Loading...
HomeMy WebLinkAboutEXTERIOR WASHOUT/PCC ACCESS RD/STORM SEWER IMP/PW COMPLEX/2014tittc 1 0 + _L t as � 1 O - P� sic,\ ` V QppY 0. C7 Aua - S 7- QdJ -1 V 40 Sf• A,. - CCS--( A 5 r Prepared by: Melissa Clow, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5413 RESOLUTION NO. 14-216 RESOLUTION SETTING A PUBLIC HEARING ON AUGUST 19, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY PUBLIC WORKS EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Public Works Facility Site Work account # 3956. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 19th day of August, 2014, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 15th day of July 20—LL—. . MAYOR Approved by ATTEST: i�iJ r.clClf�� � uf1�Y C7 h, CITY CLERK City Attorney's Office ResolutionNo. Page 2 14-216 It was moved by Throgmorton and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: NAYS: A S ENT - x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PUBLIC WORKS COMPLEX EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT July 15, 2014 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Signed: Date: Ronald R. Knoche, P.E., City Engineer Iowa Reg. No. 15570 My license renewal date is December 31, 2014 All pages in this document, excluding Divisions 3 and 31 are covered by this seal Signed: OMIF Schmidbauer, P.E., Kueny Architects, L.L.C. owa Reg. No. 17116 My license renewal date is December 31, 2015 Divisions 3 and 31 items are covered by this seal Date: N O_ C) r a ■ 1 C)-< C'0:< .<n m a M s� o to co PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PUBLIC WORKS COMPLEX EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT July 15, 2014 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. Signed: Date: Ronald R. Knoche, P.E., City Engineer Iowa Reg. No. 15570 My license renewal date is December 31, 2014 All pages in this document, excluding Divisions 3 and 31 are covered by this seal Signed: OMIF Schmidbauer, P.E., Kueny Architects, L.L.C. owa Reg. No. 17116 My license renewal date is December 31, 2015 Divisions 3 and 31 items are covered by this seal Date: DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PUBLIC WORKSMPLEX EXTERIOR WASHOUT, PCC ACCESSRAD AND STORM SEWER IMPROVEMENT PROJ IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or undi supervision and that I am a duly licensed Professional Engineer under the Iowa. my direct personal ws of the State of SIGNED:, DATE: c, �~ Ronald R. Knoche, P.E. < City Engineer o.o f Iowa Reg. No. 15570 My license renewal date is December 31, 2014. N O SPECIFICATION*C') a -� TABLE OF CONTENTS E= =� Aumb' i.��oo TITLE SHEET o w TABLE OF CONTENTS NOTICEOF PUBLIC HEARING............................................................................. NP -1 NOTICETO BIDDERS............................................................................................ AF -1 NOTETO BIDDERS............................................................................................... NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORMOF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 GENERALCONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS........................................................................................................ R-1 APPLICATION FOR SALES TAX EXEMPTION CERTIFICATE ........................ ST -1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01015 Alternates............................................................................ 01015-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02660 Water Distribution................................................................ 02660-1 Section 02665 Water Service for Contractors ............................................. 02665-1 Section 02700 Sewers................................................................................. 02700-1 Section 02900 Landscaping....................................................................... 02900-1 DIVISION 3 — CONCRETE, EXTERIOR WASHOUT Section 03300 Cast -in -Place Concrete DIVISION 31 — EARTHWORK, EXTERIOR WASHOUT Section 31200 Earthwork ..... 03300-1 31200-1 C" M U,,j 4 WQ } G3t- } fJ LLWI C V s 0 N 03300-1 31200-1 TITLE SHEET TABLE OF NOTICE OF PUBLIC HRING NOTICE TO BIDDERS............ NOTE TO BIDDERS ................. PRE-BID SUBSTITUTIONS SPECIFICATIONS TABLE OF CONTENTS Page Number /.N P-1 ......................../.• AF -1 . .............................................. FORM OF PROPOSAL .............................\ BIDBOND ......................................................... FORM OF AGREEMENT .................................. PERFORMANCE AND PAYMENT BOND........ NBA PS -1 FP -1 BB -1 AG -1 PB -1 CONTRACT COMPLIANCE q (ANTI -DISCRIMINATION REQUIREME S) ................................................. CC -1 GENERALCONDITIONS........................................................... ......................... GC 1 d� SUPPLEMENTARY CONDITIONS ................................................... ...................rn RESTRICTION ON NON-RESID T BIDDING ON NON -FEDERAL -A - 0 PROJECTS...................................................................................................... : R-1. APPLICATION FOR! AX EXEMPTION CERTIFICATE ....................... ST -1 TECHNICAL SECTION DIVISION 1 - GE RAL REQUIREMENTS Section 01 10 Summary of the Work ......................................................... 0 010-1 Section 025 Measurement and Payment ................................................ 01 5-1 Section 01310 Progress and Schedules..................................................... 013 -1 Section 01570 Traffic Control and Construction Facilities ........................... 0157 1 DIVISI N 2 - SITE WORK ection 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 LL LL Section 02276 Special Retaining Wall ........................................................ 02276-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02660 Water Distribution................................................................ Section 02700 Sewers................................................................................. Section 02900 Landscaoina....................................................................... 02660-1 02700-1 02900-1 NOTICE OF PUBLIC HEARING TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, forms of contract and estimated costs for the construction of the: Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project in said city at 7:00 p.m. on the 19' day of August, 2014. Said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, forms of contract and estimated costs are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objecfions to and comments concerning said plans, specifications, contracts or the costs of making said improvements. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NP -1 0 CD n r ` M C-)� - r ---ic-) .fir M -o s THIS PAGE INTENTIONALLY BLANK NP -1 N Q S �O — Ls1 � v .s - 0 N THIS PAGE INTENTIONALLY BLANK NP -1 NOTICE TO BIDDERS PUBLIC WORKS COMPLEX EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11'" day of September, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16"' day of September, 2014, or at special meeting called for that purpose. Contractors are encouraged to attend the pre-bid meeting being held on site in the Iowa City Streets Administration Building, 3800 Napoleon Lane on the 2e day of August, 2014 at 10:30 A.M. The Project will involve the following: New construction of a 3 -stall exterior vehicle washout facility, approximately 480' linear feet of a 30' wide PCC Access Road, associated storm sewer and mass grading. The exterior washout includes a concrete pad for the placement of an asphalt emulsion tank and utility extensions including mechanical, electrical and plumbing / piping systems. All work is to be done in strict compliance with the plans and specifications prepared by Kueny Architects, of Pleasant Prairie, Wisconsin, and by the City of Iowa City which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. N 0 Zen r r CyC N rn :<� 1= J NOTICE TO BIDDERS PUBLIC WORKS COMPLEX EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the W' day of September, 2014. Sealed oposals will be opened immediately thereafter b the City Engineer or designee. Bids submitted by ax machine shall not be deemed a "sealed bid' for purposes of this Project. Proposals recei d after this deadline will be returned to the bidder nopein Proposals will be acted upon by the ttY Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1e day of Septe r, 2014, or at special meeting called for that p- se. The Projec ill involve the following: New cons uction of a 3 -stall exterior wash facility, ap oximately 480' of a PCC A ss Road, storm sewer and mass gradin The exterior was ut includes utility a nsions n� including mec nical, electrical a plumbing /piping systems C m All work is to be d e in strict mpliance with — a the plans and specill tions pr ared by Kueny Architects, of Pleasant rairie, isconsin, and by the City of Iowa City wh h ve heretofore been approved by the City Co il, and are on file for public examination in the ice of the City Clerk. Each proposal shall mpleted on a form furnished by the City a mu be accompanied in a sealed envelo separ to from the one containing the prop sal, by a 'd bond executed by a corporation a hori7 to c tract as a surety in the State of to a, in the sum o 100/6 of the bid. The bid security shall be made yable to the TREASURER OF THE CITY OF OWA CITY, IOWA, and shall be forfeited to the ity of Iowa City in the event the successful bid er fails to enter into a contract within ten (10) cal dar days of the City Council's award of the con act and post bond satisfactory to the City ensu g the faithful performance of the contract and inte- nance of said Project, if required, pursuant t the provisions of this notice and the other cont ct documents. Bid bonds of the lowest two or mode bidders may be retained for a period of not to exceed fifteen (15) calendar days following award\\\ of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish AF -1 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 an amages of any kind caused directly or indir tly by the operation of the contract, and shall al guarantee the maintenance of the improveme' for a period of five (5) year(s) from and after s completion and formal acceptance by the City ouncil. The following limitations shall apply to this Project: Working Days: 63 S cified Start Date: Septemb 17, 2014 iq idated Damages: $250 pe ay e tans, specifications an p oposed contract doc nts may be examin a the office of the City k. Copies of said pl s nd specifications and fo of proposal blan ay be secured at the City Iowa City, Engi er g Division, 310 E. Washin Street, low Ci , Iowa 52240 by .:.i, tl:51111712 n.? A $50 ref i{nc�able feelr4uired for each set of plans and ificatiop(ovided to bidders or parties with om the biddqr Iptends to subcon- tract. This shall include a type of work and The Co ractor awarded t e contract shall submit a st on the Form of ement of the propos subcontractors, togethe ' h quantities, unit pric and extended dollar am ts. By virta of statutory authority, pr rence must be giv to products and provisions' grown and coal r uced within the State of to a, and to Iowa( domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 N other interes rso s. he fee shall be in the form of a the ad p able to Treasurer, City = - of Iowa City. ;' Prospective bi a ar advised that the City of _J>: Iowa City desire ploy minority contractors Vand subcontracto City projects. A listing of �-- F— minority contract c n be obtained from the y Iowa Departme In ctions and Appeals at C) (515) 281-579 n th Iowa Department of o Transportation ntr s Office at (515) 239- 1422. Bidders sh ist on th rm of Proposal the names of ons, firm mpanies or other parties with om the biddqr Iptends to subcon- tract. This shall include a type of work and The Co ractor awarded t e contract shall submit a st on the Form of ement of the propos subcontractors, togethe ' h quantities, unit pric and extended dollar am ts. By virta of statutory authority, pr rence must be giv to products and provisions' grown and coal r uced within the State of to a, and to Iowa( domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 63 Specified Start Date: September 17, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the City of Iowa City, Engineering Division, 310 E. Washington Street, Iowa City, Iowa 52240 by bona fide bidders. A $50 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 Treasurer, City of Iowa City and will be refunded upon the return of unused plans and specifications to the City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK N O_ ci r ?� N r N ry NOTE TO BIDDERS 1. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. N Location: Office of the City Clerk o O t City of Iowa City *n a 410 E. Washington Street Iowa City, IA 52440 n'< =:n W Time and Date: Before 3.00 P.M. Thursday, September 11, 2014. Gr— a Oh O 2. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal �- Envelope 3: Bidder Status Form 3. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. Bids received after the time and date for receipt of bid will be returned unopened. Oral, electronic, telephonic, or telegraphic bids are invalid and will not receive consideration. 4. The sealed proposals will be opened immediately thereafter by the City Engineer or designee in the Halling Conference Room. 5. The lowest apparent bidder shall provide a list of the names of persons, firms, companies or other parties with whom they intend to subcontract within 24 hours of the bid opening. This list shall include the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. 6. Within 24 hours of the bid opening, the lowest apparent bidder and all subcontractors are required to submit three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. After the reference check, the 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 September 16, 2014. 8. Bidder is encouraged to attend a pre-bid meeting being held on site in the Iowa City Streets Administration Office, 3800 Napoleon Lane on the 29th of August, 2014 at 10:30 A.M. Onsite parking is available on the north side of Napoleon Lane in the Napoleon Park lots. NB -1 THIS PAGE INTENTIONALLY BLANK c Q co .d Y --3x W r uj co Ur %.C> �.. cD =4 c N NOTE TO BIDDERS 1. Bids shdeposited at the designated location prior to the time and date for receipt of bids. \ Location: Office of the City Clerk City b, Iowa City 410 E.Vashington Street Iowa CiM IA 52440 Time and Date: Befor'h,3:00 P.M. Thursday, Sept/receipt . 2. Bid submittals are: En lope 1: Bid Bond Enve pe 2: Form of Prop Envelo 3: Bidder Status 3. The bidder shall assume full res nsibility for timhe location designated for receipt of bids. Bids received afte the time anipt of bid will be returned unopened. Oral, electronic, teleph nic, or teare invalid and will not receive consideration. 4. The sealed proposals will be opened i diately thereafter by the City Engineer or designee in the Helling Conference Room. 5. The lowest apparent bidder shall provi a list the names of persons, firms, companies or other parties with whom they inte to subcon ct within 24 hours of the bid opening. This list shall include the proposed bcontractors, gether with quantities, unit prices and extended dollar amounts. 6. Within 24 hours of the bid o ing, the lowest apparen idder and all subcontractors are required to submit three (3 references involving similar rojects, including at least one municipal reference. Awar of the bid or use of specifics contractors may be denied if sufficient favorable refer ces are not verified or may be den d based on past experience on projects with the Cit of Iowa City. References shall be ad essed to the City Engineer and include the na e, address and phone number of the ontact person, for City verification. 7. After the refere a check, the proposals will be acted upon by a City Council at a meeting to be Id in the Emma J. Harvat Hall at 7:00 P.M. on Septem r 16, 2014. N O U � cn =ern 'o = NB -1 THIS P. 1.2 PRE-BID SUBSTITUTIONS ARTICLE 1 -GENERAL Bidder's Options A. For products specified only by reference standard, select product meeting that standard, by any manufacturer. B. Fo\products specified by naming several products or manufacturers, select one of the products or manufacturers named which complies with the technical specifications. No substitutions will be allowed. C. For prod cts specified by naming several products or manufacturer, and stating "or equivalent "or equal", or "or Architect approved equivalent", or similar wording, submit a re est as for substitutions, for any product or manufactu r which is not specifically na ed for review and approval. D. For products spe ified by naming only one product or ma facturer, there is no option, and no sub tution will be allowed. Substitutions A. Base Bid shall be in acco ance with the Contrac ocuments. 1. Substitutions for pr ucts may be de during the bidding period by submitting completed ubstitution r uest form and substantiating product data/literature to the Ar itect a imum of seven (7) calendar days prior to the date for receipt of b' s. 2. The Architect will consider ests from the bidder utilizing this section for substitution of productsor m ufacturers in place of those specified. 3. Requests submitted at le t ven (7) calendar days prior to the date for receipt of bids will be inc d1bed i an addendum, if deemed acceptable. 4. Substitution requests ay be su fitted utilizing a facsimile macpiae (FAX) or as an a -mail alta ment, if sub ' ution request forms Md sutgantiating o data are included.c c -n B. Submit separate requ st for each substitution. upport each reqVwi(!f, r- 1. Complete to substantiating complian of proposed_stitation JW requirem is stated in contract documents: =? s a. roduct identification, including manu cturer's name ands-ddres3r b. Manufacturer's literature, identifying: �n 1) Product description 2) Reference standards 3) Performance and test data C. Samples, as applicable. d. Name and address of similar projects on whic product has been used, and date of each installation. Itemized comparison of the proposed substitution with p duct specified, listing significant variations. 3. Data relating to changes in construction schedule. 4. All effects of substitution on separate contracts. 5. List of changes required in other work or products. 6. Designation of required license fees or royalties. 7. Availability of maintenance services, and sources or replacement materials. PS -1 C. Requests for substitutions will not be considered for acceptance when - 1 . hen: 1. Acceptance will require substantial revision of contract documents. 2. In judgment of the Architect, adequate product data/literature necessary for complete evaluation was not submitted. 1 D. The Architect will determine acceptability of proposed substitutions. 1.3 Bidder's Representation A. The bidder shall carefully study and compare the bidding fircocuments with each other, and with other work being bid concurrently or presen under construction to the extent that it relates to the work for which the bid ' being submitted, shall examine the site and local conditions, and shall at o ce report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -b der requiring clarification r interpretation of the bidding documents shall ma a written request which hall reach the Architect at least seven (7) days prior to _ e date for receipt of b' s. C. Interpretations, corrections and changes of a bidding documents will be made by addendum. Interpretations:. corrections nd changes to the bidding documents made in any other manner dill not be finding, and bidders shall not rely upon them. 1.4 Architect's Duties A. Review requests for substitutionXwAl reasonable promptness. B. Issue an addendum to C. No verbal or wri/approIs other than 1 addendum will be valid. 1.5 Substitution Request Fo\`\ A. The blank form ithis project manuB. Substitutions wilred only when the att ched form, or a copy thereof, is completed and in the substantiating data. PS -2 U7 N 4 W a OC: JY J s 0 N PS -2 PRE-BID SUBSTITUTION FORM IOWA CITY PUBLIC WORKS FUEL FACILITY PROJECT CITY OF IOWA CITY TO: City of Iowa City, Engineering Division Attn: Melissa A. Clow 410 E. Washington Street Iowa Cit , IA 52240 Phone: (3 356-5413 Fax: (319) 356-5007 Email: melis-clow(aiowa-city orq We hereby submit for yo consideration the following product, instead of the s cified item: DWG. NO. DRAWING TITLE SPEC. SECT. SIMTION TITLE PARAGRAPH SPECIWEDITEM PROPOSED SUBSTITUTION Attach complete information on changes to a substitution will require for its proper Installatio Submit with request necessary samples and sL performance to that which is specified. Clearly equality in performance. The undersigned certifies that the function, apr and assumes liability for equal performance, ec materials. Submitted by: Signature Print Name Firm which proposed data to prove equal quality and acturer's literature to indicate N d quality are of equaLperforr�rance and compatibility wittice __4G m =r rn Date Phone Address Fax Signature shall be by pe on having authority to legally bind his firm to the above to provide legally bindin signature will result in retraction of approval. For use By Architect For Use by Owner Failure Recommended Recommended as Noted Recommended Recommenced�as Noted Not Recommen d Received Late Not Recommended Received Late Insufficient Data Received _Insufficient Data Received Date By Date PS -3 Fill in the Blanks Below (Attach additional sheets if necessary): A. Does the substitution affect dimensions indicated on the Drawings? Yes No If yes, clearly indicate changes below: B. Will the der. igned pay for changes to the building design, detailing c sts caused by the requested substitution? Yes No If yes, clearly indicate chang C. What effect does subXtitution have on other contract's or other trades? D. What effect does substitution h�we on construction schedule? E. Manufacturer's warranties of the Same F. Reason for Request: Explain: specified items are: G. It&mized compari n of specified item(s) with the proposed vaHationy%- ` U F%-- De=signs y of maintenance services and sources: G N PS -4 engineering and (list significant FORM OF PROPOSAL EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY BIDDERS, PLEASE NOTE: DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. UNBOUND, COLORED COPIES OF THE FORM OF PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT FOR COMPLETION AND SUBMITTAL. N O 1 Name of Bidder Address of Bidder -'r- _ zn o BIDS RECEIVED BEFORE: 3:00 PM local time on Thursday, September 11, 2014 0 TO: City Clerk City of Iowa City, City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , , and and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID FP -1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Clearing & Grubbing Acre 2 $ $ 2 Mobilization Ea 1 3 Excavation, CL 10 Cy 2,250 FP -1 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 n LLJn Topsoil, Strip, Salvage & Spread Cy Crushed Stone, [DOT Grad No. 14 Cy PCC Pavement, 8" Sy PCC Curb & Gutter, 1.5 Ft. Lf 24" Area Intake Ea 48" Dia Manhole Ea 60" Dia Manhole Ea 72" Dia Manhole Ea 84" Dia Manhole Ea 24" FES, Concrete W/ Guard Ea 30" FES, Concrete W/ Guard Ea 36" FES, Concrete W/ Guard Ea 12" RCP Storm Sewer, Trenched Lf 18" RCP Storm Sewer, Trenched Lf 24" RCP Storm Sewer, Trenched Lf 27" RCP Storm Sewer, Trenched Lf 30" RCP Storm Sewer, Trenched Lf 36" RCP Storm Sewer, Trenched Lf 6" SCH 40 PVC Sanitary Sewer, Trenched Lf Adjust Existing Structure Ea Rip -Rap, IDOT Class E Sy Hydroseed, Rural Mix Acre ilt FerTe Lf gopWtection, Wood ce93311at Lf 5xterieMashout, inclusive ASh%"1%2.1-A2.6 and P1 = LS U Q � n N 520 1,550 175 1 3 1 2 1 1 1 1 K}+7 ip4m 120 41 212 222 5 3 51 1.2 305 305 1 TOTAL EXTENDED AMOUNT = FP -2 FORM OF PROPOSAL EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY BIDDERS, PLEASE\CONTA NOT USE THE FORM OF PROP AL INCLUDED IN THE BOUND VOLUME OFICATIONS. UNBOUND, COLOR COPIES OF THE FORM OF PROPOSAL ARD WITHIN THE BACK COVE OF THIS DOCUMENT FOR COMPLETION AND Name of Bidder Address of Bidder BIDS RECEIVED BEFORE: 3:00 PM local TO: City Clerk City of Iowa City, City Hall 410 E. Washington St. Iowa City, IA 52240 Thursday, September 11, 2014 The undersigned bidRfer submits herewith bid $ , iy{accordance with the terms set forth The undersigned idder, having examined and determined th\cluding f the Contract Documents, hereby pr poses to provide the required labor, services, nd equipment and to perform th Project as described in the Contract Documing Addenda and and to do all work at the prices sen.We fu er propose to do all "Extra Work" which may be requip to the work contemplate , at unit prices or lump sums to be agreed upon in writing png s h work. FP -1 N O L.C1 C= r— rn in the'=amofint oT "Project Specifications." The undersigned idder, having examined and determined th\cluding f the Contract Documents, hereby pr poses to provide the required labor, services, nd equipment and to perform th Project as described in the Contract Documing Addenda and and to do all work at the prices sen.We fu er propose to do all "Extra Work" which may be requip to the work contemplate , at unit prices or lump sums to be agreed upon in writing png s h work. FP -1 ITEM NO. ITEM UNIT TOTAL UNIT PRICE EXTENDED TOTAL 1 CLEARING & GRUBBING ACRE 2 2 MOBILI TION EA 1 3 EXCAVATIO CL 10 CY 2,250 4 TOPSOIL, STRIP, OCKPILE & SPREAD CY 820 5 SOIL TESTING & INS CTION LS 1 6 CRUSHED STONE, IDOT AD NO. 14 CY 520 7 PCC PAVEMENT, 8" W/CDJ INTS SY 1,550 8 PCC CURB & GUTTER, 1.5 FT. LF 55 9 24" AREA INTAKE EA 1 10 48" DIA MANHOLE E 3 11 60" DIA MANHOLE IkA 1 11 72" DIA MANHOLE EA 2 12 84" DIA MANHOLE EA 1 13 24" FES, CONCRETE W/ GUAR EA 14 30" FES, CONCRETE W/ GL/RD EA 1 15 36" FES, CONCRETE W/ UARD EA 1 16 12" RCP STORM SE R, TRENCHED LF 125 17 18" RCP STORM WER, TRENCHED LF 125 18 24" RCP STOO SEWER, TRENCHED LF 120 19 27" RCP ST RM SEWER, TRENCHED LF 41 20 30" RCP ORM SEWER, TRENCHED LF 212 21 36" P STORM SEWER, TRENCHED LF 222 22 A UST EMSTING STRUCTURE EA 3 23 IP-RAP, CL E SY 51 24 HYDROSEED Ln ACRE 1.2 25 ILT FE6E LF 305 ALT Q-MAINTENANCE LF 305 TEN6ED�dTOTAL FP -2 s O 0 N FP -2 BID ALTERNATE Alternate No. 1 Install Type K Copper piping in place of the 4-11/2" poly tubing as shown on sheet P1. ADD the Sum of: Dollars ($ ) to Item 28, Exterior Washout Lump Sum price. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Phone: Contact: FP -3 Signature: g a >� �7n �� co r Printed Name: 7�M m Title: c^ Address: o Phone: Contact: FP -3 THIS PAGE INTENTIONALLY BLANK FP -4 0 ca aC � UJ J"►- °I -J>- L. a �Q s 0 THIS PAGE INTENTIONALLY BLANK FP -4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are �Qbject to approval by City. The undersigned bidder & rtifies that this proposal is made ' good faith, and without collusion or connection with any oth\atthis sons bidding on t work. The undersigned bidder staposal is ma in conformity with the Contract Documents and agrees that, in ty discrep cies or differences between any conditions of this proposal and thements epared by the City of Iowa City, the more specific shall prevail. r 6 �f Name: r o Title: Address: Phone: Contact: FP -3 R-1 W J !L FP -4 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated September 11th 2014 for the City of Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then fumish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, inJw evert exceed the amount of the obligation stated herein. D r By virtue of statutory authority, the full amount of this bid bond shall b .)f eiffv to fre Owner in the event that the Principal fails to execute the contract and provlre bond, Pin provided in the Project specifications or as required by law. r^ z The Surety, for value received, hereby stipulates and agrees that the obhgationr.of said Surety and its bond shall in no way be impaired or affected by any extension of the ti61 within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 2014. Witness Witness 1 V --M (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney THIS PAGE INTENTIONALLY BLANK tn N W = WO tj�-- LL. s Cl _ 0 N FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 2014, for the City of Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; N r n �- a C. Plans; C -) C -)I d. Specifications and Supplementary Conditions; -=tc< �r a e. Notice to Bidders; o � f. Note to Bidders; r o g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; I. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 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 Mayor ATTEST: City Clerk AG -2 2014. Contractor ATTEST: (Title) (Company Official) Approved By: City Attorney's Office 0 0 LU a �>= A CO U!� LL c� Q U� s G o N AG -2 2014. Contractor ATTEST: (Title) (Company Official) Approved By: City Attorney's Office FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of July, 2014, for the City of Iowa City Public Works Exte or Washout, PCC Access Road and Storm Sewer Improvement Project ("Project"), and Whereas, said plans,�sppecifications, proposal and bid docu ents accurately and fully describe the terms and conditions\upon which the Contractor is will g to perform the Project. NOW, THEREFORE, IT IS 1. The City hereby accepts';the attached pfoposal and bid documents of the Contractor for the Project, and r the s s listed therein. 2. This Agreement consists of the fo ing component parts which are incorporated herein by reference: a. Addenda Numbers o r b. "Standard Specific tions for Highwa and Bridge ConiorSerief y —+ r 2012, Iowa Dep rtment of Transportatio as amended; c. -cn r �Gr -v m c. Plans; � = Q C r CD d. Specifica ns and Supplementary Conditions; 3' e. NoticeXo Bidders; f. Not¢to Bidders; g. P rformance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid L Contract Compliance Program (Anti -Discrimination Requ j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 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): AG -2 Approved By: N Q ✓Y_ a. W = a- -j City Attorney's Office v� s CD 0 N AG -2 PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Kueny Architects of Pleasant Prairie, WI and by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are sucki2that, if c, Contractor shall promptly and faithfully perform said Agreement, then the oblig3ofis bon$ —a [— shall be null and void; otherwise it shall remain in full force and effect until satisfactofy czTple4mr of the Project.�i*i o M y A. The Surety hereby waives notice of any alteration or extension of tir�i:�macj@- by iU Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or F0 subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 2014. IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) u7 ness (Title) 0 = �� LU u7 r~ (Street) v �- o s (City, State, Zip) 0 N (Phone) Contract Compliance Program r 4 t40 1 '14"'MOA& Ot CITY 4F IOWA CITY N O t- n m � Q CITY 4F IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. Ln N Q w-' r rJjr � U O S O N mgr%asst\contractcompliance.doc CC -1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The 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 proven assistance in obtaining the necessary posters. -� rC- <r- M m o� � C7 mgrtassflcontractcompIiance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date mgAassftontractcompliance.doc CC -3 s N uj �.�► O .r Phone Number Title Date mgAassftontractcompliance.doc CC -3 2. 3. a SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF o r Your staff should be aware of and be required to abide by your Equal cloyment aRortunity program. All employees authorized to hire, supervise, promote, or discharge e yens or e�volved in such actions should be trained and required to comply with your polices M cuftW equal employment opportunity laws. :Gm jjj���llll �'��1 i o� r C7 RECRUITMENT is N O (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?' Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgAasst\contractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N J "-' -- JF CJ � LL s o 0 N CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiencXsyndrome poses a significant risk of transmission of the human immunodeficiency virus to othe23)ersons r in a specific occupation. c C-)-< — F. The following are exempted from the provisions of this section: =in ur r- a M s N O CC -6 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 N ® x� W CL CL �o LLJ -J>: J u, cj'— rZ3 LL __j '—`r v� s O N CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. _ N O -i C7 CJI �"•� < m M m .. N O CC -8 THIS PAGE INTENTIONALLY BLANK CC -9 L N 'a uj �r � v r� UO s N THIS PAGE INTENTIONALLY BLANK CC -9 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O C7 r C._ �r M o 3 N O GC -1 THIS PAGE INTENTIONALLY BLANK GC -2 uo N W _ n WO J- vr IJLU .r Q s 0 N THIS PAGE INTENTIONALLY BLANK GC -2 S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 S-10 S-11 S-12 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION �o Definitions <m Limitations of Operations Insurance Supervision and Superintendence Concerning Subcontractors, Suppliers and Others Compliance with OSHA Regulations Employment Practices Contract Compliance Program (Anti -Discrimination Requirements) Measurement and Payment Taxes Construction Stakes Restriction on Non -Resident Bidding on Non -Federal -Aid Projects Caption and Introductory Statements Ac -o nc N 0 These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. 