .j C ' PART 1- GENERAL ;. ,''I C) 1.01 SUMMARY: A. Furnish, install and test water distributio system as indicated and specified. 1.02 REFERENCES: A. This specification references the followi g documents. In their latest edition, the referenced documents form a part of this specifi ation to the extent specified herein. In case of conflict, the requirements of this speci lcation shall prevail. One copy of all references marked with a *** shall be kept on the s te, readily available and accessible to the Engineer during normal working hours. Copies ay be obtained from the organizations or from the Iowa City Water Division at cost plus I %. B. City of Iowa City Water Division I. Reference Manual C. American National Standards Institute a d American Water Works Combined Standards: \. ANSIJA WW A-C I 04/A2 \.4: Fittings for Water ement-Mortar Lining for Ductile-Iron Pipe and 2. ANSIJA WW A-CI05/A21.5: Systems olyethylene Encasement for Ductile-Iron Pipe 3. ANSIJA WWA-CllO/A21.l0: 48-inch, for Water and Other uctile-Iron and Gray-Iron Fittings, 3-inch through quids 4. ANSIJ A WW A-CIIl/ A21.l1: ubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings 5. ANSIJA WW A-CI50/A21.50: ickness Design of Ductile-Iron Pipe 6. ANSIJAWWA-CI51/A21.51: ctile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSIJAWWA-CI53/A2\.53: Ductile-Iron Compact Fittings, 3-inch through 24- inch, and 54-inch through 64-i ch for Water Service 8. ANSIJAWWA C502: Dry-Ba el Fire Hydrants 9. ANSIJA WW A C504: Rubber eated Butterfly Valves T :\6400\6416008\Specs\02660.doc -.-,,---.-' ...--,--_..-_.~-~....__.'"-_._..--~.._----.,_._-_._-----_.-----.---.-- 10. A WW A CS09: Resilient-Seated Gate Valves for Water Supply Service. II. ANSV A WW A CS 10 Double Check Valve Backflow-Prevention Assembly 12. ANSV A WW A CS II Reduced-Pressure Principal Backflow-Prevention Assembly 13. ANSVA WWA CSSO: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSVAWWA C600***: Installation of Ductile-Iron Water Mains and Their Appurtenances IS. ANSVA WW A C6SI ***: Disinfecting Water Mains 16. ANSVAWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4-inch through 12- inch for Water Distribution D. American Water Works Association: 1. A WW A Manual M23***: PVC Pipe-Design and Installation 2. AWWA Manual MI7***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: I. ASTM 02241 F. Manufacturers Standardization Society: 1. MSS-SP-S8 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS-SP-69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: I. UNI-B- 3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with A WW A Standard C-900 or C-90S. 1.03 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. r> !t- Shop and Working Drawings: ( 1. Pipe layout with valves, fittings and hydrants shown 2. Valves , ,. ; '-..-) 3. 4. Hydrants Fittings , , 02660-2 T:\6400\641 6008\Specs \02660. doc 5. Bolts 0 <: 6. Joints ,', (') :"'""= 7. Tapping sleeves, couplings, and ecial piping materials. ( ",-, 8. Polyethylene 9. Thrust block designs and details .._.J ./'-.. c -, 10. Special backfill .J.:." f".) 0 C. Certificates: Sworn certificates of shop t ts showing compliance with appropriate standard for all piping materials. D. Manufacturer's Literature: 1. Catalog cuts of joints, couplin s, harnesses, expansion joints, gaskets, fasteners and other accessories. 2. Brochures and technical data d coatings and linings and proposed method of application. E. Plans for initial operations and final ope tions: Special prepared drawings and typed list of sequences of steps are needed prior to y operation of water distribution system. Submit 2 weeks prior to date of planned operation 1.04 QUAUTY ASSURANCE: A. Engineer reserves the right to inspect nd test by independent service at manufacturer's plant or elsewhere at Engineer's expense B. Contractor shall conduct visual inspecti n before installation. 1.05 TIME: A. Time is of the essence for water m in construction work. All work which requires shutdown of active water mains must e completed as quickly as possible to minimize inconvenience to the consumers and ris to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division ar listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of dis tion of water service, provide 48 hours notice. 3. For review, comments, and app oval of plans of operation, provide 3 days notice. 4. For locations of underground f cilities, provide 48 hours notice. 0266 3 T:\6400\6416008\Specs\02660.doc PART 2 - PRODUCTS 2.01 All products used for this work shall be from the list of "Accepted Products for Water Distribution Materials" contained in the Iowa City Water Division Reference Manual. 2.02 DUCTILE-IRON PIPE: A. Thickness design shall conform to ANSI! A WW A C 150/ A21.50. B. Manufacture shall conform to ANSI!AWWA CI511A21.51. C. Thickness for direct bury piping, unless otherwise indicated or specified, shall be class 52. D. Thickness for pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. E. Cement mortar lining shall conform to ANSI! A WW A C I 04/ A2IA. 2.03 DUCTILE-IRON PIPE JOINTS: A. Single rubber-gasket push-on joints or mechanical joints confonning to ANSI!A WW A C 1111 A21.l1. Furnish with all necessary hardware and gaskets. B. Bell-and-spigot pipe joints confonning to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt-Lok restrained joint or approved equal. D. For unbolted/restrained mechanical joint, use Griffin Snap-Lok restrained joint or approved equal. E. Do not use drilled & tapped retainer glands. F. Plain end of push-on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.04 POLYVINYL CHLORIDE PIPE: A. Pipe shall conform to ANSI!A WW A C900 and shall be thickness class DR 18 (Class ISO). All pipe shall have the same outside dimensions as ductile-iron pipe. PVC pipe materials are only allowed in sizes 6 to 10 inch diameter. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecular weight petroleum products or organic solvents or vapors. / G. PVC pipe shall not be installed under public roadways and shall not be used around cul-de- sacs or other small radius curves. 1 L L)p";,. ~2 .-..1 02660-4 T:\6400\64I 6008\Specs\02660.doc 2.05 FITTINGS: A. All fillings shall conform to ANSI! A 250. A CllO/A21.10, with pressure rating of Class B. Mechanical-joint fittings shall be ducti iron compact ANSJJAWWA C153/A21.53 or ductile standard ANSI!AWWA CllO/A2 .10. Large fittings, 12-inch through 20.inch shall be ductile iron standard ANSJJAWWA CllO/A21.10. Swivel tees shall be ductile iron standard ANSJJA WW A CllO.A21.10. ere ductile iron is not available (i.e., offsets), cast iron standard ANSJJA WWA CIIO/ 1.10 shall be provided. .0; c. (-) , All fittings shall be bituminous coated i side and outside and shall be fiii1ii~d cornplete with necessary accessories including pI . n rubber gaskets, ductile iron glantis, NSS Co~:>,--\ Blue bolts and nuts. Verify the gasket s ts are not made irregular by improper app1~ation'" " of the lining materials. ,." .' 2.06 VALVES & VALVE BOXES: /' en ,,-' - y. 1. Valves shall be full line size gat valves with epoxy coating inside and outside and contain stainless steel nuts and Its. A. Gate valves shall conform to ANSI! A 2. Valve bodies shall be ductile ir or cast iron. Working pressure of the valve shall be at least 200 psi and gaskets r ted at 250 psi. 3. Valves shall have a standard 2-i ch square operating nut and shall open left. 4. Valves shall be capable of bein repacked or replacing o-rings under pressure. 5. Valves are to be non-rising st m with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI! WW A C504, for buried service, Class 150B. 1. Valve seatto be installed on di or valve body. 2. Butterfly valves shall not be u 'Iized in sizes smaller than 16", unless so noted on the plans. 3. Working pressure of the valve hall be at least ISO psi. 4. Valves shall be short body patt m with mechanical joint ends. 5. Shaft seals shall be o-ring type. 6. Valve shall have manual oper tor with a 2" square operating nut for operation of the valve and shall open left. 7. All interior and exterior cast ron, ductile iron or steel surfaces shall be painted with an epoxy coating and con ain stainless steel bolts and nuts. 0266 -5 T:\6400\6416008\Specs\02660.doc ~-"---_.~--~_._----_._--------,._'~."~.._- C. Tapping Valves shall be as specified for resilient-seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2-piece or 3-piece slip type, range 51" to 71". Use lids marked "water". 2.07 HYDRANTS: Specification standard: Type of shutoff: Type of construction: Main valve opening: Nozzle arrangement and size Nozzle thread: Type of inlet connection: Size of inlet connection: Depth of bury: Direction of opening: Packing: Size and shape of operating ~ut: .0 , it orking pressure: C'1 qJlor: L _ \......~r ~2 ~:"..1 T:\6400\6416008\Specs\02660.doc ANSI! A WW A Standard C502 Compression Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. 4\1, inches for 12" water main and under 5% inches for 16" water main and above 3 nozzle, two 2\1,-inch hose nozzles and one 4V2-inch pumper nozzle, with caps attached with chains National Standard Hose Threads Mechanical Joint 6 inch Depth of bury shall be 6 feet Open to right (clockwise) Conventional or O-Ring I V2 inch, standard pentagon 250 psi Safety Red 02660-6 2.08 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diamete , thickness and pressure class as standard fittings. C. Special fittings may be manufactured 0 meet requirements of same specifications as standard fittings except for laying length nd types of end connection. D. Full Body Tapping Sleeves: I. Shall be mechanical joint, split onstruction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. r-..'l . 3. Shall be furnished complete wit all accessories. ("" 4. Required for 12" and larger pip or under paving. '''' 5. Shall have stainless steel or NS Cor-Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: ~. -. ,I --. :;;: /-..... p 1. Shall be epoxy coated with duc 'Ie-iron flange and stainless steel bolts. " ~-- ) ro) 2. Shall meet the OD requirement for class A, B, C, or D pit cast pipe. 3. Shall be furnished complete wi all accessories. I. All stainless steel, single sectio ,double section, or triple section, depending upon size of main. 4. Shall be compatible with Muel r, Clow, Kennedy, or U.S. Pipe F. Stainless Steel Repair Clamps: 2. Shall have stainless steel bolts nd nuts. G. Mechanical Joint Restraint Device: I. Shall be Megalug - NNS Cor- lue Nuts and Bolts or equivalent. 2.09 GASKETS, BOLTS, AND NUTS: A. Mechanical joints made with: 1. Bolts: 3/4 inch NSS Cor-BL 2. Stainless steel bolt studs with ut on each end. 026 -7 T:\6400\6416008\Specs\02660.doc B. All thread rod used to restrain fittings shall be stainless steel and 3/4" diameter. 2.10 LOCATION WIRE: A. Location wire shall be #]2 solid copper, THHN insulation in yellow or orange color. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak or maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfection and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. PART 3. EXECUTION 3.01 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile-iron pipe sball be installed in accordance with ANSI! A WW A C600 except as noted herein. c. PVC pipe must be furnished and installed in accordance with A WW A M23 and Uni-Bell PVC Pipe Association UNI-B-3-88 except as noted herein. D. .--r" Contractor must prepare and retain a set of "as-built" drawings on the job site with accurate and current information on the location of all valves, pipe and special construction features. Examples of special buried features would be: " .-~ , , C' 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. (.,,) ." .~ 3. '~J Special fittings or construction materials. 3~if2 RECEIVING, STORAGE AND HANDLiNG: A. The Engineer may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: ]. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 02660-8 T:\6400\6416008\Specs\02660.doc ~, 3. Do not attach cables to pipe unit ames or banding for lifting. ("1 ~,--..., L."\ Within the "Hand]ing" language of A M23, change "should" to "shall:'" ~ \ t c. .> D. A M23, change "shou]d" to "shaJJ." I ) 3.03 LOCATION, ALIGNMENT, SEPARATION & /" C) P !,,) A. Water mains, valves, hydrants, and speci I fittings shall be installed in the locations Sliown on the plans or as directed by the Engine B. Contractor shall have all buried utilities I cated by the] -800-0NE-CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra ompensation will be allowed for the exploratory excavations. C. Water main shall be installed a IlliDl urn depth of cover of 5V2 feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, torm sewers or sanitary sewers shall be laid to provide a separation of at least] 8 inche between the bottom of the water main and the top of the sewer. Where local conditions pr vent this vertical separation, the water main shall not be placed closer than 6 inches abo e a sewer or 18 inches below a sewer under any circumstances. Additionally, one full I ngth of water pipe crossing the sewer shall be centered at the point of crossing so that e water pipe joints will be equal distance as far as possible from the sewer. The water and ewer pipes must be adequately supported and have pressure tight joints. A low permeabilit soil shall be used for backfill material within ]0 feet of the point of crossing. E. No water pipe shall pass through or co e in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. An PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shan be marked with a wire for the entire length to make electr nic location possible. 1. The wire shan be instaned cont nuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be prot ted to prevent accidental grounding. Make few splices and splice the wire toge her using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground s ace at each fire hydrant and loop wire in a Valvco tracer wire terminal box. Thes boxes shall be located between the hydrant and the hydrant valve with at least t 0 feet of extra wire inside the box. Install the terminal box perpendicular fro the hydrant and parallel with the valve box, one- foot from the hydrant base. e tracer wire terminal box must be installed flush with the finished grade. If ther is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight b x" which is a fun-size valve box and mark the drawings appropriately. 