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