91 W J U. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. 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: n Tvae of Coverage N CompreiNgnsive General Liability Btdiljl�j Injury & Property Damage* %uto"Oe Liability B_Wpg Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 E4ces Liability $1,000,000 $1,000,000 —� Lr 1Norker'6Compensation Insurance as required by Chapter 85, Code of Iowa. 0 *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: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or SC -2 limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging SC -3 bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMIANCE WITH OSHA REGULATIONS. ��d^d the f�low7ijag paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: Lu W 9 Th"o64 etor and all subcontractors shall comply with the requirements of 29 CFR 1910 (Ge reral-Mustry Standard) and 29 CFR 1926 (Construction Industry Standard). The Cohtiacter�d all subcontractors are solely responsible for compliance with said regulations. J J s Q Th�)3ontr5ctor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such SC -4 person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. 5-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -5 N o _ � l C') _;C r .<r r- -0 M � N O SC -5 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or"No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: o Dates: / / to —/—I— Address: City, Stab Dates: / / to / / Address: City, Stab Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Signature: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. R-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 0C x_ J%" J co r �~ }U U. CO Z. U S O r,. O N R-2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." _ c In rule 875-156.3(73A), the term "public body" replaced the tern "nonresident b1S(Z:' A new rule 875-156.9(73A) containing a severability clause was added.— The principal reason for adoption of this amendment is to implement legislative infp�do v#rance� procedures are included in these rules because variance provisions are set forth in 875 tdp4. After analysis and review of this rule making, no impact on jobs has been found. mu4a M These Hiles are intended to implement Iowa Code section 73A.21. p PO s These rules shall become effective on February 12, 2014. o The following amendment is adopted. r Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. R-3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the fust advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b.' If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. c. j56.2(3) Determining authorization to transact business. A person or entity is authorized to transact busless info state if one or more of the following accurately describes the person or entity: rlr.110 case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax k..�O purppseU _ `b. .1d 11M case of a general partnership or joint venture, more than 50 percent of the general partners 9 or Wt &qM& parties are residents of Iowa for Iowa income tax purposes; R-4 r - N C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; L In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each ofthose three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its owftame, then the public body shall allow a preference as against such bidder that is equal to theferenaagiven or required by the home state or foreign country of the bidder's parent. In the instar laLar forc!77 preference, a public body shall apply the same resident labor force preference to a publTc�irt ro J&em ice• 9 this state as would be required in the construction of a public improvement by the houi to &oreig� country of the nonresident bidder, or the parent of a resident bidder if the parent qualify as,g� nonresident bidder if such parent were to bid on the public improvement in its own 3 ' 7 A preference shall not be applied to a subcontractor unless the home state or fonfSiRouf%y of 11V nonresident bidder to whom the contract was awarded would apply a preference to the subcoijractor. N FIN 0 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country ofthe nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to submle 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability ofwritten complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(l) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. c. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. V Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be takeilepositl$ ofwitnesses, and require by subpoena the attendance and testimony ofwitnesses and the pro&Rtior ,§ "Nl books, registers, payrolls, and other evidence relevant to a matter under investigation W or hyo e. Q t ofpersonnel. The commissioner may employ qualified personnel as are necessary of Iowa Code section 73A.21. The personnel shall be employed pursuant to the ms of Iowa Code chapter 8A, subchapter IV. R-6 f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in Wile 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. o 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule urz[this gpter, T{ or the applicability of any rule under this chapter to any person or circumstance is hPd-rnvalOby r �m z f ---;SZ cp 1> F rV R-7 court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/141 [Published 1/8/141 EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. R-8 N � wo v� Q V /yyy r wY C' N R-8 APPLICATION FOR SALES TAX EXEMPTION CERTIFICATE CITY OF IOWA CITY CITY PROJECT NAME: (Check One) PRIME SUBCONTRACTOR ❑ Carpentry ❑ Painting *** Please note, Suppliers do NOT qualify for Sales Tax Exemption Certificates ❑ Drywall -Plaster -Insulation CONTRACTOR NAME: ❑ Electrical ❑ Roofing -Siding -Sheet Metal ❑ Excavation/Grading ADDRESS: ❑ Flooring ❑ Wrecking -Demolition ❑ Heavy Construction ❑ General Contractor ❑ HVAC Heating -Ventilating -Air Cond. ❑ Other (Please specify) 0 FEDERAL ID#:� 'N M DESCRIPTION OF WORK PERFORMED: ti ❑ Brickwork ❑ Landscaping ❑ Carpentry ❑ Painting ❑ Concrete ❑ Paving ❑ Drywall -Plaster -Insulation ❑ Plumbing ❑ Electrical ❑ Roofing -Siding -Sheet Metal ❑ Excavation/Grading ❑ Windows ❑ Flooring ❑ Wrecking -Demolition ❑ Heavy Construction ❑ General Contractor ❑ HVAC Heating -Ventilating -Air Cond. ❑ Other (Please specify) Sales Tax Exemption Certificates can only by utilized by a General Contractor or Subcontractor for building materials used in construction work which will become incorporated into real property. ST -1 ST -2 N L..1 O `�_W x W Q U►- co LL C s 0 N ST -2 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: 1. Clear and Grub trees and ground cover as needed. Review tree to be removaled with City prior to removals. 2. Remove and maintain existing silt fence. Install new silt fence. 3. Earthwork for the new Exterior Washout, the PCC pavement and granular subbase. 4. Install underground utilities including storm sewer, sanitary sewer, water and electric. 5. Construct Portland Cement Concrete Access Drive. 6. Construct the new Exterior Washout. 7. Mass Grade for Future Storage Building sites. 7. Install Rip -Rap at Flared -End -Sections. 9. Furnish and install seed, fertilizer, and mulch throughout project. N O 10. Other work associated with paving and utility installation. r b ©C-) C �^ d F N 01010-1 THIS PAGE INTENTIONALLY BLANK N L7 �� W J �'- �. i- U L� F - Q U< s Q ca N ` SECTION 01010 SUMMARY OF THE WORK PART 1- GENERAL General d cription, not all inclusive. A. Base 'd Work: 1. Clear d Grub trees and ground cover as needed. 2. Remove a 'sting silt fence and install new. 3. Excavate for new Exterior Washout, the PCC 4. Install Storm Sewe . 5. Construct 8 -inch thick ular subbase. and granular subbase. 6. Construct 8 -inch thick Portl d Ce nt Concrete Access Drive. 7. Install Water and Sanitary for ew Exterior Washout. 8. Construct the new Exterior ashout. 9. Mass Grade for Future torage Buildings s. 7. Install Rip -Rap at F ed -End -Sections. 9. Furnish and ins 1 seed, fertilizer, and mulch thro 10. Other work sociated with paving and utility inst 01010-1 project. 01010-1 N O_ O t <rn :<r- N r C W , l!J �i ee � � � r U 1 ca N SECTION 01015 ALTERNATES PART1-GENERAL 1.01 SUMMARY.• A. Provide alternate bid(s) to be added to the amount of the Base Bid if the corresponding change in scope is accepted by the City of Iowa City. B. Include within the alternate bid prices all costs, including materials, installations, and fees. C. Show the proposed alternate bid prices opposite their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). L02 SPECIFICALTERNATES. A. Alternate Bid Items 1. Install Type K Copper piping in place of the 4-1'/2" poy tubing as shown on Sheet P 1. Provide a bid price for installation of Type K Copper piping from the Warm Storage Building to the Yard Hydrants. This piping is shown on the Base Bid plans as 4-1'/z" poly tubing. B. Alternate Bids Alternate Bid Number 1 will be reviewed by city staff and a recommendation will be made for the City Council to review on September 16, 2014. The possible results of their review of the Alternate Bids are: 1. Not accept Alternate Bid No. 1, or c 2. Accept Alternate Bid No.l. r 3 P0 Jr N 01015-1 THIS PAGE INTENTIONALLY BLANK 01015-2 N W Q J} D1 Uf' i -U , s W = 4 U G 1 0 N THIS PAGE INTENTIONALLY BLANK 01015-2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARDOFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. i iE- c Iry PART 2 - PRODUCTS— c�-G m 2.01 NONE a 3'� `� PART 3 - EXECUTION `� 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS. A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade C"excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill .zr Or �c7 material, and all such work as may be required to make the grading work complete with a _ G c l uniform surface free of rock, broken concrete, tree roots, limbs and other debris is �= J}'. incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. co c-31-- >-L3The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and Q c j Wanking tickets. The Contractor must figure these costs into their bid prices. The City will _> 9not waive parking fees or fines. Permits paid for by the Contractor will be issued only for N construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1- 1.01 SUMMARY.• A. Procedures and s bmittal requirements for schedule of values, app ' 'ons for payment, and unit prices. 1.02 STANDARD OFMEASURE NTS: A. Work completed under the ontract shall be measure y the Engineer. Payment will be based on the actual quantity work performed a ing to the various classes of work specified unless noted in Part 3 this Section. Th ntractor will be given an opportunity to be present during measurement. 1.03 SCOPE OFPAYMENT. as herein provided as full payment for ent and for performing work under the of the elements, or from any unforeseen execution of the work and up to the time A. The Contractor shall accept the co saition furnishing materials, labor, tools d e uipm contract; also, for costs arising m the ion difficulties which may be en tered durin e of acceptance/itemsa B. Construction as a lump sum or itemized work, which will be paid on a unit cost basisome work may be uired for which a separategy item is not provided.is work is required. If separate pay itemis not pLavided for this work, it ed incidental to the proj t and no sepamagpgyMat wilts made. -{ r PART 2 - PRODUCT -<r— -o M � J � 2.01 NONE N O PART 3 - EIS 3.01 PROCI A./Payment under this contract shall occur no more than once per month for ork completed by the Contractor. Payment is based on an estimate of the total amount an value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 r ; U— BID ITEMS. A. GENERAL following subsections describe the measurement of and payment for the work to be under the items listed in the FORM OF PROPOSAL. Eac it or lump sum price stated shall constitute full payment erein specified for each item o work completed in accordance with the drawings specifications, including clean up. It is the Con toes responsibility to identify the locatio of public and private utilities. No additional pensation will be made for any in rference or delay caused by the placement an, ocation of said utilities. No addit' nal compensation will be made for repair costs to fix ge caused by the Contractor o is/her Subcontractors. Work associated with a 'sting items on I protected, removed, reloca d, replaced, rei unless it is listed as an item'ip item''the FORM unsuitable for relocation or re1stallation w necessary, at the Contractor's expe)se. aty and/or public property that are to be led or modified is considered incidental PROPOSAL. Existing items damaged or be replaced with like item and painted, if All trees and shrubs shall remain and rotected from damage unless specifically noted as "REMOVE" or "CLEAR AND GR . n the project plans and as otherwise directed by the Engineer. The prices for those it s ich may have any impact on existing trees and shrubs shall include compensation or specr precautionary measures required to prevent injury or damage to said tree, shru or root sy in. The prices for those items whi involve grading excavation shall include compensation cv for top soil removal and re acement (unless it i listed as an item in the FORM OF .sOPOSAL), disposal of s rplus excavated materi handling water, installation of all -cessary sheeting, bracin d temporary fencing aro d all open excavations and supply, cement and compactio of specified backfill. v7 a r3'� prices for those it s which involve surface removal a 'acent to buildings or vaults cFl�l include compens tion to protect exposed surfaces from ter which may leak or seep aria vaults and/or b merits. 0 N All labor, materia and equipment required to bring surfaces to th proper elevation and density includin loading, hauling, and disposal of unsuitable m erial, below grade excavation, bo w and hauling, placing, forming, drying, watering an ompaction of fill material, and such work as may be required to make the grading work mplete with a uniform surf ce free of rock, broken concrete, tree roots, limbs and other debris is incidental to is project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS 1. Clearing and Grubbing. The lump sum price for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, com, crops, vegetation, rubbish and field fence within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of other items on site as directed by the Engineer. 2. Mobilization � r —yy Mobilization shall be provided for preparatory work and opera nc the c aact as outlined in IDOT Specifications Section 2533. Payment se aq descrjbed in said Section 2533. :744) °o ii :e -r -m rn 3. Excavation, Class 10 p� o The unit price for this item will be paid based on cubic yards of fill. pGluded with this item is all work required to bring the roadway to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable material, including chip seal, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards. Additional material, as needed, is located on the south side of the site and shall be incidental to this item. There will be no payment for overhaul. 4. Topsoil, Strip, Salvage & Spread. The unit price for this item will be paid based on the plan quantity of cubic yards of topsoil stripped, salvaged and spread. Included with this item is all work required to remove topsoil from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and spreading 6" of topsoil on areas to be seeded and sodded. Also included is mowing, plowing, blading, disking, and stockpiling. 5. Crushed Stone, IDOT Grad No. 14 The unit price for this item will be paid based on the number of cubic yards of granular subbase constructed at the specified thickness including placement 12 -inches beyond the back of curb or edge of pavement. Also included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 6. Portland Cement Concrete Pavement, 8" The unit price for this item will be paid based on the number of square yards of Portland Cement Concrete pavement constructed at the specified width, thickness and mix design. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb 01025-3 and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3 Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications. Pavement Jointing shall be in accordance with Iowa DOT Standard Road Plans PV -101. Use CD Transverse contraction joints in mainline pavement when thickness is 8" or greater. Portland Cement Concrete Curb and Gutter The unit price for this item will be paid based on the number of linear feet of Portland Cement Concrete curb and gutter constructed at the specified widths and thicknesses and includes excavation required to place forms and curb and gutter at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines. This item is only for curb and gutter associated with pavement widening and asphalt transitions as shown on the "Tabulation of Curb and Gutter" in the plans. 8. 24" Area Intakes The unit prices for this item will be paid for the complete installation of each intake, including excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Stoppers for stub connections are incidental. 13. 24" FES, Concrete w/ Guard 14. 30" FES, Concrete w/ Guard 15. 36" FES, Concrete w/ Guard Flared End Sections with Guards The unit prices for these items will be paid based on the number installed for each size and type and includes excavation, shaping of subgrade and hardware. At places where flared end sections with guards are required, pipe length includes the length of the flared end section. The last two pipe joints before the flared end section shall be tied and is incidental to this item. 01025-4 9. 48" Dia Manhole 10. 60" Dia Manhole 11. 72" Dia Manhole M 12. 84" Dia Manhole o cl:: o Construction of Manholes w CO The unit price for this item will be paid for the complete installation of each storm -- v manhole including excavation, forming, reinforcing steel, dowels, supply, placement, V) Q v compaction and finishing of concrete, supply, placement and compaction of specified C) backfill, providing stubs for drainage tiles, chimney seal and the frame and casting. N Stoppers for stub connections are incidental. 13. 24" FES, Concrete w/ Guard 14. 30" FES, Concrete w/ Guard 15. 36" FES, Concrete w/ Guard Flared End Sections with Guards The unit prices for these items will be paid based on the number installed for each size and type and includes excavation, shaping of subgrade and hardware. At places where flared end sections with guards are required, pipe length includes the length of the flared end section. The last two pipe joints before the flared end section shall be tied and is incidental to this item. 01025-4 0 ` B. BID ITEM DESCRIPTIONS o C DESCRIPTIONS. 1. Portland Cement Concrete Pavements and Driveways. -4t-- —p 111 unit prices for these items will be paid based on the num bernfsuar�yard ortland Cement Concrete pavements, driveways and parking lotsi"struL�ted at the s ified widths, thicknesses and mix designs, including 5 -foot irl aength 1II depth co rete beyond the back of sidewalk where existing driveways/gravell or d' .Also ' eluded with these items is excavation to place forms and preelevat ns, supply, placement and compaction of subgrade materiri waysand p g lots, forming, supply, placement and finishing o, specialconcrete fixes, reinforcement, Portland Cement Concrete curb dropinstallation, curing, jointing and joint sealing, grading to establim gradebetween the idewalk and top of curb, and backfilling at curb linay edges and parking to ges. Aggregate durabili class for all P.C. Concrete paving shall be lass 3. If weather conditions rohibit the use of Class M, P.C. oncrete, a deduct will be negotiated for the redu cement content in Class C, P. .Concrete. Pavement smoothness shall evaluated for main me pavement per current IDOT Specifications. 4. Portland Cement Concrete Curb alld Gutter. The unit price for this item will be'd b Cement Concrete curb and gutter con and includes excavationrequired to elevations, forming, supply, placem tai joint sealing grading to establish unif curb, and backfilling at curb Ii es. This with pavement widening and phalt tran and Gutter" in the plans. xi on the number of linear feet of Portland -d at the specified widths and thicknesses e forms and curb and gutter at required finishing of concrete, curing, jointing and T between the sidewalk and top of rs only for curb and gutter associated io as shown on the "Tabulation of Curb 6. Portland Cement Concre16 Sidewalk and Curb 7. The unit price for se items will be paid based o the Portland Cement nerete sidewalk constructed at the pc and mix designs/.Included with these items is subgrade r subgrade trea ents, forming, concrete placement and ramp colorin per Section 03350, curing, jointing and joint form lines. number of square feet of cified widths, thicknesses oparation and compaction, fishing, curb ramps, curb >paling, and backfilling at The/unit price for this item will be paid based on the number d( square yards of g9imilar subbase constructed at the specified thickness including plabcment 12 -inches yond the back of curb. Also included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 01025-3 8. Subgrade Repair. The unit price for this item will be paid based on the number of tons of rock used to repair unsuitable subgrades and includes removal and disposal of unsuitable material and supply, placement and compaction of rock. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item., 9. LonAudinal Subdrain and C.M.P. Outlets. The unit rice for longitudinal /nnen ll be p d based on the number of linear feet placed. The unit price or C.M.P. outid based on the number of outlets constructed. Included with these items is disposal of excess excavated material, famishing and placing ind entees, and C.M.P. outlets, including outlet coverings, grouted joints, specions, drilling or forming into drainage facilities, furnishing and pl 'ngfill, and finishing the surface as directed by the Engineer. 10. Construction of Sanitary A Sanitary Sewer Services, Storm Sewers and Culverts. / The unit prices for th5de items will paid based on the number of linear feet installed. Length will Vmeasured for eac size and type of pipe along the pipe center line with no deducti9fis for prefabricated bkds or flared end sections. Measurement 01025-4 shall exclude the s ce across manholes and' es. x� The following i ms shall be considered inciden unless they are included with other items listed in a FORM OF PROPOSAL: CL- UJ rr t r,Y a. Ada rs, collars and tapping required for c nections to dissimilar pipes, oles, or other appurtenances. V p b. nch excavation including famishing necessary eq\appurten Zi _ N C. Trench boxes required for safety and to minimize dires to be saved. d Exploratory digging required to determine locationtures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, . f. Supply, placement and compaction of specified prial and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. 01025-4 16. 12" RCP Storm Sewer, Trenched o 17. 18" RCP Storm Sewer, Trenched o � r a 18. 24" RCP Storm Sewer, Trenched > _ 19. 27" RCP Storm Sewer, Trenched n-< �D �— 20. 30" RCP Storm Sewer, Trenched :;C-) ='�rrn ° M. rn 21. 36" RCP Storm Sewer, Trenched 22. 6" SCH 40 PVC Sanitary Sewer, Trenched c Construction of Sanitary Sewers and Storm Sewers w The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends or flared end sections. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. C. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including famishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. 1. Temporary support of existing utility mains and service lines. in. Temporary fencing required to contain livestock. n. Repair or replacement of utility services damaged by the Contractor. 01025-5 o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 23. Adjust Existing Structure The unit prices for these items will be paid based on the number of existing structures adjusted to finish grade and includes excavation, fittings, hardware, backfill, compaction and the protection of these structures during the construction process. 24. Rip -Rap, IDOT Class E The unit price for this item will be paid based on the number of square yards of specified stone placed as shown on the plans and directed by the Engineer. Stone shall be placed on engineering fabric which is incidental to this item. Also included is subgrade preparation and shaping, supply and placement of engineering fabric and rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. 25. Hydroseed, Rural Seed Mix The unit price for this item will be measured and paid for all areas receiving new seed and is based on the number of acres (to the nearest 0.1 acre) shaped, seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in unit price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement and sod shall be seeded unless noted on the plans or directed by the Engineer. 26. Silt Fence The unit price for silt fence will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer and includes Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 28. Exterior Washout, inclusive of Sheets A2.1 -A2.6, PI and Sections 3 and 31 This item includes all construction, procurement, installation and coordination needed to establish a complete and operating exterior vehicle washout and asphalt emulsion tank pad. Included in the washout are: PCC sidewalk (4" concrete over 4" crushed 01025-6 installation, maintenance and removal upon establishment of ground cover. M —T rErosion control for areas disturbed by careless actions of the Contractor shall be at the o Contractors expense. co co—�� tit— 27. Slope Protection, Wood Excelsior P The unit price for erosion control mat will be paid based on the number of squares (1 square = 100 square feet) of actual area covered and includes supply and placement of o specified material, anchor slots, junction slots, check slots, terminal folds, lap joints `V and maintenance. To be provided for all slopes, 4:1 or greater. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 28. Exterior Washout, inclusive of Sheets A2.1 -A2.6, PI and Sections 3 and 31 This item includes all construction, procurement, installation and coordination needed to establish a complete and operating exterior vehicle washout and asphalt emulsion tank pad. Included in the washout are: PCC sidewalk (4" concrete over 4" crushed 01025-6 h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j\ Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. \Repair wers as required. I. upport of existing utility mains and service" es. m. encing required to contain livestock. n. placement of utility services damaged the Contractor. o. onnections and stubs with caps for ump pump, drainage, and field s sizes, including backfill as s ified by the Engineer. 11. Flared End Sections Guards. The unit prices for these i ms will be paid and type and includes exca tion, shapin flared end sections with ds are re u flared end section. The last pipe int: and is incidental to this item. 12. Revetment Stone and Erosion The unit price for this item wA be paib, placed as shown on the pl s and dire, engineering fabric whic is and preparation and shapin supply and p provisions to keepk from being construction activiti . 13. Construction of S£orm Intakes. )dsed on the number installed for each size f subgrade and hardware. At places where A, pipe length includes the le,rgh of the before the flared end s&ion sell be tied c� r �r-0 M xl on the number of tor>�specified stpnat by the Engineer. Stonega11 be Place this item. Also included iubgrade ent of engineering fabric anrock, and I inated with soil during subsequent The unit pri for these items will be paid based o the number of each type of intake constructed and includes excavation, forming, re Forcing steel, dowels, supply, placement compaction and finishing of concrete, sup ly, placement and compaction of specified backfill, providing stubs for drainage the and the frame and casting. Con tion of larger than standard intakes to fit over I e storm sewers and intake throa shall be considered incidental. Stoppers for stub coulkections are incidental. 14. Cgfistruction of Manholes. 4be unit price for manhole risers will be paid based on the number of vertical feet installed as measured from the flow line to the bottom of the frame and shall include excavation, connections to sewers, steps, flat top slabs, platforms, adjusting rings, and supply, placement and compaction of specified backfill. Over tees, risers will be measured from the top of the tee to the bottom of the frame. The unit price for manhole bases will be paid based on the number constructed and 01025-5 LL N s or Tj, J S 0 N shall include chimney seal and the manhole frame and casting. The unit price for tee sections for tee manholes and special sections for junction manholes will be paid based on the number of each type famished and installed and shall include the manhole frame and casting. The unit price for special platform sections for tee and/or j*tion manholes will be aid based on the number installed. Payment f7sanisewers will include the gth of the tee section. The it price for drop connections at manholes based on the number of rti feet installed as measured between the flthe manhole and the tee section. The unit pn a for special manholes will be/paid based on the number of special manholes con cted and shall include b , riser, frame and casting and specified backfill. Stoppers for stub co ections are inti ntal. 17. Adjust Fire Hydrants, ter Valve and Water Service Shut -offs. The unit prices for these i will be paid based on the number of fire hydrants, water valves and water se ce shut-0ffs adjusted to finish grade and includes excavation, fittings, hardw backfill, compaction and the protection of these fixtures during the contra ion p is. ST Pavement Removal. Removal quantitie shall include Port d Cement Concrete, full depth Asphalt rte, Cement Concrete, d/or brick roadways, riveways, parking lots, curbs and gutters, r ter_ and sidewalks. emoval of compacted ular and chip seal surfaces, including CD asphalt patche shall be considered as Class and & Borrow Excavation and will not be m asured and paid under this it aw cuts and hauling and disposal of waste mater' Is shall be incidental. All propos saw cuts must be approved by the Engineer. emoval operations shall conform to the nstruction phasing noted on the plans or otherwise approved or directed by the En ' eer. Additional effort required for this rpose is considered incidental. 20. Rem9kal of Existing Sewer and Culvert Pipe. unit price for this item will be paid based on then ber of linear feet of 7xsciavation, gnated pipewhich is removed as measured along the pipe merlin and includes saw cut of structures, demolition, removal, includin flared -end sections, disposal of debris, and supply, placement and compaction of speci backfill. Removal of Intakes and Manholes. The unit prices for these items will be paid based on the number of e h type of designated structure which is removed and includes excavation, demolition, moval, disposal of debris and supply, placement and compaction of specified backfill. 01025-6 stone), PCC retaining walls with strip footings, new 8" concrete slab over 8" of crushed stone with reinforcing, 1 phase/208v electric service to emulsion tank, catch basins w/ 6" Sch 40 PVC connection to site sanitary sewer, yard hydrants, 4-1 ''/s" poly tubing (or Bid Alternate No. 1, Type K copper), curb stops and boxes, piping and equipment for installation and connection to meter and backflow preventer inside of the new warm storage building and all necessary excavation, backfill, conduits for utilities and site work included in the plans. Equipment testing and services necessary to demonstrate the washout is fully operational to the satisfaction of the engineer and the owner shall be included in this item. Measurement and payment shall be a lump sum for a complete and operational washout station emulsion tank pad. 01025-7 N O r G-) �m 01025-7 THIS PAGE INTENTIONALLY BLANK 01025-8 c-� 2 Lij co 1 }U U. 0 N THIS PAGE INTENTIONALLY BLANK 01025-8 22. Sewer and Manhole Abandonment. The unit price for sewer abandonment will be paid based on the number of linear feet of abandoned sewers which are filled with non -shrink flowable mortar, including bulk -heading with concrete and modifying inverts in existing manholes and intakes which remain in service. e unit price for each manhole abandonment shall include all work required to ex vete, perform structural removals, fill and cap remaining structure, and supply, place en compaction of specified backfill. 