0266 9 T:\6400\6416008\Specs\02660.doc 3.04 PIPE BEDDING AND BACKFILLING: A. Ductile-iron pipe bedding shall conform to the project plan details or as otherwise specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI-B-3-88 laying condition Type 2 including hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by stomping on the soil along the sides of the pipe to the top of the pipe. C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.05 PIPE RESTRAINT: A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast-in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to prevent shifting before placing concrete. '- .~ d , , , 2. Do not pour excess concrete on top of pipe and fittings. B: Socket Pipe Clamps, Tie Rods, and Bridles: (. .' l) 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. 1.-<1 C. Dead Ends I. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.06 JOINTS AND COUPLINGS: A. Push-on Joints: I. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push-on joints when boring. Griffin Snap-Lok shall be used in casing with locking rubbers. 02660-10 T:\6400\6416008\Specs\02.660.doc B. Mechanical Joints: I. The range of torque for tightenin bolts which is indicated in ANSII A WW A C600 may be somewhat affected by th temperature. On cold days, more torque may be required. 2. Use extreme caution when tighte ing cast iron fittings to avoid breaking the ears of the flanges. An average worker s ould not use a wrench longer than 10 inches. 3. On PVC pipe connections to MJ .oints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint ~-- j 4. Do not deflect pipe at joint. 7-:; \...:~ -;::;,.r', )- - C. Sleeve-Type Coupling: 1. 2. 3. Clean pipe ends for distance of 2 inches. Use soapy water as gasket lubri Carefully mark and place the sle ve coupling in the center of the jOiri( )> N ~^.j C') 3.07 TAPPED CONNECTIONS UNDER PRESSU E: A. Follow manufacturer's installation instru tions. B. Tapping mains for new connections 4 nch to 12-inch in diameter shall be done by the Water Division. C. A new and site specific tapping appli tion must be prepared for each tap regardless of size, and submitted to the Water Divisi n. The tapping application must be completed and include location, name, and address of ater customer, schematic drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron p pe and fittings shall be wrapped with an 8 mil polyethylene encasement in accord ce with ANSIIAWWA C205/A21.5 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. 3.09 HYDRANT INSTALLATION: A. Handle carefully to avoid breakage an damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants fr m dirt, water, ice, animals and vandals. B. Before installation, clean piping and el ow of any foreign matter. C. Install hydrants away from the curb Ii e a sufficient distance to avoid damage from or to vehicles. A set-back of 4 feet from the urb line is recommended. 0266 11 T:\6400\6416008\Specs\02660.doc ...--",----.--------.---------..--".-- D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shail be at least 18 inches above finished ground. The break-off flange should be no more than 6 inches above ground. There shail be no obstructions to fire hose connections. E. The base elbow shail be placed on solid precast concrete blocks on firm, undisturbed soil. The harrel of the hydrant shail be fmnly braced against the back of the trench wail with hardwood lumber to resist thrust at the pipe connection. F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or I inch crushed rock to allow water to release from the hydrant drain. G. lnstall the hydrant plumb. Drainage stone and soil backfill around the barrel shall be finnly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break-off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as-built" drawings must be on file in the Water Division office prior to using the water supply. C. Contractor shail submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shail include a drawing and typed list of actions which show ail the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTION FOR POTABLE WATER SYSTEMS: A. General I. Upon completion of a newly instailed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSI! A WW A C651 and the foil owing specifications. B. Special Disinfection Requirements '.' ~-C I. Exercise cleanliness during construction. Protect pipe interiors, fittings and valves against contamination. c 2. Water main 16-inch and larger in diameter must be swabbed with a soft pig prior to flushing if flow in the system is not adequate to maintain scouring velocity (2 fps) during flushing. \._,J c, 3. The minimum uniform concentration of available chlorine used for disinfection shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 CorD below. 02660-12 T:\6400\6416008\Specs\02660.doc 4. The chlorinated water shall be re ained in the main at least 24 hours, during which time aU valves and hydrants in he section treated shall be operated in order to disinfect the appurtenances. At he end of this 24 hour period, the treated water shall contain no less than 25 m chlorine throughout the length of main. 5. After the retention period, flush he heavily chlorinated water from the main until the chlorine concentration in th water leaving the main is no higher than 3 mgIL and the water appears clean. Flu h at a minimum velocity of 2.5 feet per second in the main through an opening n t less than ',4 of the main diameter. For 6-inch through 12-inch water mains, a single 2Y2-inch fire hydrant opening is adequate. Water entering storm sewer sys em shall be dechlorinated by a method approved by the Engineer to prevent down tream environmental damage (i.e. fish kills). 6. Collect a bacterial sample from he end of each line or 800-1,000 feet and deliver the sample to the University H gienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the re ults. If the bacterial sample shows the absence of coliform organisms, the hydrost tic test may proceed. C. Tablet Method of Chlorine Application 1. Use ANSIIA WW A C651, how ver slowly fill the main (less than I cubic foot per second) with system water, pus ing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine A plication I. Prior to applying chlorine, do a reliminary flush at a minimum velocity of 2.5 feet per second in the main through n opening not less than not less than 1,4 of the main diameter. For 6-inch through 2-inch water mains, a single 2Y2-inch fire hydrant opening is adequate. 2. Add the water and chlorine sol tion with the required concentration to fill the main completely. 3.12 TESTING: A. Filling the water main: 1. ~ .- "- Fill the newly constructed w er main system slowly using treated.p4lJ1ic Wilier under low pressure and low fl w. The objective is to displace air ~ithwater.,~hile avoiding damage to new cons ction, customer services, and adfoinihg \ll:operty due to the release of air and w ter. Public Works staff must be on site to ~sist with....~ j operation of the system valves d hydrants during this operation. '\l '7 . . ,~'. , 2. Open one hydrant (completel ) at the end of the main or at a high point on the main which is to be filled. Op n a filling valve (the smallest one available) slightly. Allow the water main to fill a d slowly release the air. When the main being filled has released nearly all air, s ging should diminish and water released from the hydrant should flow in a stea y stream. Monitor and control the released water to minimize damage. T:\6400\6416008\Specs\02660.doc -------_._.~-_.__._-~_..__._----_._----~-- ----"~-- -----~--- ---~~ c" , \."..... ',,'\ "__" i'" ,'"'. r? U' ~.'- 3. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. " . -~ '/ ,',>\ 4. After clear water and a fresh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. Then, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: I. Conduct combined pressure and leakage test in accordance with ANSl! A WW A C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. C. Valve Operations: I. All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. D. Hydrant Operations: I. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. T:\6400\6416008\Specs\02660.doc 02660-14 2. Remove a nozzle cap and open t e hydrant slowly and fully. Check the direction of opening as marked on the top. 0 not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. Mter hydrant has been flushed close it and check for drainage. This is done by placing the hand over the nozzl opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open h drant again and inspect all joints for leaks. E. Flow Test: I. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to det .ne the fire flow capacity. 2. Owner's Water Division person el must be on the site to operate the system valves and hydrants during this test. 2. A hydrant flow test shall be c nducted by Owner on the hydrant at the extreme locations for distance or highes elevation to determine the fire flow capability of the system. Static and flowing ressures and flow rates shall be recorded, and a copy forwarded to the Water Di ision. END OF SE TION C'.'I :~- <": /" j> 02660- 5 T:\6400\6416008\Specs\02660.doc ~-, "-'- ".J ~~ l~.) r',) N APPEND A Accepted Products for Wate Distribution Materials WATER PIPE: (Ductile) ANSI! A WW A - A21.5 C151 American, Claw, Griffin, McWane, Tyler, and US ipe Class 52 for direct bury piping unless other wise in . cated or specified. Class 53 for suspended from structures and bolted 0 restrained joint pipe WATER PIPE: (PVC) (Class 150) - C900 C900 thickness class DRI8 (6" thru 10") FITTINGS: (Ductile Iron Standard) ANSI!A W A - A21.10/CllO, 250 psi (Ductile Iron Compact) A WW A CI53, 350 psi Clow, TylerlUnion, U.S. Pipe, or Griffin C) ..,~-: /, >:;. T-'-' -:1 f') ~~": "/ , = f'.' N TAPPING SLEEVES: (Full Body Ductile Iron ith Stainless Steel and/or NSS Cor-Blue Nuts and Bolts) for 12" and larger or under pav ment Clow _ F-5205, Mueller - H6I5, Kennedy, TylerlU ion, Kennedy, American Flow ControI- Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller-H30 ,Romac SST, JCM-432 MECHANICAL JOINT RESTRAINT DEVIC : (Megalug - with NSS Cor-Blue Nuts and Bolts) Ebaa Iron Sales Inc. STAINLESS STEEL REPAIR CLAMPS: Smith-Blair-26 I , Ford FSI, Romac SSI VALVES: (Resilient Seated Gate Valves) ANSI! WW A - C509 Claw F-6100, Kennedy 157I-X, Mueller Resilient eat - A-2360-20, American Flow Control- APC-500, or U.S. Pipe Metro Seal 250 #5460 VALVES: (Butterfly) ANSI! A WW A C504, Cia s 150B Claw, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VALVES: (Tapping) Clow _ F _ 6114, Mueller- T-2360-I6, Kennedy 4 50, U.S. Pipe Metro Seal 250 #5860, or American Flow Control-865 02660 16 T:\6400\6416008\Specs\02660.doc VALVE BOXES: Tyler - (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A - Range 51" to 71" HYDRANTS (4 'Iz" for 12" and under) (5 %" for 16" and above) A WW A C502 Clow F-2545 Medallion, Kennedy Guardian K-81, Mueller Super Centurion 250, American Darling - MK 73 for 4 1/2" & B84-B for 5 1/4" SLEEVE TYPE COUPLING: Standard solid black sleeve - TylerlUnion 5-1442, Griffin Bolted Straight Coupling - Smith-Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith-Blair 261, Romac SSI or Ford FSI TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco -95E -2 y," ID with lockable cast-iron lid - minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POL YWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow or orange 02660-17 T:\6400\641 6008\S pees \02660. doc SECTION 02665 WATER SERVICE WORK OR CONTRACTORS PART 1 - GENERAL 1.01 DESCRIPTION: A. Furnish and install new water services an yard hydrants as indicated and ~~cified. :.. : :~~n 1.02 RELATED WORK: h) A. Section 02660: Water Distribution 1.03 ~", - REFERENCES: .< .' , ceo )> f',) A. This specification references the followi g documents. In their latest edition, the refb~nced documents form a part of this specificati n to the extent specified herein. B. City of Iowa City Water Division: I. Policy and Procedures Manual. C. American National Standards Institute a d American Water Works Combined Standards: I. ANSI/ A WW A-C800 Undergro d Service Line Valves and Fittings. D. American Society for Testing Materials: L ASTM B75-86 Seamless Coppe Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following rawings or details for approval 4 weeks prior to installation. L Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan ith customer location, address, size, and materials of water service and main pipe including a full list of materials required from the Iowa City Water Division, as ap licable. 1.05 PERMITS: A. City of Iowa City: L Contractor's superintendent on he job must have a license as a sewer and water service installer issued by the C ty to construct water and sewer mains and services in Iowa City. 02665 1 T:\6400\6416008\Specs\02665.doc 2. The Contractor or their agent will be responsible for the tapping application forms and records. 1.06 TIME: A. Time is of the essence for water service work. All required work must be completed as quickly as possible to minimize inconvenience to the consumers. The Contractor is expected to comply with the minimum response and completion times listed. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. Scheduling depends on workload. 2. For notice to customers of disruption of water service, provide 48 hours notice. 3. For supply of tapping materials for less than 20 units, provide 2 weeks notice. 4. For supply of tapping materials for more than 20 units, provide 4-6 weeks notice. 5. For supply of seldom used materials such as galvanized or lead, provide 4-6 weeks notice. 6. For locations of underground facilities, provide 48 hours notice. C. Response Time - the maximum time allowed from telephone notice by the Engineer until the Contractor is on the job and ready to begin work: 1. For 1 service which is planned work, less than 24-36 hours. 2. For 1 service which is emergency work, less than 4-6 hours. 