24. ConsConcrete Retaining Wall and Steps and Class 20 cavation. The or construction of concrete retaining wall an steps will be paid based on thantity of cubic yards of Class C struc al concrete and includes formiy, lacement and finishing of concrete curing, surface treatments, instalout ing specified drain tiles, includ' g rodent guards, jointing and joint d ra and hardware. The unit price for steel 'nforcing will be pai ed on the plan quantity of pounds of epoxy coated steel reinktainin clude supply, shaping placement and support of each specified size. The unit price for Class 20 ill be paid based on the plan quantity of cubic yards of excavation and inval, hauling and disposal of material, supply, placement and compaction backfill, placement of topsoil, and shaping surface to required elevaent for Class 20 excavation is limited to construction of the concrwall only. All other excavation is either incidental or included with is in the FORM OF PROPOSAL. 25. Special Retaining Wall,,ts Per Plan. The unit price for tIXs item will be paid based the number of square feet of wall constructed. Area ill be determined by measu ' the height from the bottom of the block seated on a granular base to the top of the all times the applicable length of section. Wher eight varies, measurement will be roken into sections and added together to g' a the total. Included ith this item is all work required to excavate, ' stall and compact granular base, i Il and outlet perforated drain tile, place blocks d fiberglass pins, install geo ' ,install and compact specified backfill, and placemen of topsoil. 26. Fep6c Removal and Replacement. e unit price for this item will be paid based on the number of sWlions oMpecified fence removed and replaced and includes measurements required staGsh f in proper location, removal, storage, repairs, painting or replac8tn Xottec�,Q damaged portions, and replacement of fence. The amount of fence �c a entered s�talF be approved by the Engineer prior to the work. r— rn rn -0 27. Clearing and Grubbing. y> N The lump sum price for this item includes all work required to cut, r6ilove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, corn, crops, 01025-7 vegetation, rubbish and field fence within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items as directed by the Engineer. 28. TEpsoil, Strip, Salvage & Spread. The 6qit price for this item will be paid based o e plan quantity of cubic yards of topsoil pped salvaged and spread. Included it, this item is all work required to remove t soil from cuts, or areas to be cove by fill, preparation of vegetation, and hauling, de siting, and spreading the topsoi on areas to be seeded and sodded. Also included is owing, plowing, blading, d' king, and stockpiling. Topsoil shall be removed to a iform 9 -inch depth. 29. Class 10 The estimated quantit s are: ubic yards cut and _cubic yards fill (including 30% shrink). The unit ice for is item will be paid based on the plan quantity for cubic yards of _liasert c or r, whichever is larger]. Included with this item is all work required to bring the road o the proper subgrade elevation and density along the entire cross section with a iform surface free of debris. Also included is cutting, loading, hauling and dispo al o unsuitable material, including chip seal, below grade excavation, borrow and uling, cing, forming, drying, watering and compaction of c•.) fill material. N Q— �C�Lkpproved Contracto -provided borrow it and materials, as needed, shall be incidental (V a 0:2o this item. There ill be no payment for verhaul. Class 12 Excav ion. L 's ~i The unit pri for this item will be paid based the number of cubic yards of rock removed as easured in place before excavation. eluded with this item is additional excavation uired to uncover, measure and ove rock, crushing, breaking, disposal, d supply, placement and compaction of a ditional backfill created by the rock void . If material suitable for backfilling is not ailable in sufficient quantity from oth r excavations, the Contractor shall, at his/her o expense, furnish suitable materia from outside sources. is encountered, it shall be uncovered but not excavail measurements made by the Engineer, unless in the opinion of theneer, satisfactory nts can be made in some other manner. 31. Tr�nch Stabilizing Material. 7he unit price for this item will be paid based on the number of cubic yards of rock psed in place of unsuitable foundation materials only when directed and authorized by the Engineer. Trench stabilizing material not approved by the Engineer will not be paid for. Included with this item is additional trench excavation, disposal of excavated materials and dewatering. This item does not replace and/or include specified pipe bedding material. 32. Boring and Jacking. The unit price for this item will be paid based on the number of linear feet bored and 01025-8 jacked as measured end to end of assembled pipe within casing. Included with this item is excavation, jacking pit, receiving pit, boring and jacking, carrier pipe, casing pipe, disposal of excavation and spoil material, casing chokes and field lock gaskets, supply, placement and compaction of specified backfill and connections to existing sewers and/or water mains. 33. Drainage Swale Reshaping. The u 't price for this item will be paid based on the number ofAtations reshaped as shown o the plans or directed by the Engineer and include removal, hauling and disposal o excess material, and all shaping and compac ' n required to produce smooth, unif6kin draining surfaces. 34. Erosion Control. The unit price for sill4ence will be paid based on tye number of linear feet installed at locations indicated o the plans or as direc d by the Engineer and includes installation, maintenance d removal upon es lishment of ground cover. The unit price for erosion co trol mat will a paid based on the number of squares (1 square = 100 square feet) of a I area ered and includes supply and placement of specified material, anchor slots, 'uncti slots, check slots, terminal folds, lap joints and maintenance. Erosion control for areas Contractor's expense. 35. Engineering Fabric. The unit price for this i m will be paid area covered and incl es subgrade pre and staking of speciod fabric. 36. Sodding. actions of the Contractor shall be at the on the number of square feet of actual P and shaping, and supply, placement The unit pri for this item will be paid based on the` 100 squ feet) of sod placed and includes prepa materials installation of sod, watering and all upkeep year tee. All disturbed areas not replaced with N note n the plans or directed by the Engineer. 37. Sgkd, Fertilize, and Mulch ber of squares (1 square = m of sod bed, fertilizing specified, including a one- ent shall be sgtkied unless 0 or c The unit price for this item will be paid based on the nu fertilized, and mulched and includes preparation of seed bed, of seed, fertilizer, mulch, and water, and all upkeep as specific guarantee. No distinction in unit price shall be made for specified. cn acres seeded mixtures Only disturbed areas not replaced with pavement and sod shall be seeded unless noted on the plans or directed by the Engineer. 38. Trees and Shrubs. 01025-9 The unit prices for these items will be paid based on the number of trees and shrubs planted for each type, class and size specified, in locations marked by the City Forester. Included with these items is famishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved s9il mix, hardwood mulch, and all upkeep as specified, including a one-yeaz guazant 48. Geotextile 11/00 shmd\engin.1.pnrii\01025.dm The unit price for this item will be paidbased on a covered and includes subgrade preparation staking of specified geotextile and other w r in S ion 02270. Area of geotextile requi or not be asured for payment. 01025-10 e number of square feet of actual d shaping, and supply, placement k incidental to this item as described anchorage, seams, and overlaps will M s Y� °' �r LLJ Lj� s o 0 N The unit price for this item will be paidbased on a covered and includes subgrade preparation staking of specified geotextile and other w r in S ion 02270. Area of geotextile requi or not be asured for payment. 01025-10 e number of square feet of actual d shaping, and supply, placement k incidental to this item as described anchorage, seams, and overlaps will SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to the operating Public Works Complex is a high priority. Scheduling of work shall be planned with this in mind. L02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. o PART 2 - PRODUCTS r c �� �o r None. rn v PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION• A. A Pre -Bid meeting will be held on Friday, August 29, 2014 at 10:30 am in the Streets Division Conference Room, 3800 Napoleon Lane at the Iowa City Public Works Complex. B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 63 working days. Saturdays will not be counted as working days. The specified start date is September 17, 2014. Liquidated damages of $500 per day will be charged on work beyond 63 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting fleshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) the nearby residents and the daily operations at the public works complex. Access to the Public Works Complex and 01310-1 residences shall be maintained at all times. D. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION HIM UTILITIES: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street or site access drive may be closed without the Engineer's approval and said notification. 11191M c-� O _ �i- �C r f co U 1- vW 1 rU LL a U j O_ 0 N 11191M SECTION 01310 PROGRESS AND SCHEDULES PART 1- 1.01 SUMMARY.• A. Prepare, submkand update as necessary a schedule of the B. Time is of the bksence. Minimizing h disruption to the o rating Public Works work shall be Dlanne&with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit ply the proposed work with the cot proposed dates and durations of approved by the Engineer. , disruption and duration of a high priority. Scheduling of to the P -Construction meeting a detailed schedule of )lling mtion identified. The schedule shall include 'qet osings. Work may not begin until the schedule is B. The Contractor shall submit u dated onstruction schedules at two weel intervals throughout the project. => C-) c >-4 r PART 2 - PRODUCTS vl None. :�'- M -o M PART 3 - EXECUTION r"', 0 3.01 MEETINGS PRIOR TO A. A Pre -Bid mq6ting will be held on Friday, Auust 29, 20 at 10:30 am in the Streets Division 7struction erence Room, 3800 Napoleon Lan(!at the Iowa 'ty Public Works Complex. B. A Pre -Cc meeting will be held prior to beginning wor\countedV 3.02 PROGRESS WORK. A. W k will be limited to 63 working days. Saturdays will not be working days. T e specified start date is September 17, 2014. Liquidated damages of $2 per day will T. charged on work beyond 63 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01310-1 D. Construction will proceed in phases. The particular phasing sequence is outlined in the projec plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub - phase Xhall be sufficiently complete to allow reopening to the public, as determined by the E. RestorationNgctivities such as pavement replacement will follow/closely behind the work even if multip mobilizations are necessary. F. The Contractor vXIl become an active partner with the in communicating with and providing informati to concerned residents and busine es. G. Work will be staged toVonflict gth of time king spaces and parking revenue are lost. 3.03 COORDINATION WITH UT A. It is anticipated that mct ill occur which cannot be taken care of ahead of time. The Contraosely with the utility companies to aid in these relocations to keep theule. 3.04 STREET CLOSINGS: A. Notify the Engineer four day�rm advance c issued. No street may be clo ed without the CII N tt f 01310-2 closings so that a press release can be ;r's approval and said notification. U F- �i LL U S S O /N 01310-2 closings so that a press release can be ;r's approval and said notification. SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS. A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. c o t PART 2 - PRODUCTS 2.01 MATERJALS: cn rrn -o M A. Traffic control devices may be new or used, but must meet the requ nts of the t?T Standard Specifications. _ �+✓+ 0 B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.- A. QUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS. A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES.- A. ACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 Cl) N a LU— LJ I L) CJ 0 N 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1-GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES.- A. EFERENCES. A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE. A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris remelting from work on the project. L04 SUBMITTALS. -< �--- A. Locations of disposal sites. —� -o M PART 2 - PRODUCTS .<rn N 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION. A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES. A. Utilities 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. N 2. When active utilities are encountered, promptly take necessary measures to support _ and protect said utilities and maintain them in service. W cci- W If active utilities are damaged or interrupted as a result of work on the project, take c-' ` appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractors expense. U s 42 Active utilities shown on the drawings to be relocated, or which require relocation Z; due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 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 Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties to the maximum extent possible and to not disrupt daily activities at the Public Works Complex. D. Disposals I. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. No r =a G �-� C r - r- �m a m Z5= o r w 02050-3 THIS PAGE INTENTIONALLY BLANK 02050-4 � <L IT. J% J co �1- ' L.L C D C Us s 4 0 N THIS PAGE INTENTIONALLY BLANK 02050-4 M 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. 1. N aterial or debris shall be buried within the project work area. All unsuitable mate 'al resulting from demolitions and removals shall be hauled to and disposed of ata ontractor-furnished site approved by the Engineer or to the landfill. The Contracto shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND A. Pavement and Sidewalk 1. Removal shall be to th\alleys, ed on the plan/ir ected by the Engineer. 2. Pavement removal se brick, P.Crete, and A.C. Concrete pavements, driveways,king lots, an ks. Removal of chip seal or aggregate surfaces is ned paveme removal. 3. Sawcuts shall be approved by the 4. Removal operations shall conformtcoion phasing noted on the plans or as directed by the Engineer / \ B. Sewer Abandonment and Removal 1. Removal shall be at the to ations and to the limits ht d on the plans or as directed by the Engineer. 2. Backfill under and 6thin 5 feet of paved surfaces shall ke Class A crushed stone compacted to 95°/ Standard Proctor Density. The top 1 inches directly below paved surfaces all be Class A crushed stone compacted 1: %Standard Proctor Density. Othe excavations shall be backfilled with suitable cavated material, compacted t 90% Standard Proctor Density. 3. Sewers t be abandoned, but not removed, shall be filled with an a roved non- sbrink ow mortaz and bulkheaded at each end with concrete. 4. Sel t castings shall be delivered to the pollution control plant at 1000 S. Clinton Stq6et as directed by the Engineer. _ N O Q t C_--, =F ca cn y4-" r 02050-3 02050-4 SECTION 02100 SITE PREPARATION PART 1- GENERAL 1.01 SUMMARY.• A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES.- A. EFERENCES. A. IDOT Standard Specifications. A. 0 PART 2 - PRODUCTS D n � _< None. n- — ("— -a. PART 3 - EXECUTION ECHNIQUES. 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 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBSAND VEGETATION. A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTINGSTRUCTURESANDPROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSIONCONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100-2 M •aa LIJ _� g t -r c� �. CD 0 N 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. N O 1.02 REFERENCES: o r A. ]DOT Standard Specifications. 1.03 QUALITYASSURANCE: c rn a M A. Whenever a percentage of compaction is indicated or specified, use per'e6iiiofEximmn density at optimum moisture as determined by ASTM D698-91, unless n4ed otheKise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 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 and from 02220-1 erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGEANDDEWATERING. A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCHEXCAVATION.• A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill Place fill material to final grade or to a minimum height of 6 feet above top of pipe 02220-2 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to r� be laid directly on bottom of trench. Remove last of material to be excavated by N use of hand tools, just before placing pipe. Hand shape bell holes and form a flat ® Gor shaped bottom, true to grade, so that pipe will have a uniform and continuous w— bearing. Support on firm and undisturbed material between joints, except for vFr limited areas where use of pipe slings have disturbed bottom. H.j tfxAtection LL _ z5i�:: s oI Barricade and fence open excavations or depressions resulting from work during N non -working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill Place fill material to final grade or to a minimum height of 6 feet above top of pipe 02220-2 when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, cmduits, or other underground structures. Continue excavation by use of hang tools. r 2. Excavate exploratory pits when location of pipe or other under d srtr_ucturM necessary for doing work properly.= t C-) cn M rn F. Disposal of Unsuitable Soil =� I . The Contractor shall notify the Engineer and Iowa Department de Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots I" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a 02220-3 condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROC%EXCAVATION.• A. Rock excavation will be considered Class 12 Excavation as defined in MOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 N following ways: n. -o a. Repair or otherwise reconnect the utility across trench after trench has n L_,JJ >: been backfilled, provided adequate drainage gradient is maintained, if U-) C-) i— applicable. LL az= b. Connect drainage tiles to nearest storm sewer. s o N The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROC%EXCAVATION.• A. Rock excavation will be considered Class 12 Excavation as defined in MOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING: A. General N 0 1. Do not place frozen materials in backfill or place backfill up-dbozd�rnatenHfJ Remove previously frozen material or treat as required before-ntw'backfi*-sir placed. �nZ;;c r— -v B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complet. iv 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION.- A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 02220-5 THIS PAGE INTENTIONALLY BLANK 02220-6 m CV c � Y p W -1 e C.) F— LL - U'a s O THIS PAGE INTENTIONALLY BLANK 02220-6 SECTION 02270 0 r SLOPE PROTECTION AND EROSION CONTROLr <� rn PART 1- GENERAL o 1.01 SUMMARY: y N A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURANCE. A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE. A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERULS. A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of N G,swalcs immediately following seeding. ('�`M3 GE ILE: �y L3'5urface Preparation v The surface on which the geotextile is to be placed will be graded to the neat lines 1.= and grades as shown on the plans. The surface will be reasonably smooth and free N of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. _ N o _O 2 D -t r rC— �C r -<r- M N 02270-3 THIS PAGE INTENTIONALLY BLANK 02270-4 Cl) N 7C W J� V � LL V s O_ 0 N THIS PAGE INTENTIONALLY BLANK 02270-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES.- A. EFERENCES. A. [DOT Standard Specifications. L03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 N G 1. Compressive Strength Tests. o r 2. Entrained Air. c irn-- 3. Slump. -<m -p 1 „ 3: 4. Density Tests of Base and Subgrade. N PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES. 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. 3.02 CURINGANDPROTECTION OFPAVEMENT.• A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS. A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. N N a E s Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. ->: Section 2302. Portland Cement Concrete Pavement Widening. to Section 2310. Bonded Portland Cement Concrete Overlay. at Section 2316. Pavement Smoothness. T 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 CURINGANDPROTECTION OFPAVEMENT.• A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS. A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 02520-3 N O_ tin t C m 3 0 7 N 02520-3 THIS PAGE INTENTIONALLY BLANK 02520-4 N N � a" J 7- to V t" r V L �O S .r O N THIS PAGE INTENTIONALLY BLANK 02520-4 SECTION 02660 WATER DISTRIBUTION A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Engineer during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3,4, & 10; Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications — Section 02220; Accepted Products for Water Distribution Materials Per Specifications — Section 02661; Construction Specifications for Public Water Distribution Systems for Subdivisions and Site Plans — Section 02661; Water Service Work for Contractors Specifications — Section 02265; Iowa City Water Division Policies and Procedures Manual, Backflow Ordinance — Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSFAWWA-C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSFAWWA-CI11/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSFAW WA-C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSFAWWA-C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 02660-1 N O PART1-GENERAL 1.01 SUMMARY.cc n A. Furnish, install and test water distribution system as indicated and spe rn� V Po L02 REFERENCES: A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Engineer during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3,4, & 10; Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications — Section 02220; Accepted Products for Water Distribution Materials Per Specifications — Section 02661; Construction Specifications for Public Water Distribution Systems for Subdivisions and Site Plans — Section 02661; Water Service Work for Contractors Specifications — Section 02265; Iowa City Water Division Policies and Procedures Manual, Backflow Ordinance — Chapter 5. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSFAWWA-C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSFAWWA-CI11/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSFAW WA-C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSFAWWA-C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids 02660-1 7. ANSI/AWWA-C153/A21.53: Ductile -Iron Compact Fittings, Much through 24 - inch, and 54 -inch through 64 -inch for Water Service 8. ANSI/AWWA C502: Dry -Barrel Fire Hydrants 9. ANSI/AWWA C504: Rubber -Seated Butterfly Valves 10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Backflow -Prevention Assembly 12. ANSI/AWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600***: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651***:Disinfecting Water Mains 16. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 12 - inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 [] 4. � ijManufacturers Standardization Society: w L�cw> H CO . MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture VMSS -SP -69 Pipe Hangers and Supports Selection and Application s al. Uni-Bell PVC Pipe Association: 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900 or C-905. 1.03 SUBMITTALS. A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. 02660-2 B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution systems. Submit 2 weeks prior to date of planned operation. C. Shop and Working Drawings: N O 1. Pipe layout with valves, fittings and hydrants shown L- 2. Bolts n a -� 3. Joints n Co !� 4. Tapping sleeves, couplings, and special piping materials =gym M 5. Polyethylene o 6. Thrust block designs and details r 7. Special backfill D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. L04 QUALITYASSURANCE. A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. L05 TME.- A. IME: A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimize inconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division are listed below. Serve notice to the Water Division at 356-5160. 1. For tapping service, provide 24 hours notice. 2. For notice to customers of disruption of water service, provide 48 hours notice. This work will be completed with the assistance of Water Division personnel. 3. For review, comments, and approval of plans of operation, provide 3 days notice. 4. For locations of underground facilities, provide 48 hours notice. PART2-PRODUCTS 2.O1 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 02660-3 2.02 DUCTILE-IRONPIPE. A. Pipe shall be AW WA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AW WA C104. C. Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.03 DUCTILE-IRONPIPEJOINTS: A. Single rubber -gasket push -on joints or mechanical joints conforming to ANSI/AWWA Cl l l/A21.11. Furnish with all necessary hardware and gaskets. B. Bell -and -spigot pipe joints conforming to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal. (Class 53) D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal. (Class 53) 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:. POLYVEM CHLORIDE PIPE: Pipe shall conform to ANSI/AW WA C900 and shall be thickness class DR 18 (Class 150). 4 u — All pipe shall have the same outside dimensions as ductile -iron pipe --J >: CO 1 PVC pipe materials shall not be used in any area where there is likelihood the pipe will be 5 t --`r exposed to concentrations of pollutants comprised of low molecular weight petroleum LL r -- ;I.— products or organic solvents or vapors. Q C. ` PVC pipe shall not be installed under public roadways and shall not be used around cul-de-sacs or other small radius curves. 2.05 FITTINGS: A. All fittings shall conform to ANSI/AW WA CI IO/A21.10, with pressure rating of Class 350 for 3" to 24". B. Mechanical joint fittings shall be ductile iron compact ANSI/AWWA C153/A21.53 or ductile standard ANSIIAWWA C110/A21.10. Large fittings, 12 -inch through 20 -inch shall be ductile iron standard ANSIIAWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSDAWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), 02660-4 cast iron standard ANSI/AWWA Cl 10/A21.10 shall be provided. C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor - Blue bolts and nuts. Verify the gasket seats are not made irregular by improper application of the lining materials. 2.06 RESILIANT SEAT VALVES & VALVE BOXES.- A. OXES: A. Gate valves shall conform to ANSI/AWWA C509. 1. Valves shall be full line size gate valves with epoxy coating inside and outside and contain stainless steel nuts and bolts. 2. Valve bodies shall be ductile iron or cast iron. Working pressure of the valve shall be at least 200 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non -rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI/AWWA C504, for buried service, Class 150B. 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 1 (gg unless so noted on the plans. o r :*C")c 3. Working pressure of the valve shall be at least 150 psi. =icy 4. Valves shall be short body patter with mechanical joint etig CO , M 0 5. Shaft seals shall be o -ring type. o� o r 6. Valve shall have manual operator with a 2" square operating nut for operation of the valve and shall open left. 6. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 02660-5 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: ANSUAW WA Standard C502 Type of shutoff: Compression Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. Main valve opening: 4'/z inches for 12" water main and under 5'/a inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2'/cinch hose nozzles and one 4V2 -inch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6 inch Color: Safety Red 2.08 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. 02660-6 Depth of bury: Depth of bury shall be 6 feet oDuet on of opening: Open to right (clockwise) l' C2 LLj = = Pde&y Conventional or O -Ring Sir&d shape of 1'/z inch, standard pentagon (1 - LZ oyUlg nut: c� N Working pressure: 250 psi Color: Safety Red 2.08 SPECIAL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. 02660-6 C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Required for 12" and larger pipe or under paving. 5. Shall have stainless steel or NSS Cor -Blue nuts and Bolts. E. Stainless Steel Tapping Sleeves: 1. Shall be epoxy coated with ductile -iron flange and stainless steel bolts. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. 3. Shall be furnished complete with all accessories. 4. Nitrile Gaskets shall be used in L.U.S.T areas. (Leaking Underground Storage Tank Areas) F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 0 2. Shall have stainless steel bolts and nuts. 2.09 GASKETS, BOLTS, AND NUTS: c?'c �0 r ter" rn A. Mechanical joints made with: '� 3 :) o 1. Bolts: 3/4 inch NSS Cor -BLUE. v r r 2. Stainless steel bold studs with stainless steel nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with stainless steel nuts and 3/4" diameter. 2.10 LOCATIONWIRE: A. Location wire shall be #12 solid copper, TBHN insulation in yellow, orange or blue color. 02660-7 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 REFERENCESANDDOCUMENTS: A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AW WA M23, change "should" to "shall." D. Within the "Handling' language of AW WA M23, change "should" to "shall." 02660-8 A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAW WA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23 and Uni-Bell PVC Pipe Association UNI -B-3-88 except as noted herein. D. Contractor must prepare and retain a set of "as -built" drawings on the job site with accurate _21 and current information on the location of all valves, pipe and special construction features. c5!,:: � o Examples of special buried features would be: J `_ �>.: I. Offsets in alignment. CO I U F- Z; 2. Changes in depth, depth greater than 8 feet or less than 5 feet. SP `„ti �— c j A 3. Special fittings or construction materials. zz:� Q 02 RECEIVING, STORAGEAND HANDLING: A. The City may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AW WA M23, change "should" to "shall." D. Within the "Handling' language of AW WA M23, change "should" to "shall." 02660-8 3.03 LOCATION, ALIGNMENT, SEPARATION & GRADE. A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5'/, feet. Generally the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers, shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. E. No water pipe shall pass through or come in contact with any part of a sewer manhole. A minimum horizontal separation of 3 feet shall be maintained. F. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a Twister DB Plus Wire Connector. 3. Bring the wire to the ground surface at each fire hydrant and loop wire in a Valvco tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydro and parallel with the valve box, one -foot from the hydrant base. The tra� terminal box must be installed flush with the finished grade. If isno fire "rant within 500 feet, bring the wire to the surface in a "d t b z' wkiok is a fill -size valve box (Tyler Series 6855 — Item 666A,Xge, lr tom" or East Jordan Series 8555 — Item 666A) and mark the drgs �rop(lly. rn --� Z5 c y F U' I MI 3.04 PIPE BEDDINGAND 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: For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood lumber to prevent shifting before placing concrete. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: I. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends 1. 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 LJOEMAND COUPLINGS. Q �. C hush -on Joints: w ;,i; w v �1. Inspect bell grooves and clean to assure complete gasket seating. c }ri <3 Use extreme care to prevent separation of joints already installed. LL ca=" c 3 Do not use push -on joints when boring. Griffin Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 02660-10 1. The range of torque for tightening bolts which is indicated in ANSI/AW WA C600 may be somewhat affected by the temperature. On cold days, more torque may be required. 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. N O 4. Do not deflect pipe at joint. r C. Sleeve -Type Coupling: =a ViW - i cC-� r 1. Clean pipe ends for distance of 12 inches. --1G rrn co m 2. Use soapy water as gasket lubricant. 70 o 3. Carefully mark and place the sleeve coupling in the center of tife joint' 3.07 TAPPED CONNECTIONS UNDER PRESSURE.- A. RESSURE. A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.08 POLYETHYLENE ENCASEMENT.• A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSUAWWA C105/A21.5 — 99 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 and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. B. Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. Iowa Department of Transportation (IDOT) requires a set -back of 9'. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above 02660-11 ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre -cast cement blocks 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. Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. B. An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with the Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimize the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTIONFOR POTABLE WATER SYSTEMS. A. General 1. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 02660-12 listed in ANSI/AW WA C651 and the following specifications. LO B Special Disinfection Requirements Uj Exercise cleanliness during construction. Protect pipe interiors, fittings and valves co r= against contamination. 1 1- U t� L 2. The minimum uniform concentration of available chlorine used for disinfection _ shall be 50 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 25 mg/L chlorine throughout the length of main. 02660-12 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than %4 of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%2 -inch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 5. Collect a bacterial sample from the end of each line or 800-1,000 feet and deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application 1. Use ANSI/AW WA C651, however slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 1. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than '/4 of the main diameter. For 6 -inch through 12 -inch water mains, a single 2%2 -inch fire hydrant opening is adequate. 2. Add the water and chlorine solution with the required concentration 0111 the main completely. . ) t n � 3.12 TESTING. ; A. Filling the water main: - + g'rj 1. Fill the newly constructed water main system slowly using �2*d polic dater under low pressure and low flow. The objective is to displace illi with )yater while avoiding damage to new construction, customer services, and adjoinifif property due to the release of air and water. Public Works staff must be on site to assist with operation of the system valves and hydrants during this operation. 2. Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. 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. 02660-13 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: Conduct combined pressure and leakage test in accordance with ANSUAWWA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 02660-14 -Ic Q �m5 O Ul-- +» L c V =sc s 4 Conduct combined pressure and leakage test in accordance with ANSUAWWA C600. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the pipe is exposed to contamination, disinfection will be required again. 4. Keep the water main full of water for 24 hours before conducting combined pressure and leakage test. 5. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for two hours with no additional pumping means the water main has failed to pass the test. 02660-14 3. A hydrant flow test shall be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. 02660-15 N O_ r Cb o ^ o cn 02660-15 THIS PAGE INTENTIONALLY BLANK •.i Li00 c r I r - } U C� 4 Fy-Q 1 THIS PAGE INTENTIONALLY BLANK •.i Accepted Products for Water Distribution Materials (Revised 10/28/09) WATER PIPE: (Ductile) ANSUAW WA — A21.51/C151 American, Clow, Griffin, McWane, Tyler, and US Pipe Class 52 for direct bury piping unless other wise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DR18 (6" thm 10") (Ductile Iron Compact) AWWA C153, 350 Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and/or NSS Cor -Blue Nuts and Bolds) for 12" and larger or under pavement Clow - F-5205, Mueller - H615, Kennedy, Tyler/Union, Kennedy, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM-432 Smith Blair — 665 or Cascade CST — EX 3655 with nitrile gaskets to be used in L.U.S.T. N 0 MECHANICAL JOINT RESTRAINT DEVICE: (Megalug) C')a Ebaa Iron Sales Inc. —1100 series for ductile Iron, 2000 PV for PVC o0 STAINLESS STEEL REPAIR CLAMPS: Smith -Blair -261, Ford FSI, Romac SSI areas VALVES: (Resilient Seated Gate Valves) ANSI/AWWA — C509 r Clow F-2640, Kennedy 1571-X, Mueller Resilient Seat - A-2360-20, or U.S. Pipe McTo Seal 250 #5460 VALVES: (Butterfly) ANSI/AWWA C504, Class 150B Clow, Pratt, Mueller, American Darling, Kennedy, M & H, or DeZurik VALVES: (Tapping) Clow — F-2640, Mueller — T-2360-16, Kennedy 4950, U.S. Pipe Metro Seal 250 #5860 VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A — Range 51" to 71" 02660-17 HYDRANTS (4%" for 12" and under) (5 %1' for 16" and above) AWWA C502 Clow F-2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: Standard solid black sleeve — Tyler/Union 5-1442, Griffm Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 STAINLESS STEEL REPAIR CLAMPS (with stainless steel bolts & nuts): Smith -Blair 261, Romac SSI or Ford FS1 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): U.S. Filter WaterPro or Utility Equipment - Valvco —95E —2 1/2" ID with lockable cast-iron lid — minimum 18" long, telescoping TRACER WM CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: #12 solid copper, THHN insulation in yellow, orange, or blue FREEZELESS YARD HYDRANT: Woodford Mfg. Iowa Model Y34 and YI 01/11 shu.dkn&ee \l pe .V2661.dm 02660-18 SECTION 02665 WATER SERVICE WORK FOR CONTRACTORS PART1-GENERAL 1.01 SUMMARY. ti C=_ A. Furnish and install new water services and yard hydrants as indicated adepecifia C: G 1.02 RELATED WORK: co A. Section 02661: Water Distribution G —C::* co 1.03 REFERENCES: u� A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. B. City of Iowa City Water Division: 1. Policy and Procedures Manual. C. American National Standards Institute and American Water Works Combined Standards: 1. ANSI/AW WA -C800 Underground Service Line Valves and Fittings. D. American Society for Testing Materials: 1. ASTM B75-86 Seamless Copper Tubing. 1.04 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval 4 weeks prior to installation. 1. Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 2. Working drawing or site plan with 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 applicable. 1.05 PERMITS: A. City of Iowa City: 1. Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 02665 -1 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. For tapping service, provide 24 hours notice. Scheduling depends on workload. 2. For locations of underground facilities, provide 48 hours notice. C. Response Time - the maximum time allowed from telephone notice by the Engineer until 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. B. The work on private property will not be the responsibility of the City. PART 2 -PRODUCTS 2.O1 WATER SERVICE MATERIALS: All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. The 02665 -2 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. rn 3. For 3 or more services which are planned work, less than 48 hours. S• -`- Li f LAX.- Completion Time -the maximum time allowed from the time the Contractor toms off the cm t. — water until the water service is connected and operational under normal circumstances: 1. For 1 service, where it is necessary to break and remove concrete with no prior CO warning or planning, less than 12 hours. `V 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 12 -hour workday. 1.07 WORK ON PRIVATE PROPERTY FOR OTHERS: A. Water service work may be necessary or desired by private property owners at the same time as the new water service work under this contract is done. The Contractor will be allowed to work on private property adjacent to the work site in order to do water service work directly for the private property owner. Work on private property shall not adversely affect the time schedule for work under this contract. B. The work on private property will not be the responsibility of the City. PART 2 -PRODUCTS 2.O1 WATER SERVICE MATERIALS: All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. The 02665 -2 manufacturer shall famish a certificate indicating all new materials meet the specifications. All valves, fittings and pipe shall be inspected several times during the manufacturing process and pressure tested with air under water before shipment. All water 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 piping, valves or fitting bodies. All water service lines will be furnished and installed by the Contractor. Material shall be new type K copper in coils for sizes 3/4 -inch through I'i-inch and in coils or straight pipe for 2 -inch size. No couplings or connections will be permitted under the paving. A. SERVICE SADDLES 1. Service saddles shall meet or exceed current to ANSI/AWWA� O800/C900 specifications and shall be made in accordance with ASTM B-62. o r 2. Saddles shall be equal to but not exceed up to 200 PSIG. D 3. Body shall be 85-5-5-5 cast brass. �n O r _Gm a rn 4. Strap shall be wide band, 304L stainless steel with 304L stainless69"el s*s. 5. Nuts and washers shall be 304 stainless steel. Nuts are supplied'with fl fiocarbon coating. 6. Saddles shall be AW WA tap thread (CC thread). 7. Saddles with nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). B. CORPORATION VALVES 1. Corporation valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Valves shall be 300 PSIG maximum working pressure. 3. Body shall be 85-5-5-5 cast brass. 4. Valves shall be inlet: AWWA taper thread, outlet: conductive compression connection for CTS O.D. tubing. 5. Valves shall be compression ball type valves. C. BALL CURB VALVES 1. Ball curb valves shall meet or exceed current ANSI/AWWA C800 specifications and shall be made in accordance with ASTM B-62. 2. Valves shall be 300 PSIP maximum working pressure. 3. Body shall be 85-5-5-5 cast brass. 02665 -3 4. Valves shall be compression connection for CTS O.D. tubing, both.ends. 5. Valve shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat. 6. Valve shall have end pieces o -ring sealed with double o -ring seals. D. CURB BOX – ARCH PATTERN 1. Curb box shall meet or exceed current ANSI/AW WA C800 specifications. 2. Curb box lid shall be Erie Pattern – 5601L – 2 -hole. 3. Curb box shall be 5 -foot box (telescope 1 -foot) and shall telescope up and down inside the base casting. 4. Curb box shall be slide style. 5. Curb box and accessories shall be black dip coated inside and out. 6. Curb box rod length shall be a 5/8" rod, 42 -inches long, small key -clamp welded to rod with stainless steel rod and cotter pin. E. STRAIGHT THREE PART UNIONS 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. F. COPPER TUBING 1. Copper tubing shall meet or exceed current ANSIIAW WA C800 specifications. :.0 .Od01:�M 1. Yard hydrants shall be freezeless style. 02665 -4 1. Unions shall meet or exceed current ANSUAW WA C800 specifications and shall be made in accordance with ASTM B-62. U-) 2. Union shall be conductive compression connection for CTS O.D. tubing both ends. c' JC13 >: 3. Body and nut shall be corrosion resistant cast bronze 85-5-5-5. CO i U 1- J 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get +—< underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and `" the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. F. COPPER TUBING 1. Copper tubing shall meet or exceed current ANSIIAW WA C800 specifications. :.0 .Od01:�M 1. Yard hydrants shall be freezeless style. 02665 -4 PART 3 -EXECUTION 3.01 RECORDS AND DOCUMENTS: 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, piptj�nd special construction features. Examples of special construction features mclu8: r *n 1. Offsets in alignment. 3'—i n� ao 2. Changes in depth and depth greater than 8 feet or less than 5 f M 3. Special fittings or construction materials. �;g o Following completion of the project, a copy of these drawings shall be fumf fled 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 EXCAVATION 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, 3/a" 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 20 feet. The mole shall be used even though the street surface has been removed so as to 02665 -5 protect the new street surface from settlement. The mole shall be a maximum of four inches in diameter. The Contractor shall be responsible for all labor, equipment, materials and supervision for mole excavation. H. The Contractor shall be responsible for coordinating the location of all buried utilities and for all damage or repairs to utilities caused by mole excavation. Whenever, in the opinion of the Engineer, it is necessary to explore and excavate to determine the best line and grade for the 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 purposes. All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. 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. Gutters shall be kept clear and adequate provisions shall be made for street drainage. Natural watercourses shall not be obstructed. K. The Contractor shall provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering excavations or depressions until all work has been completed. No sanitary sewer shall be used for disposal of water. L. To protect persons from injury and to avoid property damage, adequate barricades, fencing, construction signs, caution lights and guards as required shall be placed and maintained by the Contractor at excavations during the progress of the construction work and until it is safe for pedestrian and vehicular traffic to use the roads, sidewalks and facilities. All material piles, equipment and pipe which may serve as obstructions shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The 7 Q rules and regulations of O.S.H.A. and appropriate authorities for safety provisions shall be observed. LU c j >: Trees, shrubbery, fences, poles and all other property and structures shall be protected op vf-- during construction operations unless their removal for purposes of construction is >— authorized by the Engineer. Any fences, poles, or other improvements which are removed �' v f or disturbed by the Contractor shall be restored to the original condition after construction is completed. Any trees, shrubbery or other vegetation which are approved for removal or o "� ordered for removal by the Engineer shall be removed completely, including stumps and `v roots. The Contractor shall be responsible for any damage caused by construction operations to shrubbery or other landscape improvements which were not authorized for removal by the Engineer. 3.04 WATER SERVICE CONSTRUCTION. A. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. B. The City Water Division will provide, at Contractor cost, labor 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 water main materials. The plastic plug from PVC main 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. 02665 -6 C. The old water service under the street right-of-way will be shut off and removed. The old stop box will be removed. D. 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 determined by the Water Division. The minimum size will be 1 -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 each 50 feet of straight line distance. E. 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. F. 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 stop box valve. A cast iron stop 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 stop box shall be located between the curb and the property line and visible from the sidewalk. If the stop box is located in the concrete (such as a driveway or sidewalk) a cement -style stop box lid must be used instead of the regular style lid. G. 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. H. 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. 02665 -7 N O b t C �-� CO r --4n :< a m m �3. 3 0 O F CJS 02665 -7 THIS PAGE INTENTIONALLY BLANK 02665 -8 CN ► 'CD 4 Lj •_d a 0 w THIS PAGE INTENTIONALLY BLANK 02665 -8 N O SECTION 02700 0 SEWERS r a Cn rn PART 1- GENERALo o 0 1.01 SUMMARY.• m A. Construction of piping and structures for the collection and transmission of wastewater and storm water. L02 REFERENCES. A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals C. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 02700-1 L03 QUALITYASSURANCE. A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART2-PRODUCTS a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 02700-2 2.01 MATERMLS. A. Reinforced Concrete Pipe - For Storm Sewers _r 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. i•,LL t—+ `" 2. Wall Thickness U a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 02700-2 N O s SECTION 02700 cn �IC7 C'u SEWERS r" PART 1- GENERAL\ ` o 1.01 SUMMARY.• A. Construction of piping and structures for the collection and transmi ion of wastewater and storm water. \ 1.02 REFERENCES. A. Reinforced Concrete Pipe For Sanitary and Storm Sewe 1. ASTM C76, latest a ion, Standard Specific ion for Reinforced Concrete Culvert, Storm Drain and Sewe ipe. 2. ASTM C443, latest editio Standard cification for Joints for Circular Concrete Culvert and Sewer Pipe, Us' Rub Gaskets. 3. ASTM C361, latest edition, S ard Specification for Reinforced Concrete Low- Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - F Storm S ers I. ASTM C506, latest e ' ion, Specificatio for Reinforced Concrete Arch Culvert, Storm Drain and Sew r Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specificati for Vitrified-Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM25, latest edition, Standard Specification r Compression Joints for Vitrifie�lay Pipe and Fittings. D. Ductile Iron �lpe i 1. SUAWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, %ifugallyCastin etal Molds or Sand -Lined Molds, for Water or Other Liquids2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Destile-Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron F. PVC Truss Pipe — For S itary Sewers 1. ASTM D1784, late\*nated pecifi tion for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Coly inyl Chloride) (CPVC) Compounds 2. ASTM D2321, lateommended Practiice for Underground Installation of Flexible ThermoPipe. 3. ASTM D2680, latest editio S dard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(V yl C oride) (PVC) Composite Sewer Piping 4. ASTM F477, lat/edi, Specifica 'on for Elastomeric Seals (Gaskets) for Joining Plastic PG. Manholes 1. ASTM C478, tion, Standard Spe ' ication for Precast Reinforced Concrete Manhos. H. Intake Structures 1. IDOT Stand#d Specifications. 2. Iowa Deortrnent of Transportation Highway Division 'tandard Road Plans Manual" atest edition. 1.03 QUALITYASSURANr: A. All products will meet or exceed the minimum standards specified in applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. 02700-2 Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds N N 25 ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. �'.}}o to cwt. ASTM D2729, latest edition, PVC Sewer Pipe and Fi gs A TM D3034, latest edition, Standard Specific on for Type PSM Poly(Vinyl O Ch1 'de) (PVC) Sewer Pipe and Fittings r 5. ASTM 212, latest edition, Specification r Joints for Drain and Sewer Plastic Pipes Usin Flexible Elastomeric Seals F. PVC Truss Pipe — For S itary Sewers 1. ASTM D1784, late\*nated pecifi tion for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Coly inyl Chloride) (CPVC) Compounds 2. ASTM D2321, lateommended Practiice for Underground Installation of Flexible ThermoPipe. 3. ASTM D2680, latest editio S dard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(V yl C oride) (PVC) Composite Sewer Piping 4. ASTM F477, lat/edi, Specifica 'on for Elastomeric Seals (Gaskets) for Joining Plastic PG. Manholes 1. ASTM C478, tion, Standard Spe ' ication for Precast Reinforced Concrete Manhos. H. Intake Structures 1. IDOT Stand#d Specifications. 2. Iowa Deortrnent of Transportation Highway Division 'tandard Road Plans Manual" atest edition. 1.03 QUALITYASSURANr: A. All products will meet or exceed the minimum standards specified in applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. 02700-2 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. C. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 0 2. Corrugated HDPE with a smooth interior wall shall rrQeLthey,standar" of AASHTO M-252 and M-294. y =� 3. Minimum Bedding — Drainable stone encasement to 6" abovs�d�¢. CD rn !7- D. Manholes o x s o 1. Joints: All joints will be confined O-ring or profile gasket meeting AS& C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. E. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. 02700-3 PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Sonnectlons Cr- &k-LOK shall be used for all sanitary sewer connections to manholes unless LLJ c J>approved by the Engineer. co U� Q. >-cSubdrains shall be connected to storm sewer intakes and manholes using IDOT cvLL dard intake outlet detail RF -19C. CMP outlet shall be used unless approved by 1 ;3eEngineer. o E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacture's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be 02700-4 C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. , F. All 1.04 SUBMITTALS: A. Concrete pass the leakage tests specified in Part 3 of this section. 0 o r Submit current Iowa Department B. Vitrified -Clay Pr e: Submit shop drawings of gasket C. Shoring: Submit p s for all shoring, excluding in engineer registered i the State of Iowa. This submi adequacy by the City. PART2-PRODUCTS 2.01 MATERIALS: `~� C -= c D� r— /andjjroir�qg. f[50n. {-- --i n m es, certified'by a pfessional not be reviewed for -structural A. Reinforced Concrete Pipe - For anitary ill d Storm Sewers 1. Joints: All joints wbe n ned O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pi 6 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 ' diameter may have tongue and groove joints. 2. Wall Thickness: M' ' um wal ickness will be B -wall as defined in ASTM C76 or Class C25 as def d in AS 361. 3. =Pipe P' strength shall be specified on the plans. If not specified, the minimum pipe trength shall be Class as defined in ASTM C76 or as defined in ASTM C361 4. Pipe M ngs: All pipe shall be marked the date of manufacture and ASTM class. If uadrant reinforcement is used, the p shall be marked on the outside of the pi 5. Li holes are not allowed. 6. imam Bedding - Type B per ASTM C 12 with c pacted granular material to the springline of the pipe. B. 7nforced Concrete Pipe - For Storm Sewers Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and 02700-3 a. cular pipe: Pipe strength shall as specified on the plans. If not spe '\reinfo inimum pipe stren shall be Class III as defined in AST b. Arce strength shall as specified on the plans. If not specified, the ipe strength s all be Class III A as defined in ASTM C506. 4. Pipe Markinhall be arked with the date of manufacture and ASTM class. If quarc a is used, the top shall be marked on the outside of the pipe. 5. Lift holes ard 6. Mi/r. edding — B per A C 12 with compacted granular material to thee of the ipe. C. Vitrified Cl 1. Joiwing of gasket installation d joint assembly, subject to approval of r. 2. Alll be "extra strength" as defined by A C700. 3. Miedding — TypeBperASTMC12with pacted granular material to thee of the pipe. D. Ductile n Pipe 1. Joints: Use push on joints unless otherwise specified on the p 2. Thickness: Unless otherwise indicated or specified, use Class 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-4 groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. N N _ Wall Tbickness L J a. Circular pipe: Minimum wall thickness will be -wall as defined in J U ASTM C76. yb. Arch pipe: Minimum wall thickness as defin or in ASTM C506. o Pipe ngth N. a. cular pipe: Pipe strength shall as specified on the plans. If not spe '\reinfo inimum pipe stren shall be Class III as defined in AST b. Arce strength shall as specified on the plans. If not specified, the ipe strength s all be Class III A as defined in ASTM C506. 4. Pipe Markinhall be arked with the date of manufacture and ASTM class. If quarc a is used, the top shall be marked on the outside of the pipe. 5. Lift holes ard 6. Mi/r. edding — B per A C 12 with compacted granular material to thee of the ipe. C. Vitrified Cl 1. Joiwing of gasket installation d joint assembly, subject to approval of r. 2. Alll be "extra strength" as defined by A C700. 3. Miedding — TypeBperASTMC12with pacted granular material to thee of the pipe. D. Ductile n Pipe 1. Joints: Use push on joints unless otherwise specified on the p 2. Thickness: Unless otherwise indicated or specified, use Class 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to 02700-4 allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. ^' 0 3.02 TESTING OF PIPE: G n r C=- A. Lamp all pipe to visually inspect for defects and debris. A. C r B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows=M- -1. M 1 .Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum -mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure 02700-5 (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. 02700-6 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 kjo 10 5.0 ® C7 12 5.5 WCr �Z CC C ' 15 7.5 J� 18 8.5 CO V i- 21 10.0 >- V 24 11.5 c 27 13.0 V 3 N(b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. 02700-6 appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a in um cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F47 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D321 . 3. ipe shall have a minimum pipe stiffness of 200 psi at 5% d ection. 4. M' ' um Bedding — Crushed stone encasement to a top of the pipe. The min' in bedding depth shall be as specified on th plans. If not specified, the minimu bedding depth shall be 4" below the pipe. F. Poly Vinyl Chlorid PVC) Pipe — For Sanitary Sewer S ice Lines o 1. All PVC pipe s all be manufactured in acro ance with ASTM 66934. 2. Joints: ASTM D3 12 gasketed.Ln =i n M 3. All 4" and 6" services hall be SDR 3.5. a 4. Minimum Bedding — C hed one encasement to 6" above pipe. Ther4inimum bedding depth shall be as ified on the plans. If not specified, the -minimum bedding depth shall be 4" be w the pipe. G. Corrugated Plastic Pipe for Subs ace inage 1. Corrugated PVC wi a smooth in rior wall shall meet the standards of ASTM F949 and be cons cted of resins m ting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated PE with a smooth inte ' r wall shall meet the standards of AASHTO -252 and M-294. 3. Minimu Bedding — Drainable stone encaseme to 6" above pipe. H. Manholes 1. J in :All joints will be confined O-ring or profile gas t meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the 02700-5 maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shallAso be non -rocking. 7. Manholes in paving shall have an interior Cretex chi seal (or approved equal) that spans from the casting to the cone section. I. Bedding: N N I2 Gran ar bedding material shall consist of orous backfill material, IDOT Standard ® A\ ation Section 4131 and Section 09, Gradation No. 29. � w— WRT 3 -1 CUTION ®j "' r TM IAjYML1TIONOFPIPE: C- Inspect before installation. move d replace defective sections. N B. Alignment and Grade Install to line and required to maintai on plans using laser and check elevation as 2. Driving down o grade by s ' ' g or with excessive force from excavating equipment is t allowed. 3. Blocking t pipe to grade with woo ones or other materials is not allowed. C. Bedding 1. Supp rt on compacted granular bedding tenial using the type of bedding spe fled on the plans. If no bedding is s 'feed, use the minimum bedding sp cified in Part 2 of these specifications. 2. lace bedding material to ensure that there are no ids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 10 3. / Hand shape bell holes so that only pipe barrel receives A-LOK shall be used for all sanitary sewer connections to marittoles unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. 02700-6 C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top ofWpe, then the allowable exfiltration can be increased by 5% for Zh dgonaly E of head. C= 1� a�J � I e. Modification to this test only as approved by the Eng=em. C O r— a m f. Locate and repair leaks and retest as required. o o 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE AXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. 02700-7 3.04 I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. MAINTENANCE OFFLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less thgW 18 inches below the bottom of the water main or service, the following requirements p S! Wapply: c HjYhe sewer may not be placed closer than 6 inches below a water main or 18 inches CC) v�&ve a water main. The separation distance shall be the maximum feasible in all i apses. LD -.r2. IQ 20 -foot length of water main material as specified for gravity sewer centered on o� the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the 02700-8 E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. (-Suitable couplings shall be used for jointing dissimilar materials. F. Backfill ks specified in Section 02220. G. Clean pipelhqe upon completion. H. Tolerances I. Any deviation\in deviation'a sewer pipes section more' inch per foot of pipe diameter from the horizo tal or vertical alignment, as et rshed by the Engineer, will not be allowed; and all wer laid incorrectly, as determ ed by the Engineer, must be relaid at the Contractor's ex nse. This tolerance in gr9fle will be allowed only if the sewer is designed at a slope s icient to prevent bac 11 when its limits are reached. Under no condition will a sewer lie accepted wheno or more pipe lengths have been installed without "fall". 2. The completed sewer must Orlaid so early in a perfect line that an ordinary electric lantern held at center of the se r qA manhole may be wholly visible to the eye at the level of the sewer at the next madbOle. 3. Sags and reverse slope on gravj(y pibf is prohibited. Remove and relay pipe to proper grade. N 0 E) l 3.02 TESTING OFPIPE: n c_- D� _ A. Lamp all pipe to visually ' spect for defect\rnis. ncn B. Leakage Tests: Perfo leakage tests on alfollows: s1. M Perform r completion of backf=' 2. Perfo after groundwater has ret1. 3. Fur sh test plugs, water pumps, appurtenances, and P%bor. Install bulkheads for to mg and weirs for measurement as necessary. Gro dwater elevation from servation wells or excavations are subject to acceptance b the Engineer. a. If groundwater is more than two foot above top of Kpe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum 02700-7 /z -mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using Ic (2) Provide air regulator or saf Wexceed 8 psig. (3 All air through single con 1 panel. b. (1) (2) (3) (4) (5) from air. so air pressure does not after backfill. Place neuma ' plugs: (a) sealing length: equal to or greater than Pipe d� (b) capable of resisting internal test pressure without e 1 bracing or blocking. Introdu to ressure air into sealed line and achieve internal air press 4 psi greater than maximum pressure exerted by Oro dwater abov Dine invert. internal pressurNn sealed line below 8 prig. Allow two minutes mkimur Disconnect low-pressure a os Acceptable Test Result. (a) Minimum time for pre greater than maximum above pipe invert. for air pressure to stabilize. from control panel. to drop from 3.5 to 2.5 psig Iqre exerted by ground water Pipe diameter N in inches Min s N 2.0 ® 3.0 Cr- rLJ 4.0 S LJ t � car 7.5 18 8.5 21 � r 11.5 27 13.0 0 N a. Equipment (1) Designed for testing sewers using Ic (2) Provide air regulator or saf Wexceed 8 psig. (3 All air through single con 1 panel. b. (1) (2) (3) (4) (5) from air. so air pressure does not after backfill. Place neuma ' plugs: (a) sealing length: equal to or greater than Pipe d� (b) capable of resisting internal test pressure without e 1 bracing or blocking. Introdu to ressure air into sealed line and achieve internal air press 4 psi greater than maximum pressure exerted by Oro dwater abov Dine invert. internal pressurNn sealed line below 8 prig. Allow two minutes mkimur Disconnect low-pressure a os Acceptable Test Result. (a) Minimum time for pre greater than maximum above pipe invert. for air pressure to stabilize. from control panel. to drop from 3.5 to 2.5 psig Iqre exerted by ground water Pipe diameter Tip in in inches Min s 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one 02700-8 F crossing. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700-9 e.a E5 r 1 t )�: CD i ,,m q ,;0 =r cT THIS PAGE INTENTIONALLY BLANK 02700-10 n Wo e Wo co V F-- ® I }C> th Q F� U$ s � o N THIS PAGE INTENTIONALLY BLANK 02700-10 51 7 C. size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 prig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as regyfred. Test a. \ Dewater and conduct test for at least 24 hours. b. Vcate and repair leaks, and retest as required. C. All able infiltration, including manholes, f ings, and connections: maxi\andownstream llons per inch diameter perm a per 24 hours. Exfiltration T a. Subjo internal pressure y: (1) plugging the inlet of the upstownstream manh es, (2) filling sewer and upstream manhwater until water elevation in the manhole is two feet s er, or two eet above the existing ground water in the trencr is a high elevation. b. Use suitable ties, braces and wedges to secure stoppers against leakage from test pressure, whyfelbenditions between manholes may result in test pressure causing le ge. C. Rate of leakage om sewer: D rmined by the amount of water required to maintain th initial water elev tion for one hour from the start of the test. d. Allowabl exfiltrarion same as allo\eatb ation. If the average head above section being tested exceabove top of pipe, then the allow le exfiltration can be increor each additional foot of hea .Oe. odification to this test only as appngi�,teerin. i c�-<cn f. Locate and repair leaks and retest a—+�rnM on ests: Perform deflection tests on all PVs as fps: ''1 Oe mandrel (go/no-go) device shall be cylindrical in shape and c6tts3tucted with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel 02700-9 dimensions shall carry a tolerance of =L.001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching Cv final trench backfill grade provided, in the opinion of the Engineer, sufficient water N densification or rainfall has occurred to thoroughly settle the soil throughout the 0 "= entire trench depth. Short-term (tested 30 days after installation) deflection shall QJ W a not exceed 5% of the pipe's average inside diameter. The drel shall be hand —J>' \recompact ulled bthe Contractor through all sewer lines. Any sec ons of the sewer not -� C..) F.— e mandrel test shall be uncovered and the Co for shall replace and j + the embedment backfill material to the sfaction of the Engineer. v =ired sections shall be retested with the go/ -go mandrel until passing. o3.eer shall be responsible for approving a mandrel. Proving rings may be ist in this. Drawings of the mandrel th complete dimensioning shall be y the Contractor to the Engineer r each diameter and type of flexible 3.03 3.04 CONSTRUCTION AND INTAKE STRUCTURES: A. B. C. D. E. F. G. H. I. J. Set bases true to line and Install O-ring or profile gasket standard. 9N OF OLES, MANHOLE BOXES AND on Zs mum six-inch granular backfill material. between sections conforming to manufacturers Cast in place inverts must protide a ch j match the full cross-sectional a of the be smooth and rounded to maximum structure. Plug holes for handling ybith mortar. at least one-half the depth of the pipe and All junctions and changes in direction shall nt possible to supplement flow through the Lay grading rings in 11 bed and joint of mortar with t subsequent grouting, flushing or filling; bond thorou ly. Set frames with op conforming to finished ground or pave ent surface as indicated and directed. G/rad' rings plus the frame height shall not exceed inches. Set frames ' full bed of RAM-NEK or equal to fill and make tertight space between masonry t and bottom flange of frame. specified in Section 02220. manhole upon completion. for visible leaks after groundwater has returned to normal level. Repair MAINTENANCE OF FLOW.• A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. 02700-10 B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person ay be reached 24 hours a day to make immediate repairs and/or replac ment in case of iversion system failure. Diversion of sanitary sewage to sto 7wers or waterways not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone,powe'or other utilities or services that cross �� trench. B. Compact backfill under a existing utility crossing as sl C. Separate gravity sewers fro water mains by horizontal 1. Top of sewer is at least 18 cher below the botto� 2. Sewer is placed in separate trehch or in at least three feet separation fonioe w; Section 02200. of at least 10 feet unless: of the water main. on bench of undisturbed earth with D. Use water main materials for gravity s rs with less than 10 feet of horizontal distance and top of the sewer less than 18 inch below the bottom of the water main; maintain a linear separation of a/The t. E. Where gravity sewewater ma' or service or where the top of sewer is less than 18 inches belof the water am or service, the following requirements shall apply: 1. The sewer may closer than 6 inc es below a water main or 18 inches above a water aration distance s 11 be the maximum feasible in all cases. 2. Use 20 -foot ength of water main material as specifi for gravity sewer centered on the water m. Both joints shall be located as far from t water main as possible. 3. The se r and the water main must be adequately supporte d have watertight joints. 4. Bac// mtrench with low permeability soil for the 20 -foot ngth centered on the crO6smg. a F. Sanj6try sewer force mains and water mains shall be separated by a ntLiWistaAl!"f atj6ast 10 feet unless: n _ 1. The force main is constructed of water main material meetinga9FWnir%m pyre rating of 200 psi. 2. The force main is laid at least four linear feet from the water main tv 02700-11 C:14 LU LL 02700-12 SECTION 02900 IW.1\ I17. on 91►`[!i PART 1 - GENERAL LOl SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. L04 DELIVERY, STORAGEAND HANDLING. A. Protect all plantings in transit to site to prevent wind burning of foliage. N O B. Set all balled and burlapped trees and shrubs, which cannot be plated unniediately, on ground and protect with soil, wet peat moss or other acceptable n, 6d was required by weather conditions. z; cri C. Keep container grown trees and shrubs, which cannot be planted i iatek, m0W1by adequate watering. Water before planting. N N 02900-1 PART 2 -PRODUCTS 201 TREESAND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container gown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. cv DF. TfGrs shall be measured when branches are in their normal position. Caliper measurement 0 shall betaken at a point on the trunk six inches (6") above ground. t- ELn dtees which have no leader or have a damaged or crooked leader, or multiple leaders, >atRss specified, will be rejected. Trees shall be freshly dug. Jw— SaD: Minimum Proportion LbsJ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 203 SOD: A. Grass and sod established, nursery grown Kentucky or Merton Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 Z04 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: N Q Nitrogen' - 15% Phosphorus - 15% Potash - 11% z� c •At least 50 percent of nitrogen derived from natural organic sourceaf-kreafo�rm. PART 3 -EXECUTION v rn 3.01 PLANTING TREESAND SHRUBS: A� ? N N A. Planting Season and Completion Date: 1. Trees: Spring— March 30 through May 15 Fall — Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE.- A. IXTURE. A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH. A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in CN, seeding lawn areas allow weeds to grow on surface or loam is washed out prior to N sowing seed. This work will be at the Contractor's expense. F ccs Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow Lj- LU Jy one-half of seed in one direction, and other one-half at right angles to original Ln cJ f— direction. Rake seed lightly into loam to depth of not more than '/4 -inch and compact by c means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1 %2 tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material famished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 SOD.- A. OD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900-4 C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS. A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. N O E. The Contractor shall supply all water for planting and maintenance. W r may2re obtained at the Contractor's expense at the bulk water fill station located at 120CRiv(�!!ide I7rw5#. All water must be paid for in advance at the Civic Center, 410 E. Washggto Sl"reet. n r*� ---1n CA u .<r' M M Y N N 02900-5 THIS PAGE INTENTIONALLY BLANK 02900-6 N N ur ujS a LL s CD 0 N THIS PAGE INTENTIONALLY BLANK 02900-6 IOWA CITY PUBLIC WORKS WASHOUT AREA SECTION 03300 CAST -IN-PLACE CONCRETE SCOPE Applicable provisions of the General and Supplementary Conditions and Division 1 govern work under this Section. INDEX 1.1 Description 1.2 Quality Assurance PART 1 GENERAL 1_1 Description 1.3 Submittals 2.1 Supplemental Requirements A. Work Included: Cast -in-place concrete required for this work (including forms and reinforcing) is indicated on the drawings and includes but is not necessarily limited to: 1. Footings - foundations 2. Exterior flat work 3. Equipment pads 0 B. Related Work Specified Elsewhere 1. Testing laboratory 2. Sitework Per SZ§15rawings 1_2 Quality Assurance �m n CD --V A. Workers: Use only workers experienced in the placing and finishing of concrete CD and erecting of reinforcing. B. Codes and Standards: Concrete work shall conform to all requirements of ACI 301, Specifications for Structural Concrete for Buildings Current Edition, except as modified by the Supplemental Requirements below: 1. A copy of ACI -301, Specifications for Structural Concrete for Buildings is on file at the office of the Architect. The Contractor in submitting a proposal verifies that he has complete knowledge of ACI 301. A copy of ACI 301 will be bound into the copy of the building Specifications and kept on the site during construction. All concrete work will also conform to ACI 318-05 Building Code Requirements for Reinforced Concrete. 1_3 Submittals: At award of Contract and before any concrete is delivered to the job site submit to the Architect in accordance with these Specifications: Reinforcing steel drawings and Mix designs. PART 2 PRODUCTS 2_1 Supplemental Requirements: Numbers listed below correspond to numbering designations used in ACI 301, Specifications for Structural Concrete for Buildings. (2.2) Admixtures: No admixtures other than air -entraining agent specified will be permitted, except upon written request by the Contractor and written approval by the Architect. July 15, 2014 03300-1 CAST -IN-PLACE CONCRETE IOWA CITY PUBLIC WORKS WASHOUT AREA (3.2) Concrete Strength: All concrete - 4000 psi at 28 days. (3.5) Maximum slumps as follows: Walls and footings - 3"; Slabs and Piers - 4'; Slump tests must be taken for each truck load of concrete. (4.3.1) Tolerances: Concrete to be true to plane, plumb and level with true curves. Deviations from dimensions, pitches, contours may not exceed 1/4" when by adding to scratch coat this may be corrected. Deviations which require a reduction in total two inch thickness of tile and setting bed, as shown on the Drawings will not be allowed. (5.2) Reinforcing steel: 5.2.2 Deformed bars grade: ASTM A 615 Grade 60, New billet steel. 5.2.5 Wire grade: ASTM A 185. (6.2.2) Joint at perpendicular filler to meet Article 6.2.2. (Bituminous type) Control Joints: saw cut or trowel as shown on plan or max size 14'-0" x 14'-0" curbing 10' o.c. (8.) Placing: Notify Architect 24 hours in advance of starting time of each pour. Allow time for inspection of forms, reinforcement, screeds, etc., and to explain procedures for slump and cylinder tests. (10.2) As -cast finishes: 10.2.2 Smooth form finish required. (10.3.1) Smooth rubbed finish on exposed sections of retaining walls, exposed foundations and curbs. Remove form marks prior to application. Commercial coating as approved by Architect. (11.3) Concrete contractor to verify actual topping thickness to account for camber in precast deck. (11.7.1) Stiff broom finish on stair treads and areas to receive ceramic tile. (12.2.1) Wet cure concrete in all areas for seven days. No curing compounds allowed. (12.2.3) Concrete surface sealer to be Sonneborn Lapidolith. Install per manufacturer's instructions on floors not receiving coverings or Ashford. (16) Testing: Take test cylinders as directed by Architects for testing w by Owner. C5 cr_c s=a j CT U a U D S O 03300-2 " July 15, 2014 CAST -IN PLACE CONCRETE IOWA CITY PUBLIC WORKS WASHOUT AREA SECTION 03 30 00 CAST -IN-PLACE CONCRETE SCOPE Applicable provisions of the General and Supplementary Conditions and Division 1 govern work under this Section. INDEX 1.1 Description 1.3 Submittals 1.2 Quality Assurance 2.1 Supplemental PART 1GENERAL 1.1 A. Work Includeik Cast -in-place concrete required for this w (including forms and reinforcing) is in icated on the drawings and includes bu is not necessarily limited to: 1. Footings - fou dations 2. Exterior flat wo 3. Equipment pads B. Related Work Specified 1. Testing laboratory 2. Sitework 1_2 Quality Assurance Per Site Drawings A. Workers: Use only workers experienced in the placing and finishing of concrete and erecting of reinforcing. B. Codes and Standards: Concrete work sha onform to all requirements of ACI 301, Specifications for Structural Concrete for Bui Ings Current Edition, except as modified by the Supplemental RegU+rements below: 1. A copy of ACI -30 , Specifications for Structu I Concrete for Buildings is on file at the office of the Architect. The Contractor in su itting a proposal verifies that he has complete�knowledge of ACI 301. A copy of A 1 301 will be bound into the copy of the building Specifications and kept on the site ring construction. All concrete work will also conform to ACI 318-05 Building Code �quirements for Reinforced Concr�. 1_3 Submittals: At award of Contract and before any concrete is d 'vered to t*3nb sit`€ subm)tto the Architect in accordance with these Specifications: einforcipg�. e "ITS drawings and Mix designs. ca-; r— M PART 2 PRODUCTS r 2_1 Supplemental Requirements: Numbers listed below correspond to numbering N designations used in ACI 301, Specifications for Structural Concrete for Buildings (2.2) Admixtures: No admixtures other than air -entraining agent specified will be permitted, except upon written request by the Contractor and written approval by the Architect. May 29, 2014 03 30 00-1 CAST -IN-PLACE CONCRETE (3.2) (3.5) (4.3.1) (5.2) (6.2.2) IOWA CITY PUBLIC WORKS WASHOUT AREA Concrete Strength: All concrete - 4000 psi at 28 days Maximum slumps as follows: Walls and footings - 3'; labs and Piers - 4'; Slump tests must be taken for each truck load of concrete. Tolerances: Concrete to be true to plane, plumb a level with true curves. Deviations from dimensions, pitches, contours m not exceed 1/4" when y adding to scratch coat this may be correcteq Deviations which require a eduction in total two inch thickness of tile a setting bed, as shown on a Drawings will not be allowed. Reinf cing steel. 5.2.2 formed bars grade: ASTM A 61 Grade 60, New billet steel. 5.2.5 e grade: ASTM A 185. Joint at perpIndicular filler to meet A ' le 6.2.2. (Bituminous type) Control Joints: saw cut or trowel as own on plan or max size 14'-0" x 14'-0" curbing 10' o.Vfor Placing: Notify Archadvance of starting time of each pour. Allow time for ms, reinforcement, screeds, etc., and to explain proceand cylinder tests. As -cast finishes: 10.2.2Smooth form Smooth rubbed finish on xpose ections of retaining walls, exposed foundations and curbs. emove forN marks prior to application. Commercial coating a approved by\chitect. Concrete contractoroverify actual tthickness to account for camber in precast ck. Stiff broom finish On stair treads and areas to Viceive ceramic tile Wet cure c allowed. Concrete s manufactu Testing: /.I by Owner. in all areas for seven days. compounds ice sealer to be Sonneborn Lapidolith. Install per s instructions on floors not receiving coverings or Ashford. test cylinders as directed by Architects for testing 03 30 00-2 May 29, 2014 CAST -IN PLACE CONCRETE N CD W Cl-�' > x(10 U . j . co N IOWA CITY PUBLIC WORKS WASHOUT AREA Concrete Strength: All concrete - 4000 psi at 28 days Maximum slumps as follows: Walls and footings - 3'; labs and Piers - 4'; Slump tests must be taken for each truck load of concrete. Tolerances: Concrete to be true to plane, plumb a level with true curves. Deviations from dimensions, pitches, contours m not exceed 1/4" when y adding to scratch coat this may be correcteq Deviations which require a eduction in total two inch thickness of tile a setting bed, as shown on a Drawings will not be allowed. Reinf cing steel. 5.2.2 formed bars grade: ASTM A 61 Grade 60, New billet steel. 5.2.5 e grade: ASTM A 185. Joint at perpIndicular filler to meet A ' le 6.2.2. (Bituminous type) Control Joints: saw cut or trowel as own on plan or max size 14'-0" x 14'-0" curbing 10' o.Vfor Placing: Notify Archadvance of starting time of each pour. Allow time for ms, reinforcement, screeds, etc., and to explain proceand cylinder tests. As -cast finishes: 10.2.2Smooth form Smooth rubbed finish on xpose ections of retaining walls, exposed foundations and curbs. emove forN marks prior to application. Commercial coating a approved by\chitect. Concrete contractoroverify actual tthickness to account for camber in precast ck. Stiff broom finish On stair treads and areas to Viceive ceramic tile Wet cure c allowed. Concrete s manufactu Testing: /.I by Owner. in all areas for seven days. compounds ice sealer to be Sonneborn Lapidolith. Install per s instructions on floors not receiving coverings or Ashford. test cylinders as directed by Architects for testing 03 30 00-2 May 29, 2014 CAST -IN PLACE CONCRETE IOWA CITY PUBLIC WORKS WASHOUT AREA SECTION 31200 EARTHWORK SCOPE Applicable provisions of the General and Supplementary Conditions and Division 1 govern work under this Section. INDEX 1.1 Description 1.2 Quality Assurance 1.3 Submittals 1.4 Job Conditions 2.1 Fill Material 2.2 Other Materials 3.1 Surface Conditions 3.2 Preparation 3.3 Excavation 3.4 Trenching PART 1 GENERAL 1_1 Description 3.5 Excavation Bracing & Sloping 3.6 Unanticipated Subsurface Conditions 3.7 Excess Water Control 3.8 Preparation of Subgrade 3.9 Back Filling 3.10 Compaction 3.11 Site Access for Other Contractors 3.12 Surplus Earth Material 3.13 Grading 3.14 Clean -Up and Damage A. Work Included: Excavating, filling and grading required for this Work includes, but is not necessarily limited to: 1. Excavating for footings and foundations. 2. Filling and backfilling to attain indicated grades. 3. Trenching and trench backfilling. 4. Rough and finish grading of the site. 5. Furnishing and installing granular cushion under all concrete slabs on grade,,, 6. Soil compaction. 7. Drainage of site for work in progress. r 8. Erosion control.v-- 9. Removal of excess topsoil and sub base earth materials off site. n-4 B. Related Work Specified Elsewhere �m a 1. Instructions to Bidders Section 02113 0� o 2. Concrete Section 03300 y; r J 1_2 Quality Assurance A. Testing Agency 1. In-place soil compaction tests to be performed by testing laboratory employed by Owner. 2. Test on material for controlled fill to be performed by testing laboratory employed by Contractor. B. Allowable Tolerances 1. Grading tolerances: a. Rough grade: Building and parking areas - plus or minus 0.1 foot. b. Finish grade (1) Granular cushion under concrete slabs - plus or minus 0.1 foot. July 15, 2014 31200-1 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA C. Reference Standards 1. American Society for Testing and Materials (ASTM): a. D 698 Moisture -Density Relations of Soils Using 5 pound Rammer and 12 -inch Drop, Standard Proctor Method. b. D 2922 Nuclear Density Testing of Soil in Place, Shallow Depth. 1_3 Submittals: Within 35 days after award of Contract, and before any of the materials of this Section are delivered to the job site, submit complete to the Architect in accordance with these Specification, the following. A. Samples of Granular Backfill 1. Submit sample for under slab fill. See Soils report for approved design recommendations. 2. A seventy-five (75) pound bag of any imported granular fill. B. State of Iowa and local ordinance specification for soil erosion control. C. Test Reports. 1.4 Job Conditions A. Environmental Requirements 1. The site preparation Contractor will provide for erosion control over entire site in a manner that will satisfy all applicable regulations for same by the City of Iowa City, located in Johnson County in the, the State of Iowa, and the Federal Government. The cost for the requirement will be included in the contractors proposal. This system will remain in effective operation until project is complete. 2. A written plan listing methods, materials, and means to satisfy all of the above will be submitted to the Owner within 14 days of receiving a Letter of Intent to enter into a contract from the Owner. Construction site operator BMP inspection and maintenance will need to be met. ,3. Provide dewatering and drainage as required to accomplish Work of this Section. �. Dust Control: provide as necessary to meet requirements and local ordinances. c5 a. Use all means necessary to control dust on and near the Work and on and near Q i , Wl off-site borrow areas if such dust is caused by the Contractor's operations (jJ tS during performance of the Work or if resulting from the conditions in which the . J co "�ntractor leaves the site. b�Jporoughly moisten all surfaces as required to prevent dust being a nuisance to L a c_)tile public, neighbors and concurrent performance of other work on the Site. B. Ffttection 1. Use all means necessary to protect all materials of this Section before, during and after installation and to protect all objects designated to remain. 2. Provide site erosion control per jurisdictional requirements as noted above. 3. Erect sheeting, shoring and bracing as necessary for protection of persons, improvements and excavations. 4. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 31200-2 July 15, 2014 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA PART 2 PRODUCTS 2.1 Fill Material A. General 1. Approval required: All fill material shall be subject to the acceptance of the Soils Engineer. 2. Notification: For approval of fill material, notify the Soils Engineer at least four days in advance when using excavated materials. B. Fill Material: 1. General: All fill material shall be of a nature with sufficient binder to form a firm and stable unyielding subgrade. 2. Crushed stone and sand may be substituted with the acceptance by Soils Engineer. 3. Expansion: All fill earth shall have a coefficient of expansion of not more than 3 percent from air dry to saturation under a surcharge of 60 pounds per square foot at 98 percent compaction. 4. Cleanliness: All fill earth shall be clean and free from debris and from rock larger than three inches in maximum dimension. 5. The cushion under exterior slabs, drains and walks shall be clean granular soil material with no more than 5% passing the No. 200 sieve and at least 90% passing the 1" sieve. Soils meeting Unified Soil Classification (USCC) categories SP, GP or GW may qualify. C. Interior Fill Material: Fill under all interior concrete slabs on grade shall be cleZUd well graded crushed limestone with particle size grading within the follow Iirp#s. r 1. Passing the one inch mesh: 100 percent. 2. Passing the number four sieve: 25-60 percent. j -' c' '— 3. Passing the number 200 sieve: 3-12 percent. �� co 4. Depth: as shown on Drawings. :,-r— r m ZXz D. Trench and Structural Backfill 1. On -Site fill material: All on-site material used for trench and structural bacW11I shall meet the requirements of Article 2.1.B above. 2. Imported Material: All imported material used for trench and structural backfill shall meet the requirements of Article 2.1.B above. 3. Maximum Lift Thickness: Nine (9) inches. E. Exterior Foundation Wall Backfill: Compacted on-site clay soil as approved by the Soils Engineer or as specified in 2.1 B. above. F. Fill Beneath Foundations: All fill material has been placed and approved by the Soils Engineer. G. Contractor can use on-site compactable materials to bring soil up to subgrade elevations below limestone fill under slabs; and for use in backfill. On-site materials may be used if tested by the Soils Engineer and verified to contain the proper composition and is dry enough for proper compaction. July 15, 2014 31200-3 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA 2_2 Other Materials: All other materials, not specifically described but shown on drawings or as required for proper completion of the work of this Section, shall be as selected by the Contractor subject to the approval of the Architect. PART 3 EXECUTION 3.1 Surface Conditions A. Inspection 1. Verify that preceding work affecting work of this Section has been satisfactory completed. 2. Prior to all work of this Section, become thoroughly familiar with the site, site conditions and all portions of the Work falling within this Section. 3_2 Preparation A. Field Measurements 1. Finish Elevations and Lines: For the setting and establishing finish elevations and lines, establish two independent bench marks, carefully preserve all data and all bench marks. If displaced or lost, immediately replace to the approval of the Architect and at no additional cost to the Owner. Remove at completion of project. 2. This contractor will be required to submit in writing that the existing grades have been verified and are within acceptable tolerances. If such verification is NOT received by the Architect prior to the start of excavation, contractor accepts ALL responsibility. B. Brush and tree removal: as indicated on the site plan. Remove trees and brush: dispose of off-site in accordance with all applicable codes and ordinances. Leave excavation free of roots and debris. Do not cause damage to trees not scheduled for removal. 3.3 Excavation A. Site Construction Areas: Strip off organic top soil and stock pile that amount needed to complete the work as shown on the site plan. B. Depressions resulting from removal of obstructions: Where depressions result from, or have resulted from, the removal of surface or subsurface obstructions, open the depression to equipment working width and remove all debris and soft material as directed by the Architect or Soils Engineer. C. Remove any frozen soil prior to placement of any additional fill. Ib S" Wre Excavation (D y 1. `�JNpvation: Remove all materials of every nature, description encountered, c �4u fired, in obtaining indicated lines, grades, which, in Architect's opinion, can be UJ .J CO p@sened, removed by hand with hand tools, or with power shovels. Assume that all exg4vations to indicated lines, grades, can be done by aforementioned means. All a 02e ated material will be removed from the Site except that material needed for LL_ backfill. 0 31200-4 July 15, 2014 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA E. Excavating for Footings 1. Preparation a. To minimize differential settlement, it is essential that earth surfaces upon which footings will be placed be compacted to the acceptance of the Soils Engineer and in accord with the compaction requirements established in this Section of these Specifications. b. Verify that all compaction is complete and accepted by the Soils Engineer prior to excavating for footings. 2. Excavating a. Excavate to the established lines and grades. b. Cut off bottom of trenches level and then remove all loose soil. c. Where soft spots are encountered, remove all defective material and replace with - lean concrete or suitable compacted fill. d. Bearing soil conditions to be verified by the Soils Engineer prior to cdaxrete placement on same. c r mac? c F. Below Slabs:r- 1. Under all slabs, remove and replace the existing soil as requiredf5 shy subgrades. -cam ,� M G. Other Areas 1. Excavate to grades shown on the Drawings. 2. Where excavation grades are not shown on the Drawings, excavate as required to accommodate the installation. 3. On cut banks, neatly trim to the required finish surface as the cut progresses. As and alternative, the Contractor may leave the cuts full and the finish grade by mechanical or hand equipment to produce the finish surfaces as shown on the Drawings. H. Overexcavation: Back fill and compact all overexcavated areas as specified for fill below and at no additional cost to the Owner. Removal of Unsuitable Materials 1. Remove unsuitable material from within the limits of the work specified in this Section. 2. Stockpile materials meeting requirements for controlled fill. J. Proofrolling: Within the limits of the concrete slabs, and yard area, roads, and limestone areas per site plan and before placement of underslab fill, proofroll the existing grade in two mutually perpendicular directions. Proofrolling shall be accomplished by heavily loaded 25 ton minimum weight rubber -tired tandem -axle dump truck. Areas exhibiting excessive deflection shall be undercut and stabilized prior to constructing concrete slabs and pavements. 3_4 Trenching A. General 1. Perform all trenching required for the installation of items where the trenching is not specifically described in other Sections of these Specifications. July 15, 2014 31200-5 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA 2. Make all trenches open vertical construction with sufficient width to provide free working space at both sides of the trench and around the installed item as required for caulking, joining, backfilling and compacting. B. Depth 1. Trench as required to provide the elevations shown on the Drawings. 2. Where elevations are not shown on the Drawings, trench to sufficient depth to give minimum of 18 inches of fill above the top of the pipe measured from the adjacent finished grade. C. Correction of Faulty Grades: Where trench excavation is inadvertently carried below proper elevation, backfill with approved material compacted to provide a firm and unyielding subgrade and/or foundation to the approval of the Architect and at no additional cost to the Owner. D. Grading and Stockpiling Trenched Material 1. Control the stockpiling of trenched material in a manner to prevent water running into excavations. 2. Do no obstruct the surface drainage but provide means whereby storm and waste waters are diverted into existing gutters, temporary drains, or surface drains. 3. Do not stockpile materials adjacent to open trenches. 3_5 Excavation Bracing and Sloping: The soil report indicates that sloping or bracing of the excavation walls may be necessary to prevent caving in excavations. A. Properly support all trenches in strict accord with all OSHA pertinent rules and regulations or local Codes, whichever is more strict. The Contractor will be responsible for the design of the bracing system. Employ a Registered Engineer for the design of all bracing systems. B. Brace, sheet and support walls in such a manner that they will be safe and that the ground alongside the excavation will not slide or settle, and that all existing improvements of every kind, whether on public or private property, will be fully protected from damage. C. In the event of damage to such improvement, immediately make all repairs and -replacements necessary to the approval of the Architect and at no additional cost to the o_ UJ D. err a all bracing, sheeting and shoring so as to not place stress on any portion of the �om'fated Work until the general construction thereof has proceeded far enough to provo&4ufficient strength. Brace excavations along the existing buildings to prevent ding of floor slabs and footings. d � E. movaf of Bracing: Exercise care in the drawing and removal of sheeting, shoring, Vacing and timbering to prevent collapse or caving of the excavating faces being supported. 3_6 Unanticipated Subsurface Conditions: The Owner has had a subsurface investigation performed by a soils engineer, within this spec, the results of which are contained in the consultant's report. The Contractor acknowledges that he has reviewed the consultant's 31200-6 July 15, 2014 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA report and any addenda thereto and that his bid for earthwork operations is based on the subsurface conditions, as described in that report. At any point during earthwork, and foundation construction operations, that the contractor encounters conditions that are different than those anticipated by the Soils Engineer report, he shall immediately (within 24 hours) bring this fact to the Architect and Soil Engineer's attention. Once a fact of unanticipated conditions has been brought to the attention of the Owner, Architect, and the Soils Engineer has concurred, immediate negotiations will be undertaken between the Owner and the Contractor to arrive at a change in Contract price for addiAgnal work or reduction at a change in Contract price for additional work or reduction at &,thange in work because of the unanticipated conditions. The Contractor agreeT_ at th�unit n s shown on the Bid Form would apply for additional or reduced work underr�e 6ntraet.— For changed conditions for which unit prices are not provided, the addiguAl work shV1 be paid for on a time and material basis. mac) (ir 3_7 Excess Water Control o d A. Unfavorable Weather '� � J 1. Do not place, spread or roll any fill material during unfavorable weather conditions. 2. Do not resume operations until moisture content and fill density are satisfactory to the Specifications. B. Flooding: Provide berms or channels to prevent flooding of subgrade; promptly remove all water collecting in depressions including foundation excavations. C. Softened subgrade: Where soil has been softened or eroded by flooding or placement during unfavorable weather, remove all damaged areas and recompact as specified for fill and compaction below. For softened foundation subgrade refer to Section 3.3 E.1.a. D. Dewatering: Provide and maintain at all times during construction, ample means and devices with which to promptly remove and dispose of all water from every source entering the excavations or other parts of the Work. Dewater by means which will ensure dry excavations and the preservation of the final lines and grades of bottoms of excavations. 3_8 Preparation of Subgrade A. Leveling: Remove all ruts, hummocks, and other uneven surfaces by surface grading prior to placement of fill. B. Wet Soil Conditions: At bearing elevations where unstable bearing soils are encountered for support of shallow foundations, over excavate and place at least a 6" layer of coarse crushed limestone to create a firm working base. Provide firm base for support of equipment described in Article 3.11 of this Section if required. Soils Engineer will review the base prior to concrete placement. 3_9 Backifilling A. Backfilling Prior to Approvals 1. Do not allow or cause any or the Work performed or installed to be covered up or enclosed by work of this Section prior to all required inspections, tests, and approvals. July 15, 2014 31200-7 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA 2. Should any of the work be so enclosed or covered up before it has been approved, uncover all such work at no additional cost to the Owner. 3. After the work has been completely tested, inspected and approved, make all repairs and replacements necessary to restore the work to the condition in which it was found at the time uncovering, all at no additional cost to the Owner. B. Filling 1. After subgrade compaction has been reviewed by the Architect, spread approved fill material in layers not exceeding nine inches in uncompacted thickness. Promptly backfill excavations as work permits, but not before concrete walls, piers, have attained full design strength, and are properly braced. 2. Bring each layer to the moisture content described herein prior compaction. 3. At fill banks, grade full and then compact at least five feet beyond the grade of the finish band. After the bands have been filled, trim to the finish grades and limits shown on the Drawings. C. Placing Granular Cushion: Carefully place and compact the granular cushion in areas to receive concrete slabs on grade, uniformly attaining the thickness indicated on the Drawings and providing all required transition planes. 3.10 Compaction A. Moisture -conditioning 1. Water or aerate the fill material as necessary and thoroughly mix to obtain a moisture content which will permit proper compaction. 2. For all on-site clay soils designated to be compacted, bring to between minus 1 and 3 percent over optimum moisture content. 3. For all relatively non -expansive and predominately granular soils to be compacted, bring to within 2 percent below or above optimum moisture content. B. Compaction, General: Compact soil layer to at least the specified minimum degree; repeat compaction process until plan grade is attained. Percentage of compaction indicated shall be that percentage of maximum dry density obtainable by the ASTM designation D 698 method of compaction. C. Degree of Compaction Requirements r4. Structural fill: Densify all structural fill, including recompacted existing fill and backfill, to minimum degree of compaction of 95%. (� Fj�&nent areas: Compact the upper twelve (12) inches of fill in pavement areas to W a aatVnimum degree of compaction of 98%. 6 laches in building areas: .j Ia>-$iilding and pavement areas are defined, for the purpose of this Paragraph, as LD "—eVending a minimum of five feet beyond the building and or/pavement. �— bp-- �pmpact cohesive backfill material to a minimum degree of compaction of 95%. o c. Compact the upper twelve (12) inches of backfill in pavement areas to a minimum degree of compaction of 98%. d. Densify cohesionless backfill material to a minimum relative density of 70% as determined by the ASTM test designated as D 2049. 3. At the upper two feet in areas to receive planting, compact to at least 90% maximum dry density. Compact all fill in these areas, beneath the upper two feet, to 95% maximum dry density. 31200-8 July 15, 2014 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA 4. The base of all footing foundations supported on fill are to be compacted to a minimum of 98% of the maximum density. D. Soil Compaction Control 1. Inspections: Contractor will notify the Soils Engineer daily before starting soil compaction. Contractor will not start any soil compaction without Soils Engineer approval. Soils Engineer will make daily inspection to insure proper compaction. Any material found to be improperly compacted will be removed at the Soils Engineer direction. 2. Operators: All compaction will be performed only by qualified mechanics experienced in the use of equipment and techniques to be used. 3. Compaction methods: Compaction methods used must be accepted by the Architect and Soils Engineer prior to commencement of work. Contractor will be prepared to demonstrate any methods used prior to Architect's approval. 4. Samples and Test: The Owner will employ a qualified engineer to perform required site and laboratory tests to verify conformance of compaction requirements. Contractor will verify with Architect the nature of tests before starting work to assure sample can be taken in locations and at time interval required. E. Flooding and Jetting: Compaction by flooding and jetting is expressly prohit 'ted. 0 3.11 Site Access for Other Contractors: The General Contractor will detemiR cl jgng the bidding period and include in the Base Bid all costs required to providkaeceFto tt�, Site for: c,—C C A. Precast concrete hauling and erection equipment. M B. Concrete transportation and placing equipment. y C. Mechanical Contractors. D. The above Contractors are not responsible for any sitework to get their equipment into position. The Architect will not hear of any excuses for the General Contractor not having the Site accessible for these Contractors. 3.12 Surplus Earth Material: Stockpile all surplus earth, not needed to complete filling and grading, on the property and outside the limits of work as directed by the Architect. 3.13 Grading A. General: Except as otherwise directed by the Architect, perform all rough and finish grading required to attain the elevations indicated on the Drawings. B. Treatment after completion of grading 1. After grading is completed and the Architect has finished his inspection, permit no further excavation, filling or grading except with the approval and inspection of the Architect. 2. Use all means necessary to prevent the erosion of freshly graded areas during construction and until such time as permanent drainage and erosion control measures have been installed. July 15, 2014 31200-9 EARTHWORK IOWA CITY PUBLIC WORKS WASHOUT AREA 3.14 Cleanup and Damage A. At completion of work, clean and remove from site all debris, materials from work, machines, etc. B. Any damage done to foundations, utilities, etc., by this Contractor, or his subcontractors, during work under this Contract, shall be repaired or replaced to the satisfaction of the Owner and Architect, without additional costs. 31200-10 July 15, 2014 EARTHWORK r ZE J Y J DO U I - y -U Lj UT s 0 r 31200-10 July 15, 2014 EARTHWORK 1. N;%iU b r 4000 W In 20 dee. 1 Vere/ m almwlmi•. aoo.w, u101L atl •wYlna eontlkl°n. In 11r IWe. x Gnbem to mI uoVlleueY orae enfl— oN ul b' •bM°N.. .. Tea ou[ one pry for on ,.vwr.a p.nnll. ora l.a. I hereby eartify that this engineering document was prepared by me or under my direct personal supervlsion and that 1 am a duly licensed Professional Engineer under the laws of the State of Iowa. Fit-ED e. No _hnw[ ImNmMalNy rc .oM tunM ,coM .ha.n on or 1, w u. a•son. In art spsnball°w I°n �,.e .nr„u<,,,nw •: >ner r.m... 1. sn Conbv�^I'• to P•^" •"" ° °�• °inifi an° "^�'"•°••• ^>'�•"""`� n l.M ,11 neo M ° a n— a d•en. a °II arae p. Faen Pnm. and s.oaa e°br I. ,�pon.lOY rx hwMp ,.03 .°nn P%. W 1h• SV•mMa°r.. G^.Inw. be.Mn na chane• // `�`„`\111111111r1111cII111111111/////// /U j U U ( J J 44/ Es 10 O/1/� ���� v -ryaa 2014 AUGUG te. auaN p NN 0.m/. oPoroLbru. 11. r,w. pwlay.'=n P adtlon. ar Prac.Jur.. f°r an -.w M.b. FnoIN Cenarnebr ena Pan.lel. m roll au ioa. ane "s—a.. and eiwle. 1Mb glnew. b vrwla. o .a1. ,Y. lace. 1z ho bmlbr,. 01 Ntlng aerPouae WIIXI�. .M.n a,s. bvwlap., a .I,e.n In an aPP�Imu1 q one and at G..n Ind,na�tb .wlMa onn.. er p T,. Cono-oor .hall a.Yrmin. �i/ 1, ^__August 7. 2014 _8 AH 10� 50 Q C �� roe,. Pr...n1u1M. uu ct MWM1 IMwlo�aa°'lananiam an W.nl naamedr:InfaglWr�i b°M bmlW.l°i Mut V,mM", unC ul°,I Wino (v (signature) (date) u� .RInuIM CITY z JOHN F. �= =� RK ohn F. Schmidbauer P.E. SCHMIDBAIJER ? - izlw� CITYFIQ v�i Earth Backfill �® Sand FlII Rigid Insulation ITTTT�TI1'Tl Concrete I�fi nl ` 17116 a \ Aly license renewal data is December 31, Zol�j Concrete Block I%%%I Finished Wood Aluminum irrnr Stone FlII %y am Pages or sheets covered by this seal: Lumber (Rough) iS�l PlywoodEffigm 0 W P \\��\\\ A7.0, A2.1, A2.2, A2.3, A2.4, A2.5, A2.6, h P -1 o;w i` 2 Steel �%I%%%� Batt Insulation m� //////Nllllllllllllll1111\111���\\� + R-1-01 NW r Regusnad Peep f]e aNer1 to woo./scowl Amer + 481.0 E1Nnng PolM Bewuon Q poor Numer 481.0 E %ANq Contours 481.0 NNW or Relulred coma+^ Properly llnw Column dM•section U. TTT s.euwl or oelian Numeer A A Buliding Sctbn Palo er Sheet N.nn .r I hereby certify that this .engineering document was prepared by me z Z �— well S.otlen o.mn or o..awn underor direct ersonal isthe toftthe licensedPfrof ssonapEngineer under laws Statedolf Iowa. ......... Q��Ft�ss���9,,�, •• ••• •. ` 0 Signed: Date: ♦ / �jal , ♦ MChIr r (gory hlefecb. LLC. 105M la, WI 531395u1a 100 E,glneer of Record - John F. Schmldeauer .• ,• Pmje Mamger - Jon P. Wolbnkamp � r ♦ RONALD R. r Z KNOCHE '• �`.� �lzyr'/ I TITLE 15570 •'Z" t./l r �' '- V ARCHITECTURAL 1.0 Title Sheet A2.1 Cenral Site Plan • / RONALD R. KNOCHE A2.2 Foundation Plan 01i • CML A2.3 Enlarged Floor Plan, ♦ I �j ••• ♦♦ ., * * Iowa License No. 15570 C2 Notes and General Information A2.4 Dimensioned Floor Plan C3 Notes and General Info=tion A2.5 Sections �♦ OWN C4 Construction Detail. A2.6 Seations 5 Construction onstru io I, �Iffnnut� �� My licensed renewal date is December 31, 20iy Ct Pollution Prevention Plan PLUMBING C7utility Plan PI Washout Plumbing Plan CB Site Layout and Grading Plan P2 Datoile h Spec Pages or sheets covered by this Seal: CZ C3 C CSfC4( C.'7yC.8 ERIOR EA IOWA CITY PUBLIC WORKS COMPLEX : 825 McCOLLISTER BLVD EXTERIOR WASHOUT r: IOWA CITY, IOWA 52240 ❑ ❑ KUENY ARCHITECTS, L.L.C. AS NEWWHOUT h EMULSION TANK AREA 625 M.COLUSTER BLVD, IOWA CITY, IOWA #1 ❑ 1Cb 001`1PORATEORNE-6UfTElM PLF_45PJYTPPVURIE,WM156 PHONEC213W 3 8101 FAXRE92IB57-81M AUGUST 7, 2014 nO CITY OF 10#Ar CIT Johnson Countey, Iowa DEPARTMENT of PUBLIC WORKS PUBLIC WORKS COMPLEX -EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT Location Map Not to Scale O nd Index g I hereby certify that this engineering document was prepared by me R su . , ourxaArt ^vi i ESSIpNO, x PAVEMENT CRTC IN ® h RONALD R. b r i$SJO RONALD R. KNOCHE i g GUARDRAIL My licroseel renewal date Is Deaember 31, HYDRANT p Title Sheet �� C �� 1 6 $ HI $ PURfIAND CEMENT CONCRETE PCL _ �' t v AK 2 F N CULVERT r ASPHALT CEMENT CONCRETE ACL Notes &General Information � �—' C2 wwsom an[ AR1E DRAINAGE UNE i RGHT of WAY ROW. � —� a MEE. DECIDUOUS Q O OF CURB BOC Construction Details =�r� -v rm-05 F ar ^� BACK CURB to BACK al CURB 4 xAm TREE, CONIFEROUS HOT MM ASPHALT HMA (, wCUmf A. a went r Co mM HEDGE/TREE LOVER GAS MAIN O — Stormwater Pollution Prevention Plan, -: C6 CT °R aBxs AW ,dde FENCE ^ BURIED TELEPHONE CABLE — T -I ' / OVERHEAD TELEPHONE CABLE T y Utility Plan C7 cr -Poky RETAINING WALL / BURIED EIECTRC E mn!> " BUILDING O WMR WIN S - wEses Site Layout and Grading Plan C8 — Bn �10141 CABLE Ful Grading and Foundation Plan 2.1 O o xA� baa apA, PoWER POLE er IX. SANRARY SEWER (— -yoev_. 4 Mme. �K . IX. STORM SEWER �— ST Floor Plan, Sections and Details 2.2 ro1 est 0 as WATER VALVE w WV RIGHT OF WAY ,,- ; a G15 VALVE NGV PROPOSED SANITARY SEWER —SAN— _ _— Washout Area Plumbing Plan P1 e liIl� / d—ow^on4�ce^ SANFIARY STORM MANHOLOLE ® ROPoSED SILT FENCE —K— rw.y m,erw e.ewass A - I I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly ESSIpNO, 11. r.ed Pro/ esi.e.1 Engineer under the laws of the Shote of law.. 9,' Q ................%: Signed: g Dale: h RONALD R. w KNOCHE ; z i$SJO RONALD R. KNOCHE Iowa Uceme No. 15570 OW A* nmw My licroseel renewal date Is Deaember 31, Pages or sheets covered by this seal: CONTACTS GENERAL NOTES UTILITY NOTES THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS 8 ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 EDYOUNG-GAS Phone: 319-341-4457 Mobile: 319-330-1871 DICK BOCK - ELECTRIC Phone: 319-341-4468 Mobile: 319-330-0543 TELEPHONE CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 KEVIN HEEREN Phone: 319-399.7408 Mobile: 3193605122 CABLE TELEVISION MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319.621-8466 FIBER OPTICS A.T.&T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-2754014 Mobile: 770-335-8244 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 UNNERSITY OF IOWA GEORGE STUMPF Phone: 319-335-2814 UTILITY LOCATING CREW "ONE CALL" Phone: 1.800-292-8989 CITY WATER DEPARTMENT ED MORENO Phone: 319356-5160 CITY SEWER DEPARTMENT DAVEELIAS Phone: 319.356.5170 CITY TRAFFIC ENGINEERING JOHN SOBASKI Phone: 319356-5180 CITY PARKS 8 FORESTRY ZAC HALL Phone: 3193565107 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. SEE SHEET xxx FOR SPECIFIC EROSION CONTROL MEASURES NECESSARY TO PROTECT PROJECT SITE AGAINST SILTATION, EROSION AND DUST POLLUTION. PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY FOOT NAD 83 (1996 HARM) AND NAVD 88 RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL BE EITHER REMOVED, RELOCATED BY THE CITY, OR REMAIN IN PLACE AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL PROCEED NTH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WALL REMAIN IN PLACE. 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 11. DISPOSE OF ALL WOOD MATERIAL GENERATED ASA RESULT OF CLEARING AND/OR GRUBBING ACCORDING TO THE IOWA DEPARTMENT OF AGRICULTURE AND LAND STEWARDSHIP'S EMERALD ASH BORER (EAB) QUARANTINE ORDER. FOR MORE INFORMATION REFER TO http://iowatmepests.mm/eab_regulations.htmi 1. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. FIELD VERIFICATION IS REQUIRED. 4. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK 5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. 6. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: • Notify the owners of those utilities prior to the beginning of any construction. • Coordinate operations with utildes • Afford access to these facilities for necessary modification of services. • Determine existence and exact location of underground utilites and avoid damage thereto. • Prior to beginning construction, provide labor and equipment necessary to determine the exact location and elevation of all utility crossings which may result In conficts to proposed Improvements. Legend PAV Elf CATCH RUSH GUARDRNL FIRE mater O PORRAND COVENT CCNCRETE PCC cm — ASPH&T CEMENT CONCRETE ACC GRAHA,GE UNE --✓ RIGH d WAY ROW TREE. DECIMUS 00 HACK OF CURB SDC BACK of CURB b aOGlt or CURB B -B TREE. CONPEROUS HOT Ma A H&r HAA HGGE/IREE COVER 0=1 PAS AWN G -- PENCE „— BURIED TnEPHONE CABLE T -- RETAHING WALL 1111111111rII1111111F DVEPoIEAD TEIERHONE CABLE T — BURIED ELECTRIC E — BIAEDING O OVERHEAD ELECTRIC WE -- WATER MN — W — SIGNS F FIBER OPTIC WA POLE o TElEVRION CABLE — w— POYlni pDLE p EX. SANITARY SEWER —1 (-- UTlJ1Y BOX . EX. STORM SLWER -- a— WATER VALVE M w/ MIGHT OF WAY ------- CM VALVE w GV moo m SANITARY SEWER —SAN— — — — SANITARY WNHOfE ® PROPOSED SRT FENCE _X STORM MANHOLE ry 0 %C-) 7s • 1 `-'-< 1 co r �m a M * CJT I CITY O L� ro TAJ A / t T mV ENGINEERING I H SCALE: NA I DESIGN: MAC I Project: PUBLIC WORKS COMPLEX I Sheet Tide: File # Sheet lel l 1 1, 1 SIH lel l 1 DIVISION WSCALE: N/A DRAWN: SSM PCC ACCESS ROAD AND STORM SEWER Notes and General Information PS -287 C2 DATE: 2014 IMPROVEMENT PROJECT CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 EDYOUNG-GAS Phone: 319-341-4457 Mobile: 319-330.1871 DICK BOCK - ELECTRIC Phone: 319-341-4468 Mobile: 319-330-0543 TELEPHONE CENTURY LINK 615 3rd Avenue BE Cedar Rapids, V1 54201 KEVIN HEEREN Phone: 319-399-7408 Mobile: 319-360-5122 CABLE TELEVISION MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319-621-8466 I BER OPTICS A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-275-4014 Mobile: 770.335-8244 CITY OF IOWA CITY WATER DMSION Phone: 319-356-5160 UNIVERSITY OF IOWA GEORGE STUMPF Phone: 319-335-2814 UTILITY LOCATING CREW "ONE CALL" Phone: 1-800-292-8989 CITY WATER DEPARTMENT ED MORENO Phone: 319-356-5160 CITY SEWER DEPARTMENT DAVE ELIAS Phone: 319-356-5170 CIN TRAFFIC ENGINEERING CITY PARKS & FORESTRY GENERALNOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF NSTRUCTION SHALL BE AS SHOWN ON THE PROJEC LANS. THE CONTRACTOR SHALL GET AUTHORIZATIO FROM THE ENGINEER PRIOR TO PERFORMING RK ON PRIVATE PROPERTY. THE CONTRACTOR SHAL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS O ONSTRUCTION, UNLESS AUTHORIZED BY THEE INEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MA TARN ACCESS TO INDIVIDUAL PROPERTIES THIRD HOUT THE CONSTRUCTION OF THE PROJEC . THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS HOURS IN ADVANCE OF DRIVEWAY MODIFICATIO THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO EIR PROPERTY. 5. SEE SHEET xxx FOR SPECIFIC EROSION CONTR MEASURES NECESSARY TO PROTECT PROJECT SI AGAINST SILTATION, EROSION AND DUST POLLUTIO . PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY FOOT NAD 83 (1996 HARN) AND NAVD 88 / RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CON!U N SHALL BE EITHER REMOVED, RELOCATED THE CIN OR REMAIN IN PLACE AS DIRECTED B E ENGINEER. THE CONTRACTOR SHALL PROCE TH CONSTRUCTION ACTIVITIES I CH A MANNER TO INSURE THE SAFETY OF EES AND SITE FEATURES WHICH WIL MAIN IN PLACE. B. THE CONTRACT,P9 IS TO NOTIFY AND COORDINATE ALL WATER MAI YDRANT RELOCATION AND INSTAL N, AND WATER SERVICE WORK WITH THE IOWA WATER DIVISION. 9. PORING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 11. DISPOSE OF ALL WOOD MATERIAL GENERATED AS A RESULT OF CLEARING ANDIOR GRUBBING ACCORDING TO THE IOWA DEPARTMENT OF AGRICULTURE AND LAND STEWARDSHIP'S EMERALD ASH BORER (EAB) QUARANTINE ORDER. FOR MORE INFORMATION REFER TO hftp:/Amatreepests.com/eab_regulallons.html UTILITY NOTES I. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-6DO-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. FIELD VERIFICATION IS REQUIRED. 4. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 5. KNOWN UTILITY CONFLICTS ARE B RESOLVED BY EACH RESPECT TILITY COMPANY. UTILITYCONF S DISCOVERED DURIN NSTRUCTION WILL BE ADDRESSED E TIME OF DISCOVERY. 6.<RESPOILITY IC AND PRIVATE UTILITY E SHOWN AS EXISTING ON THE COUNTERED WITHIN THE ON AREA, IT SHALL BE THE OF THE CONTRACTOR TO: • Notify the ners of those utilities prior to the beginning o ny ConsWction. • CDordinate op tions with util8es • Afford access!!' modification Or �,ese facili0es for necessary e • Determine existence d exact location of underground utilites an void damage thereto. • Prior to beginning construc8 provide labor and equipment necessary to ermine the exact location and elevation of al lily crossings which may result in coni to proposed improvements. Legend_ ESTIMATED PROJECT QUANTITIES ITEM NO. ITEM UNIT QUANTITIES 1 CLEARING&GRUBBING ACRE 2 2 MOBILIZATION EA 1 3 EXCAVATION, CL 10 CY 2,250 4 TOPSOIL, STRIP, STOCKPILE & SPREAD CY 820 5 SOIL TESTING & INSPECTION LS 1 6 CRUSHED STONE, IDOT GRAD NO. 14 CY 520 7 PCC PAVEMENT, 8" W/ CD JOINTS SY 1,550 8 PCC CURB & GUTTER, 1.5 FT. LF 55 9 24"AREAINTAKE EA 1 10 48" DIA MANHOLE EA 3 11 60" DIA M E EA 1 12 72"-PA9ANHOLE EA 2 13 " DIA MANHOLE EA 1 14 24" FES, CONCRETE W/ GUARD EA 1 15 30" FES, CONCRETE W/ GUARD EA 1 16 36" FES, CONCRETE W/ GUARD EA 1 17 12" RCP STORM SEWER, TRENCHED LF 125 18 18" RCP STORM SEWER, TRENCHED LF 125 19 24" RCP STORM SEWER, TRENCHED LF 120 20 27" RCP STORM SEWER, TRENCHED LF 41 21 30" RCP STORM SEWER, TRENCHED LF 212 22 36" RCP STORM SEWER, TRENCHED LF 222 23 ADJUST EXISTING STRUCTURE EA 3 24 RIP -RAP, CL E SY 51 25 HYDROSEED ACRE 1.2 26 SILT FENCE LF 305 27 -I' T FENCE, MAINTENANCE LF 305 Legend_ PAVEMENT CATCH BASIN cWRORNL �T FIRE HYDRANT PORnANO CEYENT CONCRETE CULVERT -------- — ASPHALT CEMENT CONCRETE KCL (J7 I DPNNAGE LINE RKAn M WAY ROIr1 C7 BION OF CMB �r BOC -'V TREEDECIDUOUS , ©� BACK W CURB to BACK of CURB -B -X ^{W TREE, CONIFEROUS '�' 70B HOT MIX ASPIRLT �;=H" EDGE/TREE COVER t CJS MAIN FE �— BURIED TELEPHONE CABLE — T OVERHEAD TELEPHONE CABLE T — RETAINI WALL i111111111111111111H• BURIED ELECTRIC E BUR NC O OVERHEAD ELECTRIC —ONE WATm AWN W — SIGNS F FIBER OPTC CABLE FO_ ROLE o TELEVISION CABLE TV POWER POLE 4 EX. SANITARY SEWER IT UnLmr BOX EK. STORM SEWER ST— WATER VALVE " wV RIGHT OF WAY ------- GAS VALVE w W PROPOSED SANITARY SEVER —am---- SANITARY MANHOLE m PROPOSED SILT FENCE STORM MANHOLE I ENGINEERING I HSCALE: NA I DESIGN: MAC Project: PUBLIC WORKS COMPLEX I Sheet Tde: File# Sheet CITY OF IOWA CITY DIVISION V SCALE: N/A DRAWN: BSM PCC ACCESS ROAD AND STORM SEWER Notes and General Information PS -287 C2 DATE: 2014 IMPROVEMENT PROJECT ASTROTURF DRAG FINISH 8"TYP. ­rl' 15' 2% 8" PCC 15' 2% 8" CRUSHED STONE NOTES 1. ALL JOINTING SHALL BE IN ACCORDANCE WITH IOWA DOT STANDARD ROAD PLANS PV -101. 2. CD TRANSVERSE JOINTS SHALL BE USED IN MAINLINE PAVEMENT EQUAL TO 8" OR GREATER. 3. INSTALL J" EXPANSION JOINTS AT ALL POINTS WHERE SIDEWALKS ARE INSTALLED ADJACENT TO OR ABUTTING PARKING LOT OR ROADWAY PAVING. TYPICAL PAVEMENT CROSS-SECTION INVERTED CROWN IE CRATE Q Precast (shown) or met -In-place base: • Precut 6 -Inch thick m este efth 16 welded who :wllon C neer mesh on hMv sticony *Mn has& 4 ). • Cast -in-place: 8 -Inch thick non -reinforced concrete. (D 12 -Inch minimum riser height above all Pipes. MONO 02(wies) MANHOLE FRAME AND LID TO WTAKE SIZE - CASE 1 BE NEENAH R-1670, SELF SEAL OR APPROVED EQUAL FLAT- 'SEALING OR APPROVED EQUAL FOR MANHOLES' IN PAVING Outlet Pbe oHHHIF� ItS11HHHF43• �I® PAVED AREA, CASTING SHALL S7HHHHLLFI• 3 RCP Risen Dkanaler, 1 D2 COVER SHALL CONTAIN THE IOWA CITY STANDARD LOGO. MEET GRADE WITH 24" MAX. P HEIGHT OF SPACER RINGS, ° as 1z•. 18•• -0• SEAL WITH KINSFAL MASTIC OR STEP MA INDUSTRIES - APPROVED EQUAL 15” 24" OF AT 98X STANDARD COMPACTED STONE AT 95% STANDARD 6• PROCTOR 'AiTiv41e°'' _UNoSrUw SOI. CRUSHED STONE ENCASEMENT BEDDING AND BACKFILL UNDER PAVED AREA SEE NOTE 2 NOTES 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL a': ,r r„•1r,11 E MATERIAL AT STANDARD PROCTOR j:�t D'4+7 (4LUN.) --IMLISDTBEO SOIL CRUSHED STON NCA M NT BEDDING BA KFl I SEE NOTE 28 A) PAVED AREAS: UNDER AND WITHIN 5 FEET OF PAVED SURFACES, INCLUDING STREETS, SIDEWALKS AND DRIVEWAYS, BACKFILL SHALL BE CUSS A CRUSHED STONE PLACED IN ONE FOOT LIFTS COMPACTED TO 95% STANDARD PROCTOR DENSITY. THE TOP 12 INCHES DIRECTLY BELOW PAVED SURFACES SHALL BE CUSS A CRUSHED STONE COMPACTED TO 98% STANDARD PROCTOR DENSITY. IF UNDER PAVEMENT, BACKFILL TO BOTTOM OF THE SUBGRADE. IF NOT UNDER PAVEMENT, BACK FILL TO WITHIN 12 INCHES OF FINISHED SURFACE. HND PM M 8r0KFLI. 1 D/2 1 D/4 + T (4" MIN.) SDA B.) ALL OTHER AREAS: BACKFILL SHALL CONSIST OF SUITABLE JOB EXCAVATED MATERIAL PLACED IN ONE FOOT UFTS COMPACTED TO 90% STANDARD PROCTOR DENSITY. IF EXCAVATED MATERIAL IS UNSUITABLE, BACKFILL WITH CUSS A CRUSHED STONE TO WITHIN 12 INCHES OF FINISHED SURFACE. O 3, BELL HOLES SHALL BE HANG SHAPED SO THAT ONLY PIPE BARREL RECEIVES BEARING PRESSURE. 4? r CJl 4. PLACE BEDDING TO ENSURE THAT THERE ARE NO VOIDS UNDER OR ALONG THE LENGTH OF PIPE S. BACKFILL SHALL BE HAND TAMPED UP TO 12 INCHES ABOVE TDP OF PIPE. PIPE BEDDING and BACKFILL DETAIL 6. SEE TABLE FOR ALLOWABLE TRENCH°WIDTH B . MANHOLE FRAME AND LID TO - BE NEENAH R-1670, SELF SEALING OR APPROVED EQUAL FRAME AND GRATE TO BE NEENAH R-2500. IF IN PAVED AREA, CASTING SHALL ALSO BE NON -ROCKING. COVER SHALL CONTAIN THE IOWA CITY STANDARD LOGO. 0 EN u I Y DIVES ON INEERING H SCALE: NA DESIGN: MAC Project: V SCALE: N/A DRAWN: BSM DATE: 2014 CRETE% INTERIOR CHIMNEY SEAL OR APPROVED EQUAL FOR MANHOLES IN PAVING BRICK OR CONCRETE AS REQUIRED TO MIN. OF 4" TO MEET GRADE WITH 24" MAX. HEIGHT OF SPACER RINGS, INCLUDING MANHOLE FRAME. SEAL WITH KINSEAL MASTIC OR APPROVED EQUAL JOINTS TO BE CONFINED 0 -RING OR PROFILE GASKET MEETING ASTM C-443 OR APPROVED EQUAL Is DOR Sxs• ort PRECAST CONCRETE rr Rw 121-1 SECTIONS CONFORMING TO ASTM C-478 USE A-LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL SEWER MANHOLE 61 or Less in Depth PUBLIC WORKS COMPLEX PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT 02(wies) MANHOLE FRAME AND LID TO WTAKE SIZE - CASE 1 BE NEENAH R-1670, SELF SEAL OR APPROVED EQUAL FLAT- 'SEALING OR APPROVED EQUAL FOR MANHOLES' IN PAVING Outlet Pbe Mlnknum R'we Diameter, NEENAH R-2500. IF IN TOP PAVED AREA, CASTING SHALL BRICK OR CONCRETE AS 3 RCP Risen Dkanaler, 1 D2 COVER SHALL CONTAIN THE IOWA CITY STANDARD LOGO. MEET GRADE WITH 24" MAX. P HEIGHT OF SPACER RINGS, ° as 1z•. 18•• -0• SEAL WITH KINSFAL MASTIC OR STEP MA INDUSTRIES - APPROVED EQUAL 15” 24" PSI -PF OR APPROVED P51 -PF APPROVED EQUAL JOINTS TO BE CONFINED fa^ z4" - STORM SEWER NOTES: EQUAL , Invert 21" DO" EQUAL EQUAL PRECAST CONCRETE SECTIONS CONFORMING 24" 3D" TO ASTM C-478 1. ALL STORM SEWERS SHALL BE CLASS 3 RCP STEPS ARE NOT z7" 36" UNLESS NOTED OTHERWISE IN THE PLANS. REQUIRED IN STORM SEWER MANHOLE, LESS °t 2. ALL STORM SEWERS SHALL HAVE PROFILE THAN 3 FEET DEEP. square Edge GASKETS. STORM SEWER SHALL HAVE BELL AND 6" SPIGOTJOINTS. mm. ease 3. ALL PIPE SHALL BE CERTIFIED. 4. ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO 8UBGRADE. C 4"� IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE TYPICAL SECTION AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. CIRCULAR INTAKE B. UFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 0 EN u I Y DIVES ON INEERING H SCALE: NA DESIGN: MAC Project: V SCALE: N/A DRAWN: BSM DATE: 2014 CRETE% INTERIOR CHIMNEY SEAL OR APPROVED EQUAL FOR MANHOLES IN PAVING BRICK OR CONCRETE AS REQUIRED TO MIN. OF 4" TO MEET GRADE WITH 24" MAX. HEIGHT OF SPACER RINGS, INCLUDING MANHOLE FRAME. SEAL WITH KINSEAL MASTIC OR APPROVED EQUAL JOINTS TO BE CONFINED 0 -RING OR PROFILE GASKET MEETING ASTM C-443 OR APPROVED EQUAL Is DOR Sxs• ort PRECAST CONCRETE rr Rw 121-1 SECTIONS CONFORMING TO ASTM C-478 USE A-LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL SEWER MANHOLE 61 or Less in Depth PUBLIC WORKS COMPLEX PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT USE A-LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL. SEWER MANHOLE Greater than 6' in Depth Sheet Tile: File # Shee Notes and General Information PS -287 I C3 MANHOLE FRAME AND LID TO CREfEX INTERIOR CHIMNEY BE NEENAH R-1670, SELF SEAL OR APPROVED EQUAL 'SEALING OR APPROVED EQUAL FOR MANHOLES' IN PAVING FRAME AND GRATE TO BE NEENAH R-2500. IF IN p_p• PAVED AREA, CASTING SHALL BRICK OR CONCRETE AS ALSO BE NON -ROCKING. REQUIRED TO MIN. OF 4" TO COVER SHALL CONTAIN THE IOWA CITY STANDARD LOGO. MEET GRADE WITH 24" MAX. HEIGHT OF SPACER RINGS, INCLUDING MANHOLE FRAME. -0• SEAL WITH KINSFAL MASTIC OR APPROVED EQUAL STEP MA INDUSTRIES PSI -PF OR APPROVED EQUAL JOINTS TO BE CONFINED O-RING OR PROFILE - CMEETING ASTM , -443 OR APPROVED EQUAL EQUAL PRECAST CONCRETE SECTIONS CONFORMING TO ASTM C-478 USE A-LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL. SEWER MANHOLE Greater than 6' in Depth Sheet Tile: File # Shee Notes and General Information PS -287 I C3 Depth BOTTOM COMPACTED STONE OF TAT STANDARD NATIVE MATERIAL AT ASTROTURF DRAG FINISH SUBGRADE PROCTOR Z R 90R STANDARD PROCTOR 8"TYP. -r4 J/ 15' 12" 6" min. 2% 8" PCC 15' 2% 8" CRUSHED STONE TYPICAL PAVEMENT Riser Diameter D2(vmies) I TYPICAL SECTION CIRCULAR INTAKE INVERTED CROWN BEEHIVE ORATE Q Precast (shown) or cast—In—place base: • Precat: 6—Inch thick concrete with F welded wire Demotion mesh on 4—in6 centers((NMF 4' N 4). Center mesh vertically wrAin base. • Cost—In—place, 8—inch thick non—reNlorced concrel Q 12—inch minimum riser height above oil pip Aoss 3 RCP Risers Invert ;78Zdg. Bose INTAKE SIZE — CASE 1 Outlet Pipe Diometer,Dt Minimum Ri Diam 12" 18" 15" 24" THAN 3 FEET DEEP. 24" 21" 3D" 24" 30" 27" 3fi" COMPACTED STONE AT 95% STANDARD 6' PROCTOR D/4 + T (4 MIN.) '—UNDISI MM SOL CRUSHED STONE ENCASEMENT BEDDING AND BACKFILL UNDER PAVED AREA SEE NOTE 2 NOTES 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL 2. MATERIALS AND COMPACTION: SIONE D/4 + T (4• MIN.) —uNasmRBEo sDIL CRUSHED STONE ENCASEMENT BEDDING & BACKFILL SEE NOTE 2B A.) PAVED AREAS: UNDER AND WITHIN 5 FEET OF PAVED SURFACES, INCLUDING STREETS, SIDEWALKS AND D S, BACKFILL SHALL BE CLASS A CRUSHED STONE PLACED IN ONE FOOT LIFTS COMPACTED TO 95% STANDARD PROCTOR DENS HE TOP 12 INCHES DIRECTLY BELOW PAVED SURFACES SHALL BE CLASS A CRUSHED STONE COMPACTED TO 98R STANDARD P R DENSITY. IF UNDER PAVEMENT, BACKFILL TO BOTTOM OF THE SUBGRADE. IF NOT UNDER PAVEMENT, HACK FILL TO WITHI NCHES OF FINISHED SURFACE. B.) ALL OTHER AREAS: BACKFILL SHALL CONSIST OF SUITABLE JOB EXCAVA TERIAL PLACED IN ONE FOOT LIFTS COMPACTED TO 90% STANDARD PROCTOR DENSITY. IF EXCAVATED MATERIAL IS UNSUITABLE, ILL WITH CLASS A CRUSHED STONE TO WITHIN 12 INCHES OF FINISHED SURFACE. 3. BELL HOLES SHALL BE HAND SHAPED SO THAT 0 IPE BARREL RECEIVES BEARING PRESSURE. PLACE BEDDING TO ENSURE THAT THERENO VOIDS UNDER OR ALONG THE LENGTH OF PIPE. PLACED 10 MANHOLE FRAME AND LID TO WKIFILL low SEWER MANHOLE, LESS Rom THAN 3 FEET DEEP. GASKETS. STORM SEWER SHALL HAVE BELL AND D/4 + T (4" MIN.) ---UI6Rwn SDR 10® Sf1l:4�� Ciresew INCHES FROM TOP OF CURB/RIM TO SUBGRADE. PAVED AREA, CASTING SHALL �n Ln rn REQUIRED TO MIN. OF 4" TO -0 ®"'O 9 INTAKE PIPES DRAIN AT INVERT ELEVATIONS HEIGHT OF SPACER RINGS, LISTED. 5. UFT HOLES IN STORM SEWER WILL NOT BE _ iZ!!1.1♦ r' il.7iDS1• m0 t7ifiS1• COMPACTED STONE AT 95% STANDARD 6' PROCTOR D/4 + T (4 MIN.) '—UNDISI MM SOL CRUSHED STONE ENCASEMENT BEDDING AND BACKFILL UNDER PAVED AREA SEE NOTE 2 NOTES 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL 2. MATERIALS AND COMPACTION: SIONE D/4 + T (4• MIN.) —uNasmRBEo sDIL CRUSHED STONE ENCASEMENT BEDDING & BACKFILL SEE NOTE 2B A.) PAVED AREAS: UNDER AND WITHIN 5 FEET OF PAVED SURFACES, INCLUDING STREETS, SIDEWALKS AND D S, BACKFILL SHALL BE CLASS A CRUSHED STONE PLACED IN ONE FOOT LIFTS COMPACTED TO 95% STANDARD PROCTOR DENS HE TOP 12 INCHES DIRECTLY BELOW PAVED SURFACES SHALL BE CLASS A CRUSHED STONE COMPACTED TO 98R STANDARD P R DENSITY. IF UNDER PAVEMENT, BACKFILL TO BOTTOM OF THE SUBGRADE. IF NOT UNDER PAVEMENT, HACK FILL TO WITHI NCHES OF FINISHED SURFACE. B.) ALL OTHER AREAS: BACKFILL SHALL CONSIST OF SUITABLE JOB EXCAVA TERIAL PLACED IN ONE FOOT LIFTS COMPACTED TO 90% STANDARD PROCTOR DENSITY. IF EXCAVATED MATERIAL IS UNSUITABLE, ILL WITH CLASS A CRUSHED STONE TO WITHIN 12 INCHES OF FINISHED SURFACE. 3. BELL HOLES SHALL BE HAND SHAPED SO THAT 0 IPE BARREL RECEIVES BEARING PRESSURE. PLACE BEDDING TO ENSURE THAT THERENO VOIDS UNDER OR ALONG THE LENGTH OF PIPE. PLACED 10 MANHOLE FRAME AND LID TO WKIFILL UNLESS NOTED OTHERWISE IN THE PLANS. SEWER MANHOLE, LESS D/2 THAN 3 FEET DEEP. GASKETS. STORM SEWER SHALL HAVE BELL AND D/4 + T (4" MIN.) ---UI6Rwn SDR 3. ALL PIPE SHALL BE CERTIFIED. 4. ALL STORM INTAKES SHALL BE A MINIMUM OF 48 Ciresew INCHES FROM TOP OF CURB/RIM TO SUBGRADE. PAVED AREA, CASTING SHALL �n Ln rn REQUIRED TO MIN. OF 4" TO -0 ®"'O 9 INTAKE PIPES DRAIN AT INVERT ELEVATIONS HEIGHT OF SPACER RINGS, LISTED. 5. UFT HOLES IN STORM SEWER WILL NOT BE _ ALLOWED. r' >p 5. CKFILL SHALL BE HAND TAM UP TO 12 INCHES ABOVE TDP of PIPE. PIPE BEDDING and BACKFILL DETAIL 6. SEE T FOR ALLOWAREE TRENCHd WIDTH B . MANHOLE FRAME AAQ LID TC BE NEENAH R-1670, ELF APPR SEALING Oft GVED OF FRAME AND GRATE TO BE NEENAH R-2500. IF IN PAVED AREA, CASTING SHALL ALSO BE NON—ROCKING. STEP MA INDUSTRIES PSI—PF APPROVED EQUAL 1. ALL STORM SEWERS SHALL BE CLASS 3 RCP STEPS ARE NOT MANHOLE FRAME AND LID TO REQUIRED IN STORM UNLESS NOTED OTHERWISE IN THE PLANS. SEWER MANHOLE, LESS 2. ALL STORM SEWERS SHALL HAVE PROFILE THAN 3 FEET DEEP. GASKETS. STORM SEWER SHALL HAVE BELL AND FOR MANHOLES IN PAVING SPIGOT JOINTS. FRAME AND GRATE TO BE 3. ALL PIPE SHALL BE CERTIFIED. 4. ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE. PAVED AREA, CASTING SHALL IF INVERT ELEVATIONS ARE INSUFFICIENTTO uIN PROVIDE THIS REQUIRED DEPTH, THE REQUIRED TO MIN. OF 4" TO CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS HEIGHT OF SPACER RINGS, LISTED. 