3. For 3 or more services which are planned work, less than 48 hours. D. Completion Time - the maximum time allowed from the time the Contractor tums off the water until the water service is connected and operational under normal circumstances: 1. For I service, where it is necessary to break and remove concrete with no prior warning or planning, less than 12 hours. 2. For 6-8 services or more in one block area with prior planning, some services on each side of the street and in conjunction with paving projects, less than a l2-hour workday. U'_~ (---' .~:;::: 02665-2 T:\6400\6416008\Specs\02665.doc 1.07 WORK ON PRIVATE PROPERTY FOR OTH RS: A. Water service work may be necessary r desired by private property owners at the same time as the new water service work u er this contract is done. The Contractor will be allowed to work on private property adj cent to the work site in order to do water service work directly for the private property 0 ner. Work on private property shall not adversely affect the time schedule for work under t is contract. B. The work on private property will not be the responsibility ofthe City. PART 2 - PRODUCTS 2.01 WATER SERVICE MATERIALS A. All water service materials shall meet or exceed current ANSI/A WW A-C800 specifications and shall be made in accordance wit ASTM B-62. The manufacturer shall furnish a certificate indicating all new materials eet the specifications. All valves, fittings and pipe shall be inspected several times during e manufacturing process and pressure tested with air under water before shipment. All ater service materials shall be visually inspected before installation. Brass and copper are soft metals and care in handling shall be exercised to avoid damaging threads or distorting iping, valves or fitting bodies. B. Corporation stops, service saddles, cur stops, and stop boxes for services 2-inches and smaller will be furnished at no cost by he City Water Division. The Contractor shall use the brass goods furnished by the Water Division on work under this contract only and not on private property. C. All water service lines will be furnishe and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/ -inch through I Y,-inch and in coils or straight pipe for 2-inch size. No couplings or connect ons will be pemritted under the paving. D. Couplings and fittings for services 2 in hes and smaller will be furnished at no cost by the City Water Division. E. Materials furnished at no cost by the City Water Division are available at the Water Division at 2551 N. Dubuque Street du ng normal working hours. The Water Division will provide an accounting for materials su plied and the Contractor will be required to keep records of materials used at each servic connection. F. Yard hydrant assembly will be furnishe by the Contractor. r~,' ",':;:' , "',,', . . "- I..) <,.'0 _. -L~' ..: " '<:-' ~0 ;\;>' " .~ 02665 3 T:\6400\6416008\Specs\02665.doc PART 3 - EXECUTION 3.01 RECORDS AND DOCUMENTS: "'1 V'j A. Contractor must prepare and retain a set of "as-built" drawings on the job site with accurate and current information on the location of all water service valves, pipe and special <( construction features. Examples of special construction features include: (- \ 1. Offsets in alignment. I:' 2. Changes in depth and depth greater than 8 feet or less than 5 feet. G 3. Special fittings or construction materials. , . Following completion of the project, a copy of these drawings shall be furnished to the Water Division. 3.02 RECEIVING, STORAGE AND HANDliNG: A. The Engineer may mark materials found on the job site which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site and replaced with new. 3.03 EXCA VATION AND BACKFILL: A. All excavators shall comply with the requirements of the O.S.H.A Standards subpart P- Excavations. B. Earth excavation, backfill, fill and grading shall be in accordance with Section 02220. C. Excavation and backfill shall include all excavation, backfilling, compacting, stockpiling of surplus material on the site, and all other work incidental to the construction of trenches, including any additional excavation which may be required for construction of the water service lines. D. Along the proposed water service lines, the Contractor shall remove the surface materials only to such widths as will permit a hole or trench to be excavated which will afford sufficient room for proper construction. Paving removals shall be as directed by the Engineer E. The Engineer shall approve removal limits. F. Where working space permits, holes or trenches may be excavated by machine, provided that by so doing, public and private improvements will not be subjected to an unreasonable amount of damage. The size of the hole shall be as small as reasonably possible to do the work. If, however, excavation by machine methods cannot be made without damage being done to public and private improvements, hand excavation shall be employed. G. The Contractor shall use a mole for excavation of a hole to place the water service piping, %" to 2" diameter, at any location under a street surface, driveway, sidewalk or lawn area whenever the distance from the water main to the water service connection is greater than 02665-4 T :\6400\6416008\5 pecs\02665 .doc 20 feet. The mole shall be used even th ugh the street surface has been removed so as to protect the new street surface from settle ent. The mole shall be a maximum of four inches in diameter. The Contractor shall be r sponsible for all labor, equipment, materials and supervision for mole excavation. H. The Contractor shall be responsible for oordinating the location of all buried utilities and for all damage or repairs to utilities caus d by mole excavation. I. Whenever, in the opinion of the Eng' eer, it is necessary to explore and excavate to determine the best line and grade for t construction of the new water service line or to locate an existing water service which must be disconnected, the Contractor shall make explorations and excavations for such p rposes. J. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and . veways. Fire hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. utters shall be kept clear and adequate provisions shall be made for street drainage. Natur watercourses shall not be obstructed. K. The Contractor shall provide and m 'ntain ample means and devices with which to promptly remove and properly dispos of all water entering excavations or depressions until all work has been completed. No s itary sewer shall be used for disposal of water. L. To protect persons from injury and to a oid property damage, adequate barricades, fencing, construction signs, caution lights and ards as required shall be placed and maintained by the Contractor at excavations during progress of the construction work and until it is safe for pedestrian and vehicular traf c to use the roads, sidewalks and facilities. All material piles, equipment and pipe whi h may serve as obstructions shall be enclosed by fences or barricades and shall be protec ed by proper lights when the visibility is poor. The rules and regulations of a.S.H.A. and propriate authorities for safety provisions shall be observed. M. Trees, shrubbery, fences, poles and al other property and structures shall be protected during construction operations unles their removal for purposes of construction is authorized by the Engineer. Any fence , poles, or other improvements which are removed or disturbed by the Contractor shall be estored to the original condition after construction is completed. Any trees, shrubbery or ther vegetation which are approved for removal or ordered for removal by the Engineer s all be removed completely, including stumps and roots. The Contractor shall be resp nsible for any damage caused by construction operations to shrubbery or other lands ape improvements which were not authorized for removal by the Engineer. . . (,).: :s:: .-'~ '."~ -~ 02665 5 T:\6400\6416008\Specs\02665.doc 'r') ., l\..) :.;...... " , .., .J T\:> f\) 3.04 WATER SERVICE CONSTRUCTION: A. The City Water Division will provide at no cost, labor and equipment to tap the water main for services. Each water service pipe shall be connected to the water main through a brass corporation stop. A tapping saddle is required on all PVC water main materials. The plastic plug shall be recovered. The main shall be tapped at an angle of forty-five degrees (45') with the vertical, if possible. The stop must be turned so that the T-handle will be on top. B. The old water service under the street right-of-way will be cut and abandoned in place. The old stop box will be removed. C. The Contractor shall install the new copper service line from the new corporation stop to the new curb stop and from the curb stop to the customer service line near the property line. The size will be detennined by the Water Division. The minimum size will be I-inch to the stop box. The service pipe shall be laid in the mole hole excavation and in the trench with sufficient weaving to allow not less than one foot extra length for eaeh 50 feet of straight line distance. D. Underground water service pipe shall be laid not less than ten (10) feet horizontally from the building drain, and shall be separated by undisturbed or compacted earth. Where the horizontal separation cannot be met, the water service pipe shall be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point. E. A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each curb box valve. A cast iron service box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The curb stop shall be located between the curb and the property line and visible from the sidewalk. F. The Contractor shall make a clean cut on the existing service line and connect the new service line at the location as directed by the Engineer. G. The Contractor shall be responsible for visual inspection of all water service materials used in this work. If water pressure is available or will be available within 24 hours of making the new service connection, the new service shall be subjected to normal system pressure and visually inspected for leaks. If any leaks appear, the Contractor shall make repairs. Each water service shall be turned on and observed by the Contractor within the premises to verify adequate pressure and flow. c-J i.. J ~~ END OF SECTION c.:1 " -' (-" ("1 '---' \".-.-- '-- . 1:2 (..J 02665-6 T\6400\6416008\S pecs\02665 .doc SECTION 02751 ~c DIRECTIONAL BORI G AND DRILLING - r'-' PART 1- GENERAL 1.01 Ct: DESCRIPTION: 0;; /, co :c; f',) Furnish labor, materials, tools and equipment to nstall casing and carrier pipe by directionafb'oring and drilling. -' A. B. This specification covers thrust-restrained Polyv nyl Chloride (PVe) Pipe, and fusion welded High Density Polyethylene (HOPE) Pipe with ductile on pipe (DIP) outside diameters. Pipe is intended for use in pressure-rated potable water delivery systems, as well as in sewer force main and fire protection piping systems. 1.02 REFERENCES: A. American Society for Testing and Materials (AS M) 1. ASTM 01784 Standard Specification r Rigid PVC Compounds and Chlorinated PVC Compounds 2. ASTM 02837 Standard Test Metho for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 3. ASTM 03139 Standard Specification f r Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals 4. ASTM F477 Standard Specification for lastomeric Seals (Gaskets) for Joining Plastic Pipe B. American WaterWorks Association (AWWA) 1. AWWA C900: Polyvinyl Chloride (PV ) Pressure Pipe, 4 Inch Through 12 Inch, for Water 2. A WW A C906-99: Polyethylene (PE) Pr ssure Pipe and Fittings, 4-inch Through 63-inch, for Water Distribution and Transmission C. American Railway Engineering Association" Sp cifications for Pipelines Conveying Non-Flammable Substances," latest edition. D. Iowa Department of Transportation "Policy f r Accommodating Utilities on the Primary Road System," latest revision. 1.03 SUBMITTALS: A. Casing and Carrier Pipe Materials: Submit info ation as listed in Section 01300. C. When bore is completed, contractor shall provi Engineer with a plan and profile of the bore path. B. Boring Pit: The Contractor shall submit boringld .Iling pit locations to the Engineer before beginning construction. D. Record and submit notes of actual boring opera. ons with the field load conditions. 02751 1 1.04 FIELD MONITORING: A. Provide efficient, useful monitoring devices on the equipment so the operator and Engineer can compare the field conditions with the design and effectively monitor the loads on the pipe as it is being installed. B. Engineer will survey and record top of pavement elevations before and after boring operations. PART 2 - PRODUCTS 2.01 PVC CARRIER AND CASING PIPE: A. Pipe and couplings shall be made from unplasticized PYC compounds having a minimum cell classification of 12454-B, as defined in ASTM DI784. The compound shall qualify for a Hydrostatic Design Basis (HDB) of 4000 psi for water at 73.40F, in accordance with the requirements of ASTM D2837. B. Pipe shall be joined using non-metallic couplings to form an integral system for maximum reliability and interchangeability. High-strength, flexible thermoplastic splines shall be inserted into mating, precision-machined grooves in the pipe and coupling to provide full 3600 restraint with evenly distributed loading. Couplings shall be designed for use at or above the rated pressures of the pipe with which they are utilized, and shall incorporate twin elastomeric sealing gaskets meeting the requirements of ASTM F477. Joints shall be designed to meet the leakage test requirements of ASTM D3139. c. PYC pipe for directional boring shall be C900/RJ. PYC restrained-joint pipe from CertainTeed Corporation, or approved equal. 