5. UFT HOLES IN STORM SEWER WILL NOT BE _ ALLOWED. SEAL WITH KINSEAL MASTIC OR CRETEX INTERIOR CHIMNEY SEAL OR APPROVED EQUAL FOR MANHOLES IN PAVING BRICK OR CONCRETE AS REQUIRED TO MIN. OF 4" TO MEET GRADE WITH 24" MAX. HEIGHT OF SPACER RINGS, INCLUDING MANHOLE FRAME. SEAL WITH KINSEAL MASTIC OR APPROVED EQUAL. JOINTS TO BE CONFINED RING OR PROFILE 7KET MEETING ASTM OR APPROVED AL PRECAST CONCRETE ' SECTIONS CONFORMING TO ASTM C-478 —Ils. USE A—LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL STORM SEWER 6or Less in Depth II USE A—LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL. STORM SEWER Greater than 6' in Depth ENGINEERING HSCALE: NA DESIGN: MAC Project: PUBLIC WORKS COMPLEX Sheet Title: File q ISheet CITYOF IOWA CITY DIVISION VSCALE: N/A DRAWN: BSM PCC ACCESS ROAD AND STORM SEWER Notes and General Information PS -287 C3 DATE: 2014 IMPROVEMENT PROJECT MANHOLE FRAME AND LID TO CRETEX INTERIOR CHIMNEY BE NEENAH R-1670, SELF SEAL OR APPROVED EQUAL SEALING OR APPROVED EQUAL FOR MANHOLES IN PAVING FRAME AND GRATE TO BE NEENAH R-2500. IF IN p_1p PAVED AREA, CASTING SHALL BRICK OR CONCRETE AS uIN ALSO BE NON—ROCKING. REQUIRED TO MIN. OF 4" TO MEET GRADE WITH 24" MAX. HEIGHT OF SPACER RINGS, INCLUDING MANHOLE FRAME. _ SEAL WITH KINSEAL MASTIC OR APPROVED EQUAL STEP MA INDUSTRIES PSI—PF OR APPROVED EQUAL JOINTS TO BE CONFINED 0—RING OR PROFILE 112 GASKET MEETING ASTM C-443 OR APPROVED EQUAL PRECAST CONCRETE SECTIONS CONFORMING TO ASTM C-478 II USE A—LOK SEAL OR APPROVED EQUAL WHERE PIPE PASSES THROUGH THE MANHOLE WALL. STORM SEWER Greater than 6' in Depth ENGINEERING HSCALE: NA DESIGN: MAC Project: PUBLIC WORKS COMPLEX Sheet Title: File q ISheet CITYOF IOWA CITY DIVISION VSCALE: N/A DRAWN: BSM PCC ACCESS ROAD AND STORM SEWER Notes and General Information PS -287 C3 DATE: 2014 IMPROVEMENT PROJECT 7.5 3"R INSTALL TWO PIPE CONNECTORS FLARED END SECTION ON LAST THREE PIPE JOINTS AT a.5" 3"R EACH FLARED END SECTION. W. -- d„ / 4 .4 .. v;4 4 6„ Di 416 ` 4.44 4 4, S'. :3'—�r CONCRETE AS SPECIFIED A: INTEGRAL CURB DETAIL #4 BARS ® 12" ON CENTER NOT TO SCALE FLARED END DETAIL NOT TO SCALE 0 3 SECTION A -A (D TONGUE END DETAIL SECTION A -A (tT GROOVE END DETAIL (TYPE 1 AND TYPE 2 APRONS) END VIEW Dimension 'V shown Is the minimum and is considered the design length. Adpst far any difference between the actual length of concrete apron Installed and the length Indicated hereon within the length of concrete cult' pipe furnished. Install connected pipe pints as shown an RF -14. when sperined M the contract documents. install pipe apron guards as shown on 0 26. Pipe apron guards are incidental to Cancmte Aprons'. 1QTongue and used an inlet end section. Groove and used an outlet end section. Comply with AASHTO M 170 far longue and groove dimensions. m�ta+sn RF -3 TYPE 1 APRONS r C CONCRETEAPRONS DIAM. SLOPE A e MINIMUS F G T T 2.4:1 4' 2'-0' 4'_ ' L- " 2'-0' 2" 2" 2" 2.4:1 6" 2'-3' S-10' 6'-l" 2'-6' 2 •• 2 •' 6'-1" 2.3:1 9" 2'-3' 3'-10 6'-1" 3'-0' 2F 2F 2'-3' 24.1 9" ]'-D 3'-1 6'-1 3'-5' 3" 3" 24:1 25:1 25:1 111� 9 •• 1 12" '-7 2•_6.6•_1 4'-1 2'-0.8•_1 4'-6' 1'-7 6'-1 ' 4'-0' 4'-4' 5'-0' 3" ] " ] ' 3" 325:1 325:1 24" 2r 2.5:1 2.5:1 15" 5'-3' 2'-g' 8'-O' 6'-0' 425:1 3" 3 •• S. 3 - 30" 21" 5-3' Y-9' 8'-0 6'-6' 4 4 ' 3 •• 25:1 24" 6' -0'E2' -O!8' -O'0' 7'-0' 5" 5" 8'-0' 1.&1 27" 5'-0'-0'1.6:1 42" 2.5:1 21" 5'-3' 2'-9' 29 5'-0'-0' 8'-0'1.7:1 4 •• 48" 2.5:1 24" 30" 6'-D'-3'5 8'-0' •• 6" 5" 1.6:1 30" 6'-8'-S 9'-0' 6" 7" T-6' 1.&1 ]e" ]'-8'-3' 9'-e 24 5'-0' 3'-0' 1.3:1 2 " 6'-9•3 10'-D 8 e" (TYPE 1 AND TYPE 2 APRONS) END VIEW Dimension 'V shown Is the minimum and is considered the design length. Adpst far any difference between the actual length of concrete apron Installed and the length Indicated hereon within the length of concrete cult' pipe furnished. Install connected pipe pints as shown an RF -14. when sperined M the contract documents. install pipe apron guards as shown on 0 26. Pipe apron guards are incidental to Cancmte Aprons'. 1QTongue and used an inlet end section. Groove and used an outlet end section. Comply with AASHTO M 170 far longue and groove dimensions. ell SIDE VIEW Contract Item: Apron, Concrete Tabulations: 104-3 104 -SC m�ta+sn RF -3 TYPE 2 APRONS r C CONCRETEAPRONS DIAM. SLOPE A e C INIMUE F G T 12" 2.4:1 4" 1 2'-O 4'- " 6'- " 2'-0 2" 2•• 15" 2.4:1 6" 2'-3' S-10 6'-1" 2'-6' 2 " 2 " 16" 2.3:1 9" 2'-3' 3'-1D 6'-1" 3'-0' 2f- 2 '• 21" 24:1 9" 3'-0' 3'-1 • 6'-1 3'-S 3" 3" 24" 2r 2.5:1 2.5:1 9 •• 10 " '-] 4'-1 2'-6' 6'-1 2'-O' 6'-1 ' 4'-0' 4'-4' 3" 3 •• S. 3 - 30" 2.&1 12" 4•_6.1•_7 '-1 ' 5'-O• 3 •• 3 " 36" 25:1 15" 5'-3' 2'-9' 8'-0' 6'-0' 4" 4" 42" 2.5:1 21" 5'-3' 2'-9' 8'-0' 6'-6' 4 " 4 •• 48" 2.5:1 24" 6'-0' 2'-0' 8'-0' 7'-0' 5" 5" 54" 1.9:1 24 " 5'-5' 2'-7' 8'-0' T-6' 5 " 5 •• 60" 1.4:1 24 5'-0' 3'-0' 8'-0' 8'-0 Sip 1 6" 66" 1.7:1 W" 8'-G'2'-3' 6'-3' 8'-0' S 1.6" J2" 1.4:1 24" 6'-6' 1'-9" 8'-3' 9'-0• 6" P' 78" 84" 1.11A 1.5:1 36" 23 P''-6 T-6' ' V-9" 9'-3' V-9" 9 '-3 ' g'-8' 10'-0 6 •• 6 ] '• 8" ell SIDE VIEW Contract Item: Apron, Concrete Tabulations: 104-3 104 -SC A — — New sewer — — ., 12" or less -\ I compre: ccuuM{�� material ��11 Qb eY+d"^C=eP-et' D Undisturbed soil 4•'`• O 2 i?' PCC -Ow- A Form interior surface of Keep the 12" utility clear free of concrete. Existing utiltiy (sewer, water, gas, etc.) ,New sewer OD/4 1 )i" compressible material .jaw S we -we L OD+ 6" SECTION A -A NOTE: Install pipe support for all new sewers 12 inches in diameter or larger when clearance between bottom of new sewer and top of existing line is 12 inches or less. Bedding: Comply with Figure 3010.101 Utiltiy OD = Outside pipe diameter m�ta+sn RF -3 STANDARD ROAD PLAN r C CONCRETEAPRONS A — — New sewer — — ., 12" or less -\ I compre: ccuuM{�� material ��11 Qb eY+d"^C=eP-et' D Undisturbed soil 4•'`• O 2 i?' PCC -Ow- A Form interior surface of Keep the 12" utility clear free of concrete. Existing utiltiy (sewer, water, gas, etc.) ,New sewer OD/4 1 )i" compressible material .jaw S we -we L OD+ 6" SECTION A -A NOTE: Install pipe support for all new sewers 12 inches in diameter or larger when clearance between bottom of new sewer and top of existing line is 12 inches or less. Bedding: Comply with Figure 3010.101 Utiltiy OD = Outside pipe diameter o_ :n r C Y+—tc� n-< r H SCALE: NTS DESIGN,MAC 5 :fir rn as = Sheet Title: O'q 0 CITY %n IOWA H SCALE: NTS DESIGN,MAC Project PUBLIC WORKS COMPLEX Sheet Title: File # CITY OF IOWA CITY ENGINEERING DIVISION VSCALE: NTS DRAWN: BSM PCC ACCESS STORM SEWER Construction Details PS-287T71 DATE: 2014 PROVEMENTPRO IMPROVEMENT PROJECT 7.5 3"R 4.5" 3"R •e.. } IjD e a O INTEGRAL CURB DETAIL �� c NOT TO SCALE i Ln rn ,.e� a o� r co >� FLARED END SECTION PIPE CONNECTORS i i 6" s; S-6"CONCRETE AS SPECIFIED '.#4 BARS ® 12" ON CENTER NOTES: 1. 1. INSTALL TWO PIPE CO CTORS ON LAST THREE PIPE JOINTS AT EACH FLARED END SECTI FLARED END DETAIL NOT TO SCALE CITY OF IOWA I T Y ENGINEERING H SCALE: NTS DESIGN: MAC Project: PUBLIC WORKS COMPLEX Sheet Title: File # Sheet DIVISION VSCALE: NTS DRAWN: BSM PCCACCESS ROAD ANDIMPROVEMENT STORMPROJECT EWER Construction Details PS -287 C4 DATE: 2014 IMPROVEMENT PROJECT VedaNa pV4' br 0 mmol 11YJY' Mtla dBA.) TPICALSILTFENCEONT CHECK ATPACHMENI'TOPOST 1Q Iaed121nolmmo(hbdnemiNmvmpf E ASMs tleep (febdc lay be forted bebw Ne Bmuntl llna). TSI Fenn TYPICAL SILT FENCE MSTALIATION ON LONGITUDINAL SLOPES (R. -Nam) ALIATION ON LONOITUDMAL SLOPEB (Probe New) O Inset 121nrAm of febM a minlmum of i MChu tlap(febdemaybe klded below Bre m(lra Ilne). O RedumpwlepadnBb&D'elwaler mnhallm areas, or ea TequlmJ b Wegalely¢uPmdfenca. N O OEfAIIS OFSRT fENCEON LONGffIroWAL$1j1PEa r m S2 >--j a� n- Irn 3 GILT PENCE CITY OF 10 SVA CITY D VIS ON RING H SCALE: NTS V SCALE: NTS DESIGN: MAC DRAWN: BSM DATE: 2014 INfERCENN0 W1p1 TERMMALEND UDWNBIDETERMMLL IIPSIDETENMINAL Wlamala 0) SECTION A -A Project PUBLIC WORKS COMPLEX SheetilAe: PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT Construction Details PLAN WOOD EXCELSIOR MAT FORSLOPE PROTECTION PS -287 I C5 T1, rcdpmAdl,.,labla Bert modem for plewmenl Of AMCTION SLOT atlye_ '-I-' _ _ — eMumvllred. 1. Mmmsommeant of'61 p Protetal cA"on Wood Evwltlorr Mer In ffm,a Esl Bmund eurfa®..a wve2d b, Us mat Mm asos� BUiTJOIM Ensure ButpmundeudaweomnlOmy Ownels m SD'FEG SG'FES !"IYyi - _ = pv, shaped is holiness rehml them., Into to pmlamad area L 14 20' rt_ Escalator mLLW betlubmPee Is ln.Whd wXM1 ahlpe dW OAU B.BO' I t• nR.MrLon Lcmtlone forplacadaepmhcdnam.n�IoOerlaA T.� ans. pans SD ]9 9' mob - Eiml.lormLLlwbmabpe ebipa W d70 IN ; a 1L� Wmh w baeform pMechsnYlnaWedxiM piaad wrtodmahy penllel is medamy. no lamllon. of strip epedded an pmledp6ne. M1dlh and number NPa T 1JT - PAW bld Peregwm to,'So,s ProleNon, WosJ Eaaklm Mar, 6Ant mmpemeeon falroWfr, of mel eaanllnoW wjq dham M1aman Inpmjedpea aadJ,emim dl DaoaedbYNe EnB6eer. lM ERODm SLOPE --' l _ sMmvep �—q.vapav fbw—Y O w�N.dapm ad 18 madam. �000m Ma _ A,Csa'"'IX7 l Canio, at36l d%m..,de .Na rsat Z4 Inch mnM. TT Applmvnal<IY 3n smplesaegw'retl Perayuen (1M ep. fl) —_F eImInmeL O Wem LwwNe pulllm have EevelopeJ In berMNpe,M (Doom IMLb _ _ 1 WNedlendcompad Pdarlo Plammenlalmat. .® r ed @P6. 41ePImmNe PLAN FOR SACKSLOPE ANDFOPESLOPE Vmd PROTECTNTN I' sena a far SPadel �Ith Control. OO NTem.1isrmet 6to M plecaJ es Special Unnh ANCHORSIOT IAPSPLICE TERMINAL END CENiER&RTJONT PLAN FOR SIDEWALK ADJACENT TO buladflods (ppmwh A) PAVEMENT Do EXch mndbl.. lnClotedo(Atlan.te B). Mom dam la no SpNel DXCM1 C,.W. lndell.lops pmlreim As Ina'sW �f N y, eh.(Nbmele Al ©gSol ynlw speufied aNemlee farfonsloPo pmleNon. oft IlemeM tlll M1aadevelspad edfamnlbahouNermeledel, r arta euikble moll entl mmpedpdorbplemmentot ORod. CITY OF 10 SVA CITY D VIS ON RING H SCALE: NTS V SCALE: NTS DESIGN: MAC DRAWN: BSM DATE: 2014 INfERCENN0 W1p1 TERMMALEND UDWNBIDETERMMLL IIPSIDETENMINAL Wlamala 0) SECTION A -A Project PUBLIC WORKS COMPLEX SheetilAe: PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT Construction Details PLAN WOOD EXCELSIOR MAT FORSLOPE PROTECTION PS -287 I C5 PnM Speft PoYSpadp (voinua) CHECK ATTACNMENTTO POST (D Insert 12 J�es of Ratla a minimum b Inares tlea, (talk may be Waal tekw Me Smund line). SILT FENCE RIP RAP APRON FOR PIPE OUR.ET ONTO FIAT GROUND TIII Fenn P NPMln. (W0'V rcsbpe Is never Man 5%) TYPICAL SILT FENCE INSrA TION ON LONGIrl1DINN_ SLOPES (Men Vim) TYPICAL SILT FENCE N$Ir WIDON ON LONGGUDINAL SLOPES (Profilewee) IMe O 6Indmedeep YA&bdc may be MI&K! ,aloe Me Paune line). mieuwnWon ean, as weler eaaanaauen eras:, mea regmm0 m aaeuaMyauowrt Mnm. SILT FENCE d )> t f.� HSCALE: NTS DESIGN: MAC CA PUBLIC WORKS COMPLEX r .<rT1 M Sheet CITY OF IOWA CITY ENGINEERING DIVISION VSCALE: NTS DRAWN: co HSCALE: NTS DESIGN: MAC Project: PUBLIC WORKS COMPLEX Sheet Title: Fle# Sheet CITY OF IOWA CITY ENGINEERING DIVISION VSCALE: NTS DRAWN: BSM PCC ACCESS ROAD AND STORM SEWER Construction Details PS -287 C5 DATE: 2014 IMPROVEMENT PROJECT POLLUTION PREVENTION PLAN AIM contractor's subcontractors shall conduct their operations in a manner that minimizes 4. Inspection and Maintenance erosion and prevents sediments from leaving the project site. The prime contractorshall be The contractor is required to maintain all temporary erosion w,wl measures in proper working order, including 3. Paints, Paint Solvents and Cleaning Solvents responsible for compliance and implementation of the pollution prevention plan (PPP) and local cleaning, repairing, of replacing them throughout the contract period. The following inspection and maintenance • Excess paints and solvents shall not be discharged into the storm sewer system. The contractor ordinances for their entire contract practices will be used to maintain erosion and sediment controls and stabilization measures. shall refer to the manufacture's instructions and federal regulations on the proper disposal This responsibility shall be further shared with subcontractors whose work is a source Of 1. Inspection and Maintenance Procedures A. All control measures will be Inspected at least once every seven pne ) calendar days and following any stow techniques. 4. Concrete Wastes potential pollution as detlned in the PPP. event of 0.5" or greater. • Gamete sucks will to washout or concrete in specifically B. All measures will be maintained in good working ober. It a repair is necessary, it will be initiatetl witltin 24 is wit be imine contact designated areas which well be required to minimize contact between the concrete and hours of the report. storm water discharge from the site. 1. Site Description C. Any built up sediment will be removed from silt fence when it has reached one-half the fence. • The hardened product form the concrete washout areas will besed of as other non -hazardous waste materials or may be broken up antl used a site for other appropriate This Pollution Prevention Plan (PPP) is for the construction of the Public Works Complex PCC Access Road D. Silt fence and silt socks will be inspected for depth of sediment, tear, etc., to see of the fabric is securely uses' CD r and Storm Sewer Improvement in City, Iowa.Construction sewertivnd activities installation attached to the fence osts,and to see that the fence are secure) fastened in the round. P If g S. Solid and Construction Wastes �„,.. C. 7 -ped C7 edolaws sanitary work. LF of 8" 0 PVC suss pipe, 5 manholes, connedlons to existing sanftary sewer and manhole, end reWtetl work. PVC 5 man holes, c E. Site shall be inspected dairy (preferably al clays end) and swept If necessary. F. Temporary seeding and planting will be inspected for bare spots, washouts, and healthy • All fresh and construction debris shall be deposits pst at will be a as necessary. No consWction waste material will be b rie11'ch sityef• The tlumpafefSlhust be put in This PPP covers approximately 21.0 acres with an estimated 2.81 acres being disturbed. growth. a location where the contact with storm water disd4f:jL- bamtZ0d. G. A maintenance inspection report will be made after each Inspection and recorded on the inspection form 6. Sanitary Wastes Ul Refer to theproject lans for locations of real slopes, ditch grades, and major structural and nonstrudual P tyP P g 1 provided by the engineer. H. The contractor will be responsible far seledin a -qualified" inspector to conduct the in ions. 'Qualified"Is q P sPec1 • A portable restmom facility shall be located onsite at � s unless an appp� qual is consuls. A copy of these plans will be on file at the project engineer's office. Runoff from this project will flow into9 allowed. Wastes shall be collected and disposed o 'n plete"'Z�mpliano� vAWlocal, state 1 ditches, streams and drainage file stems that flow into the Iowa River. various storm sewers, g ry defined as a person knowledgeable in the principles and practices of erosion and sediment consuls who and federal regulations. This facility shall be locetedip am9rea wl1�e contaphwitl�slorm water possesses the skills to assess conditions at the construction sire that could impact storm water quality and to discharge is minimal `--� -- � 'y/ ' 2. Controls assess the effectiveness of any sediment and erosion consul measures selected to consul the quality of storm - •� 7. Rural Agricultural Activities _ •• The Contractor/ subcontractor shall be responsible for implementation and management consul measures (or the water discharges from the construction activity. • Runoff forth agricultural land use can potentially contain chemicelslwJutling hemitldes, following emanon and storm water management control measures that are specific to this site. pesticides, fungicides and fertilizers. q: 2. Materials Management Plan This work shall be done in accordance with Section 2270 of The City of Iowa City Specifications and Section 2602 Site sources of pollution generated as a result of this work related to silts and sediment which may be transported A. Spill Prevention and Response Procedures of the Iowa D.O.T. Standard S pp Y Specification. If the work involved is not applicable to an contract Items, the work as a result of a storm event. However, this SWPPP provides conveyance for other (non -project related) operations. The contractor is responsible for training all personnel in the proper handling and cleanup of spilled materials. shall be paid for according to Article 7109.03 paragraph B, of the Iowa Department of Transportation Standards These other operators have storm water runoff, the regulation of which is beyond the consul of this SWPPP P g Y No spilled hazardous materials orwasles will be allowed to came into contact with storm water discharges. If water and Specifications. ng list of materials or substance expected to be present onsite during construction. win is a A The followiis a contact does occur, the storm water discharge will be contained onsite until appropriate measures In compliance 1 with all federal, state, and local regulations are followed to dispose of the hazardous substance. The following 1. Permanent Stabilization Practices . practices will be followed for spill preventions and cleanup: This work shall be completed by another project, Fall 2012. 2. Detergents 1. In addition to the good housekeeping and material management practices discussed in the previous 3. Paints sections of the plan, the following practices will be done to minimize the potential for hazardous material 2. Temporary Stabilization Practices 4. Tar 5. Soil Stabilization Additives spill and to reduce the risk d the spill coming in canted with A. The use of silt fence, temporary seeding, mulching, sodding and diversion dikes to help consul sediment p All methods for spill cleanup will be clearly posted and site personnel • Manufacturers recoding and erosion. If construction activity is not planned to occur in a disturbed area for at least 21 days, the 6. Fertilizers will be trained regarding (hese procedures and the location of the information end cleanup the areas shall be stabilized with temporary seeding or mulching no later than 14 days forth the last 7. Petroleum Based Additives supplies. constructionactivity. 8. Cleaning Solvents • Materials and Equipment necessary for spill control, containment and cleanup will be provided posed areas. B. Mulchingchingexposed 9' Wow 10. Solids and Construction on site Ina material storage area. Equipment and materials will Include but not be limded to C. At areas where runoff can move offsfte, silt fence Mail be placed along the perimeter of areas to be brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal distributed prior to beginning grading, excavation or clearing and grubbing operation. 11. Wastes trash containers. 12. Pesticides 3. Sequence of Implementation stabilization practices 13. Plaster 2. In event dpi spill following procedures will followed: A Construct temporary constmclion exlts/entrancesand designate staging area. 14. Asphalt • Th spills wig be a n b up immediately after discovery. B. Install perimeter silt fencing. 15. Antifreeze Coolant be kept • The spill area will be All and personnel will wear appropriated protective clothing wellrdous C. Site grading shall begin. Contraclorwill be responsible for temporarily stabilizing an area that will not be 16. Gasoline/Diesel Fuels/Kerosene dousventisubated topreventis Mehazasubstance. disrupted for least days no later than 14 days from the last conswdion activity. 17. Hydraulic oigfiuitls • Spilt of loxlc or he s manager wig reneer, to lee appropriate state governmental orhary zththus material underground D. InstalConstruct 18. Glue Adhesive agency praje pilocal to e rep mane er a e sizeofm 1. Spills of es oftance llanholsasutilities. E. all manholes as specified in the plans. 79. Curing Compounds that ofcert in subsess amounts the[ exceed reputable quantifies of certain substance mentioned in federal x specifically ed quantifies a in F. Remove inlet preparation around all inlet and manhole structures. Remove I 20. Waste from consWction equipment washing regulations must be immediately reported to the EPA and any other govemmenlal agencies. other govern 3. Other Control B. Material Management Practices: The following Is a list of material management practices That will be used S. • If the spill exceeds a reportable quantity, the SWPPP must be modified within 14 clays ager the d events mud be included. lane rtrotl shall include: a spill and a carmen description;the to minimize the risk of spills or other accidental exposure of materials and substances to storm water fwhy t description of the release; the date d the release: and explanation of why the spill Contractor disposal of unused construction materials and construction material shall comply with applicable mnoff. of procedure to prevent future spills description i release from happening; end a tlescription and federal, state and [owl regulators. Inthe event withother rules and regulations,. aply. 1. Good Housekeeping esp ns of responseoccur of responseprecetlures procedures ursemmentarlaws colas or regulations shall apply. During the nurse of construction, it is possible Net ll D she more laws, reg pp Y g P • An effort will be made to store onsite only enough products required to complete the job. will responsible for the site operations and win be fee spill • The site superintendent witshouldbe espinorreleasee day-to-day situations will arise where unknown materials will be encountered. When such situations arise, they will be All im a •All materials stored onsite will be kept in a neat, orderly manner and in their appropriate prevention cleanup cooNinator. He or she will designate at least three other site personnel who soot to agnate at l handled according to all federal, slate and local regulations In effect at the time. The following is a list of other containers. If possible products shall be kept under a roof or other enclosure. will receive spill preventions and cleanup wining. These individuals will each become responsible control measures that convector/subcontractor shall be responsible for implementing • Matenal will be kept in Meir original containers with the originals manufacture's label. for a particular phase of prevention and cleanup. The names of these Individuals will be posted in • Substances will not be mixed with gime another unless recommended by the manufacture. the material storage area and in the office trailer. 1. Off-site vehicle rocking • Whenever possible, all of a product will be used up before disposing of the container. a. NonStorm Discharge A The contractor shall reduce vehicle barking of sediments offsite. The paved streets adjacent to me •Manufacture's recommendations for proper use and disposal will be followed. The following is a list of non -storm water discharges allowed by the lave Department of Natural Resources and may occur construction site shall be inspected daily and cleaned as necessary to narrow, only excess mud, dirt or • The job site superintendent will be responsible for daily inspection to ensure proper use and at the job site under the condition that no pollutants will be allowed to came into contract with the water prior to or after its rock tracked from the site. disposal of materials. discharged from the site. B. Street sweeper shall be available to clean streets as needed at Inspectors discretion. 1. Hazardous Products C. Dura trucks hauling material form the sire shall beproperlycovered with tarpaulin. Dump g N • Products will be kept in their original containers with the original manufacture's label. 7. Water from the fire fighting activities and fire hydrants flushings. D. Inspections and Maintenance Procedures. •The original labels and material safety data will be kept for each of the materials as they contain 2. Water used to clean vehicles. Important product Information. • Disposal of any excess product will be done in a manner that tallows all manufactures methods 3. Portable vreter sources including water main Flushings, irrigation drainage and routine building wash downs excluding for proper disposal. detergents. 4. Air conditioning condensation. C. Product Specific Pawws: The following Is a list of potential sources of pollution and specific practices to 5. Foundation ar footing drains where flows have been exposed to solvents reduce pollutants discharge from materials or sources expected to be present onsite during construction. 6. Pavement wash waters where spill or leaks of hazardous material has not ocarted. 1. Petroleum Storage Tanks An initial Storm Water Pollution Prevention Plan (SWPPP) will be provided to the contractor at the start of construction. A • All onsite vehicles shall be Inspected and monitored for leaks and recelve preventative copy of this plan is available for review during normal business hours. This plan is provided as a reference only and is not maintenance to reduce the change of leakage. intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall be • Steps will be taken by the contractor to eliminate contaminates from doage tanks from entering solely responsible for. ground call. Any petroleum storage tanks kept onsite will be located with an impervious surface 1. The implementation, administration, and monitoring of the initial plan. between the tank and the ground. 2. Marking modifications to the initial plan as needed 2. Fertilizers • Fertilizers shall be applied in minimal amounts as recommended by the manufacture. It shall be 3. Compliance with all NPDES or storm water discharge statutes, miss,regulations, or ordinance applicable to the site. worked into the soil as to minimize the contact with storm water discharge. HSCALE: NTS DESIGN: MAC Project: Sheet Title: File # Sheet �7 y ,q �y ENGINEERING CITY ®1 ®II CITY VSCALE: N/A DRAWN: MAC PUBLIC WORKS COMPLEX STORM WATER PS 21 C6 1 l I7) 1 1 DIVISION DATE: 06/02/2014 PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT POLLUTION PREVENTION PLAN FES #1 IE=639. I �9AN---- FUEL FACILITY I EXISTING PCC PAVING -- I m n I I I I I I I I 3-1 132 LF -30"0 RCP ® 0.60% IE = 640.00 222 LF -36"O RCP ® 0.30% 1-� MH #2 (72"0) CRUSHED STONE ENCASEMENT RIM =648.00 ( BEDDING AND BACKFILL TO BE IE IN =640.57 I I USED UNDER PAVED WASHOUT I I FUTURE BUILDING PAD ( FUTURE BUILDING PAD FFE=649.50 I FFE=651.15 - 6"WM T/P=646.10 - - 30"STM T/P=643.55 - - - - - - - - - - - 30"STM INV=640.76 6"WM T/P=644.47 MIN 18" SEPARATION I 36"STM T/P=642.25 36"STM INV=638.92 \ I I MIN 18" SEPARATION �`--Y'`---W'----A'----mow--+--�---W'----a+----W--- 80 LF -30"0 MH #3 (72"0) I RCP ® 0.60% RIM =648.00 IE IN (12") =643.10 IE IN (27"),=641.30 IE OUT = 641.05 / I 41 LF -27"O RCP @ 0.50% MH #7 (84"0) RIM =650.33 IE IN =644.40 IE OUT =639.00 41 LF -24"O T RCP ® 0.50% PROVIDE 4" PVC OR HDPE FROM WARM STORAGE BUILDING TO MIDAMERICAN TRANSFORMER AND FROM EMUSION TANK LOCATION TO WARM STORAGE BUILDING PER MIDAMERICAN REQUIREMENTS. CONDUIT SHALL HAVE A MINIMUM COVER OF 42 12"SAN INV -,n8.,34 6"WM T/P=644.90 24"STRM =645.67 12"STM INV=646.45 PROTE EX SAN III MIN 18" SEPARATION DU G CONSTRUCTION SAN MH #20 RIM=651.95 IE OUT EE SH 0 1 AREA INTAKE(24"0) IE IN, SEE SH iP1 RIM =650.50 _ ---IE =646.65{ / // 1 EXISTING Y .............' WARM STORAGE I {o PGG BUILDING \ PAVING FFE=652.00 35 LF -12"O �\ RCP ® 0.50% SEE i A -SHEETS Y� / ------_-�- / 54 LF 18"0 RCP ® 0.50%� . rili I �;- --- r _,) w- , �a c n «--(� ST 18"0 STUB _ •----------- --- --------------- r� IE 645.92 i s""L--9"-- s""-- -�-_- MH #10 (48"0)RIM =651.00 o i 79 LF -24"0 / IE IN =645.65 47 C -- RCP 0 50% / lei' ✓s /1 H SCALE: =47 DESIGN: 71 LF -18"0 RCP ® 0.50% v =t n °' Sheet Title: FES 8 # 8"SAN INV =639.06 CITY OF IOWA \((60'0)g"SAN ENGINEERING DIVISION IE=644.60 24"STRM INV =644.68 i PCC ACCESS ROAD AND STORM SEWER I Utility Plan I PS 287 I MH #9 (48"0) eP° o MH #4 2014 INV =640.38 RIM =650.75 sy"5 �' u' RIM =646.008"SAN 8 " SAN T/P =641.05 INV =639.64 IE IN(12") =646.48 �0y6P� IE IN =641.50 27"STRM INV =641.40 24"STRM INV =644.50 �J IE IN(18") =645.30 EJ�Fe� 8" SAN TO BE PROTECTED BY IE OUT =644.80 SEWER PIPE SUPPORT, SHEET C4 i /1 H SCALE: =47 DESIGN: MAC Project: PUBLIC WORKS COMPLEX Sheet Title: File p meet CITY OF IOWA CITY ENGINEERING DIVISION V SCALE: V=na+ I DRAWN: I MAC PCC ACCESS ROAD AND STORM SEWER I Utility Plan I PS 287 I C7 I I DATE: 2014 IMPROVEMENT PROJECT 60 a w■rarFr■ore■r■■®n■■ i ■r�■wase ■ r. L ,©� '/ 'i i. '� i / r ' , 6`'' 4 0 40'r ° p w ° i o i00 i --, a O r �' IE = 640.00 W FES #1 `ss IE=639.77 639-- - - - - - ( 132 LF-30"O _' %;% - '\` ,'4 12"SAN INV =638.34 \` �l -/ - - - - - _ a- - _-saz- - =641^ 6"C - RCP ®0.60% a _- '/ _ - i \ 24"STRM INV =645.67 L_ L(_ - -- ^ 6 "WM T/P=644.90 ' PROTECT EX SAN _ p111 222 LF-36"O RCP ® 0.30% I ` _-12"STM INV=646.45 _ S9" DURIN \ ONSTRUCTIO --447------- _ - ^ >_ - MH #2 (72"0) CRUSHED STONE ENCASEMENT I MIN 18" SEPARATION INTAKE (24"0) 11 1 dl / I _i- - Q I i 1 RIM =648.00 BEDDING AND BACKFILL TO BE I EX. 8" SAN / RIM =650.50 11 1 rr� - _ - I 1 IE IN =640.57 I USED UNDER PAVED WASHOUT I INV= 645.0 IE =646.65 J1 II EXISTING FUNFFEB BUILDING PAD I FUTUREFFE 6151175 PAD Y 1\ ; ��w�� r' WARMBUILDINGAGE 1` 1 e; .� PCG 1 \ PAVING ; \ \ FFE=652.00 -649- iA 6"WM T P=646.10 I I i •\ \ i 1\ I VI / I I 35 LF-12"0 ' °o° ^ - - - 30°STM T/P=643.55 - + - - - - RCP ® 0.50% i % I°---- I I I 30"STM INV=640.76 I 6' T P- 47 FUEL FACILITY \ I / 54 LF 18"0 � \ GI I I MIN 18" SEPARATION 36"S P=642.25 � v9 � I � \\ T : /�,, /� �/ \ I I 36" NV- 38.92 it -SEE SHEETS \ ,a �Y' RCP ® 0.50%, \� \ I I 2.1 & 2.2 ��\ I \ 90 LF-12"O RCP ® 1.00% IN 18" ARATION - It --w -6-°=�c®1_------�--�� -- --mac-� ��` jY_ \ l� EXPCC G \ W I RIM =650.33 sr « / �'a ST \ PAVING\ I IE IN =644.40 `� i 18"0 STUB / \ I IE OUT 639.00 IE = 645.92 - ----L------------------ - -- - -- ---- --- M / H #10 1.00 --- \ / RIM =651.00 \ / =64a- - = - 41 LF-24"O / IE IN =645.65 \ �I 80 LF-30°0 n RCP ®0.50% 79 PL® 0 50% // I o - ❑ i MH #3 2"0) I mac; c_ I / / RCP ® 0.60% RIM 648.00 71 L 0 0.5 i �� MH #5 (48"0) FES #8 RCP ®0.50% C-) I N (12") =643.10 8"SA INV =639.06 / / 'bi I cn IE IN (27") =641.30 RIM =649.00 IE=644.60 -''\ 24"STR INV =644.68 •MH #9 (48"0) _<� / IE IN =644.00 IE OUT = 641.05 I RIM =12") 5 rn � rn IE IN(12") =646.48 �qp ,I = r (� 41 LF-27"0 I MH #4 (60"` IE IN(18")=645.30 0) 8"SAN INV =640.38 ✓ \t,' RCP ® 0.50% I RIM =646.00 8"SAN T/P =641.05 8"SAN INV =639.64 // ;ebytih' f IE OUT =644.80 ca IE IN =641.50 24"STRM INV =644.50 --= Y 27' STRM INV =641.40 11 ,r I POUR CONCRETE COLLAR AROUND 8" SAN TO PROTECT. 1 ,it J i '�i11� I .•''/,i __-� i ENGINEERING H SCALE: V-40' DESIGN: MAC Project: PUBLIC WORKS COMPLEX Sheet Title: File #Sheet Y DIVISION VH 1"=na+ DRAWN: MAC PCC ACCESS ROAD AND STORM SEWER Utility Plan PS 287 C7 CITY OF IOWA CIT DATE: 2014 IMPROVEMENT PROJECT � e 0 40 [)0 VFESINV --6 =639.77 639- - - - _ 7 s4- - /M - -_- - -_-_- 4 -_-_-64 I - --6w- [t�� -- _-64SL =�i- --- J -i _. STRM RIM = W ` IJ I o © I ' RURAL SEED MIX ON 4:1 I PROPOSED SLOPES OR GREATER I SILT FENCETH MATTIN n AE --,�FES INV =63821. 33 / - / / o MAI<JTAIN EX STING , v J�: b v�v v FUEL FACILITY IOv / PROPOSED SILT FENCE AND WITHIN THE J -i _. STRM RIM = W ` IJ I o © I ' RURAL SEED MIX ON 4:1 I PROPOSED SLOPES OR GREATER I SILT FENCETH MATTIN n AE --,�FES INV =63821. 33 / - / / o MAI<JTAIN EX STING , -J EXISTING TREES LOCATED EAST OF THE / PROPOSED SILT FENCE AND WITHIN THE / GRADING LIMITS ARE TO BE REMOVED. GRADING WITH IOWA CITY 1� / ANIMAL SHELTER ADDITIONAL TREE REMOVAL TO BE DONE \ •p 651.5 BC 651.9 70 651.05 EP" 1. 6y`EXISTING y\ ONLY WITH THE APPROVAL OF IOWA CITY. 'I w � I I \ i 649.00 1 L7 FENCE 1'I`\ 651.22 BC FUTURE BUILDING PAD I I FUTURE BUILDING PAD I FFE=649.50 I I it FFE=651.15'- --- N I i 1.03% - by\ny I IN� M:rc ST X n 649.351 I1Kp Ij Ijnp ( 648.97 648.30 649.30 650.30 651.30 1.05 o- - - -�/L �\ SNI- - - 649 yy1_--yy---�W-- 648 _W----W----yam--_ _-- -J � J _ - - - - ADJUST x/651.08 EP\ (- EXIST. RIM \ j WARM STORAGE �4 / BUILDING 652.21 BC lin, X FFE=652.00 65171 EP651.50\5 TRANSITION TO 6" CURB. 652.50 B CONTRACTOR TO COOROINA7E 652.00EP MH/CURB CONFLICT WITH CITY 1,52 / \ SEE BC \ \ / EP \ STRM RIM \ 650.50 I 651.85 •BIC_ 651.35 EP W. bya / Yom' XISTING PCC PAVING / COORD SILT FENCE AND / GRADING WITH IOWA CITY 1� / ANIMAL SHELTER 1 t.n !1 651.3 IN is 651.5 BC 651.9 70 651.05 EP" 1. 6y`EXISTING y\ SF � I I \ :MOVE EXISTING 649.00 1 L7 FENCE 1'I`\ 651.22 BC � J _ - - - - ADJUST x/651.08 EP\ (- EXIST. RIM \ j WARM STORAGE �4 / BUILDING 652.21 BC lin, X FFE=652.00 65171 EP651.50\5 TRANSITION TO 6" CURB. 652.50 B CONTRACTOR TO COOROINA7E 652.00EP MH/CURB CONFLICT WITH CITY 1,52 / \ SEE BC \ \ / EP \ STRM RIM \ 650.50 I 651.85 •BIC_ 651.35 EP W. bya / Yom' XISTING PCC PAVING / _.r____-_(646.60) I .1 0.708 648.20 I Ly m 649.30 19 1 t.n !1 651.3 IN is 651.5 BC 651.9 70 651.05 EP" 1. 6y`EXISTING y\ I \ TRM RIM.f ~ ST 5648.00 I 649.00 1 65DD0 I 6 00PAVING Lm STRM 6PGG =650.7 I___-(648.92)... ul it N I i 1.03% - by\ny ( 648.97 648.30 649.30 650.30 651.30 1.05 o- - - -�/L �\ SNI- - - 649 _646.80- - 648 649 gµ- - _ - BAN -651 647 - I X STRM RIM =650.33 1 / / 647.30 N ag / t STRM RIM 646.00 646 2�/ 1 1 0 \ / / d y -n O I *� = 6c INV x \�� �o I 1 FE =644.60\ / / \ \\ �� I \I�C ) OD m PPS G I : �rn Q yy 1 � C:J \ 1 HSCALE: 1"=40 DESIGN MAC Project: PUBLIC WORKS COMPLEX Sheet Title: $ Sheet CITY OF IOWA CITY ENGINEERING DIVISION VSCALE: 1"=na DRAWN: MAC PCC ACCESS ROAD AND STORM SEWER Site Layout&Grading Plan TFile S 287 C8 DATE: 2014 IMPROVEMENT PROJECT 639- - - ---9� 640- - - 7 - - - -sas - --_� --947------- I 'eGv 649. FUEL FACILITY 1 - � a aiilf II a wwat a ' q11�} 3,i ,• 3►',�a # iia k�}t aQ�.a �z�:b� ..�a � a � . �• a :.►•�7+ tl� r a ij b a �i• ..,,�� -/ �(I�iQ��•i�RG�TI.r�"IGAi�tJ1� �'� � _�E ��.i��f Gal:�f�F/�L'+!�t�P�!1 ��1'l�rlrLlO►lf fir•. y+�G.�!e„ "!ir .01 I I 1 I 5I I \ 6T K� __STRM RIM =648.00 \ i EXISTING '\ PCC (648;92) PAVING \ (648.97 SAN--- 649- _.' �� = I / 1 6V9/ 1 I I % 650s0• ■ 0.70% 648.20 I 11K 649.30 IN K 1.10% STRM IRIM 1.11% 1! 