2.02 HDPE CARRIER PIPE: [NOT ALLOWED ON DAVENPORT STREET PROJECT] A. High Density Polyethylene (HDPE) Pipe for water main carrier pipe shall conform to A WW A Specification C906-90, or the latest revision thereof. All HDPE pipe for water main carrier pipe shall be DR-II, and have a working pressure rating of 160 psi, or as otherwise specified on the plans. B. HDPE Pipe for sanitary sewer force main carrier pipe shall conform to ASTM D 3350. All HDPE pipe for force main carrier pipe shall be SDR-17, and have a working pressure rating of 100 psi, or as otherwise specified on the plans. C. All fittings to be used with HDPE carrier pipe shall be typical cast iron or ductile iron mechanical joint fittings, adapters shall be used as necessary to connect to such fittings. Harvey connectors are approved for use with HDPE pipe for making connections to cast iron or ductile iron fittings. <I'll All HDPE carrier pipe shall be joined using butt fusion. \" 'j ~_.::r: 2.03 STEEL CASING PIPE: A., Ste~l casing pipe shall be spirally welded conform to ANSI Specification B36.1O, current edition, with a mlnimum yield strength of 35,000 psi and nominal diameter and wall thickness as indicated on the : plans. C,- : (J (Revised 03/22/05) L' CJ 02751-2 2.04 HDPE CASING PIPE: A. HDPE Pipe for casing pipe shall conform to AS M D 3350. All HDPE casing pipe shall be SDR- 11, or as otherwise specified on the plans. 2.05 CASING SPACERS: A. Use manufactured casing spacers or wolmaniz d hardwood as indicated to aid installation and properly position carrier pipe in casing. B. Manufactured casing spacers shall be construct d of high-density polyethylene runners, neoprene rubber liner and 304L stainless steel metallic p s. Casing spacers for PVC may be constructed entirely of high-density polyethylene. Casing sp ers shall be manufactured by Advance Products & Systems, or an approved equal. r-,.~ C. Install one spacer per each 10 feet of pipe. C) <: ,-, ~:-: ~. -on , , 2.06 DRILLING FLUID: N A. Drilling fluid shall be a mixture of water and be tonite clay. I. :':"'''' l ; .-, C~2 ) C;) j; N N PART 3 - EXECUTION 3.01 DIRECTIONAL BORING EQUIPMENT: A. The drilling equipment shall be capable of placi g the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of ins alling continuous runs of pipe without intermediate pits, a minimum distance of 400 feet. B. The directional boring machine shall be supplie with an output signal inside the housing of the drill bit. The output signal shall have a constant utput signal to allow a person to track the location of the beacon at all times. C. The drilling machine shall be equipped with ad 'lling fluid compatible for the onsite conditions. D. The directional head shall be capable of accepti g a variety of cutting bits for varied soil conditions. 3.02 CONTROL OF LINE AND GRADE: A. Engineer will provide control surveying and gr de stakes. Engineer will survey and record top of pavement or rail elevations before and after bo ng operations. B. During the installation of carrier pipes, the Cont actor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor hall provide control points, reference marks and equipment for this purpose. The drill bit shall b located a maximum of every 5 feet. The operator of the drilling unit shall check the bore path and position of boring pit at every five feet and make necessary correction to stay along the alignmen . 02751 3 C. Allowable deviations from the plan alignment and elevation are as follows: I. The guidance system shall be capable of installing pipe within 1-1/2-inch of the plan vertical dimensions and 2-inches of the plan horizontal dimensions. 2. In addition, care shall be taken to assure that continuous positive or negative grades, as shown on the plans, are maintained in the installed carrier pipe. 3. The Contractor shall be required to remove and reinstall pipes which vary in depth and alignment from these tolerances. 3.03 PILOT HOLE INSTALLATIONS: A. The pilot hole shall be drilled along the path shown on the project plans. B. At the completion of the pilot hole drilling, the Contractor shall provide a tabulation of coordinates, including elevation data, referenced to the drilled point entry, which accurately describe the location of the pilot hole. C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming and pipe installation. 3.04 REAM and PULL BACK OPERATIONS: A. Reaming shall be sufficient to prevent damage to pipe or pipe crossing. B. The maximum allowable tensile load imposed on the pipeline pull section shall not exceed 90% of the product of the Specific Minimum Yield Strength of the pipe and the area of the pipe section, or as specified by the pipe manufacturer. C. A swivel shall be used to connect the pipeline pull section to the reaming assembly to minimize torsional stress imposed on the section. D. The pipeline pull section shall be supported as it proceeds during pull back so that it moves freely and the pipe and pipe coating are not damaged. E. The pipeline pull section shall be installed in the ream hole in such a manner that external pressures are minimized. F. In case of a pull back where the bore hole will be abandoned or where voids are created. the Contractor shall filI voids with grout injected under pressure using approved methods. 3.05 DIRECTIONAL BORING OPERATIONS: A. M I,'d J;l. ,_,.I , i C., l. The drilling machine shall be set up at such a location to avoid disruption of private yard and landscaping. ..- . pipes shall be joined before being subjected to the boring process, or after they have reached final 'position, depending on the type of pipe and nature of the joint and jointing material. o The: method of boring, in each case, shall be in accordance with the requirements of the governing . agency. <"-' .; (...... . . ,'-.j 02751-4 D. Once boring has been started, it shall be continuo s until completion of the boring operations in order to reduce the possibility of a so-called "stuck" pip 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. The Contractor shall not be entitl d to additional compensation for effort required to maintain continuous boring operations. The Eng eer reserves the right to waive the requirement for continuous boring if such waiver is approved by e appropriate governing agency. E. Care shall be taken during boring operations to e sure that the pipe remains true to line and grade. F. No open cut within boring limits shown on the pI ns shall be permitted without written authorization of the Engineer and the governing agency. G. Pull back forces shall not exceed the allowable lling forces for the pipe being installed. H. The drilling fluid, such as bentonite, shall be us for lubricating the pipe during pull-back, forcing spoils out of the pipe pit, assisting in holding the ole open during pull back, and hardening into a clay substance around the outside of the conduit, pre enting settlement of the ground. Adequate drilling fluids shall be used to avoid a "hydra-lock" condi . on. Disposal of excess fluid and spoils shall be the responsibility of the Contractor. 1. Any damage to property, landscaping or trees ca sed by Contractor's operation shall be replaced to the owner's and at no additional cost to the own r. J. The Contractor shall make necessary provision to keep water and soil out of the installed piping systems. K. Obstructions to the progress of the pipe, such as rots, boulders or portions of forme structu~, shall be removed and deviations from line and grade hall be avoided if such deviatioB'~~restt1t'in ill- fitting joints. The use of explosives for removi obstructions is prohibited. : .~ :0 : -'i I A. Follow manufacture's instructions and recomm dations for assembly and installaUon. - ~ ---;:/" (~) Prevent dirt from getting into the couplings and, especially, the gasket grooves. I?;;irt doe~t into the gasket grooves, the gaskets must be remove and cleaned, and the grooves must be cleaned, and the gaskets then reinserted before they can be in tailed onto the pipes. N 3.06 RESTRAINED JOINT PVC PIPE ASSEMBL AND INSTALLATION: B. C. When pulling in restrained joint PVC pipe, do ot exceed the maximum recommended pulling or bending limits for the pipe. When the pull-in i complete, apply pushing forces to each end of the pipeline to relieve any stretch that may be remai ing. A. Follow manufacturer's instructions and recom ndations for assembly and installation: 3.07 HDPE PIPE ASSEMBLY: B. Contractor shall provide the appropriate butt fu ion equipment to join the pipe. Joints shall conform to the manufacturer's recommendation and be water tight at the test pressure. The bead which forms during the fusion process shall be niform, indicating a proper fusion. Joints not meeting these requirements shall be cut out and remade. Joint fusion shall be incidental to the pipe installation. 02751 5 l '._ 3.08 STEEL PIPE ASSEMBLY: A. Ends of the steel pipe sections shall be beveled ends for butt welding. The casing pipe joints shall be full-circle butt-welded joint conforming to A WW A C206-75. 3.09 CASING PIPE INSTALLATION: A. Follow casing pipe manufacturer's instructions and recommendations for assembly and installation. B. Minimum limits of installation of casing pipes shall be as shown on the plans. c. When casing pipes are installed by the boring and jacking method, the pipe must be jacked through the soil as the soil is removed by the auger. Installing casing pipes through pre-bored holes after augering is completed will not be permitted. Removal of material from bored holes by washing, jetting or sluicing is not permitted. D. Excavation for a limited distance ahead of forward end of the pipe will be permitted when the soil is sufficiently stable to stand without danger of caving. In this case, the hole shall be trimmed to the neat size of the outside of the pipe to reduce resistance to jacking and to maintain contact between embankment material and outside surface of pipe. In soft 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 from damage during jacking and excavating. E. Obstructions to the progress of the pipe, such as roots, boulders or portions of former structures, shall be removed and deviations from line and grade shall be avoided if such deviation will result in ill-fitting joints. The use of explosives for removing obstructions is prohibited. F. 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 carrier pipes, said voids shall be filled with grout injected under pressure by approved methods. G. If voids between undisturbed embankment and the outside of casing pipe result from installation work, the Contractor shall fill said voids with grout as specified herein, injected under pressure using approved methods. Grout placed as described shall be incidental to pipe installations and no additional compensation shall be allowed. 3.10 CARRIER PIPE INSTALLATION: A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. B. Carrier pipes installed in casing pipes shall be supported on shop-fabricated skids specifically designed for this purpose. Support system shall be firmly attached to carrier pipe at suitable intervals. Support system components shall be installed near to, but not at, pipe joints and at other l!'lt'ations so that pipes are well supported. Carrier pipe joints or barrels shall not be permitted to 'be1)f directly against casing pipe. C-) I. ,; C. e' , If the plans call for the carrier pipe to be installed without a casing pipe, the requirements for ,'irsJallation of casing pipe as detailed herein shall apply. This shall include filling of voids r ~be~ween undisturbed embankment and outside of pipe with specified grout. (,,~, U , , 02751-6 3.11 SEALING: A. After installation of canier pipes within casing pi es, the Contractor shall seal ends of casing pipes with weak concrete bulkheads a minimum of one foot thick or manufactured end seals as indicated. 3.12 TESTING: A. Testing procedures for carrier pipe shall follow ose outlined in Sections 02660 - Water Distribution and/or 02700 - Sewers. mmsmaster\02751.doc/04/25/04 _..~ .;....""l (' J:"- ~.T) , :;:,;:) , , ~. f'J ....,.., ~;...~ I '~dJ /' Co) );. N W 02751 7 SECTION 02920 SEEDI G PART 1- GENERAL 1.01 SUMMARY: A. Section includes finish grading, soil preparation seed, sod and maintenance. 1.02 QUAUTY ASSURANCE: r)- '. ~:;:() y. F"'"'I .:-', c_, (.J-\ :::.. -'.' ;'0 -1 :-...... '-.....--' ~(} N W A. The fitness of all plantings shall be determined y the Engineer with the following requirements: I. Nomenclature: Scientific and common ames shall be in conformity with U.S.D.A. listings and those of established nursery supplies. B. The Contractor shall repair or replace all planti gs which, in the judgment of the Engineer have not survived and grown in a satisfactory manner fo a period of one year after acceptance. 1.03 SUBMITTALS: A. Submit certification of seed mixtures, purity, g 'nating value and crop year identification. PART 2 . PRODUCTS 2.01 STABIUZATION SEEDING: A. Stabilization seeding shall be in accordance wit !DOT standard specification section 2601.05 stabilizing crop seeding and fertilizing. B. Seed mixtures shall be one of the following: Spring- March I to May 20 Oat Winter rye Red Clover Timothy Summer - May 21 to July 20 Oat Annual rye Red Clover Timothy Fall- July 21 to September 30 Oat Winter rye Red Clover Timothy *after August 31, hairy vetch shall be substituted for alfalfa 02920 - I 2 bushel per acre 1 bushel per acre 5 Ibs. Per acre 5 Ibs. Per acre 3 bushel per acre 35 bushel per acre 5 1bs. Per acre 5 Ibs. Per acre 2 bushel per acre 2 bushel per acre 5 Ibs. Per acre 5 Ibs. Per acre the rate of 10 Ibs per acre. 2.02 URBAN SEED: A. The following seed mixture shall be used for permanent seeding of urban areas in accordance with IDOT Section 2601.04. Mix Minimum Proportion Ibs.l Ibs.l by Weight Acre 1,000 sq.ft. 70% 122.0 2.80 10% 18.0 0.40 20% 35.0 0.80 URBAN MIX- Kentucky Blue Grass Perennial Ryegrass (fine leaf variety) Creeping Red Fescue <? C\J co ocr- " \/- ....-;~ . . ~. . ~. () <:\/ ~ ,.'.- ~~ Q- A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 RURAL SEED: A. The following seed mixture shall be used for permanent seeding of rural areas in accordance with IDOT Section 2601.04. Mix Ibs.lAcre RURAL MIX- Fescue, Kentucky 31 or Fawn Perennial Ryegrass Sideoats Grama (Butte or Trailway) Switchgrass (Neb. 28, Blackwell, Pathfinder or Cave-In-Rock) Birdsfoot Trefoil (Empire) 25 Ibs. / acre 15 Ibs. / acre 5 lbs. / acre 3 lbs. / acre 5 lbs. / acre 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 percent of nitrogen derived from natural organic sources of ureaform. 02920 - 2 PART 3 - EXECUTION ?-j ~/ "'::'~7 r'-'" c;:,?~ 'z>\ . ' \ 3.01 STABILIZATION SEED, FERTILIZER and LIME: "7 ....",,- r...) k Apply seed and fertilizer in accordance with ill T Section 260L05. '.....-., , 3.02 URBAN & RURAL SEED, FERTILIZER and LIME: /'- 'v~~/-' ~:'7 co .' ~ v' k Apply lime by mechanical means at rate of 3,00 pounds per acre. y R Apply fertilizer at rate of 450 pounds per acre. C Seed Areas: L Seed during approximate time periods only when weather and soil conditions the Engineer. Apri] ] to May ]5 and August ]5 to September ]5, and re suitable for such work, unless otherwise directed by 2. Remove weeds or replace loam and ree tablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loa is washed out prior to sowing seed and without additional compensation. 3. Sow seed at rate of] 75 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other half at r ght angles to original direction. 4. Rake seed lightly into loam to depth of ot more than lA-inch and compact by means of an acceptable lawn roller weighing 100 to 50 pounds per linear foot of width. 5. Hydro-seeding may be used upon appr al of the Engineer. d daily thereafter with fine spray until germination, and d protection period. D. Water lawn area adequately at time of sowing a continue as necessary throughout maintenance 3.03 MULCH: k All areas requiring mulch shall be mulched as s on as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and a chored into the soil. The application rate for reasonably dry material shall be approximately IV, tons of ry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved mate . I, depending on the type of material furnished. All accessible mulched areas shall be consolidated y tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler-type or dual-whe I tractors shall be used for the mulching operation. Equipment shall be operated in a manner to rnin rnize displacement of the soil and disturbance of the design cross section. 3.04 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately after each plan ing and continue until final acceptance of work. Water, mulch, weed, fertilize, cultivate and otherwise aintain and protect all plantings. B. Maintain urban seed areas at maximum height 0 2V, inches by mowing at least three times. Weed thoroughly once and maintain until time of fina acceptance. Reseed and refertilize with original 02920 - 3 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. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. mmsmaster\02920\Mar'03 END OF SECTION ! .'- u_ ('") C'.l <( ,~~ CD "",= N ~ CJ5 coo, j 02920 - 4 -...-., -~ ----- ~~ --~ ~~~ ----- -~"-- -- --~ - -- - ~-- --~ ~- - ~~ Q~ MAGNETIC ~~~ ~ I I I I u ~' /0 0 L ~ rTl 0 --1 ~ (f) - --1 rTl Q CLINTON ST ~ ~ r DUBUQUE Pal ~ 0 ST ~ 0 ~ -0 < Pl ~ .., -+- 0 CD ~ -. 0 _. (1) ::J ~ 0 LINN :J ~ ST -+- ~ L OJ Pl fTl ~ r I ~ \J 11 )> 0 0 0 11 ;0 )> fTl ^ 0 0 Z < ~ ;0 fTl ~ fTl Pl (j) -1 - 0 z z ....... 0 ~ 0 -. ....... GILBERT ~ LJ 0 Z 0 ST ~ -I :J 0 I ::::0 0 -1 11 0- ~ z )> I- s: 1 - en ;0 c Pl ~ 0 () ;0 -0 r-+- I 0 0 ~ Pl I - I - 0:5: I (1) VAN BUREN ST U1fTl 0 V3 ---0;;0 t9 ~ -j0 (j) :t>-< r -1 (j) CD r~ -1 1 JOHNSON ST 5J~ CD (j) (j) (j) CD -1 -1 -1 . DODGE ST ...-+ .......~'< r-+- ~ 0 I>> r-+- \J () Pl CD ~, 4 .., i:';I 0> P1 ~ ~ !'> --a. 1 ~ (1) "" . ~, ~ CD n -I"'U -I -0 CD ::EO ::E '1 1-'- c+ 'l::I ~~ ~a5 ~ =i Pl '<l r 8.cr~ '11- gJa m m .., '11z (1) o~t!d -0 ::0 (I) 0::0 o~ ~ I a. ~ po' 'lj om mm ~ m (1):::0 P1 0 O~ -1::0 m n ~ )>(1) Z --I 0- zO :a~ -m ""U 1-'- r::o '< c+ r '<l or (1)< )> oJ:: (5 Z t:1 r)> , '" m ..... CD ""Uz ro (I) )>::0 "'U r 1 UI:i:~ ~Im )> IIJ jZ r )> 0 0 ^ ^ 0 ~ m v v ~ s: 1Il Q 0 ~ m - < ~~\\\\\\\\IIIIIIIIJIII///I!III/f!, Z < -l^_ 0 (fl ~ "'v' _. --I :> ", ..-+ ~{} ...o~ ZrZ :< ~ ~, ~~ ""U 0:>9 (() tJ ~ eJ o~ '" !:!l '1\'" ZZ - (') Ul I~~:!ll r 10m 0 ~ ,.., CD ~~g ~ -....J 0 > )> r % z;:c,!?iiJ o~z 0 (j) ~ ~ ,4,l! Z ~ ,,~ ~",G'l . U) ~ ~ ~* ?>~ ;;i:>^ G) ~ " !/331'l\Q~ , ;U V -. t-t '/!J;UII////II/IIJIIIJIII\\\\\\\\\~1 o () ____ (J ~~~ G-I(]) ~ " 3:: "3 - rrlf'TI ~I 0 '< s.~; Z()5 (()..-+ '" ~ 0' ~o~ -l -l '-" m m, ~ C 1Il (j) 1-:3 ~ m 0- 0 ~ 5" c '< "U ;U C G-I"-+ U) , m r-f11;o . m . 5 E.ll ~<()l_ "" ~ -!!t:+ ~ ~ 0'" ~ ~ ~ gt3~ ~ ~ I ~ ~ m . '2.,< ..+ Z 0 !!. ;o.::r G'l G'l CO I--l '" 0 0. CD _.0 CD , ~ ..,~- N ~ S. co- ^ 0 CO ~ ~ ~ :0 ~ ~;:~ 0. V N (") 0- m f'1 CD c CD '< ~." ~ . ~ C "+~1O "" ~ ;:S.5" ii' ~ m ~ 3 j)o!!t m tT - :lE::l:r ~ ~ i to 0\0 g. t..a Q o5..Q. :J .... r- ..... 0 ~ p gg:g o z~ <Da.~ ~ p ~-~ 00 . -..J ct 3 E t OQ~ r-+- -..J :0."0 - f-.) 0 5..~ ::J o E,<"O IUt !' [~ C- oo ~o- ~'< 0. gl ~a!i'~oo (1) ....log ~ ~ of.;- 0 m ,. . " (~,I. ..... 0)0 0 0 O' E Iii" ~..... ~ N ....10 ::I ::I >< ' \ II\J' , ':' o ....Ioz................................. 0" :l ",. ~ '\ '\Jr,,' , I' ..... rnp 0 ....10 f'..J ':S I J ~ ;'-:-, \ '.' " ' o ()) ()) ()) ~ g! 0 "" "" "" = ri ",' 1 CDOlCOOOOCIJI ..,1' ):, ~ (JI (JI (JI OJ 2005 DAVENPORT STREET WATER IMPROVEMENTS - CITY OF IOWA CITY .., \ \\1 G \ ' S6 "", ' . G: \6400\6416008\64160081, dwg 4/8/2005 2: 59: 57 PM CDT ' ,---\ .\\--.\ , -'~ "-- - - - -._-~.- ~_. - ~ ~----- -- - - --- -- ---- ," I I' ""'" .! ~-<z- " ,-.,-)> I m~~ ;1) ~ ! I zr. I 0Q, I 1 I )> ! 'II M(J)2 m I ~r ~ I I I"~ <",r I I ,I: ~<[JJ . , III <rr1o I I rr1 0 I ~ r"TJ1T1 I O'l o-x 0"'- )>5~ X 01 giii~ "\ '" I " ~~i' - '~. -" N. dU~1 UOUE ST. I; en ~ Zl/len '" G)"'-I ~ G)I:::E ofTI Z fTl fTI-1 m '\ g~ -I 1 I ~'" ~(J1 r"Tl "'U - _ - l/lO - - r"Tl m - - -:;0 (J)O ~..> "-':;0 J l/l "" ~ t, ~ -u '" \ o. , o. ;. ~ 01 -' "-. -1' '" ~-l. I"~ ....... ........ _ '" \~ -mmIII / ./ I 3.45' t--- >-- ",\I~. ;?- 01 ;z ~ I I':~ '" ~ :2 ~ ~ l)- I / ! g ~I. I ,,\ g ~ II (J)fTl ;0 ~ ^r "'-<;>s Cc r-<< (J)r Ac:-t, :~~ ~i:j / ~ f;igJl 1 jJ,\ * h ;-J(J).j>. "l r :t S::i>:'AJ 'I 0 rn <0'" ') ~ )> "'0 f'" m :E Q ( Z "'U :5: "'d)>oz-< 2z ::;;"'''' j;/ ;0 <;oofTl IJI./l )>xx I)>rr1}> .'J -; (II -- dZroZfTI:E> ( ~~~ ;o-r5:-1~ ~F Q) I ~zz )>Rooo)> fTl.f:tr. """'ITICD:;E- 0 :E QG)G)O ~-1^o~ ::tlq gp~:s; .,6i Im< ;0 (J)-1>-l -I t)> ~ fTl Q 20 ~ ~ I rrJ :::I 0 c :> 5111- -0 s. r ~ z ., - 0 Z X r j < On -irn Zm I'TIG)~' r ~] r::;;", s.::I~C/TI t -I qQ." l>V ~)> - I & ->I >- at --I f!1-<rffiz - ;=dj:M~ ~ o 0 '" 0 (J) AJ Ul r, ~ _ ) ~ ;1; "U ~ g' '" I )> -< <~'" ::;; )> l5;.; "- Z~~oX "'ZO)>O )>"'1 \ "'!:2"''''in ~-<'1,<AJ M~ ( rr1/T1I::::I -rrt)>-;:oo Gl ," QzZoz ~_z_ 1./ 0 I I ~-; P-:!G> -I ~ S:z ( , )> '" -'" K Zx >-< ~O I~~L> 1JZ 0'" I V" < U) IT1 ::: ~~ '" l;r f ~~ V ~> J AJ <0 " / ---i "- s:: "! 5 / J WS~-------, ~J ~ ' z "\ I 0 _________ '" Cll 'v G -l G G ~ 1 ~~v ~ I ~ 1 /' ) L.--".i :~~ ~ I 00 '-'\ I ']1)> I 'v-- zr ~ G) r ::;; '" '" r 5:v' '1 )>;>S " t \ Mf!l:; M~ __ ~ / " ~~~ ~~ * 0 ~ ~-___ I'---.J I L "\ <"'0 "'''' 0 SM s:: '" ~ z.; . ])0 r:; '0 Iu "''")> I - I '" 1'-6":1: < ~ l:: I' ::;;z ('-- ~~ Q ~ >~ ~ ~ ~ ~ ~. ! "\ '" 0 ;'7 1 0) -1 ~.:..- I --........ )>0 0::;:0 '" ... ~~ I, z'O ~~~ SJ i. l-. - :./ ?J~~ \. h-v -U . ",0 ~ UJ~O 0 1 ~O~_ - s: ':;!o ~ ~ Z o~-l '9':IJ' v, z )> oAJ ! ~ 0 zO 1\ I' o ~ -l -l ;:0 '" 0 r.i z '3 ,--y ~f'l [ri ~~UJ "'-I c' " rG) .. UJI h , -..fL/ ~ :;; )> .:..- I OJ j,. ;d -l ~ - I U --~,. I - -l f'll f'l-lr 0 ~ I 0 Z is r f'l I C '. -l-l '\ -UJ Of'lf'l I~ "'." _ ;:0 Z 0 OJ 1-=:"./." '" WS ,,)> (f) ~ m -l-l0 ~ ~ 0 5 -0 -U UJI ~ :::j-l -j , -C;:o<2 q I . '~~' ZOO - -I- ;:g :'1 -n fg f'l Z 0_ ~ 0 G) ;U ;;0 U 0 f'l G) H- ----- I UJ OJ f'l-l 0 - ~ s: f'l I\) -;U~ \::"- ~< I ~ <fT1rTJ CS!./- -lZ . C f'lf'l-l "'-... G I (f) 1 UJ UJI UJ Z rn c: f'l ~ 0 \ >-'115 UJ 1'1 0 Z)>O ~ - vo t ___ OJ~ Z~ r q 0 :;::z" Or -lrrl b Z :>00 ~ t.. _r tn;;o' rz;:o ( -::l ~ I/'-') rr1::;:. - W - ,<'> 00-U ~ '" ~ \ ^ ~ :> (J) 0 )> -l r 0, '" -, -l 0 -<'1 ~ :> -< <f'l ~ 0 ~()O '" /~ 0 S ;;;OM ...... C - () 0 r;U '1 V s::;>s G)-lZ -< / r r ~ '1 .j>. Ul~ f'1 G) r- :i! r<>-, ~ 1 I OJ)> (f) ~v '" '" Pl> in '_(',) 0 J 0 i'V f'l Z rrl c: ~~ ;d _ De 0 '" ] \ g ~ -1.,. R1 ,,,,\ ":2 "~ I t'-- n ./ go () '~ ~x 0 c- Of'l 0 -I-I- ;:0 0; (, "--< h 8UJ Z ' 1 " -- . -l '1 s:: ~ r ~ ~ ~x ~ /r---u "" ~ 0 p , -< I/'-O 1\ UJ -j j: Ul " .J 1 '-'\ f'l ~ '"i ^ ~ 1 ::;: - (J) 0 x 2z 0 " f'l '", '-I' "(J) ;:0 -1-< ~ fl1 - -I- ./ ws- ~ ::;; ~ 'v---, . / ./ ;0 r " 0'1 )>r rv :u ~ = ... Ui~~ x J '@ '" ~~ \ OJ) 5 Oz Q .. Rlo-< 0- "" 0 ~ q r-.., Z - Cl> _Z ~ o -< O-<F 1J~ -< ~I 1 ..- ~> :E> Zm G1 '1 ::;j ;!':c~ )>r "Cll ~ 'l\ 1) (0- r?<;:::O .....trx","" /' . 02 rTJ fT1tv (J)/ N ~ .~ UlG)I ~o -< '" u ~ "')> ~~d s::' -v- / ~ ... ,:;!F "''''~)> I 0", -<<)> z"'x'\ // )" '( ~~\ O't )~/ I I~ x "" ((:)1 A ( ^ ~ ^ A"-...A "- ^ ~IJ. -v- C ~ G)~ "'= '" lA9 7 \ )>(J) ':3 " jTj ~ ~~2 \ " < F -1r;1-t tIl ~ Ol m ~;:o~ I .. . ....... ~,' ~ ~r~~~ < .~~ i i. y - ~~ ~i>:'~ N. LINN ST. i1'i r $( I ( ( ( ( ( ( ( ::;; ~(J) en (( ( ~ / - ~ ~~ ~~ - 4 - '" ~(J) -I ::;;~ G G~ / I ~ I G>ffl >F \ M g~ m M.j>o '" I - ~(J) Z:i!IZ ~ I ~ '" AJ ~ ;~ f\ "\ 6W 6W 6W ~ R1 ~ in ~ ~ ~ 6 "'U ~ 1 6W ___7 '\ I' ~ Ul :i! :s;; .. z I ~~ z'" G)~ '1'" ~ I ~ ~ ~ G)[.,,;r ( ~~\ ~ ~ ~~ ;i ~zr~ .j>. ~~ ( I 0 "\ r;:+1 ~~ ~~ 0 j!: - (J) -<z :n II ~ ~;(: ---------1---- ----~- - ~ ~ ~ / ~ -"- '" ~ ~ 8 '-~ <0"'-< I r I AJ"'~" I- 1 ~ ~ "')> "'(J)~ ~ !ti",'\:! \ I AJ~AJ ~ ;gg tv(T] :I :: r <:::0 rr1,.,;fT1 lDZ ::u o e. ><::< -o~s:: 1(J) ~ 4,74' I M Q)>AJ "'AJ ~)>'" ~::;;o G)z "-... g-< 25"': ~ I I '" ~~\:! '~ ::;;~~1~ ~ g~;'ij ^- ~~ .0 ^F ffi;a s::0 G)o ". 1 "'<.;L-)> ^ (J) (J)o r:::!Jrrl I ~tD;;;; ~;;;i o;~o / -( ~?Jq <F 1\ bi~ . s:: g~ ~ r;1!::(fTl IT! 'Sz" ~ O;R: ~;;;o ~O) O!:2c iI )>0 -< ~ :;:Ul'lr.o~ <~ Oa."rr1x. G)S:: S.-z'" ~ = mO c ::l ~-(J) )>- -~-_ 0 0< G) '=':::::f r (j) "U (J) l> < 0 fTI ............ fTI ,- - z~)> !ti~z;'ij::l ::l _ M'" 'Qi>:';>S ~ ,,- "' - (J) -iG'> Z Z (Dz Ul -0 '- / F:>~c ~CI G) G) 5(J) ~ ;;R<> g .:- ~ ~ ~~a R~ ~~ G) ~ !:i-;;lJ (J)I fTl"'D 1 -iO~ r(j) s;: -i fTIo a ~c rr1 ~ ",0 '1(J)~ ~ \ S fTi>?5 =0 rZ(j) ~ . O~-f c:P __ <>00 ~ "'~ , ~~'" ~~ 5:!J b 1il of!J ~ z --I ?J )>O~ ::l<l> 0;:::0 'lO 0", , -l f'l0 ZAJ zo rr1 ~)(' <X - . '" -l"')()( Zz ~~~ rZ orTl C)( Ol/) o ~ ZM Y f'l-l fti B Z?J (j) Xv ;:0 or ~ ~~ ~ U XC ?5.------ I I- . r;:::O x -l /_______ ~ f'l -'"' 0 ;\' 'I: 0 ~ y. ~ z~ ~ ~~~~~t(O."" ~ ,,~~ Cllr D ( " () x 0 jX S ( 8 --I ~ 11111111111111 -I1"'1rr1fT1fT1ZrrJZlT1fT1/T1/T1fT1Z o ~?J XXXXmXrr1XXXXXrTJ '10 +,-....ol. !:::! ViV>U5{j)::EUi::EUiUiUiUiVi::E Z f'l 0 ______ ,., -< -< -< -< -< -< -< ::l ::l ::l Zz X "'D zzzz:!J:Z)>::Ez:Zzzz~ O(J) :;:0 G)G)G)G)~G1-1G)G)G)G)G) O ['l-l 8 G)"(J):!!I::;;~f!JjTjG)(J)::;;~ ~.;.a -> rr1 CO)>?J-<> fTlr>>> rTl .j>.C 0 0 ~::;; z '" 0 M < (') '" (J) Z Me --I Yx -0; g ;1; ~ s:: I ~ AJ j!: ;d ~ C ffi ~ i1'i I~ j; z ;o"'OIdZ<~oOffl~C 'r- - 0 fTl 0 ;0 -I )> Z ri'I Z .>- G)z r > r (T1;o(T1 - I (T1 Z ;;;; r I -< " Z '" ~ ~ ""\ ,. " Ul Ul 21 0 () 0 '" /Sheet TItle: WATER MAIN PLAN MMS C 1:0 02/18/05 PER CITY COMMENTS EHB/lls Ol 1 N [ ~ ~ ~ i ~ I 2005 DAVENPORT STREET WATER IMPROVEMENTS M ONSULTANTS, NC.~: 04/08/0' ~ PER CITY COMMENTS EHB/NJS .:~,\J', :!::,... :<;I -.....10 N 0. i M . ( :l Ul '~:',\ ,\ ) Ol ~ ~ ~....,.j>.~!!, <T ~ 0. Project TItle: Iowa City, Iowa 319) 351-8282 ~ 3. \!I ,,~ _ ' o 3 II II (J1 .... ':< <T CITY OF IOWA CITY . ~ '. . o g Ul "l.'" if 8 f'l ':< III <> CIVIL ENGINEERS <> LAND SURVEYORS <> R> !:f ' . ,~\ "., '7 OJ....,::T 0 :r: (j) f'Tl 0-- .. ~ Ol - CD I IOWA CITY IOWA <> LANDSCAPE ARCHITECTS <> LAND PLANNERS <> an. '"~ Lo' \.. <: ~ \.. ' <> WElLAND SPECIALISTS <> ~ C' 7, "v . ~ G: \6400\6416008\64160082,dwg 4/8/2005 1: 37: 07 PM CDT\_)~ \_.J -- - - - -~-~ - ~-- ~---- -.----. - -- --.. - ~. --- - i . 1 11 " (f)fTl m fTlX " I ::0- $~ _ R.O.W. I Oz Z 0 ", s:: fTl~ _ '1>' KcIJf" O",X- "' ~ ~ -IfTl(JjZ ,< + o~~ll1, ~> ++ I DUB J UE 8T ~~~~ ~A ~:: 5jr--' ~~ 6 \. t I . z::O::o r;j:E + /Tl /Tl -I _ -I::::;" ::0 0 /Tl - - - IZO _-j _;;0 )>fTlfTl\J ~ zI 'l/Tl z ~ r 2l Z 0 /Tl 0 )> 0-1 ~ m~ 6W 4W --oJ (f) Z rn - ;;0 0 ~6 6UW! ~>",)> 0 )> :-l ::0 U) rn /Tl /Tl -' llJ -<", ::::!-j rn-< z)> OI 0 I ~ c rn -j ;;0 Z /Tl 0 mlm. \l! O~5 ~/Tl U')~ Z >- ~ ~pZ- 0::;: ++++ ~ /Tl/Tl G) l" -,,)< ++++++ o-j)> 0)> ~~ ~x~ + + + + + Z -j U1 0 ~ v-chc )< + + -0 -< 0 c ~ I~ I ) JJ )?( r":E'" + + + )> Z;;o I "" Or;; > <:> + + _ /Tl -I m 7' 0 Z~>Q + + /Tl ~ 0 z 0 " _ ~ X Ro~z + + + ZU1 N-j -I Z ~L X o + + -I (Jl 0 J' ~ -<" ~ ::::+ d~ o~ ~ ~CA) 0 ~ I 0 ~~~ + + ;;O::E ~o OJ I\) d, S SM ) ~ + + + 0 ^' C ,...,.. J ~ ~ I" ...... + + /Tl -0 Vol l>V 1 '"" I'" -I + + + ::E;;o '1)> 0 \~ i IX 0 ~ t:1 +: +: + ~ ^ ~ -< c - I~ ~ 5~ k I\) )>> +++ /Tl::E r~ m \ I I>< zr t:ii + + ;;oI -</Tl OU)~ + + + ~ . Z ../' 1 t)< 7' -I;:ijg +++ - 10 r.,. ~o -I xxxX'::;V< I ()< V -IfTl"'; + + 1lI.)>I Xx '><Y. -tl- )< ~ ~ gUJ + + + + + Z ~ >> ~ i,- ,0 0 VV<)<x)<)<X)<>'xWN~Xx O{f) + + + . l~ "I ''---'::X 0<XXXXx xx (XX Xx >fTl + + -c x x )<)< ~~ + + + + + '-.) ~ NX'? x9!~ X 'Xx ~ +++++ k>Q\,v <<XX~~0xx E3 + + + 1 (<N,K:> xx~~>< :;:':!~Q ++++ ~ ~ ~~>0<><' ()~OUi + + /r-- -- IX ~O~-i + + I\) (~j ~~~~ ++++ :::t: I \r f..o' G------- Ro ~ ~ Q + + + + + G - -G m 1 ~;-.% r )/ ~ ~ + + + + + " ('-.J~ '-../ ~ 0 :i! + + + I ~ /' ) il...---", Ii + + )( ~ + + + + + ~ 0 ~ + + + ~ + + +++ I xxx Iv m + + + + ~ X X I/' "'_........ \ Vx.}< ~ ><.x; Nx ~ -L~ >< X )f< X'X>< x x .~ xxxxx ~ 0 ~< ---r---SM ISM J k' ~ ~ 0 'k'~ v m ] 1 K ryy I\) < U -.; I '~ ~ :;iil~~ c:> en /'./ 0 ~ ~511l1ll + -i 0] 1)< ~;;j~~ + + m 0::;:0 \ m_ IU X ::oZ + 0)>0 'vo "'v - <-IZ ^ ~~ + + S:!S:!;:ij h./ I X '" + --r1 . > pL- 1 :':l U (f)S::0 -N -n o~ /' - I O>-I..,AJ ~ )< - - -IZ;U >.. 0 )< RO,W. ,. _ "\ I \J (f) VVV\/ ~ --i \1 (' IX I\) \,N fTl)>I ~ ~ x I\) -I{f)> >- 0 ;u-lr I\) - / U' ~~I X fTl r --a. 0.-< fTl:tC "-J~. rr ], "'-x X IX x x xV ::ofTl{f) ~ f-WS~I- I ~ \ o i(j fTl ~ m /",^ o 70 - "'. WS -I OJ ~ I /-/~, ." S , -10 U ~ O. (f)I XXXx)<~ ;:0::0- . 0 XXXXX ~ ::::J ~ 1+ ~- ______ 0 d I I>)(;~ Ix vv< X/'v !:!-Is:: ~ Ix I ~m"Tw <fgfTl m) ---- _ 'III III I fTlfTl:t :XXx x X X'X G ~ . s:: (f) 0 \~ I--WS h i ' 0 ~ > "0. - <?\ 'vv x x X X I\) ~ 5 ;3 '''l I. !Xx :::..." I\) ~ '.' rz;u I\) K ( l r-~ I ~ M~A I\) -i . oO\J I\) k m ws \ \:J .~ 0 > -I r (..), V '" ( 'X ~ o .. s:: 0 ~" 0 )< i 3::~ "; ~ IIIIIII~ 11111111111111111111111111111 11111111111111111111111111111111 ~S~;; ~ 0 X I ~ ~l!' ' I 111=11'-. "" -,m III-cm I !,!! ~ (,C;) 0 .J 0 Xx\rvl Z:::I ,11=111== oz II ill !II~ ~ ,,",!'-0'- 0 ] \;x.~ ~ I."W;? ~~ ~IIIIIIIIIIIII ... ~ ~~,- --< ~~ I '- x~ )l x X '>( 'v ~ IMIII"IIIII. '" l)< )( xx. Xw> P\~ ~ ~IIIIIIIII. P\~ ~ ~III"II"I . \ ~ v---U K / : ~1I11111111 -<: I r 0 R>[) d MIIIIIIIIII -<:) -'\ ;Z "0 "1111"1111111"1 C ~ \ 1 0 "':) I C "11-111= = ~ws- I--m ~ :>" ~ 3::1Il3::1Il ..--=;111 III III III '" .j Zo ;ulDf:'" Iii 0::0 -1111-111111-1111 ~ .< I .,7 (I) >Olll FO"O ----- ,~ , . '\ "'-I ~:U~E; \:J~~ ~5 ITIIIIIIIIIIIII. · , -<: 7' 1) . """"IlI:;! 5> ;;j -III-Ill-I. m :x; "'~t;;~ "" g 8.. IT III III" -<: '" ~ ~ ~ 1Il I'!Z Co =111=111 I V ~ X :;lti~::o .!.~o f:~ ~ m mo..' -<: 0 0: zO:E'" '" 0 "O-i -III-Ill-I. ~ / X x>o g~~ ",::0 =1-111-111' ---' ( O-<lIlS 0'" ::0> = = 0 ' I \... ~ ) X ~olllill ~2.. 1Il~ :111 III I 0, ~ ~ '---/ -i0 0 '" "00 -III-III X rrt)>{J) ~ 0 I'TI:::O / O;;j;;)o ~::o 0 ._t..)lI '" X g~'D~ ~~ ~~ 3::3::1Il ~ J AA A A-^. ^~Cf.)< J;//ffi ~ xX7V<X)< a5l1l~(l 'f(j 8B; 1ii8~ '~E '" ^ I F;;gG):!:: t;::m a>! J;;ztIJ lIlClIl~ o~ ::iF ::of: 0 ~61 \ x i -ilDlIlZ 00 0 ""ox m I ::Or 00 z3:: I '" IV 'D[riE;~ ~~ 1Il> I ~ -< 'r/' ~ 0 0 00. ~rrt ...a. 0) -::: ;::0,- '-" U;::o 00 :;;p >"'> 3 ::0_ "'~;$E "U -0 rrl)> ...... I of . "Or t~ (') () --- )>(J) 1I)ii!: o ::: 8~ A:j~ 8ln ~~ ~ ( @; ( ( ( ( ( ( ( ~ "O>:E;!!::O"lIl ::001 Z (( '" _ , "Or ,.,,,, 0"0 Ol ... --+- )> fT]r {J)^(') ;;:Of'TI 20 0 ,,- I 6 ~lll~o~;f~ ~~ -1 " G~ NN-s:i t-.) ::tI......()~"tJ UJo 'I; --l \ 11 ): :f'TI~1'TI "tJ ~ 0 Q ~ -i ;:0 ]2;;0 ;:0 . > ~ "0 0 ~III=III' 6W -0 ..., f'TI c.. - - ,.4 (J) 1Il ~ ~ Jlllmllll, ~ IT m I .h ~ r 52 I =m m . ~~ Uffimllll., . . ~ 11 m f" rrllllllml .b ,.' 0 rrmlllml' ~ 1Il 5'-6' ==m m m m m m ~~~ I --=fIT m_m m m III r;;~<o m_+ ]lllmllll ':5~ '" G ,.. , ulllmml ffi~6 1 b. . ITml e!g 4 - - ..........r ,~ '" , ~ l.O Cb O"J 'Ib -e.. :E , __11_1_1 0 - - - - - - -, - - - - - - ;:00 " 1 m m m m -III ml m ill m III III III I ~~ b II "mmmml I 1"lml Ilml I I"m"lll"lmlllmlllmlllmlllm"lmml ~~ . 111=111=111_111='11-..' .. -..'-1I1-1I1-T"IT m m Ol;::! 1 m TJT- 3:: Z ,ill ill I if'i) Imllr g,~ O'lliZ ~m"lm"ll ~ ~ Olll 111m ~g ~g~ Jlllmmlll (g el!. ;o-i - r;:o 0 I () - - - f'TI ......... > 111=. OlD C~C I-III-III:E ~ 2~ 1IIImrl ~gs f:,5ill :"11""11111 ~ ~ Z -iZ Slel I 111= 8lx ogs ~111=1 0 5~~ ('TI - O;:o;:Ox - , 000 -i :::0(1) ;;j~ I" 1m! 08 'lli3:: ~lllml . ~5l::O ~ :i!",.' 1lI~ m;:;:;J ::0 ~g, 1=111' U) -I;;i 1 ,,~ ~:; =IIE: 'lli ",0 TJT I -lU)::;: ~ () - 0) 2 -1>;0)> ::I: '" mmlL .... ,,> n-Iml c::;:~ 0 "0> - - ~..r I - . 0 ""' ::::0 tn . m ffi:--,,, =- _ ...::. ,,, =- ~o _ --= _ ,I r m . is F ~ ';y ~ ~ q t( o. ,.., ---l '" ~ ~ ~ III , IllImmmmlllmllllllllllllmllllllllllllllllllmllllll~l1lll~ml,. ~g;:~ r ~~ 03::3::Z' I III m m m mmmffimm"lm"lml"mmlllmmmml I zGl go ::Oliig,~ ~ - - - - ofTl I I I I I I I I I I I I I I I I I z);! ::I: r 0 '4 0;0 }>~ ~ ;O!;,Q f'TI f'Tl I'TI f'TI f'TI 2 f'TI 2 fT1 fT1 fT1 I'TI fT1 Z -o-i I r zo ", ~.- rrl rrl Zo 0 ITIO ~ ~ ~ ~ ~ I'TI ~ fT1 ~ ~ ~ ~ ~ fT1 C f'TI ...... ~}>C Z ~ OJ'Tl fTI ~JTl (I) (I) (I) Ul en ::: U) ::: UJ UJ U') (J) U') :::E ;:0 0 g 5ill · -10 ::o:E:E -:E :::1:::1:::1:::1:::1,,:::1 ~ :::I :::I :::I :::I :::I ~ "0'" f\J"'I:: . I> }> )> Z)> Z Z Z Z Z - Z ....:: Z Z Z Z Z ....:: 0 . I lD'lJilll . ~ f:. < lti~ ~ >~ Gl G) G) G) G) ill G) ~ G) G) G) G) G) ~ ~" "",!,~-i I > r 1Il::E G)"O Ul" :E '" '" -i G) 1Il :E '" lIl::o ~0100~ IDC -il ~d d _~ )> c ~ >z ;u ~ ;po ;0 J;1 ~ )>1Il ~ ;po ;;0 . ~ ""..., -i . '" 1Il 0 ~ '" 1Il0;;j -< rTI '" 0 ;;j < 0 '" ;;j r 2..g.......... ~~ :E Offl ffl 0 ;0 ~;:o:!::r: ~ ;;0 ~ ;d ~ C ~ ::tI ~ ;{j ~o83 o~ )> ~ ;0;0 ~ ~ ~ ~ ::I: ~ ~ ); j$j 0 ~ ~ ~ ~ ~ o UJ::::OO ('TI-o!:a -1-0 f'TI JT1 ;0 r ;po r f'TI;;o fT1 ::I: 3-0 -iJT10 Xo -0 or rrlr:!: :!:: ~ < J'Tl z < 1-00 "'Uz o:!::z V)ln;o mO ;0)> 0 0 )> 0 -i m C ~.:...- '" '" "00 -i :::IlIl 0 :E 0 0 < < -< '" Z '" 0 u <0<::0 -">> ~ '" '" '" N::O m::E 0fT1)> z~ JT1 r~ ~rr1 0 '=' In g Ol 1Il 0"0 X",l] G)",:: "'0 >S::-i ...... f'TI 0;00 x---' en -< Z rrl 0 .......... a ;0 zoz _0 -ir...... Z ::!! 0 < Z<-t (1);0 00 r . -I -, 0 f'TI-;o -i "U()- o --;- J'Tl ()~)> z~ lD)> ~ -, :=!(J)() G"J)> 0:::1 o 0 d r x~ Z::o r o " ~ g1 g> :cJ ~ 9 '" '" Sheet litle: CUSTOMER SERVICES PLAN MMS C I i:' 02/18/05 PER CITY COMMENTS ,-.,\ 0> i. LN 11 ~ ~.!::J. ~ ~ l 2005 DAVENPORT STREET WATER IMPROVEMENTS M ONSULTANTS, NC.~: 04/08/0 '" PER CITY COMMENTS EHB/NJS ,;-.)\\j, ..p.. - ...... '-Jm N ell :l :l CII ,(\ ~ ,0 <0 0. 0- ~ M C.t I ( 1 ) 8282 . .' \ \ ,J 0> t' g, II ~~, 0- ':< 0. Project Title: Iowa I y, owa 3 9 351- ~ 3. VCr\' o 3 ..., v'z '- ':< 0- CITY OF IOWA CITY . ~ 'I' '.. ~ :i ~ g1 q R ~ fTl = ~ ~ <> CIVIL ENGINEERS <> LAND SURVEYORS <> ~ g " ,.\ ~.... .., ,. go> 55 Ul I IOWA CITY IOWA :== <> LANDSCAPE ARCHITECTS <> LAND PLANNERS <> ;j' ".~ ~\ .,". <t rn , <> WElLAND SPECIALISTS <> . ~ ') .,':, G:\6400\641600864160083,dwg 4/8/2005 3:47:33 PM CDT . ,_j \\:::.. '..... ..-- ~- ~ .----- -- - ~ - ~- .-- ~ ------ --~ , ~ ...... m U1 .Ja. U N ~ Z " . '" 0 o UJ OfT1xZ ~~Olll O"tl "'Ill ~~~ ~ UJ Z Ill~ 1'1 1'1 0 "')> "', 1'11'1 ::t:Z::t: 1'1 ,,_)>'" " 1'1 s::Q_ ZCCO _)> ofT1F 1'11'11'1 ~ '" ~ OfT1z ~ ,,-- OZUJ", -0 _ z)> '" I ~ >~~ -I~~:!J 5rr1 ;;;;:1: ~~~:E (j) r ?~ o III ~-<)>UJ c",oF ZIll UJO fTl;=~)> rZ- III r " r 1'11'1 Z G')fT1'- '" )>. 1'1 OOZ O"UJC !i10 Ill[;l O-<..Z -I 1'1 0 12 0" ;::0 fTl)>dZ 052 1'1 J:G') '" r:J o 0 O)>~ '" zO fTlZ )>UJ ~O fTl I ~ ;ii '" >;;j "tl~fT1~ G') al::t: t->::t:~ ;0 '0-;V/ F ~ )>F ~al~ ~~8)> ~d ~F ~~~ ~~ ~ ~.~. UJ 0 )>~fT1 ;:::-IZ6 '1'1 "tllll ::t:)>ii!:: s: /^-.'<^ // .:".. (]I..: '" 1'1" fTlZ "'1'1 fTl'~ )> /'''''/ Y r'>< o Li"'" , ..: 0 ZIllO Z 1'1 UJ' '/V/ 'Y ....., UJIll (]I )> ",_0 :>",~ G')UJ UJ )> - //'V, ...:.~,.: co III C,,'" '-<O;::~ ~C UJ::t: )>Illr Z ~/~y" ,r.:.'... Ill-< "'UJ "'-::t:::t:'" C)> III 1'1 III /'/; 'I?1Y'''' G')--i 1'1 1'1 ::t:fT1< Ill"Z- 1'1 ",Z / rn .,~:~.:, 0 JT] x:::i >-(j')Z 0 rrzo OI> \.,,:..~, :::o~ ;-I :;j tJ s; g R F ~ (]I ,,~ . UJ ~ ~ ~ :;:! >:0 - ><~ IC \!,~: ~ rr1 <z ~-IO. ~> I a~ ~ ~// X ~ ~~~.~.' mO Z UJ_ -0 0 ---i )> 0-,,1;= rn v~). \> \<0'.;-."-' " O ~- r- - -0 ..... _ 1'1"/ 1,-"'< ::t: O-<(]I r ....." fTl--i ""tl--i' Z' ....,... zfT1' Ill:-- .::t: 1'1 )> C ,J."... < 1'100 0--i00"tl 1'1 0 O;::UJ::t: 0 Z q;. rig): :t ',," .. " --i.)> ",,,"tl 0 <1>< /f""1\ o -<;:: --i;-l< 1'1 UJ 1'1)> I - .'c, ~ O~~ ~~UJa )> 0 ~oF ~ ___ ~:> ~ ~~~ ~~~?U ill ~ ('15~ ~ ffl ~Ill::;: -~-l ~~ z~~ ;;;:i!~~ ~ ~ ~Oor -I 0 m~ ~ <00 '%~ ~8 ...I.(/)....... IrfT1...... Z )> V) - JT1 y),"" ~~ t->c~ OUJ OUJ C5 ,-<:i!l/j Q zz '" ~~ /..(\ "tl Irz" "TJc(l)::J: - l"1" r r- O<i> 3: 'lJ" VJ> OUJIll ,,1ll;llF)> 5: ::!! UJZ nI;e ~)>O ~~ "'TlC)> -(i)o ""lJ -)> Ul Z ):10. ZfTI :!l~~ ~~~Ill ~ 1'1 ~2 ~ ~8 go ~m~ ::r.COf'T'l 0 a:J ;;:u )>:::tJU) UJrF fTl{'1)>o 1'1 )> 0)> ~ "'UJ O--i ::t:!" 0 ~O '" ",,,r)> VI 0 -< 0 f'TI 0 ;u 0 "tIZ Om;; ~ z5 C:! r ......, "tIZ ;:0,." )>--i v . r "'1'1 0 UJo::t: '" -1")> 0 0)> ~F~~ ~ ~~ ~ a~~--i )> ~ to 0 ;:c ~<)>Ill ~o :t> . ~ > OJ :i!!;; UJ r I I I z ~ rrI VI t::l!~~ICOCJl ~ 0 OJ Q)~~ ~6 -I Ul ~ tt~I~~rblirrrr~~~~ '" o O>lt.J,IO r.ovH,"/(.ol 00 pj-l Z Ulp,o o I ~ o -I I U> v -I OJ c... -I "'U () -I -I ^<./~ % % ::r: (TI O::I: 0 )> I:I: ~ l>' ~/'::-\. '" - - UJ '" '" " " C::E~~~ -ice % 0: % ~;:OU)- fTl l~~ .'~.'~' :'~',,,'" ~ )> )> CJ z . ." .... ~ : " Ill:g~zl I III III -,.,..;; .,' ~ t-> t-> (I) 3! g tJ 0 ~ T ~ g g , ';"~';' ; ::. %; ,m~.~ ~~/A ''''''''v ,y;;;f,.~%:~~f:r;;>;;t~;:,-Y-*'f~~<<~ :I: 5 ~ q O'l:: ~ ~ q ~ ~~: NlJ ^:E~~~ ~G3~" % _-YA~~~/A ~ y;~ %~ ~ (/A0~~ :Y~~~~{ C3 (") -; fTlfTl (/)::::::jZro <<: -g :-\ ~. '. /,y;:>~ % % % . ~:"':'. ".:. ,...."> % ~:\ ;::0 r I I r (TI (") ~ )> ::;;;"" r- " .... ,:. .J> ~ l;. .' ., II .......... ~~ - 18 MIN, , --i "'i2 "! ~ Ill"tl!;; ~ ~Ill'" ~ ~,,",t- ~ "-/:" ...., -.J ( ~ ..'/ .,. ::....,. , _ .:::::.~'" \ !il)> )> fTl>UJS;o ~fT10fTI ~ (1l ~ 'i' '....... 1~ - ...... "...., r U) U);tJ /( ", ~.. . ~ ~'i'::.::~""-" _ 6 OR i!) fT1~ 0 ~::l~-<~ fT1;lJ\jj~" >:;.( )-.., ""0 ..;....:.<~ "1.1; '::-0... ~ LESS 1'1 ZCO a o~ OJojl!:)>fT1 ~fT1fT1 ,,\ "'" ~ - 000 "'.J (]1 VI tv f\J ...... ...... ;:0..., -VJrG) >()o C ::-.:: 'K/. III D '0' Cl s::fTI~ !l' ", ", :-J P ~ P ?' ~ 0 t5::t:0;e~ FG;)> "<< r-L ~>4~" ",f(,. ,~&@ g <<<@c."V~y ~ 1/ 0 Vol )> U1 0 (Jl (]I (]I (Jl 0 0 0 -t ::r: I'TI 0 e5)> -I ~ ;::y;.., 1;:+ ,,/' ''''/~ ,,,, W ~ A' ,::::::::::),r- --.... ~;;J~ r::J~ yJ~~-<F 6~]! ~ "w '~o *,. c CD :::::::::::::...- - ........... \. (') JTI r 0 ~ _)> OJ -I (f) J2 ,~ -I ~ ~ i!) =1 '~':':::.:::::'::::"/--J /' -..... -1- -\ - -l "'- ~ -< g i -< ~ ~ 1'1 ~ ~ ~ ~"-;;;;, / ~/); ~ ~ '- fm ~ ~ '" - ,.:..:..:.': I fTllll)> ~ ::t:ort-> '" /' % 'r--'h:;sY~ ~ '^' CD "TJ .......: . . (f)f'TIr f'Tl _0 c-<o {~~ r",,', ~, % ~ b F '" =IIT~m:':::" 5 6 MIN, . ~)> 0898 lilc~ >~1f1.:..:..:.-: !!> ~ f'" ~ o ..: ~ 1'1 TI!...L_:::.I oc OZZC"tloii!::o ~~._..-_':.' '" (:% ~~ ~ ~ ..: t-> ,::~ "'''':!: ~ -<z, -<-< ~,..,.. ." .. 070:; .......... :s g > ~""III:::' ~o."o ~~ 0:2 ~ --..J t1l tH f\J N ~ CD of;S2Vl ~~o -!f(::\. Rb:.P:::'~ ~~ k%;:..:: ~ - U) _ .... QOO of'T1 co ...... (XI 0 co to 0 ~ (XI ~ rrlc.D :;::0 (J)- -, z %,.. ~ % /'iY!>> V/./. !\l x ill TI!...L_.:..:. >gi2~ ~ti "'Illal I 00'" 0 0 '" 0 0 0 Zo ~-<-<'"o >"0:>>"'-"::'" -< ,:,,~, i(~'-..., ~<<~~<""'-v. <'V ...... 0 1,....,..:. ,0 G) -::I: -I o. JTI:ECS:: -)>() ,<X.{,,,< .'!'~. 6<~.r:.....,r-- //;..X-,./?>'l?i,//)o/..h 6 ~ "1, ;111.-:.:. I :5~~ F) ~ ')';;;: )>-< lll::;iJl~ fll~j; ~~""., '~ ~~) ~: ~: I\~ -<~ 1'1.' ~r z" "'fTlS:: Z .~~'~ aJ ..... r x . < 00 I- Z % ._, -< liT111.. I -;::"0 '" ~ s:;!-<oc -<ZG') oJ):Yx '" ~ ~ ~.,...';~~. ~'-- 11111 (il o -I ~ - ";. ..... .. :::0 r ~I s:: a /Tl ~<(j(' )> 0/ :!.% ~.. __ UJ ~ ~' TI!...L ':,.: I IIr I I I ~ ~,-<O g\{l ~fTltJ ~"!" "':~' ,-'" I5z 10: Y;r;: :".."" ]1111 J o OJ 8 ~FII':::', ilL ~~ ~(]I )>)> "'... t-> ~ ~ [lJ UJ8g~ ~~,.. ~ I~ I~, ~::<-:.:.f/ -l ~ ;I Z p_..L ': -I () rr r Q 0 N -..J ~ 0> ...... -..J .Jlo. N fT1.p.. C Z 0 JTI (f) JTI ~ IY: ~'0 . ~;... rr1 ^:A . fTI to ~ I;:;::. / lD!:d l:;j ;g ~ ~ 0 0 '" 0 0 0 '" '" 0 Z Ul ~ ~,,~ ' 0 ~ ~ W" ~ ~<? 1fT! ~~'>>~~~"X/ "'- ~ ~ il!...LIII,:,::~: I ~~ gi!) ~O ~ 0 f;~;ti~ ~O ~ ~ ~ I @;.~~.,;-: ~ 1'1 .r1'-Co"': I '" ",1'1 1'1" i fTlfT1fT1)"'Y)-;~. '~:z.?>:? ~ " - .::'. ---, ~ 1'1 )> '" '" ::t: !" -< z)> ~!i (~~'f.. ~ I'<R-,* ~ ~ r; -I .::.:: I "nI~;;; Zd -<"'fi~ fTlo ~~. y~ ~ Lfs> I(~ ., -< j;::; .::. ,;; 0", 1'1", 0 '" '" ~ Z .UJ ?r - t',1.. l."" % ~< ~ to ~? d =1).... r o~ fT1 N)> fT1Ul""TJ~ 0 ,0::::,;....~t11J1f:: ~~1cv ~~o >::>} ;:: enH I=' i:''-a.J ~ ;ii "'z ~nI ~~ ~ N ~-<~c "'~ ~~..::..," ...... ~ ~ . f"'L- ~ o ~6t5 ~'II:.~. ~)------ I :;j III ~1'= r'" III ~ N~ ii!::~IllS:: ;tio ~""''':i\:...-'.' .\:.'. ~>:>;, .~ fg ~ " < ,'" Ti' '. I ;::::;: 1'1 ~ 0 ~ a;:: dfT1 I ~ s::o 0 s:;!,.. ~~, '. ,. ;'.;. " $ Z Ii0. ::t: P::o~ 11;:. 1':)> ~ Z x)>~ Z ::;:;1; VI t-> ~ I ~~~";:;l ~I~~" ~ _'"'- .... ,::. ~ >;"""~~>-:% 0 I ~ d -<~z =1 :..\,..J I Z nI ::t: )>::;:X 1'= ?;;6 P ~ ~ ~ !l' ?' ~ i" ~ ~ zo; o ill 'A <<: .".-..,"+.,.. WI /.' /,6 ~"" '" fT10G') II "<'"" '" ~ ~~ 0 ~ (]I (]I 0 0 000 (]I (}l N -I> :;!~p ",1'1 ' }j' ~i, :> fTI 1"'-. .... " " 'I 0 [II 0 - 0 -)> "::-';: j= 0 . . ," ~ ~ ,,22fT1 G') ;J~ ~ g~ ~O ~ 615;o~ . %~ ~ ~ " ....1.... ~ "'~fT1 T,JUil'Tillll'Tillll'TillilTTillil'Tillil'TillIlTllJi: ~ OC ~ "'lD Z;:O z:;!::t: ~o 'I ~ ~ ( -If ..~. ,,':'f;<<f. ~ ~ .0 rr1 :!::~ 0 W' 0 ~fT1~[}1 O~ h Lb 1Il ~'}) ~.. '''~'~:lL:-' ~~ )> ........,.......;:0 lD-I < I-;)>-< Cfl-or Oz "; ,~":,,,""~Y Z ......lJ) r I - -I 0 --I ') .,' ~ o ;O::E (I) 0 ;:0 f: -< OJ C 0 -U Ul . (I) ~ ~ " ;", % tJ<~ 0 c < ~O G') "1'1";,, "\.""YA'Yffi,.'Y)::.".i0>'~0).; '~'1r J! .........fT1z ^ (J) fT1 )>C ~ )>Ul;;..:::::-:: ......' "'/.,< ~~" -0 '0 --I Z ZI ~ ~- fTI )>l> t..:i..- III -<> ~ ,y. ~;:O 0 r -0 X r )> ~ :'.1i;J ~fT1 ~ ~ ~ , a ~ g> ~ ~ 9 !i' ~ /Sheel Tille: WATER DETAILS MMS C 1:' 02/18/05 PER CITY COMMENTS ""' (J) ~. -P-! ~ 0: ~ ~ ~ 1 2005 DAVENPORT STREET WATER IMPROVEMENTS III1IlIAI ONSULTANTS, INC. ~: 04/08/050 PER CITY COMMENTS EHB/NJS . <';{P\ .p..- z mN C ~ IrW'l 0 Ql .,,(\ 0; E ~ ~ ~ ~ ~ ~ it ProjeclTIlIe: III1IlIAI Iowa City. Iowa (319) 351-8282 ~ S. . ,~~. \ \\,-, o 3 fTI Z 0 '" C" CITY OF IOWA CITY IrW'l . ;l. .".. .\ ,., ~ ~ ~ R -I> f"Tl Ul c:;' .unm <> CIVIL ENGINEERS <> LAND SURVEYORS <> ll' g. '<1\''::.'' . : ".'.\/~ .. ! (J) 55 I IOWA CITY IOWA ::::ii <> LANDSCAPE ARCHITECTS <> LAND PLANNERS <> ;j' "1 \ \... m [lJ..I '" J <> WETLAND SPECIALISTS <> . ,,'....\ u ~ G:\6400\6416008\64160084.dwg 4/8/2005 2:57:28 PM COT ",~I.,' ,\\) '. \, /-' ,- - -- -- ~'---.----- --- --~ -- ---- , "'" rJ · ] rJ ~ ~ I I N. DUBUQUE ST. ""'@ ~ (I) ~ ~~ I N. DUBUQUE ST. -I 6W 6W 6W 6W (I) ~ -1 m . ~ ""U 0~ ~_ rr1 - - - - /~ L-Y ~ I I '\ "'j; / \:; I < --A rr: m \ - ~ ( '" "--' '" z y -00 ~ ~ -<----v ,,:u)>:u ~ ] -u ~ / I~ '" )> ;;8) ;;~~~ 0 / \:; I < II I' ~i!)~i'ii :D I -;:=:t. m \ r'l-l --I ( '" '-< '" Z 1.- ",,,;:;j '" "' I~ 1""" 0\ ~~~ '" '" en 0 u "I~ ~ 0 o~)> . "tDUJr'l;o -n) ()r-.-::u lD )>)>-1XfTI -'J -< M SM 8 -100li):;;: -I _ 0,,::0""'0 Z I";::-z< '" "' UJ 'FUJI;)r'l i '" (I) 0 -I r'l " r'l il:''''~)> --I "ms< . )>~~~~)>::o ~::u ~ 'l):5:;:J>)>)>(J)rr! I'V ::O-l::E:!!: SM ~~<()~(J)~ 00 > fTIz :u~z",-Ir'lO ~ -I O~I;)" ;::< o~r'l-l x>. r<)>lDfTI fTI0~~ -z r r . ~ ;::- r-<" -I ;:: )>~ il:'<')> r'l")>r'l -I. fTIfT1< ~)>zx fTI 'l) x- 'l)(J) 0 r~ r~()Z 0-1 )> -<0 )> )>1;) ;otDil:'< ~~ ~~~o ~i!)~~ -<UJ zl;);:;ji'ii -<"';:;j' fTI- rrlo ::0 )> z-l )>~ ~::o~< (J)~o)>" ::0-1 0)> 'l) ~)> 'l)~::or IOC r OUJr'l< )>c:Z )>. O. ~fTI 1;0 0 QfTI 0 -1rnfTI .so i'ii ' ;0 ~ ~ R'(J)Z fTI0 (J)fTI-1 I(J):':l fTII fTIfT1 -1fT1 GJ-1 "N 0" ;00 o (J);O r'l~, Z c.n --, (J) ;:;j fTI )>)> c: -I'""" tDO ;0 ra -u ~ or (/) 00 :::00 0 or r'l 0 r'lZ 0 X GJ -U 0<,- rrI.)>o ;0-< :Uo ' ~;-i "';0 j= ., 0- 0 UJ r'l ~ r 0 ,~ )>2 0 -I ~-1 ~1TI0 M :-< ~~ -I r'l r ijjO ~ ..... ~ rr1 fT1 I(J) fTl:::l> rr1 ~ s:: 000 fTI~ ~ zZ 0 ~)> 0-1 c....r I (J) G)O to -I r s:: z lOr () J--1:::t (J) ITI :> I r X () VOl - r ~I rl z r"U ;0 - CD . ::0 ~ ~ )> 1_ G> )> 0 Ul am ......... ~c... (J) (J) L CDX . t\) I'TlQ . U) U)..!....!.:II :-u -<x ~ \:! -I> '~ ~ )> -I" ~ I;) t-> '::;; I Z :u ""-;-11"1 0 Z;o -l>; o z g ~ -l 0 1- 0 ;:;j g r ~ ~:u ~ 0 Ei ...c..!11 ~ fl1 ;:;j ~ - 0 0 r - U) -1;0 00 G') r C CD Z d --;-;-1 I'Tl - (,0 ;0 UJ:U r'l ~ z 111"-;:;j z '1S I5:l r'l;o r'l I, UJ _ , 1 r.....-t CUJ r'l '-'-'-II r Z (Jlrtl - >-40 ~o ~ tJ > ~l roOz ~ z ~ : ~ III~ I / p ~ -LIIIJ ~ o j::.- ~ - 11:-- V ~I-I LlWS L o ')" '"11 "'\ '!> I/O ~ 5 Z );.\. K" ~ '. x -l 0 ~~)J~~ ~ ~ '" '" ~ "' -l ;;0 (I ' .. 0 ~ '" OlTl ~ :-- ~ .. f" !",.. Ul I m ~ -i Q~19~Q />'. ~~ Ul~~ iSP!ilg I~ ~ x x x / Z > 1TI or'l ~uo c:0r'l:U ~ t-> -U M ~ ~ ,...... . ... "Z r'l.....,~ on~~z " Me -/ 0 ;;0 M n~Jr1 . ~4 r'l;o -I1lll0 ,o::ll;) -I> \ "' o Vi fJU fJ~J " '" ~ ra ~ ~ 0 ~ ~ ~ z j '" :D )> -'" .-'" 'r. . ~ 0 s;: > j= " _ UJ ~ '" --I o RlC! ~ ;';58 );~'n~i;; "A .,' ;;j~ ~8~ ~~~ ~ V~Lt M ~ ~ ~F '< tii~t5 \J~~~ fJ.)! .' ~I;) r'l::;;'" ~UJg ~ ~ /- ....-1''1"'' )> z" " r-l;O I . . . ::!lgJ 0::;0 ;:;j;:;jz <;;tI )> c: tDC:r:'] ,\.. 0_ ":JI:)> 0'" . -< ijj tii F r:'] ~ iil t::; ~ t::; J";:' .. I . )> ~ !i "".-< -I> ~ r :E > ~.. 0 o. m OVJ 0 I'Tlr(J) - _ 0 s:: -I\)> Z ~ ~ ~ ;0 r'l <--?; 'Sll TilLtyt 111;111 ;0 )> ~ ~ 0 '" ~ UJ:r ~ (I) ( ( ( ~~ I ZQF ( ~I 1- )> c:j rl'1 ;;j--lo ilir'l~ -I (//, r/'/, ( a~ ~ ~~CD '1==1 ~ ~ ~s: ;;;~~ ~~~ m 0 r'// tD z)>r'l - Z X r'lZ "--IZ =oJ """ c-= ," Or'l " UJz;o 3::~ II r 3::ijj fIll'1 0"" c.n:UJ1 U ~f0 ~~ ;0 ):> <Ortl)>oN C . i""1 ol'Tl"U ~ 1?l~ tii ~)>~ ;:;j'; =:1 ;:: ~ ~ ~~ 35Zr'l ~.'i: % "-. . '''-It\.1 QT =l;:: r 1'1 < <!1c: C"7"71 0 Z '-0 z;:;jr /. 6W~"""~ J;;~ ~ Lo~8 ~~ I ~II"- ~ ~ t: ~fij (j)~~ \6 ~. ~o ~ -s::~ ~:::;;; Z IV) ~~(j) - CD ~co ITI ~ll :u 3: Z ):;>.z 1'Tl::::f :Y//~ "'T1 fT1 ~3:-1 c.... --;--';"1 ()~ (J) :z 00> / :i! fl1 ~ ili g 111"_ $'H ~ <:> ~ )> Z 6 \ Uo. "" r'l;:: Z I":r 1'1 --I r'l ~ ;:: tD <1' ;g ~ ~5:l ~ =11 0 -I ~~ ~~i!) , 0./ :u r'l ,,:U )> 7"7111' '" ;:: tD '" -I 0 ITI <.- Z C ITI "'T1 \ <5 -I ~ )> 1- r'l UJ r Z ili ;:;j --'-'-II ~ -I r \ 'V d 0 ~I~ \ . \ ~ :u::;;:u j I 1'1)>r'l ~!~ / -( \ G )>tD J1. 38z22 '"' m - 0 ~ 0)>", "'UJ' )>UJr'l (J)"'O~ UJr'l)> "'OQ< ITI:::!]):> Or'l-l L1 ~or'l )> ;::- c: ~oil:' ~ r I" UJ 1'-'-11 ? z_ zro ;::)> r'l 1-1 z o -" '001 UJ UJ '" x" 0 II' I -I Or)> L r'l)> cl'Tl 0- ~.-- I'Tlr UJZ oSZ r'l 3:: ~I -Ir :; 0 z CD .....-t ~ -I t-..) oC: Or 0 0 ...,-;-1 ' z~ ;O!'1 I II ' ~ 0 ~ r'l 1- )> 0 r'l 0 ~ ~ ~;:: ;:: o r'l0 r X ...c..!il zC:~~I'1""'" G)r5< 5< ra -I Z ~ ijj -i 0 -l J1 UJ ~ "1, Z [;l3:: 3:: :r o~ ~ ~ ""-;-11'1 ~5~~;ox 81Ul~ ~ c (j) 1- "'0 0 (j) ITI ~ ;;0 0 d ~O ~ w ~'I Gl~~()~~ ~() ~ ;0 () -I - > '--lOr C Z ITI;O 0 I 0 -I V) ;0 ;0 0 - > ^ (J) ';"'"7""';"1 01 Z 0 CD fT1 ::0 Ul "'0 Z fT1 Ul ITI III" - U) c' CD ::iE (J) ITI ~ 0 1- i3 ;0 > (j) ~ ~ ~~ g _.b '1il tD :u r'l~:,:, s;:; Z ~ ~ -I a. z ~ N '--l I;) ~ z -III" 0- !'2 r'l ~ <5 "r'l G"l ..--1-1 1- ~. ~ ;:' ~ z ~ r'l~T ..!:=IT1 h- ^ -Ic.n~ o ITI~ ~ ~ !~I - - -V OO>CO> ~o "'T1 ~V) )> CO"'OUl 11 ,......, m rn ~ITI ~ ::OS:: "'0 I'Tl CD-4 ~ :u -10 ~ < ~~~,,~ -<;'j 0 -"V n "'T1 0 . ;0 0 '-" -0 - ^:r Z 'r-- tv fT1^ Z~ O -;- . 0 ,,-1>1 ;:: 6 0 O!J Z 1I()"U ~o -I....... Z "'0 oc ~o)>)>, ~z " z. -I OfT1UlZ ~ ~ ~ > ITI :-t """T"1 fT1 I'Tl -l fT1 ~ ':':':'. -0 N ~ o (J) 'I---- -1~ 0"'0 r .':::':': / g> ~ ~ '-" '-" .... (J) 0 :::l =:::.:::' ::Oz Ul;;o " OJ '" UJ ro /;, ~,.:.:" r'lr'l UJ -I :U" UJO , 0 00 UJ '-1['1-< , ':. Or r'lI I)> I=i 0 0 )> 0 I <!1 r'l /. =oJ~ 0 r'l I < )> -< 0 Z f;;)> Q );.\. ~Q ~~ '.4 ic--- ~O ~"08 ~ ~ij, g8 1='l\2 Fo ~ ~ o fJ\J~' . . ;;0" 0 0 Z ~ 0 Z Z ~" " c: - ." ,~ ;0 ." Z 0 ~~.Jla () > -I ;0 <5 P 0 ~ ",UJ -ItD . ..' 0 ~;;jO~ ",;'j)>:::~ 6<-- ~'" )> =oJ )> ::j~ ili<!1 b:;~~t::;, 'Q ~~i1"A ..' '1-- -0 c:-I-I /; ~X f1';:;j Q:!:)> ~ ~ -< I 0 ~ .I~ I J( IA ~ ' tD)> Z "r'l 0 ~ z r 0 "'0" "' 0 > ~ .....-t _ 0 )>UJ )> .=' fJ fJ.=, :\ ~ O)>-z:U ,)> 1 UJ =< I OZ Z-IZ I ~Ul ,..- ,....... "" ". ^ ITI aJG) c.n o~ ~ --II . . -10 UQ CA ...... ~F ~~ i:;::;', ~i:;::;' ~~ .... ~I-- 8 ~8' 0 -- oRl !"~)> ~ 0 ~ ,.. ~ijj~ /z '" zr ~ ., "'G) gr (J) ~ I:S; f ~ " ~~ ~~ Sl u:r= llmWlFT - :r~ ~~ ~ ~ Cl~ 0 '--lr'l pS; I-I 0 \/; oj; -I" 0 :uUJ ~:!l !2~ ( I -III 1TI V 9F fl1~ 0 ~ ~tD -4 - ?:I 0 1- ^;-t ::s;; 3: 0 > !t ~ o~ -0 () ~ < CD (J)-1 Z F ~z - 0 ~ Z s;: ;:: ~ ~ ~II r'l )> N' b ~ r'l OZ- 0 ~ tD" I I I I 1 I 1 1 1 1 1 1 1 ~;o Z (J) ,...... )> 0 _ ~ )> fT1 fT1 I'Tl I'Tl Z ITI Z ITI ITI ITI ITI fT1 Z _ V) ~ 3: > Ul ~ ::: ~ ---;-';""111 ~ r z s;: . 0 C 1'Tl::s;; ~ ~ ~ ~ fT1 ~ I'Tl ~ ~ ~ ~ ~ I'Tl oS ~ I'Tl ~....... )> ;0 (J) J 1- ~ ""'r \ 0 (J) 0 9 C Z V) Ul (J) V) :E (J) :E U1 U) U) V) V) :E z> r'l 0' - c: a.:> ...., .', = )> UJ ' = UJ I;) =oJ =oJ =oJ::l =oJ ::l:::l =oJ =oJ ::l "U-I CD > ~ "":""':"11 to ........ s:: (J) .':': <: ;:0 -I 0 ITI Z Z Z z :!J Z :E z Z Z Z Z ::E I'Tl U) a1 I ~ ~ In ~ ~ -I w ~ ~ .:::::::::V 0 ~ . Z!:J G) (j) G) G) ~ G> > G> (j) (j) (j) (j) > ~ 0 ~R ~t5 ~ ~ ~ ~II_' ~ ~ ~g /- ~, ~~2 ~g ~ ~ ~ g ;g \:! ijJ ~ ~ g ~ ~ ~ \:! ~ g ~~ Zc- 0 -l L J ~ O-l '7-- ::::c~l:J 0;0 Z Z r -< ::E Z I'Tl 0 rr1 < () I'Tl U) Z rr1 c 1'Tl~ (j) Q ~ c ~ 0 ell g' '-" CD > 0-.;\( ~ (5 :!j > ~ 0 GJ ~ !;J 3: I ;0 ;:0 F:- iI ~ c: V) ;0 Z Y' 0 o ~ :u Ul r'l tD "771 ::), -< UJ ,J.,? Z 0!!1 :u )> UJ :u I Cl)> < - 0 Z r'l r'l ;:: " UJ el i3 ~ 111"_ g r'l Z ~ ~ ~ ~ 0 ~ Z r'l;g;o ~ ~ r'l 0 tii r'l ~ 2 ;;j -4):> ez 0 h CD ~~ '-" 0-< ;0 U) 0 r )>!< ;0 I'Tl c ili 6 6;:: ~ ~II z [;l iii)> ~ ~ 8 r'l ~ r'l 2 ", aJ z)> > ~ fT1(J) . Ul 0 0 ITI ~d (j)~ ~ ~?ti !:B "'0 -0 0 0G"l UJI;) 0 L -< r'l s;: ;0 :r ?\9 -I 0 0 Z 0 ~ 1'0 ::0 U) - O-v o lTIe :::o:!J U) fT1 :E ~ ;0 tI ;0 Oc: ijj . I'Tl I ITI _ I ;0 Z c.n r'l o UJ ~ ~ """'" , a g! g> ~,.-{i' 9 S? ~ '-Sheet TItle: PAVING REMOVAL & REPLACEMENT PLAN MMS C I;:' 02/18/05 PER CITY COMMENTS ~, m 11' (Jl!l. ~ c: ~ ~ ~ j 2005 DAVENPORT STREET WATER IMPROVEMENTS M ONSULTANTS, NC.~: 04/08/05 '" PER CITY COMMENTS EHB/NJS",.t-\.J\ .p...... ~ -.......jOJ N ~ ::::l ::I III ......., C;; ~ ~ II' -J>.~~ ~ ~ ll.ProjectTitle: .. Iowa City, Iowa (319)351-8282 t 3. ,\,_,'\.j o 3 t-> U1 " '" CITY OF IOWA CITY If'W1 . ~ ,'., \ ~. ., ~ &" gI q ~ ~ ~ (J) ~ I1fmIII <> CIVIL ENGINEERS <> LAND SURVEYORS <> go g ~ \\l ~~;\ \"" ~, \"\ C-_~~'.. ' .. ~ O"l 65 I IOWA CITY IOWA ::iiji <> LANDSCAPE ARCHITECTS <> LAND PLANNERS <> ~ . '7 \ . ~ or ~ '- ' <> WElLANO SPECIALISTS <> . ._ ,':.' u .) \"\- ~ ...J \ ~ G: \6400\6416008\64160085.dwg 4/8/2005 1: 39: 41 PM CDT ' .. ' ',\_' ~~ - ~- ----- _.~- -~ -~ ~- - -- -- .-... ~ ~ ;:0 0 f'l ;:0 > := C 0 CLINTON ST ~ ~d() '" > r '" 0 o"TI Vl CLINTON ST }>"TI lTl ~ () 0 ~ aJ 0 :i!~ 0 " CD \!Jf'l )> 0_ () L r f'l= ,r ;:0 < I'l ~ () (J)ro 00 fTl T] T] )> 0 0 0> Vl> Z :t> 0 .,,'" ,lTl 0 T] z 0 '" -j - I :::0 Vl aJ- '0 ---0 -< :::0 I'l ~ }>o " C ^ ~~ ",> 0 f'l :::0 - ",a p;:o 0 :::0 _f'l :::0 - I'l Co Z 0 I (j) (J) -l () }> -l 00 0 0 ::I GJ a Vl> - f'l ITlO r I 0 -l ~ Z (j) 0 0 () --1 z 0 (-' , . /{'1:Y I:::J Prepared by: Brian Boelk, Civil Engineer, 410 E. Was inglon SI., Iowa City, IA 52240 (319) 356-5437 RESOLUTION N. 05-153 RESOLUTION APPROVING PLANS, SPEC FICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CON TRUCTION OF THE 2005 DAVENPORT STREET WATER IMPROVE ENTS PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOM NY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT F R BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, pecifications, form of contract and estimate of cost for the above-named project was publishe as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE OUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract nd estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany ach bid for the construction of the above- named project shall be in the amount of 1 % (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and di ected to publish notice for the receipt of bids for the construction of the above-named p oject in a newspaper published at least once weekly and having a general circulation in he city. 4. Bids for the above-named project are to b received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, un il1 0:30 a.m. on the 1 ot" day of May, 2005, or at a later date and/or time as determined y the Director of Public Works or designee, with notice of said later date and/or time t be published as required by law. Thereafter the bids will be opened by the City Engine r or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, or action upon said bids at its next meetin~, to be held at the Emma J. Harvat Hall, City all, Iowa City, Iowa, at 7:00 p.m. on the 17" day of May, 2005, or if said meeting is ca elled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 19th ,2005. ATTEST: ~~:A....J4/ .~ City lerk 7j:z/o 5 _______m_. ._~._______~,,_,___.__.,__~__,_......__..,._,__..._______.,.._._.__~_.__.__.___,______""M Publish 4/14 NOTICE OF PUBLIC EARING ON PLANS, SPECIFICATIONS, FO OF CONTRACT AND ESTIMATED C ST FOR THE 2005 DAVENPOR STREET WATER IMPROVEMENTS PRO ECT IN THE CITY OF IOWA CI Y, IOWA TO ALL TAXPAYERS F THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby g ven that the City Council of the City of Iowa City, I wa, will conduct a public hearing on plans, specifi tions, form of contract and estimated cost for the construction of the 2005 Davenport Street ater Im~rovements in said city at 7:00 p.m. the 19' day of April, 2005, said meeting to e held in the Emma J. Harvat Hall in City Hall, 4 0 E. Washington Street in said city, or if said me ting is cancelled, at the next meeting of the Ci Council thereafter as posted by the City Clerk. Said plans, specificatio s, form of contract and estimated cost are now n file in the office of the City Clerk in City Hall in I wa City, Iowa, and may be inspected by any inter sted persons. Any interested person may appear at said meeting of the City Co ncil for the purpose of making objections to an comments concerning said plans, specification , contract or the cost of making said improvemen . This notice is given by rder of the City Council of the City of Iowa City, owa and as provided by law. MARIAN K. KA R, CITY CLERK Printer's Fee $ , being duly s om, say that I am the legal clerk of he IOWA CITY PRESS-CITIZEN, a ewspaper published in said county, nd that a notice, a printed copy of which is hereto attached, was pu Iished in said paper I time( ), on the following date(s): gal Clerk Subscribed and sworn to fore me this \ 4#> day of (1 I A.D. 20 0." . ~~~..=- January '0. OFFICIAL PUBUCATlON NOTICE OF PUBUC HEARING ON PLANS. SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2005 DAVENPORT STREET WATER IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, ANO TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the- City of Iowa City, Iowa, will con-ducl a public hearing on plan~, specifications form of contract and estI- mated cost br the con-struction of the 2005 Davenport Street Water Improvements in said city at 7:~ p.m. .on the 19th day of April, 2005, said meetl~g to be held in the Emma J. Harvat Hall In City Hall. 410 E. Washington Street in said city, or If said meeting is ca,ncelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of co':l" tract 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 interest-ad persons. Any Interested persons may appear at said meeting of the City Council for the purpose of making objections to a~~ comments concerning said plans, speclfi- ca-tions, contract or the cost of making said Improvement . This notice is given by or~r of the City Coun-cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR. CITY CLERK 62022 April 14. 2005 FAX TRANSMITTAL COVER SH ET Engineering Division City of Iowa City 410 E. Washington St. Iowa City, IA 52240 IOWA CITY . . ENGINEERING- - Phone: FAX: 319-356-5140 319-356-5007 DIVISION 410 East Washington Street '" 319-356-5140 TO: All Plan Holders FROM: Brian Boelk PHONE #: 356-5437 COMPANY: FAX#: Subject: 2005 Davenport Street Wate Improvements Project Date: 5/10/05 Total numb r of pages, including this sheet: 5 o Urgent D Reply ASAP D Please omment 0 Please Review ~ For your information Thanks. ~:J ~ _J -<c"..- v:) p en --J ADDEND M NO.1 May 1 , 2005 2005 DAVENPORT STREET WA ER IMPROVEMENTS PROJECT IOWA CI , IOWA The information in this Addendum modifies, upplements, 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 I forms of communication where conflict exists. Contractor shall acknowledge receipt of the Addend on the Bid Form. Failure to do this may result in disqualification of the bidder. PROJECT MANUAL 1. Advertisement for Bids - Replace pages -I, AD-2, and AD-3. Note that bid opening date has been changed. I hereby certify that this engineering document was p epared by me or under my direct personal supervision and that I am a duly licensed Professiona Engineer under the laws of the State ofIowa. SIGNED: ~d~A ~an A. Boelk,l.E. Iowa Reg. No. 16503 My license renewal date is December 31, 2004 DATE: ~(rolos; ~~~;:. ~-:.. , )~ Addendum No.1 May 10, 2005 '.:.;., -TJ ,~ Co 2: T] ~? (); v\ ADVERTISEM NT FOR BIDS 2005 DAVENP RT STREET WATER IMP OVEMENTS CITY OF I WA CITY Sealed proposals will be received by the City Clerk of the City of low City, Iowa, until 10:30 A.M. on the 17th day of May, 2005, or at a later date and/or time as 'dete mined by the Director of Public Works or designe ,with notice of said later date and/or time to be ublished as required by law. Sealed proposals wi I be opened immediately thereafter by the City En Ineer or designee. Bids submitted by fax machin shall not be deemed a "sealed bid" for purposes of this Project. Proposals will be acted upon by the ity Council at a meeting to be held in the Emma J Harvat Hall at 7:00 P.M. on the 17th day of May, 2 05, or at such later time and place as may be sc eduled. The Project will involve he following: furnish and install approximately 26 square yards of total paving (asphalt, Portlan Cement Concrete, and brick), furnish and instal 495 lineal feet of water main, furnish and instal water hydrants, valves and water service, mi r demolition, seeding, removals and other relat d work. All work is to be done in trict compliance with the plans and specificatio s prepared by MMS Consultants, Inc., of low City, Iowa, which have heretofore been approve by the City Council, and are on file for public exa ination in the Office of the City Clerk. Each proposal shall b completed on a form furnished by the City and must be accompanied in a sealed envelope, eparate from the one containing the proposai, ya bid bond executed by a corporation authorized 0 contract as a surety in the State of Iowa, in th sum of 10% of the bid. The bid security shall e made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forf ited to the City of Iowa City in the event the succ ssful bidder fails to enter into a contract within ten 10) calendar days of the City Council's award oft e contract and post bond satisfactory to the Cit ensuring the faithful performance of the cont act and maintenance of said Project, if required, ursuant to the provisions of this notice and the ot er contract documents. Bid bonds of the lowest 0 or more bidders may be retained for a period of not to exceed fifteen (15) calendar days folio ng award of the contract, or until rejection is mad . Other bid bonds will be returned after the canva and tabulation of bids is -1 T:\6400\6416008\Specs\Contract ocs\Adv. for Bids.doc c: :IJ o ':;::n. ":~J '-, .~-) ,,_..-\ l_D en c, completed and reported 0 the City Council. The successful bidder ill be required to furnish a bond in an amount equa to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarante the prompt payment of all materiais and labor, a d also protect and save harmless the City from a I ciaims and damages of any kind caused direc Iy or indirectly by the operation of the contract, and shall also guarantee the maintenance of th improvements for the period offive (5) years fo paving and water mains, from and after its comp tion and formal accep- tance by the City. The following limitati ns shall apply to this Project: Working Days: 40 Specified Start Date: J ne 1, 2005 Liquidated Damages: $ 100.00 per day The plans, specificatio s and proposed contract documents may be exa ined at the office of the City Clerk. Copies of sai plans and specifications and form of proposal bl nks may be secured at the Office of the P oject Engineer, MMS Consultants, Inc., 1917 . Gilbert Street, Iowa City, Iowa, by bona fide bidder . Questions in reference to said plans and specifi tions should be directed to Edward Brinton, P.E. f MMS Consultants, Inc. at 319-351-8282 or fax. 19-351-8476. A $25.00 non-refundabl fee is required for each set of plans and specific tions provided to bidders or other interested perso s. The fee shall be in the form of a check, m de payable to MMS Consultants, Inc. Plans nd specifications will be available on April 20, 20 5. Prospective bidders ar advised that the City of Iowa City desires to em loy minority contractors and subcontractors on ity projects. A listing of minority contractors can e obtained from the Iowa Department of Economi Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on th Form of Proposal the names of persons, fir s, companies or other parties with whom the b dder intends to subcon- tract. This list shall inclu e the type of work and approximate subcontrac amount(s). The Contractor awarde the contract shall submit a list on the Form of Ag eement of the proposed subcontractors, together ith quantities, unit prices and extended dollar am unts. By virtue of statutory a thority, preference must be given to products a d provisions grown and coal produced within th State of Iowa, and to -2 T:\6400\6416008\Specs\Contract ocs\Adv. for Bids.doc j;;: ~) ~Tl a -- ~, -"'~ T) .,--, /,-,~ 1,.0 (f7 -.j Iowa domestic labor, to t e extent lawfully required under Iowa Statutes. The City reserves the ight to reject any or all proposals, and also res rves the right to waive technicalities and irregul rities. Published upon order 0 the City Council of Iowa City, Iowa. MARIAN K. KARR, CIT CLERK -3 ~,.- ~, ";-;.:: -,> 1,.0 ()"') -..J ..-.!-1 a ADVERTISEM NT FOR BIDS 2005 DAVEN ORT STREET WATER IMP OVEMENTS CITY OF I WA CITY Sealed proposals will be received by the City Clerk of the City of low City, Iowa, until 10:30 A.M. on the 171h day of May, 2005, or at a later date and/or time as dete mined by the Director of Public Works or designe ,with notice of said later date and/or time to be ublished as required by law. Sealed proposals wi I be opened immediately thereafter by the City En ineer or designee. Bids submitted by fax machin shall not be deemed a "sealed bid" for purpose ofthis Project. Proposals will be acted upon by the ity Council at a meeting to be held in the Emma J Harvat Hall at 7:00 P.M. on the 17th day of May, 2 05, or at such later time and place as may be sc eduled. The Project will involve he following: furnish and install approximately 26 square yards of total paving (asphalt, Portlan Cement Concrete, and brick), furnish and instal 495 lineal feet of water main, furnish and instal water hydrants, valves and water service, mi or demolition, seeding, removals and other relat d work. All work is to be done in triet compliance with the plans and specificatio s prepared by MMS Consultants, Inc., of low City, Iowa, which have heretofore been approve by the City Council, and are on file for public exa ination in the Office of the City Clerk. Each proposai shall b completed on a form furnished by the City and must be accompanied in a sealed envelope, eparate from the one containing the proposal, ya bid bond executed by a corporation authorized 0 contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forf ited to the City of Iowa City in the event the succ ssful bidder fails to enter into a contract within ten 10) calendar days of the City Council's award of th contract and post bond satisfactory to the Cit ensuring the faithful performance of the cont act and maintenance of said Project, if required, ursuant to the provisions of this notice and the ot er contract documents. Bid bonds of the lowest t 0 or more bidders may be retained for a period of not to exceed fifteen (15) calendar days follow ng award of the contract, or until rejection is made Other bid bonds will be returned after the canvas and tabulation of bids is 1 T:\6400\6416008\Specs\Contract ocs\Adv. for Bids.doc completed and reported 0 the City Council. The successful bidder ill be required to furnish a bond in an amount equa to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarante the prompt payment of all materials and labor, a d also protect and save harmless the City from a I claims and damages of any kind caused direc Iy or indirectly by the operation of the contract, and shall also guarantee the maintenance of th improvements for the period of five (5) years fo paving and water mains, from and after its compl tion and formal accep- tance by the City. The following limitati Project: Working Days: 40 Specified Start Date: J ne 1 , 2005 Liquidated Damages: $ 100.00 per day The plans, specificatio s and proposed contract documents may be exa ined at the office of the City Clerk. Copies of sai plans and specifications and form of proposal bl nks may be secured at the Office of the P oject Engineer, MMS Consultants, Inc., 1917 . Gilbert Street, Iowa City, Iowa, by bona fide bidder . Questions in reference to said plans and specifi tions should be directed to Edward Brinton, P.E. f MMS Consultants, Inc. at 319-351-8282 or fax. 19-351-8476. A $25.00 non-refundabl fee is required for each set of plans and specific ions provided to bidders or other interested perso s. The fee shall be in the form of a check, m de payable to MMS Consultants, Inc. Plans nd specifications will be available on April 20, 20 5. Prospective bidders ar advised that the City of Iowa City desires to em loy minority contractors and subcontractors on ity projects. A listing of minority contractors can e obtained from the Iowa Department of Economi Development at (515) 242-4721 and the Iowa Department of Transportation Contracts ffice at (515) 239-1422. Bidders shall list on th Form of Proposal the names of persons, fir s, companies or other parties with whom the b dder intends to subcon- tract. This list shall inclu e the type of work and approximate subcontrac amount(s). The Contractor awarde the contract shall submit a list on the Form of Ag ement of the proposed subcontractors, together ith quantities, unit prices and extended dollar am nts. By virtue of statutory a thority, preference must be given to products a provisions grown and coal produced within th State of Iowa, and to -2 T\6400\64I 6008\Specs\Contract ocs\Adv. for Bids.doc Iowa domestic labor, to t e extent lawfully required under Iowa Statutes. The City reserves the ight to reject any or all proposals, and also res rves the right to waive technicalities and irregul rities. Published upon order 0 the City Council of Iowa City, Iowa. MARIAN K. KARR, CIT CLERK AD 3 I ~\')..... Prepared by: Brian Boelk, Engineering, 410 E. W shington St., Iowa City, IA 52240 (319)356-5437 RESOLUTION NO 05-190 RESOLUTION AWARDING CONTRAC AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK 0 ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2005 DAVENPORT STREET WATER IMPROVEMENTS PROJECT. WHEREAS, Lynch's Excavating of West Branch, owa has submitted the lowest responsible bid of $146,945.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY TH CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the ab ve-named project is hereby awarded to Lynch's Excavating, subject to the condition th t awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sig and the City Clerk to attest the contract for construction of the above-named projec, subject to the condition that awardee secure adequate performance and payment bon ,insurance certificates, and contract compliance program statements. Passed and approved this 17th day of ay ,20 05 t.J. ATTEST: /11/J..;A..J k. J!/7AA..J CITY'CLERK Approved by 'b- Jj(c1ft! - ~ City Attorney's ffice s-/r., 10.) It was moved by Champ; on and sec nded by adopted, and upon roll call there were: Ba il ey the Resolution be AYES: X X X X X X X NAYS: ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn pweng\res\davenport-awrdcon.doc Printer's Fee $ 5q .wL./ CERTIFICATE OF PUBUCA: STATE OF IOWA. JOHNSON COUNfY. SS THE IOWA CIlY PRESS-C FED. ID #42-0330670 I, L: J IT L. being duly swo say that I am the legal clerk of the I WA CITY PRESS-CITIZEN, a news aper published in said county, and at a notice, a printed copy of whi h is hereto attached, was publish d in said paper --! time(s), 0 the following date(s): Legal Subscribed and sworn to befo e me this I ~...}h day of A.D. 20 0<; LINDA KROTZ 11\ Commission Number 732819 '.. r~y Commission ExpIres '" ,J::!m:-:-.~~' '"!.7, 2008 OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS 2005 DAVENPORT STREET WATER IMPROVEMENTS errv OF IOWA CITY Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 17th day of May, 2005, or at a later date andlor time as determined by the Director of, Public Works or designee, with notice of said later date and/or time to bepubllshed as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submit- ted 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 17th day of May, 2005, or at such later time and place as may be scheduled. The Project witt involve the following: fur- nish and install approximately 260 square yards of total paving (asphalt, Portland Cement Concrete, and brick), furnish and install 495 tineal feet of water main, fur- nish and' install water hydrants, valves and water service, minor demolition, seeding, removals and other related work. All work is to be done in strict compli- ance with the plans and specifications prepared by MMS Consultants, [nc., of Iowa City, Iowa, which have' heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, sep- arate from the one containing the propos- at, by a bid bond executed by a corpora- tion 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 THI:: C[TY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provi- sions of this notice and the other contract docu-ments. Bid bonds of the lowest two or more bidders may be retained for a period of_ not to exceed fifteen (15) ca[en- dar days following award of the contract, or until rejection is made. Other bid bonds ,will be returned after the canvass and 'tabu[ation 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 respon- sible surety approved by the City, and shalt 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 mainte. nance of the improvements for the period of five (5) years for paving and water mains, from and after its com-pletion and formal acceptance by the City. The following limitations shalt apply to this Project: Working Days: 40 Specified Start Date: June 1, 2005 Uquidated Damages: $ 100.00 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 pro. posal blanks may be secured at the Office of the Project Engineer, MMS Consultants, [nc., 1917 S. Gilbert Street, Iowa City, Iowa, by bona fide bidders. Questions in reference to said plans and specifications should be directed to Edward Brinton, P.E. of MMS Consultants, Inc. at 319-351-8262 or fax. 319-351-6476. A $25.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to MMS Consultants, Inc. Plans and specifica- tions will be availab[e on April 20, 2005. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list $hall include the type of work and approx- imate subcontract amount(s), The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontrac- tors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, pref- erence must be given to products. and provisions grown and coal produced with- in the State of Iowa, and to Iowa domes- tic labor, to the extent lawfully required under Iowa Statutes. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregu- [arities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 62293 May 13, 2005 I ~ . . (,C' ~ Prepared by: Brian Boelk, 410 E. Washingt n St., iowa City, IA 52240 (319) 356-5437 RESOLUTION N. n<; ?Q/. RESOLUTION ACCEPTING TH WORK FOR THE 2005 DAVENPORT STREET WATER IMPROVEMEN S PROJECT WHEREAS, the Engineering Division has reco mended that the work for construction of the 2005 Davenport Street Water Improvements Proj ct, as included in a contract between the City of Iowa City and Lynch's Excavating, Inc. of West ranch, Iowa, dated May 20, 2005, be accepted; and WHEREAS, the Engineer's Report and the perf mance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $138,843.8 . NOW, THEREFORE, BE IT RESOLVED BY E CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are here y accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of ATTEST:C~~ERit.J k. -1(~)V.k) Approved by II~ c., 1J-/2q!"S- City Attomey's Office It was moved by Champion and se nded by adopted, and upon roll call there were: O'Donnell the Resolution be AYES: NAYS: ABSENT: x x x x Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn 1l X X pweng\res/200Sdavenpstracptwork. doc 8/05