1.9 6T =648.00 TRM IM 650.00 K =649.00 I K 1.0-„% 648.80- - I FUTURE BUILDING PAD I STRM RIM FUTURE BUILDING PAD.... =646.00 ,..... ■ FFE=649.50 I I FFE=651.15 ' , --� --650---- I` -- Ii K 4P 649.351w w I I I e SEE SHEETS 1 ri 1 4 1 I 1 1 2.1 & 2.2 IT - 650s0• ■ 0.70% 648.20 I 11K 649.30 IN K 1.10% STRM IRIM 1.11% 1! 1.9 6T =648.00 TRM IM 650.00 K =649.00 I K 1.0-„% 648.80- - I O STRM RIM =646.00 648- x 647.30 CITY OF IOWA CITY ENGINEERING H 1'=40' DESIGN: MAC SCALE: CALE: 1"=na DRAWN: MAC DIVISION V DATE: 2014 1 l ADJUST EXIST. RIM `651.08 EP ( o°� ,51 •♦ // WARM STORAGE ` \ym , EXISTING LNG X FFE=166200 652.21 BC ' \6y \ g11 PAVING 651.50 651.71 EP ■ 1 \,-EXIST. RIM =651.20 / f � \ STRM RIM ' =650.50 / �! o� ®W_ y1. i 66 1 6 \• 651.3 651. 651.49 5 0 6STR =650 65 / 65 sso.7 3I 6 .00 651.30 1.05 r/ STRM RIM =650.33 C•A C-) Cf1 ' 646 ; %°� \ / / I �r -0 m O r7•1 FE IN I / x 3 =644.60\` i / / / \ `�� Q ::K r CID 1 _-SII � 1 Project: PUBLIC WORKS COMPLEX Sheet Title: File # Sheet PCC ACCESS ROAD AND STORM SEWER Site Layout & Grading Plan PS 287 C8 IMPROVEMENT PROJECT 64I SEE 'C' SHEET FINAL GRADIN( ITYPJ ED I 6' CONCRETE OVER 6' CRUSHED STONE I� I I I I I I I I I� 4' CONCRETE OVER \4:�-/� 4' CRUSHED STONE '1 11L111111 .0 � � / i V I (03 30 00) NEW 8° CRUSHED STONE W, REINF. 16' O.G. EACI EPDXY COATED HI I PROPOSED 36' STORM SEWER LINE. SEE SHEET C-1 � \I ST ETE SLAB OVER 8' IXY COATED 7R 6x6 W2.9xW2.9 MESH. Ln CO �IIIIIIIII■ M N shout General Site Plen/1A2 1 ®20'14 K u e n y Architects, L.L.C. -All Rights Reserved Iowa City Public Works Complex, lows City, IA- Exterior Washout 08/01/2014 1- 2.79, i POOL OIDEE w°°o Iosls 8 I I \ 4' CAIMEO bTQE NCBCI dLL� �I \ \ oIaTOFaeo nred II I� s2r rare \ FUTUR FE U65DI10 PAD OWashout Site Grading Plan O m N a (O IO rl 113 MLTB® 1 19N rn MH #5 1 RIM = f NE/E IE WIE III; Av I i • I I � N-/vC � I I J wa I I C•2� Foundation Plan ALTFENCE GEOTRTIE FI ECTION / I F4Wc \ Iowa Ci[ry-Nmv WeeM1aIEMe OaOL _ ..PNw xaaNFRT HO MI MN�wao F.wf rosT w NC y FARRIC M15TMF1HW /' uumLAmncr • •\\ FNGF�VATFmm°SML E, ,`�I I WFIEVIRE E •`\.•`\ ( 11 ,�`.\ • `••\\ s I NOTE "SII,°E'A EF A.al"R Nip,."M" 6Lr E0LL 9TFMCE •`• •` \ To rm,aw j s " % \ i I MLr rai¢ I°xr AxOM+clwN •\ 6. S/ Exluws coFrtaia roeeI Elm I OEwEma F e \ / $T / nr PI nav MMnwx v \ "xx i 1 I �e0.in�"ww FAREPE \ \°L mA4�/C• MLrrtncE nEEau mENcxoErat I I \ 4' CAIMEO bTQE NCBCI dLL� �I \ \ oIaTOFaeo nred II I� s2r rare \ FUTUR FE U65DI10 PAD OWashout Site Grading Plan O m N a (O IO rl 113 MLTB® 1 19N rn MH #5 1 RIM = f NE/E IE WIE III; Av I i • I I � N-/vC � I I J wa I I C•2� Foundation Plan ALTFENCE GEOTRTIE p F NOM HONTR PZEEXTIRE FORE EI TEO�IO ETOETTNOKNMIDERENu&CIMPo PRINCH PRO ®x .O. ORELEE"MIwMIM:aEOFI.NI.OFOKCR.FEwr.. O PEREEFI mOROESCTTFMrsanNACONFwRMw OONONmenw uMc°T ©N..ET .OPEw'Fmii lowm. oNriuT."EONFFTM*Ec �T wLL°�LST . EELRMIJECONTNEENOOFMEFREF �uE.x�EN. " voEwaLN sErnoM FI LOFNAI_R NUEONSISTOFAA'TKM.1[WRE. EMTMN°CFOEM.R. C.I,AVENEM Of AREMMINm CITEE'A'C[NCPf1F j PER PI Rcn m 'ern s ZECID FI ECTION Washout Site Grading Plan -Foundation Plan A.Frome I F4Wc Iowa Ci[ry-Nmv WeeM1aIEMe OaOL JERAw N� ..PNw xaaNFRT HO MI MN�wao F.wf rosT w NC FARRIC M15TMF1HW JWNOOGn UNLT6CF51LTFENLE p F NOM HONTR PZEEXTIRE FORE EI TEO�IO ETOETTNOKNMIDERENu&CIMPo PRINCH PRO ®x .O. ORELEE"MIwMIM:aEOFI.NI.OFOKCR.FEwr.. O PEREEFI mOROESCTTFMrsanNACONFwRMw OONONmenw uMc°T ©N..ET .OPEw'Fmii lowm. oNriuT."EONFFTM*Ec �T wLL°�LST . EELRMIJECONTNEENOOFMEFREF �uE.x�EN. " voEwaLN sErnoM FI LOFNAI_R NUEONSISTOFAA'TKM.1[WRE. EMTMN°CFOEM.R. C.I,AVENEM Of AREMMINm CITEE'A'C[NCPf1F j PER PI Rcn m 'ern s ZECID L Washout Site Grading Plan -Foundation Plan A.Frome 0 EEI env ArchlOantM. L L.c.-al RILlM1Ya FXewtl Iowa Ci[ry-Nmv WeeM1aIEMe LT�/28l®+6 \1 II I I 1 I 1 1 NOTE: CONSISTSIDEWALK SHALL OF COURSE. PORTLAND CEMENT CONCRErEOF AIR-ENTRAINEDCONCRETE PER PLANS r 0 • CURB•FROM WALL 1• I I I� i i i7I I_ � I• l�Iyl • I L I I I I F% t11 . STOtIlf 3,000 PSF BEARING GAPAGITY - NATIVE LEAN CLAY MARK SIZE I REINFORCING 6T-1 2'-b' WIDE x I2' DEEP 3 - 5 BARS CONT. 103 GROSS BARS 118' O.C. ST -2 2'-0' WIDE x 12' DEEP 1 3 - 05 BARS CONT. I CROSS BARS NOT REO. IFoundation Plan Foundation Plan and Details ® 2O14Ku any A rchitects,L.L.C.-All Rights Reserved Iowa City Public Works Complex, Iowa City, IA- Exterior Washout O6/O1/2O14 rn (Dl Enlarged Wash ouC door Plan R -,w Z .1 � rOf ��iY�W�EYY1 oe+.• cwr® eras 1 TG a 7-o r Tap a 114aVnll / T d- a rase -74 eau.w ar IuwT[.n [ a "I _ h tap a ubMx V-a—arssv i auae eru) _ 4-a(Ho) eawll U Fpx Y1Ion M b• as edam G iO.v�%IM L�. fa -0• (Mb) O4 ♦'O• (e46) 9 e 19' OL W iTR bOIM fYIE I'ER I°LMLO.bOYE � E LsrM a 1-H 5 Washout Section 1 °� O Washout Well Section Washout Wall Section C "D LMSTQ Concrete (9 Topsoil o ODetail Washout Floor Plan, SO ®ot19 KuenY elons. AI'oS Elevatlons Ae .d � ,/P•,'Q FIGCa[e.LL6-Pll PoprFa Reeawtl bio Oq•-New WeeFn2Area M ' '.�eW"'�'"'•a`•., [� a LI .', t ��° Z ,res i� E�'vR°,°nN b".. I AT WE%IMMScn I IdP'J1m B[l9IW l4K 13E6L G4L1 IWwenn �W I 6FC1RC SE¢AGE �rylwD I' II+1�6Y/]Wv ng M ng I� ODimensioned Washout Floor Plen TG a 7-o r Tap a 114aVnll / T d- a rase -74 eau.w ar IuwT[.n [ a "I _ h tap a ubMx V-a—arssv i auae eru) _ 4-a(Ho) eawll U Fpx Y1Ion M b• as edam G iO.v�%IM L�. fa -0• (Mb) O4 ♦'O• (e46) 9 e 19' OL W iTR bOIM fYIE I'ER I°LMLO.bOYE � E LsrM a 1-H 5 Washout Section 1 °� O Washout Well Section Washout Wall Section C "D LMSTQ Concrete (9 Topsoil o ODetail Washout Floor Plan, SO ®ot19 KuenY elons. AI'oS Elevatlons Ae .d � ,/P•,'Q FIGCa[e.LL6-Pll PoprFa Reeawtl bio Oq•-New WeeFn2Area M ' '.�eW"'�'"'•a`•., .', ��° Z ,res i� E�'vR°,°nN b".. TG a 7-o r Tap a 114aVnll / T d- a rase -74 eau.w ar IuwT[.n [ a "I _ h tap a ubMx V-a—arssv i auae eru) _ 4-a(Ho) eawll U Fpx Y1Ion M b• as edam G iO.v�%IM L�. fa -0• (Mb) O4 ♦'O• (e46) 9 e 19' OL W iTR bOIM fYIE I'ER I°LMLO.bOYE � E LsrM a 1-H 5 Washout Section 1 °� O Washout Well Section Washout Wall Section C "D LMSTQ Concrete (9 Topsoil o ODetail Washout Floor Plan, SO ®ot19 KuenY elons. AI'oS Elevatlons Ae .d � ,/P•,'Q FIGCa[e.LL6-Pll PoprFa Reeawtl bio Oq•-New WeeFn2Area \ (03 30 ) 4' CONGF \ SLAB W/ xb W1.4xW1.4 \ OVER 4' SHED \ v \ q \\ CONC. S B o 6! TOW (03 30 00) 4'CONCRETE SLAB W/ 6x6 IJ 4xWIA OVER 4' CRUSHED STONE I CONC. $ B a 6! 1. B - - - - JI-- --- T.O.WJLL=6 — — — — — — — — — — — — — — — -- — — — — — CONTAINMENT J LL SUMP P NEW LOCATI0176FEXISTII3G-' — STEEL PLATFORM= RELOCATED EMULSION TANK (3000 GAL) ELECTRIC SERVICE REQUIRED. I PHASE / 208V future warm storage building 654 \ / 452 i i (03 30 00) NEW 8' CONCRETE SLAB OVER 8' CRUSHED STONE W/ 03 EPDXY COATED REINF. 16' O.C. EACH WAY OR 6x6 W2.9xW2.9 EPDXY COATED HIGHWAY MESH. FA / �TA.W.•654 / / / / GRADE LVL=652 / � -----1.5 ------------/ STEP•65 T.O.W.-652 / 36' STORM LIN5--' CONTAINMENT FLOOR LVL = 651 / N =F11Of mmo wwmwwl0YTr ff IF -1 'I/B'=1'-0' (03 30 00) 6' CONCRETE 0 2014K any Aro h[toots. L.L.C.-ARI Rights Reserved SLAB W/ 6x6 W2.94.12.9 WU1F lawn City FkgAo Worim Cortpi®c' Rowe Clb/, IA- Exterior Washout OVER 6' GRJSHED STONE OB/01/2014 APPROACH PAVEMENT. SEE 'G' SHEETS FOUETAILS 0 r S2 1 OD � a � �x o c� Ln N If -- -------,// pl- i =F11Of mmo wwmwwl0YTr ff IF -1 'I/B'=1'-0' (03 30 00) 6' CONCRETE 0 2014K any Aro h[toots. L.L.C.-ARI Rights Reserved SLAB W/ 6x6 W2.94.12.9 WU1F lawn City FkgAo Worim Cortpi®c' Rowe Clb/, IA- Exterior Washout OVER 6' GRJSHED STONE OB/01/2014 RELOCA7 for Plan ,/Er_,.47 t e, L.L.C. -All Rights Reserved ewe City. IA - ExteMor Washout CWOI/2014 ■ N _O a -,� c r =gym rm m o� =s a o s- cn N for Plan ,/Er_,.47 t e, L.L.C. -All Rights Reserved ewe City. IA - ExteMor Washout CWOI/2014 ■ TOP OF WALL CONTAINMENT AREA CONTAINMENT FLOOR LVL i{I!II!)N\\�A�N��'�I�;��I�%17/I.�I�FI Jw.� _ SSI.-• ;9 4' TY' 4'-9YA 4'-10kz' FC OWashout Section 1 1140 = 1-U PER PLANS ABOVE CRUSHED LIMESTONE Concrete @ Topsoil TOP OF WALL (654) CONC. SIDEWALK (652.50) TOP OF CONTAINMENT WALL (652) _ —Tap of Washout O' - 0" (654) TO Cont. Wall _ _Top of IiLd t Floor Lvl _ — - -�I _ �" ocr TOP of RIM -2'- 0"(660) r r TO foundAlon —_ OI' 16 47) Bottom of> �ouridatlon -6'-0" (646) PED IG IE Level o MH •5 All -- �51_!ADED -- 8'- 4.25" (642.64) AREA = 36' 5TORM PIPE. N l7 C7 co ;Crn a m o i77' o cn ry I 0 ODetail n.t.s. Washout sections1/BBerve' ® 2014 K u s n y Architects. L.L.C. -All Rights Reserved 5 Iowa City Public Works Complex, Iowa City, IA- Exterior Washout A2 OB/01/M14 Top of Wall 2' -0 " (654) Top of Washout / TO Cont. Bottom OF Washout -2' - O" (650) Bottom Of Foundation IE Level a #5 -- S'-4.25" (6464 2.64) emulsion tank washout containment area area SIDEWA. 4' CONCRETE W/ 8 OVER 4' CRUS Top of Wall – 9 a la' O.G. 2' - 0" (654) 03 • 18' O.C. (VERTICAL) 9 (VERTICAL) 03 • 10' O.C. 9 e 10' O.C. (HORIZONTA) (HORIZONTAL) Top of Washout 0 6' SLAB LU/6x& W2.9XW2.S 01 - O" (652) WW MESH OVER 6' _ �•. B CRUSHED STONE BASE q Bottom of Washc -2' - O" (650) \' 19 e . , 9 10' o.C. Bottom of Founc 03 10' O.C. — — 03 18' O.C. -6'-0" (646) 2'-0' 'ING TYPE OWashout Wall Section 1/2'= 1'-0' 2'-8' TOTING TYPE ' STOR1-I PIPE. OWashout Wall Section es 1/2'='I'-0" o C=: D •I c� n� 1 —tn ao r M - u, r.) Washout sections A2 6 02014Kueny Arch lte ct e, L.L.C.-All Rights Reserved8d Iowa City Public Works Complex, Iowa City, IA- Exterior Washout 08/01/20'14 4-1}'POLY TUBNG or L COPPER tiv IN IBM_ NN I 4 -Ir WIR DN, DRILL It HOLE ADAPT TO PIX PUSH PEt TFHD'SOL Go Im TIa1G WBH BLOW e h7 i aQ% r TUBNG 6' BURY 6'Oj' ATER BASIN (3') IM 650.0 WATER UNE 646.0 BOTTOM OF CB 642.0 2 TEE SIP WATER METER ( BY IOWA WATER LIP r/9jJ LP rf_DRU i SOM r2'WATER SERVICE TAP WIR MNN-L �4-GIRBSTOPO 1 AM BOX64 LO e 0'4 6p4�y I�R�FvI SEPARATOR, 75 V IN FIELD FRO FMO LTAMr TON BAST! (36') S�r.� 3E,„ WATER M OF OB 6B ZO S � SHEET CR L IN Partial Plumbing Plan wao-147 O 2O14Ku eny Arch Its ote, IIZIL.C.-AHI Rights Rseerved lows City Publlo Work® Complex, lows City, IA- ExbmHor Washout OB/OWM14 TOP AND BOX V 8464/-(\4RIF'Y) EXISTING PRECAST CONNECT TO DM 6' STUB 3000 GALLON OIL/ VERIFY LOCATION AND DEPTH 3 MANHOLES, (18'1 E)(TND 70 NEW CB's GRADE TOP OF TANK NEW 4MAYETER INLET MANHOLE AT EXISTING 8' BOTTOM OF TANK NTY DRAIN PIPING OUTLET + DEPTH IS - (', FELD VERIFY ALL ELEYA VERIFY TION AND CONDITIONS VERIFY EXACT LOC SEPARATOR, 75 V IN FIELD FRO FMO LTAMr TON BAST! (36') S�r.� 3E,„ WATER M OF OB 6B ZO S � SHEET CR L IN Partial Plumbing Plan wao-147 O 2O14Ku eny Arch Its ote, IIZIL.C.-AHI Rights Rseerved lows City Publlo Work® Complex, lows City, IA- ExbmHor Washout OB/OWM14 Mae NOR 4Ir rM R lr mw r rawIE11FR\ A9 SNAP w KAT fA51p I W DNY C/Sf Por Q/Vli 9FP.61IN fine[ NC ww of [ m C IER_YM w M.A ;r9 I / {glgEME .JUT Wp AS n®ID \ lllND'MIN 9A DOfN R� -M fRNE w^uanG an wXli 1EN IlF _,� CiTa *a YN r�y6,t� {jNN(i UM) '.� 6'M(' p160 m d I TR nR 1 flECISr RI uo CwO[R 1 SMKIUE YM X cpb BaT1fY memj .,t, ] YNYfJFS iNBIsIVCIO) 6 CE 6#a m, a 10p Q i4X N6 a YT w CP `MD 91 REI &50 6- Bm 6 FF/. wAtft v EgN1 B]i1W Ci 1NM 6DJ0 /C: MUT ti6.15 I WASHOUT We1=e EX106 AF1 AM N13Y IDC/.Tw AI4 MFf+ExAtT LO 40bj < EAIH TD CATCH BASIN DETAIL NO SCALE / Ir----- --___- yJ V r,DOIIRI:r--- � ro�j1 .� rr PWMBNC OATO \ Y LIE I PQiW15 \ 7 r..( NN Pombr Nall aewre d and ken. applicable to this b.,h, pay of fie and IN BAH ^!plop comply dth all State and ardlemres, Ian nd regdaRna. -_ _ MHN IAM S-. @111060 XRO PE AND fI q N snnry Snr. uDr dN oracle rd vnt ,o PtC plaetk pros and rdu,De din + n% edvnl Jd14 \ y� Nbtr Srbk trill of bolding L Lt]PPFA, SOI a PE% 119ND Mdr to balding d ureic.t d totaling L COPPFIt Maty , to ntanf� polyfdtg, y Das TEM --- - Tnl anRary drain. este. vent and eDfr piping R pr Stale andlttd EO --_-- _ I _a CODES All plombin9 ear�, mpWp1% labor nd Inntallotiane Nall canf. I. Ste. andtttd - ( W0 3 out; ; rnI In et a conRld of cork reyonalltiee d,vd, ovor Inetallbll,n ree,utrrnnt> be ams /7J , 1 Nal detcnine d erk regoneLulBn for ad wntrocbrn eNeA (dr) I a euro, 50 Ea_ DCAVATON, BACNFILL• FILL REMAN OV& D ODWACTCN HHI Initial, 6 \ cawte, brMAtl, and carnpacl 9 R "batdlotion of d wdegaund plumbing lOINI w XOL, pbN4 fbtree and equgmnt gmpw v4d kr cw N torn plc. D br hd cu apmFge lelr. r edeXng enaWcllon Nd be aoe al r ora Mind on, mbeakingg cut or ahapplig Al be dlaeed -_ won, NWfi penal ehn cnnrtNg to dtfernt pipe matrfds davegwrd dl ylpin9 and eWlpmnt shill be upporiM as elate plumbN9 code Ones - --__- / ®fie _ Shad r Nall renove of rubber and! doled, born thh cork frrn Job eke. TIB ell and be Wrnted for a paled of aro ter firm date of ane acceptance. 4 I TAa NdTRAN1 \\ Woodford / T34, I', 5 bury booze pmol elU NI 111/7 vuhNand bw at min ard hydrml -- 650 M1\O 1 1/2' MATT. M IMP ekh alm, toot rd popm M ked code C Part Plan t .<r m o;0 _ R�FirH 11aNE NIXZIH Washout Aros,B-i o j ii G GW14Kueny 4nelrl<eoCr,LLC.-N eidv fYrreed _ bora CRYPr�a Wota pYly-Fdf3pW'n'WneICtCM 4 �l DESIGN NOTE: "TRAP" WILL BE AT EXISTING HEAVY DUTY CAST IRON OIL/GRIT SEPERATOR�`FRAME AND GRATE //-RIM 647.75 WASHOUT CATCH BASIN D ETA 1 L NO SCALE PLUMBING SPECIFICIATION PERMITS Plumber shall secure all permits and licenses applicable to this branch, pay all fees and comply with all State and Local Codes, ordinances, laws and regulations. PIPE AND FITTINGS Sanitary Sewer, Drain, Waste and Vent Piping: SCH 40 PVC plastic pipe and fittings with solvent joints. Water Service: Inside of building: L COPPER, SCH BOCPVC & PEX TUBING Water in building at meter: Inside of building: L COPPER Water to hydrants: poly tubing, 160PSI or K copper as an alternate TESTS Test sanitary drain, waste, vent and water piping as per State and Local Codes. CODES All plumbing work, materials, labor and installations shall conform to State and Local Codes. In event a conflict of work responsibilities develop over installation requirements, the owner shall determine all work responsibilities for all contractors. EXCAVATION, BACKFILL, FILL REMOVAL AND COMPACTION Excavate, backfill, and compact fill as required for installation of all underground plumbing piping, fixtures and equipment. Remove excess fill from site. All holes or openings in new or existing construction shall be saw cut or core drilled only, no breaking out or chopping will be allowed. Unions shall be used when connecting to different pipe materials aboveground. All piping and equipment shall be supported as state plumbing code. Plumber shall remove all rubbish and debris from this work from job site. This work shall be guaranteed for a period of one year from date of owner acceptance. YARD HYDRANT o FLAT TOP AS NEEDED c CURB STOP/BOX FOR FRAME OPENING �- 1 1/2" valve and box at each yard hydrant WATER LINE OUTLET $� BACKFLOW PREVENTER -� 646.0 1 1/2" WATTs 009 RPBP with valves, test and paperwork per local code — — REINFORCED PRECAST CONCRETE STRUCTURE WITH INTEGRAL BOTTOM cn BACKFILL SHALL BE COMPACTED GRAVEL I ---- 642.0 - � SET ON COMPACTED SOIL k--ea•ulu---L 6" BED OF PEA GRAVEL or EQUAL WASHOUT CATCH BASIN D ETA 1 L NO SCALE PLUMBING SPECIFICIATION PERMITS Plumber shall secure all permits and licenses applicable to this branch, pay all fees and comply with all State and Local Codes, ordinances, laws and regulations. PIPE AND FITTINGS Sanitary Sewer, Drain, Waste and Vent Piping: SCH 40 PVC plastic pipe and fittings with solvent joints. Water Service: Inside of building: L COPPER, SCH BOCPVC & PEX TUBING Water in building at meter: Inside of building: L COPPER Water to hydrants: poly tubing, 160PSI or K copper as an alternate TESTS Test sanitary drain, waste, vent and water piping as per State and Local Codes. CODES All plumbing work, materials, labor and installations shall conform to State and Local Codes. In event a conflict of work responsibilities develop over installation requirements, the owner shall determine all work responsibilities for all contractors. EXCAVATION, BACKFILL, FILL REMOVAL AND COMPACTION Excavate, backfill, and compact fill as required for installation of all underground plumbing piping, fixtures and equipment. Remove excess fill from site. All holes or openings in new or existing construction shall be saw cut or core drilled only, no breaking out or chopping will be allowed. Unions shall be used when connecting to different pipe materials aboveground. All piping and equipment shall be supported as state plumbing code. Plumber shall remove all rubbish and debris from this work from job site. This work shall be guaranteed for a period of one year from date of owner acceptance. YARD HYDRANT o Woodford # Y34, 1", 6' bury freeze proof with VBn c CURB STOP/BOX �- 1 1/2" valve and box at each yard hydrant w $� BACKFLOW PREVENTER -� rn 1 1/2" WATTs 009 RPBP with valves, test and paperwork per local code cn Details & Specifications As Noted 02014Kue ny Arch its ate, L.L.C.-All Rights Reserved Iowa City Public Works Complex, lows City, IA- Exterior Washout 08/06/2014 Prepared by: Melissa Clow, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5413 RESOLUTION NO. 14-255 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA CITY PUBLIC WORKS EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Public Works Facility Site Work account # P3956. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 11in day of September, 2014. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 16'" day of September, 2014, or at a special meeting called for that purpose. Passed and approved this 19th day of August , 2014. MAYOR ATTEST: ?Iej'6�)� % �J CITY Z1ERK pwengUnastershes appp&s.doc 8114 Aproved by { rt " City Attorney 'sO lice �Iq- IL4 Resolution No. 14-255 ]Page 2 It was moved by Payne and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS. ABSENT: _ x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton NOTICE OF PUBLIC HEARING TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, forms of contract and estimated costs for the construction of the: Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project in said city at 7:00 p.m. on the 1g1h day of August, 2014. Said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, forms of contract and estimated costs are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contracts or the costs of making said improvements. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SSI THE IOWA CITY PRESS-CMZEN FED.ID#42-0330670 Ci ✓l'I `� Vr being duly sworn, may that I am the legal clerk of the IOWA CITY PRESS-CYfIMs a newspaper published In said 00111nty, and that a notice, a printed copy of which Is hereto attached, was published in said paper � time(s), on the following date(s): A C-> Legal Clerk Subscribed and sworn to before me this 2-7, day of , ,-tA(�, _A.D.10_j4a. Notary Public ADAMJAMES Comm(salon Nun OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, forms of contract and estimated costs for the construction of the Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project in said city at 7:00 p.m. on the 19th day of August, 2014. Said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plarls, specifications, forms of contract and estimated costs are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any Interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contracts or the costs of making said improvements. This notice Is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK PG00°"n"' August 5, 2014 Publish 8/25 NOTICE TO BIDDERS PUBLIC WORKS COMPLEX EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11'' day of September, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of September, 2014, or at special meeting called for that purpose. Contractors are encouraged to attend the pre-bid meeting being held on site in the Iowa City Streets Administration Building, 3800 Napoleon Lane on the 29'" day of August, 2014 at 10:30 A.M. The Project will involve the following: New construction of a 3 -stall exterior vehicle washout facility, approximately 480' linear feet of a 30' wide PCC Access Road, associated storm sewer and mass grading. The exterior washout includes a concrete pad for the placement of an asphalt emulsion tank and utility extensions including mechanical, electrical and plumbing / piping systems. All work is to be done in strict compliance with the plans and specifications prepared by Kueny Architects, of Pleasant Prairie, Wisconsin, and by the City of Iowa City which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 63 Specified Start Date: September 17, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the City of Iowa City, Engineering Division, 310 E. Washington Street, Iowa City, Iowa 52240 by bona fide bidders. A $50 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 Treasurer, City of Iowa City and will be refunded upon the return of unused plans and specifications to the City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 261-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Printer's Fee S i • 1 Q CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SSI THE IOWA CITY PRESS4111M FED.ID#42-0330670 f being duly sworn, ay that 1 am the legal clerk of the IOWA CITY PRESS-CMZEN, a newspaper published In aid county, and that a notice, a printed copy of which Is hereto attached, was published in said paper time(s), on the following date(s)I r Legal Clerk Subscribed and sworn to 775 �_ day of . I ADAM JAMES N S A It Comnnssion Numt J�- My Commission OFFICIAL PUBLICATION prompt payment of all materials and labor, and also protect and NOTICE TO BIDDERS save harmless the City from all PUBLIC WORKS COMPLEX claims and damages of any kind EXTERIOR WASHOUT, PCC caused directly or Indirectly by the ACCESS ROAD AND STORM operation of the contract, and shall SEWER IMPROVEMENT also guarantee the maintenance of PROJECT the improvement for a period of five Sealed proposals will be received (5) year(s)from and after its Com- by the City Clerk of the City of Iowa pletion and formal acceptance by City, Iowa, until 3:00 P.M. on the the City Council. 11th day of September, 2014. The following limitations shall Sealed proposals will be opened apply to this Project: Immediately thereafter by the City Working Days: 63 Engineer or designee. Bids submit- Specified Start Date: September ted by fax machine shall not be 17, 2014 deemed a "sealed bid" for purpos- Liquidated Damages: $500 per es of this Project. Proposals day received after this deadline will be The plans, specifications and pro - returned to the bidder unopened. posed contract documents may be Proposals will be acted upon by examined at the office of the City the City Council at a meeting to be Clerk. Copies of said plans and held in the Emma J. Harvat Hall at specifications and form of proposal 7:00 P.M. on the 16th day of blanks may be secured at the City September, 2014, or at special of Iowa City, Engineering Division, meeting called for that purpose. 310 E. Washington Street, Iowa Contractors are encouraged to City, Iowa 52240 by bona fide bid - attend the pre-bid meeting being ders. held on site in the Iowa City Streets A $50 refundable fee is required Administration Building, 3600 for each set of plans and specifica- Napoleon Lane on the 29th day of tions provided to bidders or other August, 2014 at 10:30 A.M. Interested persons. The fee shall be The Project will involve the follow- in the forth of a check, made pay- ing: able to Treasurer, City of Iowa City New construction of a 3 -stall exte- and will be refunded upon the rior vehicle washout facility, return of unused plans and specifi- approximately 480' linear feet of a cations to the City. 30' wide PCC Access Road, asso- Prospective bidders are advised ciated storm sewer and mass grad- that the City of Iowa City desires to ing. The exterior washout includes employ minority contractors and a concrete pad for the placement subcontractors on City projects. A of an asphalt emulsion tank and listing of minority contractors can utility extensions Including be obtained from the Iowa mechanical, electrical and plumb- Department of Inspections and ing / piping systems. Appeals at (515) 281-5796 and the All work is to be done In strict Iowa Department of Transportation compliance with the plans and Contracts Office at (515) 239-1422. specifications prepared by Kueny Bidders shall list on the Forth of ,Architects, of Pleasant Prairie, Proposal the names of persons, Wisconsin, and by the City of Iowa firths, companies or other parties City which have heretofore been with whom the bidder Intends to approved by the City Council, and subcontract. This list shall include are on file for public examination in the type of work and approximate the Office of the City Clerk. subcontract amount(s). Each proposal shall be completed The Contractor awarded the Con - on a form furnished by the City and tract shall submit a list on the Form must be accompanied in a sealed of Agreement of the proposed sub - envelope, separate from the one contractors, together with quanti- containing the proposal, by a bid ties, unit prices and extended dol - bond executed by a corporation lar amounts. authorized to contract as a surely By virtue of statutory authority, In the State of Iowa, In the sum of preference must be given to prod - 10% of the bid. The bid security ucts and provisions grown and coal shall be made payable to the produced within the State of Iowa, TREASURER OF THE CITY OF and to Iowa domestic labor, to the IOWA CITY, IOWA, and shall be extent lawfully required under Iowa forfeited to the City of Iowa City in Statutes. The Iowa reciprocal resi- the event the successful bidder dent bidder preference law applies falls to enter into a contract within to this Project. ten (10) calendar days of the City The City reserves the right to Council's award of the contract and reject any or all proposals, and also post bond satisfactory to the City reserves the right to waive techni- ensuring the faithful performance calities and irregularities. of the contract and maintenance of Published upon order of the City said Project, if required, pursuant Council of Iowa City, Iowa. to the provisions of this notice and MARIAN K. KARR, CITY CLERK the other contract documents. Bid bonds of the lowest two or more vccmommu August 25, 2014 bidders may be retained for a peri- od 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 per- cent (100%) of the contract price, said bond to be Issued by a responsible surety approved by the City, and shall guarantee the 3d(4) Prepared by: Melissa Clow, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5413 RESOLUTION NO. 14-285 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA CITY PUBLIC WORKS EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT. WHEREAS, Calacci Construction Company, Inc. of Iowa City, IA has submitted the lowest responsible bid of $361,197.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Public Works Facility Site Work account #P3956. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project is hereby awarded to Calacci Construction Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Public Works Director is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 7th day of October , 2014. MAYOR " /l Approved by ATTEST: //f�tc�� 2C - CITY CLERK City Attorney's Office 9A&Iy It was moved by Mims and seconded by Dickens the Resolution be adopted, and upon roll call there were: Res 14-285 Page 2 pwenghnastemtawrdwn.doc 8/14 NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and CALACCI CONSTRUCTION COMPANY, INC. ("Contractor"). Whereas the City has prepared certain plans dated the 7h day of August, 2014 and specifications, proposal and bid documents dated the 151" day of July, 2014, for the City of Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Number 1; b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; N Lam. C. Plans; rz oC­3 d. Specifications and Supplementary Conditions; r~v r•� e. Notice to Bidders; -� (i r• f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; L Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. AGA The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 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): Soil Tek, Storm Water Prevention, $4,000.00 All American Concrete, PCC Paving, $62,000.00 Neumiller Electric, Electrical Work, $4,000.00 AAA Mechanical, Mechanical Work, $3,500.00 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 0 CD DATED this I -k 9 v day of I–, c �u n — 2-914• N �f ry u Citv Contractor co A 1-77 Mayor 'ATTEST: —City Clerk AG -2 10 President ATTEST: �/ L( Irc co, ed (y t o Rebecca E. Calacci (Title) Secretary/Treasurer (Company Official) Approved By: jr.44 U ✓dl P�ll v >7)flf� W a�Y 44 City Attorney's Office Id%(4g/t y PERFORMANCE AND PAYMENT BOND Bond No. 54203052 Calacci Construction Co., Inc. , as Principal, hereinafter called the Contractor and United Fire & Casualty Company as Surety, (insert the legal title of the Surety) hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as2abligee, r hereinafter called the Owner, in the amount of Three Hundred Sixty -One Thousand, One Hund and--- Ninety-Seven Dollars ($361.197.00) for the payment for which Contractor and Sur@Jy.,herg§y bl nl&— themselves, their heirs, executors, administrators, successors and assigns, jointly and sevarally^' ry WHEREAS, Contractor has, as of 664 -06e -r- 1-7, 2,01 entered into a c� (date) written Agreement with Owner for the Iowa City Public Works Exterior Washout, PCC Access Road and Storm Sewer Improvement Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Kueny Architects. LLC of Pleasant Prairie, WI and by the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surely hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's 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 of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS �'— DAY OF D 6�0 Lc– r 2014. IN THE PRESENCE OF: Calacci Construction Co., Inc. (Principal) Witness John B Calacffitle) President 'i itness Sunny Barte hagen United Fire & Casualty Compan Dione R. Young (TitLd) Attq#ey-In-Fact Holmes Murphy & Associates, Inc. (Street) Des Moines, IA 50306-9207 (City, State, Zip) (515) 223-6800 (Phone) _ N O h --I C-, ru ! r— cm v W W UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, GALVESTON, TX 118 Second Ave SE Im FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY 319-399-5494 (original on file at Home Office of Company See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNTIED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANyyCIAL PACIFICINSURANCECgOMPANY,heir a corporation �tduly organized and existing unde of aer the laws of the State of California roKEVINoJ collectively the ORCJACQUELanies)'l NEand My DEV NE, OR JODY A. ECK R, Aers in Cedar LLPtIstj IVI UALLV does OF THE, constitute and CEDAR RAPIDS�� IA OFFICE, OR CRAIG E. HANSEN, OR JAY D. FREIERMUTH, OR BRIAN M. DEIMERLY, OR CINDY BENNETT, OR ANNE CROWNER, OR TIM MCCULLOH, OR STACY VENN, OR LACEY CRAMBLIT, OR SHIRLEY S. BARTENHAGEN, OR KYLEE HEUSI, OR DIONE R. YOUNG, ALL INDIVIDUALLY of DES MOINES IA their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed s 100, 000, Ooo.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNTIED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI – Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. wlno,", 101-1111, IN IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its P ea , ap1'•'3 4 a`°�QF�� PQ u"W,., vice president and its corporate seal to be hereto affixed this 15th day of January, 2014 �� [ORPOR/.TE CORPOMiE i�-�,OP �jFp'': f+� UNITED FIRE &CASUALTY COMPANY sR s - •— _ Zt wLsae ' �? UNITED FIRE & INDEMNITY COMPANY ",a sReL FINANCIAL PACIFIC INSURANCE COMPANY By. _ State of Iowa, County of Linn, as: J��4�' ue President On 15th day of January, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. t Judith A Davis Notary Public Iowa Notarial Seal Commission number 173041 My commission a pines: 4/23/2015 IN My commission Expires 423/2015 1, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of ITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts tbg!tof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. &, r In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Con977) this day of 20_ 0aUu1R,e„ _•o... MOO , ax\nnnluerFry�,� ````uree,„Iy tv• �' �yt•�\F\NPd%(i•'.�C'��r a 39�TConronw`'re �'1•.'- coaroxwrc i' 7 ayat o S' BY: �� b a= i9 •C i0 SPAL e� Ti, IBl6 $ecyretary, OF&C ','''®'exwnoc pP ',gl'Eq"x \\JO y'•.puumnnneex. Assistant Secretary, OF&I/FPIC BPOA0049 0913 4d(12) UNION Prepared by: Melissa Clow, Special Projects Administrator, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5413 RESOLUTION NO. 15-378 RESOLUTION ACCEPTING THE WORK FOR THE IOWA CITY PUBLIC WORK EXTERIOR WASHOUT, PCC ACCESS ROAD AND STORM SEWER IMPROVEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa City Public Works Washout, PCC Access Road and Storm Sewer Improvement Project, as included in a contract between the City of Iowa City and Calacci Construction Company, Inc. of Iowa City, dated October 17, 2015, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Public Works Facility Site Work account # P3956; and WHEREAS, the final contract price is $442,878.99. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 15th day of December , 20 15 !f n MAYOR Approved by Aa.1 ,a /"&,07n dtiWk, City Attorney's Office t-2, /(-/ rt �J- It was moved by trims and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: Pweng/masters/acptwcrk.doc 12115 NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton