Loading...
HomeMy WebLinkAboutIA RIVER RAW WATER MAIN CONVERSIONSeex- ompp 3LA -� SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET ABLE OF CONTENTS N TICE TO BIDDERS........................................................................................... AF -1 NOTE O BIDDERS.............................................................................................. NB -1 FORMOF OPOSAL.......................................................................................... FP -1 BIDBOND ....\�:...................................................................................................... BB -1 FORMOF AGREEMENT....................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION RjQUIREMENTS).................................................. CC -1 GENERALCONDITIONS.......................................................................................... GC -1 SUPPLEMENTARY CONDITIONS..`................................................................... SC -1 BIDDER STATUS FORM..................................................................................... BF -1 WAGE THEFT POLICY....................................................................................... WT -1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIRE NTS Section 01010 Summary of Wbrk ............................................................ 01010-1 Section 01025 Measuremenf and Payment .............::................................ 01025-1 Section 01310 ConstructioV Progress Schedules ...................................... 01310-1 Section 01570 Traffic Control and Construction Facilities .......................... 01570-1 DIVISION 2 - SITE WORK j Section 02050 Demol' i/ons, Removals and Abandonments ....................... 02050-1 Section 02100 Site , eparation........................................................ :......... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ........................ 02220-1 Section 02270 Slope Protection and Erosion Control ................................ 02270-1 Section 02520 Portland Cement Concrete Paving ..................................... 02520-1 Section 02524 ;Curb Ramps....................................................................... 02524-1 Section 02660' Water Distribution............................................................... 02660-1 Section 02662 Supplemental Water Main Specifications ........................... 02662-1 Section 02665 Water Service Work for Contractors .................................. 02665-1 Section 02900 Landscaping....................................................................... 02900-1 PLANS.................................................................................................................... P-1 NOTICE TO BIDDERS IOWA RIVER RAW WATER MAIN CONVERSION PROJECT Sealed proposals will be receivedby the Ci Clerk of the City of Iowa City, Iowa, until 2:30 P. on the 28"' day of April, 2016. Sealed prof Is will be opened immediately thereafter by the city Engineer or designee. Bids submittedfax machine shall not be deemed a "sealed id" for purposes of this Project. Proposals recei ed after this deadline will be returned to tye bidder unopened. Proposals will be acted LOon by the City Council at a meeting to be held ' the Emma J. Harvat Hall at 7:00 P.M. on the 7 day of May, 2016, or at special meeting 961led for that purpose. The Project will involve the foil ing: Furnish all labor, equip nt and materials required for installation of 80 LF of 16" " strained joints duct' iron water main, v es, hydrants, wat r service, abandoning exis' g mains, cla ing and disinfection of existi main, traff control, street, sidewalk and it rep rs, and miscellaneous associat work AII work is to one in strict compliance with the plans ands icetions prepared by Veenstra - & Kimm, Inc., f\bempleted Iowa, which have heretofore appe City Council, and are on file f publion in the Office of the City Cl Each pr posal shon a form furnishe bytheCitybe accompanied in a se envelope, separate from the one con ' ing the proposal, by a bid.bond executed by corporation authorized to contract as a surety in a State of Iowa, in the sum of 10% of the bid. e bid security shall be made payable to the REASURER OF THE CITY OF IOWA, CITY, IOWA, and shall be forfeited to the City of.,lowa City in the event the successful bidder fat to enter into a contract within ten (10) calendar d of the City Council's award of the contract an post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. AF -1 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 Ci Council. The following limitations shal apply to this Project: Completion Date: June 30, 2016 Specked Start Date: May 23, 2016 Liquidated Damages: $500 per day The plans, specifications and pro sed contract documents may be examined at th office of the City Clerk. Copies of said plans and pecifications and form of proposal blanks may secured at e Office of City of Iowa City, ity Engineer's , by bona fide bidders. A $ non-refundable fee is requi ed for each set of plan nd specifications provid to bidders or other inte ted persons. The f shall be in the form of a c k, made payabl to City of Iowa City. Prospective bid rs are advis that the City of Iowa City desires t employ inority contractors and subcontractors o City p ojects. A listing of minority contractors ca be obtained from the Iowa Department of Ins f ns and Appeals at (515) 281-5796 and the a Department of Transportation Contracts i at (515) 239- 1422. Bidders shall list on the orm o Proposal the names of persons, firm , compam or other parties with whom the bi der intends subcon- tract. This list shall inclu a the type of k and approximate subcontract mount(s). The Contractor awa ed the contract s II submit a list on the F rm of Agreement of th proposed subcontracto , together with quantities, unit prices and extende dollar amounts. By virtue of statutory uthority, preference must be given to products nd provisions grown and coal produced within he State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa St tutes. The Iowa reciprocal resident bidder pr ef rence law applies to this Project. The City reserves he 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 /_1M N O CPQ� a CITY CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 0 a � r X: - PLANS, SPECIFICATIONS, PROPOSAL, AND CONTRACT FOR THE IOWA RIVER RAW WATER MAIN CONVERSION PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duty licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Dave Schechinger, P Iowa Reg. No. 16538 My license renewal date is December 31, 2016. DATE: April 4, 2016 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References s II be addressed to the City Engineer and phone number the contact person, for City verification. 3. Bid submittals are:' Envelope 1: Envelope 2: Envelope 3: Bond n of Proposal ler Status Form the name, address and cs� 7-7 FORM OF PROPOSAL IOWA RIVER RAW WATER MAIN CONVERSION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL IN LUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIE OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder , in acct o. r -v ry lits herew/set security in the amount of with the terorth in the "Project Specifications." The undersigned bidder, havinga mi Documents, hereby proposes to provide the E and to perform the Project as described i and , and to do We further propose to do all "Extra contemplated, at unit prices or lump sums to ITEM DESCRIPTION 1. Portland Cement C/sd vem t and Driveways 1.1 7" PCC Pa 1..2 6" PCC Tra 2. Construction of Wad Water Services 2.1 16" DI RJ n in Open Cut 2.2 16" ConneistingService 2.3 20" ConneistingService 2.4 2" Water Snnection 3. Construction of Water Valves and Hydrants 3.1 16" Butterfly Valves 3.2 20" Butterfly Valves 3.3 Hydrant Assembly id determined the scope of the Contract labor, services, materials and equipment Contract Documents, including Addenda k at the prices set forth herein. &V which may be required to complete the work agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED UNIT QUANTITY PRICE PRICE SY 163 SY 76 LF 80 Ea. 1 Ea. 1 Ea. 1 Ea. 4 Ea. 2 Ea. 4 FP -1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE PRICE 4. Pavement Removal SY 239 $ $ 5. Trench Stabilization Material CY 10 6. Erosion Control 6.1 Erosion Control Blanket Sq 13.5 6.2 Silt Fence LF 160 7. Seed, Fertilization, and Mulch Acre 0.5 8. Traffic Control LS 1 9. Mobilization LS 1 10. Ice Pig 16" Line LS 1 11 Disinfection & Testing 11.1 200ppm Ea. 1 11.2 50ppm Ea. 4 Total Extended Amount (Items 1. to 11.2) $ The names of those persons, firms, companies or other partie with whom we intend to enter into a subcontract, together with the type of subcontracted work a7d approximate dollar amount of the subcontract, are as follows: (( NOTE: All subcontractors are subject to approval by ity The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or p rsons 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 7T any discrepancies or differences between any conditions of this proposal and the Contract ocuments prepared by the City of Iowa City, the more specific shall prevail. rinted Name Title: Address: Phone: Contact: FP -2 as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ provided. We as Principal and our heirs, executors, admini: conditioned on the Principal si Iowa River Raw Water Main C further promise and declare tt and successors jointly and of the accompanying bid, Project. NOW, THEREFORE, (a) If said Bid shall be rejecte or in the alternate, (b) If said Bid shall be accepted nd the Principal in the form specified, and the rincipal shall tt faithful performance of said Pr 'ect, and for th labor or furnishing materials in c nnection thea perform the Project, as agreed to by the City's, then this obligation shall be void. Otherwise this provided that the liability of the Surety for any and the amount of the obligation stated herein. By virtue of statutory authority, the full am Owner in the event that the Principal fails to ex provided in the Project specifications or as required pay said sum as herein these obligations shall bind This obligation is for A execute and deliver a contract furnish a bond for tie Principal's ayment of all persons performing th, and shall in all other respects eptance of said Bid, shall remain in full force and effect, hereunder shall, in no event, exceed this bid bond shall be forfeited to the ie contract and provide the bond, as The Surety, for value received, hereby stip fates and agrees that the obligations of said Surety and its bond shall in no way be impaired r affected by any extension of the time within which the Owner may accept such Bid or may expcute such contract documents, and said Surety does hereby waive notice of any such time exte ion. The Principal and the Surety hereto A.D., 20. Witness Witness :UX this bid bond this' day of Principal By _ Surety By — Attach Power -of -Attorney (Seal) (Title) (Seal) (Attorney-in-fact) 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, specificatioIter , proposal and bid documents dated the 0 day of April, 2016, for the Iowa River Raw W Main Conversion Project ("Project"), and Whereas, said plans, seecifications, proposal and bid documents accurately and fully describe the terms and conditionsiffion which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS 1. The City hereby accepts the attached Oroposal and bid documents of the Contractor for the Project,,'' nd for the sum listed therein. 2. This Agreement consists of t e following 'component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for ighway and Bridge Construction," Series of 2015, Iowa Department of raps ortation, as amended; C. N Plans; o a-. d. Specifications and Sup ementary Conditions; e. Notice to Bidders; -o f. Note to Bidders; g. Performance and ayment Bond; h. Bidder Status Fo m; i. Contract Com iance 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 2916 PR -4 PI 11 ; V 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 bade Conditions. DATED this day of CitV ATTEST: City to the Contractor 0 accordance with the Supplementary Mayor AG -2 Contractor ATTEST: Approved N 20 0 . a b zr i F. r 7C t p Official) City Attorney's Office G �® �~ l�;� L .r �n� t Y �� � �J -' PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the aMount of Dollars hereby bind themselves, severally. WHEREAS, Contractor has, as for the payment/for which Contractor and Surety executors, administrators; successors and assigrgjointly and Pz=;'n -tea entered into a r ° written Agreement with Owner for the k WHEREAS, the Agreement req be completed by Contractor, in ac Veenstra & Kimm, Inc., which Agreement is upon work is hereafter referred to as the Proje _0 a + r later Main Conversion Project; -and of this Performance and Payment Bond, to plans and specifications prepared by ince made a part hereof, and the agreed - NOW, THEREFORE, THE /rein OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfullsai Agreement, then the obligation of this bond shall be null and void; otherwise it shan full rce and effect until satisfactory completion of the Project. A. The Surety hereby waives ny altera 'on 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 ha ng performed Owner's obligations thereunder, the Surety may promptly remedy the def It, or shall promptly: 1. Complete the roject in accordance with the terms and conditions of the Agreement, or 2. Obtain a bi or bids for submission to Owner for completing the Project in / m\le accordance with the terms and conditions of the Agree nt; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient EM 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 k ep the improvements covered by this bond in good repair for a period of five (5) years rom the date of formal acceptance of the im' rovements by the Owner. D. No right of action sha accrue to or for the use of any person corporation or third party other than the Owner n ed herein or the heirs, executors, a ministrators or successors of Owner. IT IS A FURTHER COND\is HIS OBLIGATION th t the Principal and Surety, in accordance with provisions of CCode of Iowa, sh I pay to all persons, firms or corporations having contracts dire Principal, includi g any of Principal's subcontrac- tors, all claims due them for labd or materials fu ished in the performance of the Agreement for whose benefit thisn. The provisio of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it 20_ SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness expressly et out herein. N O_ C DYOF �v 7 \ N (Principal) (Title) MM (6urety) (Titl ) 1 (Street) (City, State, Zip) (Phone) v ��'q J Contract Comp 'ance Program FE .2a CIV OF IOWA Cl N O_ -e5 P eYy;� w9��ry -4 PH 12: 5 T Y c7m: 10 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 discri ination by the City's contractors, consultants nd vendors and requires them to ensure that applicants seeking employment with them and their mployees are treated equally without regard to race, co r, creed, religion, national origin, sex, ge er identity, sexual orientation, disability, marital status, and ge. It is the City's intention to a ist employers, who are City contr ctors, vendors or consultants, in designing and implementing eq al employment opportunity so th co/s, will be afforded equal accessibility and opportunity to ga and maintain employment. PROVISIONS: All contractors, vendors, and cc)ysultants requesting IV do business with the City must submit an Equal Opportunity Policy Statemd�it before the execution of the contract. 2. All City contractors, vendors, and nsultants wi contracts of $25,000 or more (or less if required by another governmental ag ncy) must ide by the requirements of the City's Contract Compliance Program. Emergency con acts ma be exempt from this provision at the discretion of the City. Regardless of the value of t contr ct, all contractors, vendors, and consultants are subject to the City's Human Rights Ordina ce, hich is codified at Article 2 of the City Code. 3. Contracting departments are responsible Vr assuring that City contractors, vendors, and consultants are made aware of the 's Contract Compliance Program reporting responsibilities and receive the appropriatetreping forms. A notification of requirements will be included in any request for proposal and tice o bids. 4. 5. A Prior to execution of the contract, the on pages CC -2 and CC -3) or other re( Contracting departments are res[ and vendor compliance during the All contractors, vendors, and coi which are sexist in nature, such instead use gender neutral signs All contractors, vendors, and City's Human Rights Ordinarn section 2-3-1. �mpleted arld signed Assurance of Compliance (located fired material lmust be received and approved by the City. Die for answerin4 questions about contractor, consultant se of the contract ith the City. btants must refrain from'the use of any signs or designations s those which state "Men orking" or "Flagman Ahead," and isultants must assure that the subcontractors abide by the The City's protected classes are listed at Iowa City City Code 1 — `-v We 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 (For the purposes of these minimum requirements, "contractor" 1. The contractor will not discriminate against any employ) take affirmative efforts to ensure applicants and emp without regard to their race, color, creed, religion, nation identity, disability,m ritaI status, and age. Such efforts following: employme , promotion, demotion, or transfer layoff or termination; tes of pay or other forms of cc including apprenticeship. / sultant or vendor agrees as follows: include consultants and vendors.) or applicant for employment and will ees are treated during employment )rigin, sex, sexual orientation, gender call include, but not be limited to the acruitment or recruitment advertising; )ensation; and selection for training, 2. The contractor will, in all so itations or advertisement for employees placed by or on behalf of the contractor, state that it is a equal opportunity em .oyer. Note: Contracts that are federally funded a subject to ecutive Order No. 11246, as amended, and the regulations (see generally 29 U.S. . § 1608 et a .) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and n the City enforces said regulations and orders. 3. Provide a copy of your written Equal Em ment Opportunity policy statement. Where is this statement posted? N O 4. What is the name, telephone Opportunity Officer? (Please print) and address of m busines.' Egr�al Employment Phone number Address 5. The undersigned agrees toisplay, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgrtassAmntractwmpliance.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 quons 1 through 6, are true�nd correctly reflect our Equal Employment Opportunity policies. Business Name \ Pdone Number Signature Print Name \ / Date mgr\asst\wntractwmphance.doc CC -3 N O_ O� G, a t� mgr\asst\wntractwmphance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbo4s, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at mi imum, assign someone the responsibility of administering and promoting.,your company's Equal Empl ment Opportunity program. This person should have a position in your organization which emphasizes he importance of the program. 3. INSTRUCT STAFF o T Your staff should be aware of an be required to abide by your Egifal Em0yment Opportunity program. All employees authorized to ' e, supervise, prom e, or discharge emplo ees orare involved in such actions should be trained an equired to comp with your policy ansa -the current equal employment opportunity laws. _ 4. RECRUITMENT n (a) Let potential employees know you are an qual pportunity employer. This can be done by identifying yourself on all recruitment advertisin a "an equal opportunity employer". (b) Use recruitment sources that are likely to y Id diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current co ition of your workforce. Send recruitment sources a letter annually which reaffirms your co mit nt to equal employment opportunity and requests their assistance in helping you reach di erre ap icant pools. (c) Analyze and review your company's recru ment pro dures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the empl ment process t se objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to mak sure they accurately flect major job functions. Review education and experience require ents to make sure the accurately reflect the requirements for successful job performance (f) Review the job application to insure that o y job related questions are as d. Ask yourself "Is this information necessary to judge an ap icant's ability to perform the job plied for?" Only use job-related tests which do not adverse) affect any particular group of people. (g) Monitor interviews carefully. Prepare intery w questions in advance to assure that they are only job related. Train your interviewers on dis rimination 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 mgrtasst\contractoompliance.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 the local City. CC -5 by the provisions of =r a contract with the N O cT 9 - 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 trainin r any member in the privileges, rights or benefits of such membership, apprenticeship r training because of age, color, creed, disability, gender identity, marital status, national ori in, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employ r, employment agency, la or organization or the employees or members thereof to dire tly or indirectly advertisq or in any other manner indicate or publicize that individuals are unwelcolTe, objectionable or n t solicited for employment or membership because of age, color, cree , disability, gender i ntity, marital status, national origin, race, religion, sex or sexual orient ion. (Ord. 95-3697111-7-1995) D. Employment policies relating to 1. A written or unwritten employment policy or applicants or employees because of the emplc title. 2. Disabilities caused or contributed to by the emplo e': recovery therefrom are, for all job related purpose , t I as such under any health or temporary disability i sura c connection with employment or any written or u ritten involving terms and conditions of employment applied shall be governed by the following: excludes from employment ;y is a prima facie violation of this pregnancy, miscarriage, childbirth and Crary disabilities and shall be treated or sick leave plan available in nployment policies and practices Iq other temporary disabilities. E. It shall be unlawful for any person to soli9Aor require as a ndition of employment of any employee or prospective employee a test f r the presence of th antibody to the human immunodeficiency virus. An agreement be/ween an employer, em loyment agency, labor organization or their employees, agents r members and an emplo a or prospective employee concerning employment, pay or benefit to an employee or prospecti employee in return for taking a test for the presence of the an ibody to the human immunodefi ency virus, is prohibited. The prohibitions of this su ection do not apply if the state epi miologist determines and the director of public ealth declares through the utilization guidelines established by the center for diseas control of the United States department health and human services, that a person with condition related to acquired immune defici cy syndrome poses a significant risk of transmi ion of the human immunodeficiency virus to tq�l persons in a specific occupation. o o� Eli -o F. The following are exempted from the provisions of this section: N J r -n r 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 empl yer or employment agency which chooses to offer e4ployment or advertise for employme t to only the disabled or elderly. Any such employment or offer of employment shall not discrimi ate among the disabled or elderly on the basis of age, color, creed, disability, gender Iden ity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employ ent of individuals for work within the home of the employer if the employer or members of the mily reside therein during such employment. 4. The employmen f individuals to render personal servic� to the person of the employer or members of the emp yer's family. (Ord. 94-3647, 11-8-1 ?§4) 5. The employment on a basis of sex in those certain i //stances where sex is a bona fide occupational qualification easonably necessary to the ormal operation of a particular business or enterprise. The bona fi occupational qualification hall be interpreted narrowly. (Ord. 03- 4105,12-16-2003) 6. A state or federal program signed to benefit a pecific age classification which serves a bona fide public purpose. (Ord. 4-3647, 11-8-1994) 7. The employment on the basis o di disability is a bona fide occupations c of a particular business or enterprise. interpreted narrowly. (Ord. 03-4105, ' 8. Any employer who regularly employs section, individuals who are members c employees. (Ord. 08-4312, 8-11-2008)) in ose certain instances where presence of ti n reasonably necessary to the normal operation , a fide occupational qualification shall be than four (4) individuals. For purposes of this employer's family shall not be counted as CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discrir employment based on his or her age, color, crei marital status, race, religion, sex, or sexual orients decisions involving hiring, promotion, demotion, or t layoff or termination; rates of pay r oth hip. er forms including apprenticesFurther, t ' Company environment free from natin. i All employees are encouraged to refer disabilities for employment. i to against any employee or applicant for If disability, national origin, gender identity, n. The anti -discrimination policy extends to sfer; recruitment or recruitment advertising; compensation; and selection for training, and its employees will provide a working and women applicants and applicants with The Equal Employment Opportunity /,cere is: rae: ress: ephone Number: NOTE: This is a SAMPLE ONLY. Yh to confer with your EEO office or legal counsel to formulate a policy which spets the needs of your company. CC -8 N O_ m F ° ro {V r c -n r CC -8 Division 11, General Req "Standard Specifications f shall apply except as amer GENERAL CONDITIONS GC -1 partment of Transportation -ies of 2015, as amended, N 0 %• Na C SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations c S-3 In rance' S-4 Sup rvision and Superintendence S-5 Conc ning Subcontractors, Suppliers and Othe S 6 Compli ce with OSHA Regulations S-7 Employ nt Practices S-8 Contract mpliance Program (Anti-Discrimin tion Requirements) F3 S-9 Measureme it and Payment , .a S-10 Taxes S-11 Construction Skes S-12 Restriction on N -Resident Bidding on N n -Federal -Aid Projects These Supplementary Conditions a end or suppl ment Division 11 of the Iowa Department of Transportation "Standard Specificatio s for Highw y and Bridge Construction," Series of 2015, as amended and other provisions of th Contracy Documents. All provisions which are not so amended or supplemented remain in full Vrce aqd effect. S-1 DEFINITIONS. ADD to or CHANGE the following SPECIFICATIONS. "ENGINEER" shall mean the authorized representative. "OWNER" and "CITY" shall and duly authorized agents. "CONTRACTING Al shall mean the CITY. 1DOT STANDARD SPE( "Standard Specifications amended. within 1101.03 of the IDOT STANDARD ;ter of PubliWorks for the City of Iowa City, Iowa or his the City of Iowa ity, Iowa acting through the City Council "DEPARTMENT OF %TIONS" shall mean the Highway and Bridge ( S-2 LIMITATIONS OF OPERATIONS. " or "COUNTY" Department of Transportation fiction," Series of 2015, as 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. IT 191 CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 1. Before commencing work, the Contras shall submit to the City for approval a Certificate of Insurance, meeting the require ents specified herein, to be in effect for the full contract period. The name, addres and phone number of the insurance company and agent must accompany the rtificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing a least thirty (30) calendar days prior to any change or gancellation of said policy or poli ies. 3. Cancellation or dification of said policy or pt licies shall be considered just cause for the City of Iowa ity to immediately cancel he contract and/or to halt work on the contract, and to with old payment for any wor performed on the contract. MINIMUM COVERAGE Any policy or policies of ins ance purchas d by the Contractor to satisfy his/her responsibilities under this contract hall include ntractual liability coverage, and shall be in the following type and minimum amo nts: Tvoe of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability h Occurrence Aggregate 1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,00 00 $1,000,000 Workers Compensation Insurance as equired by Chapt 85, Code of Iowa. *Property Damage liability insuran a must provide explo ion, collapse and underground coverage when determined by City t be applicable. The City requires that the Contract is Insurance carrier be A rated o etter by A.M. Best. NOTE TO SPECIFIER: Verify coverage amounts the Risk Manager, City of Iowa City, SC -2 ; uv :yy :-n F In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractors liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractors insurer. 2. The entire amount of the Contractors liability insurance policy coverage limits shall be payable by the Contractors insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor un ss this requirement is waived by the City. Contractor's Certificate of Insurance must Pt forth the nature and amount of any such deductible or self-insured retention. 3. If Contractors liability insurance coverage /s subject to any special exclusions or limitations ncommon to the type of cov$rage being provided, such exclusions or limitations shalt be noted on the Certificate of Insurance. 4. The City prefers that Contractor provid# it with "occurrence form" liability insurance coverage. If Contr ctor can only provide "claims -made" insurance coverage, then the Contractor must cc ly with the following requirements: a. If the Contract(X changes insurance carriers, or if Contractor's insurance coverage is cancel, during the contract period or within two years after City's acceptance of the rk, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance canceled or is allowed to lapse during said period, Contractor shall be requi d to obtain replacement insurance coverage to fulfill its obligation hereunder/"ail" C. If, during said pContractor voluntarily changes insurance carriers or is required to obtaicement\ coverage from another carrier, Contractor shall either (1) purchascoverage from its first carrier effective for a minimum of two years after Cncil acceptance of the work, or (2) purchase "prior acts" insurance coveraits new carrier, covering prior acts during the period of this Contract fromer its inception. d. "Tail" or "prior ts" coverage so provided shall have the same coverage, with the same limits, a the insurance specified in this Contract, and shall not be subject to any further li itations or exclusions, or have a higher deductible or self-insured retention tha the insurance which it replaces\ 5. The City resew s the right to waive any of the insurance requirements herein provided. The City alsoreserves the right to reject Contractor's insurance if not incompliance 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. N SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities and this Contract, or terminate this Contract, and withhold payment for work performed on tPke Contract. 7. In the event that any of the policies or Certificate of Insurance are canceled or suspend Contractor's operations or ac Contract, and withhold payment for work C. HOLD HARMLESS 1. The Contractorall indemnify, defend officers, employe s, and agents from expense (including easonable attorne out of, or incurred bX reason of any c bodily injury, includin death, or prop( Contractors operations nder this Co herself or by any Subcon ctor or by them. 2. Contractor is not, and shall Iowa City, Iowa. S-4 SUPERVISION AND SUPE Add the following paragraph to 1105.05 of CONTRACTOR shall maintain a day, seven days per week to CONTRACTOR shall provide to E individual. S-5 CONCERNING ice coverage identified on Contractors ad, the City may in its discretion either under this Contract, or terminate this red on the Contract. d hold harmless the City of Iowa City and its iy and all liability, loss, cost, damage, and fees and court costs) resulting from, arising ns, actions, or suits based upon or alleging damage rising out of or resulting from the :t, whether such operations be by himself or ,ne directly or indirectly employed by either of to be, an agent or employee of the City of STANDARD SPECIFICATIONS: led and id to er EER the SUPPLIERS AND person available 24 hours per which may occur after hours. ger and/or paging service of this Add the following paragraph to 1108.01ts, f the IDOT STANDARD SPEC ICATIONS: Bidders shall list those pers firms, companies or other rties to whom it proposes/intends to enter into a ubcontract regarding this project as re uired for approval by the City and as noted on the rm of Proposal and the Agreement. o If no minority business enterprises (MBE) are utilized, the CONTRACTOR; shall furnish documentation of all efforts to recruit MBE's. SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheet (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material S ety Data Sheets will be submitted to the Project Engineering prior to the start of constru ion and supplemented as necessary throughoufthe project. This data is being provided fqr informational purposes only and does not relieve laws regard t e contractor of any obligations for compliance with applicable OSHA and State n hazardous chemicals and right -to -know. S-7 EMPLOYMENT CTICES. Neither the Contractor n' his/her subcontractors,jshall employ any person whose physical or mental condition is such th t his/her employment will endanger the health and safety of them- selves or others employed on he project. Contractor shall not commit any f the following employment practices and agrees to include the following clauses in any subcontra s: To discriminate against any in 'vidual terms, conditions, or privileges of employment because of sex, race, color, ref ion, ational origin, sexual orientation, gender identity, marital status, age or disability unl s uch disability is related to job performance of such person or employee. To discharge from employment or r use to hire any individual because of sex, race, color, religion, national origin, sexual orie talion\\, gender identity, marital status, age, or disability unless such disability is related to j perfor ance of such person or employee. S-8 CONTRACT COMPLIANCE PRO RAM (ANTI- SCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more the Contractor sha abide by the requirements of the City's Contract Compliance Program, whic is included with these ecifications beginning on page CC -1. S-9 MEASUREMENT AND Section 01025, Measuremend Payment, contained in Division of these specifications defines all pay items and methods of measurement. The provisions o this section will supersede applicable sections in the ID)DT 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. Abe Contractor shall submit the information necessary for the certificates to be issued. SC -5 N O .�y T 1% 1.71 r 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 businesjs�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 I wa 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 an wered "No" to one or more questions above, your company is a nonresident bidder. Please complete arts C and D of this form. To be completed by resi nt bidders Part B My company has maintained office in Iowa during the past 3 ears at the following addresses: N Dates: / / to / / Address: o City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported the to a Secretary of State: 2. Does your company's home state or foreign c ntry offer pre f ences to bidders who are residents? ❑ Yes E]No 3. If you answered "Yes' to question 2, identify ch preference off ed 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 t is document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: 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. 309-6001 02-14 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 ❑ Yes ❑ No ❑ Yes ❑ No ❑ Yes ❑ No My business is currently registered as a My business is a sole proprietorship and I am an My business is a general partnership or joint ver partners orjointwenture parties are residents of My business is an ctive corporation with the I required by the Sec tary of State, has filed its articles of dissolution\ with the Iowa Division of Labor. resident for Iowa income tax purposes. More than 50 percent of the general for Iowa income tax purposes. Secretary of State and has paid all fees .t recent biennial report, and has not filed ❑ Yes ❑ No My business is a corpor ion whose articles of i corporation are filed in a state other than Iowa, the corporation has recei d a certificate of aut ority from the Iowa secretary of state, has filed its most recent biennial rept with the secreta of state, and has neither received a certificate of withdrawal from the secreta of state nor had is authority revoked. ❑ Yes ❑ No My business is a limited liability rtnership ich has filed a statement of qualification in this state and the statement has not b n cance d. ❑ Yes ❑ No My business is a limited liability partne hi which has filed a statement of qualification in a state other than Iowa, has fled a statem of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or mited 'bility limited partnership which has filed a certificate of limited partnership in this tate, an as not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership r a limited liabil limited partnership whose certificate of limited partnership is filed in a state ther than Iowa, th limited partnership or limited liability limited partnership has received no fication from the low secretary of state that the application for certificate of authority has bee approved and no notice f cancellation has been filed by the limited partnership or the limited li bility limited partnership. ❑ Yes ❑ No My business is a limited liability mpany whose certificate of org ization is filed in Iowa and has not filed a statement of terminat n. ❑ Yes ❑ No My business is a limited liabiligcompany whose certificate of organizat than Iowa, has received a cert icate of authority to transact business in has not been revoked or cant led. 309-600102-14 is filed in a state other ra and the certificate CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committin)ee peated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the FederaLabor Standards Acta& any comparable state statute or local ordinance, which governs the payment of wages, foriod of five (5) years fibm the date of the last conviction, entry of plea, administrative finding or admission of guilt. (after "Wage Theft PotCy ) I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,0 0 for goods, services or publrovements. b. Contracts for discretionaryeconomicdevelopment asce."Discretionary" ecanomic development assistance shall mean anya onomicdevelopment assisprovided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to e�gency purchases of goods and services, emergency construction or public improvement work, sole source c ntracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or c ntracts with other vernmental entities. III. Affidavit. The contracting entity must c Policy and provide it to the Contracting Contract provision: Any contract to which this polic�i! City becomes aware that a person or entity (including liability or been adjudicated guilty or liable in any judic willful violation of the Iowa Wage Payment Collection Standards Act or any comparable state statute or local (5) year period prior to the award or at any time after contract. IV. Waivers. If a person or entity is ineligible to submit a request in writing indicating that one a. There has been a bona fide change in b. Disciplinary action has been taken c. Remedial action has been taken to or d. Other factors that the person or the attached affidavit showing compliance with the Wage Theft ent oridr to the execution of the contract. rble will include the following contract provision: If the r of more than 25% of the entity) has admitted guilt or administrative proceeding of committing a repeated or ie Iowa Minimum Wage Act, the Federal Fair Labor ance, which governs the payment of wages, within the five ward, such violation shall constitute a default under the co/ tract wit the City as a result of the Wage Theft Policy it may r more of th following actions have been taken: ership or control f the ineligible person or entity; the individual(s) res onsible for the acts giving rise to the violation(s); a recurrence of the believes are relevant. giving rise to the disqualification or default; The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 STATE OF M 1. 1 am the entity"] and have or entity with an COUNTY WAGE THEFT AFFIDAVIT ) ss: upon being duly [position] uthority to execute this affidavi 3Oip interest in said contracting state as follows: :)f ["contracting on behalf of said contracting entity and any person ntity of more than 25%. 2. Neither [contracts g entity] nor any person or entity with an ownership interest of more than 25% of `did contracting entitJ'd as been adjudicated guilty or liable in any judicial or administrative proceeding of cd mitting a repeaor willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum ge Act, the Feral Fair Labor Standards Act or any comparable state statute or local ordinance, which gover the paymeof wages in the last 5 years. This instrument was acknowledged before me by .20 WT -2 Notary Public in and for the OLE rn cri r PART1-GENERAL General A. Base Bid SECTION SUMMARY OF THE not all inclusive. 1. Remove ortland Cement ConcrJnn em t and trail at intersection of Madison Street and avenport Street. 2. Construct 1 inch water main anons to 16 -inch and 20 -inch water mains, including 20 ch butterfly valves . 3. Abandon exist water main at DStreet and at tie in points. 4. Remove fie by t from old fmier line.5. Install 2 -inch war service conneur (4) 16 -inch butterfly valves, and four (4) fire hydrants on exi g 16 -inch we.6. Clean existing 16-inc water line igging and disinfecting. 7. Construct 8 -inch thick P land Concrete pavement and 6 -inch thick Portland Cement Concrete trail to lace pt removed for construction of water main. 8. Provide traffic control during 9. Furnish and install seed, 10. Other work associated with 5/02 shared\enginee�sp s-ii\01010 01010-1 s of project. mulch throughout project. installation. N O c �4L ti....�, w � �r rl) PART 1 -GENERAL 1.01 SUMMARY.• A. Procedures and submittal requirements for and 1.02 STANDARD A. Work compJdi der the contract shall based on thquantity of work peri specified uned in Part 3 of this Sec to be presenmeasurement. 1.03 SCOPE OFPAYMENT: of values, applications for payment, measured by the Engineer. Payment will be ied according to the various classes of work . The Contractor will be given an opportunity A. The Contractor shall al pt thecorn tion as herein provided as full payment for furnishing materials, la tools and equipment and for performing work under the contract; also, for costs ari' g from a action of the elements, or from any unforeseen difficulties which may be enc unt during the execution of the work and up to the time of acceptance. B. Construction items may be bid as Vump sum or as itemized work, which will be paid on a unit cost basis. In either case, so ork may be required for which a separate pay item is not provided. Completion of this or 's required. If a separate pay item is not provided for this work, it is to be considered cid to the project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this co t shall occur no more than on& per month for work completed by the Contractor. Pa ent is based on an estimate of the total amount and value of work completed minus 50 retainage. It is not the Citys policy to pay for materials and equipment stored or 'shings fabricated off site. The 5% retainage Nvill 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 N O c SECTION 01025 MEASUREMENT AND PAYMENT \ F PART 1 -GENERAL 1.01 SUMMARY.• A. Procedures and submittal requirements for and 1.02 STANDARD A. Work compJdi der the contract shall based on thquantity of work peri specified uned in Part 3 of this Sec to be presenmeasurement. 1.03 SCOPE OFPAYMENT: of values, applications for payment, measured by the Engineer. Payment will be ied according to the various classes of work . The Contractor will be given an opportunity A. The Contractor shall al pt thecorn tion as herein provided as full payment for furnishing materials, la tools and equipment and for performing work under the contract; also, for costs ari' g from a action of the elements, or from any unforeseen difficulties which may be enc unt during the execution of the work and up to the time of acceptance. B. Construction items may be bid as Vump sum or as itemized work, which will be paid on a unit cost basis. In either case, so ork may be required for which a separate pay item is not provided. Completion of this or 's required. If a separate pay item is not provided for this work, it is to be considered cid to the project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this co t shall occur no more than on& per month for work completed by the Contractor. Pa ent is based on an estimate of the total amount and value of work completed minus 50 retainage. It is not the Citys policy to pay for materials and equipment stored or 'shings fabricated off site. The 5% retainage Nvill 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 pkinent as herein specified for each item of work completed in accordance with the draw' gs and specifications, including clean up. It is the Contractor's responsibility to identify the locati of public and private utilities. No additional compensation will be made for any intejfererice or delay caused by the placement and/or relocation of said utilities. No additio compensation will be made for repair costs to fix damage caused by the Contractor or hisfher Subcontractors. Work associated with existing items on private and/ r public property that are to be protected removed rel ted replaced reinstalled o modified is considered incidental unless it is listed as an in the FORM OF PRO SAL. Existing items damaged or unsuitable for relocation reinstallation will be laced with like item and painted, if necessary, at the All trees and shrubs shall r and be protected m damage unless specifically noted as "REMOVE" or "CLEAR AND RUB" on the p jest plans and as otherwise directed by the Engineer. The prices for tho 'terns which y have any impact on existing trees and shrubs shall include compensation r special ptecautionary measures required to prevent injury or damage to said tree, shrub oXroot sys . The prices for those items which invoh for top soil removal and replacement PROPOSAL), disposal of surplus exe necessary sheeting, bracing and tempos placement and compaction of specified The prices for those items which shall include compensation to proi into vaults and/or basements. All labor, materials and equip density including loading, h excavation, borrow and haulk material, and all such work as uniform surface free of rocl incidental to this project unle& g or excavation shall include compensation ess it is listed as an item in the FORM OF material, handling water, inst&tion of all f ing around all open excavatioffi,and supply, kfill. C. - -v surface oval adjacent �buildiugs or vaults sed surfa from water wlueli may.le6ak oC ship required to bring surf to the proper eVation and U*Mhgz, and disposal of unsu ble material, below grade lacing, forming, drying, wat ' g and compaction of fill Lay be required to make the gra g work complete with a broken concrete, tree roots, lim and other debris is is listed as an item in the FORM OF ROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot an ramp fees, and parking tickets. The Con or must figure these costs into their bid pri The City will not waive parking fees or fines. Permits paid for by the Contractor will be i4ued 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 u I � . :I 16•,. Portland Cement Concrete Pavements and Driveways. The unit prices for these items will be paid based on the number of square yards of . Portland Cement Concrete pavements, driveways, 'ls, and parking lots constructed at the specified widths, thicknesses and mix designs, including 5 -foot in length full depth concrete beyond the back of sidewalk where a ting driveways are gravel or dirt. so included with these items is excavation to lace forms and pavement at req ' elevations, supply, placement and compactio of subgrade material under drivewa and parking lots, forming, supply, p=Jt and finishing of concrete, special concrete mixes, reinforcement, Portland Cement oncrete curb and curb drop install21tio curing, jointing and joint sealing, grading o establish a uniform grade between th sidewalk and top of curb, and backfilling t curb lines, driveway edges and parking t edges. Aggregate dura\hee ss for all P.C. Concrete paving be Class 3. If weather conrohibit the use of Class M, C. Concrete, a duct will be negotiated for ted cement content in Class C, C. Concrete. Pavement smohall be evaluated for main ' e pavement per cprrent IDOT Specifications.n)2. Consttuction oand Water Services. The unit pricesstructi of water will be paid based on the number of linear feet instngth wi be measured or each size and type along the pipe centerline withtions for ttinls. The unit prices for construction of each size and type installed. The following items shall be considered items listed in the FORM OF PROPO; Part 3.03 for City provided parts and s a. Furnishing and installing will be paid based on the number of [ental unless they are included with other Reference Section 02665, Part 2.01 and b. All water main adapters a# sleeves requl to existing water mains. c. Furnishing and install' tapping sleeves, c curb shut-off valves d boxes, couplings services, and remov of abandoned service d. All trench, and fittings. for installation and connections )ration cocks, tapping services, for onnections to existing water and hand excavation. e. Supply, plaent and compaction of specified pipe bedding material and standard or lett material within the pipe envelope. f. Supply, placement and compaction of standard backfill and granular backfill material. 01025-3 g. Dewatering trenches including famishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. i. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. j. Testing and disinfection of water mains k. Dechlorination of flushed water entering support of existing utility In. Repairlqr replacement of utility services n. Protectionlgf existing valves so they are o. Connections anor taps for water diameter and largeNo existing water r 3. Construction of Water Valveslknd Hydrants. The unit prices for these items w' be paid installed and includes excavation, p, fittings, swivel adaptors, rock drains, Separate prices are used for hydrants auxiliary valve shall be included in the pri 4. Pavement Removal. Removal quantities shall include Cement Concrete, and/or brick road and sidewalks. Removal of compa asphalt patches, shall be considered will not be measured and paid and waste materials shall be incidental. Engineer. Removal operations shall ph ns or as otherwise approved or for this purpose is considered inci ei 5. Trench Stabilizing Material. The unit price for this item used in place of unsuitable 1 the Engineer. Trench stabil paid for. Included with this materials and dewatering. " bedding material. water services as required. sewer system. service lines. by Contractor. operational and accessible during Ls and water services 4 inches in and water services. b ed on the number of each size and type hm and installing specified valves, hydrants, blocks, valve box and lid Aad backfill. or without auxiliarUalve.4he cqo-for for the hydrant. 1'? -Z ' a 70 C-7 r a id C t Concrete, _full_ de Asphalt drivewa arking lots;"Ciiibs d gutters, Cass an hip seal surfaceSlincluding Class 10 Roadwa & Borrow Excavation and this item. Saw cuts hauling and disposal of All proposed saw cuts m be approved by the conform to the construction hasing noted on the rected by the Engineer. Additi effort required be paid based on the number of cubicof rock lation materials only when directed and au otized by material not approved by the Engineer will not be is additional trench excavation, disposal of excavated item does not replace and/or include specified pipe 01025-4 6. Erosion Control. 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 installation, maintenance and removal upon establishment of ground cover. Pe unit price for erosion control mat will be paid on the numb"f squares (1 uare = 100 square feet) of actual area covered and me des supply and.2lacement of ified material, anchor slots, junction slots, check s ts, terminal foids� , lap joints d maintenance. i 71 ion control for areas disturbed by careless actions the Contractor shall be at the Con cto, expense. fV i 7. Seed, ilize, and Mulch. The unit rice for this item will be paid based on the number of acres seeded, fertilized, d mulched and includes preparation seed bed supply and application of seed fern ' , mulch, and water, and all upk as specified, including aone-yeaz guarantce. N distinction in unit price shall made for various seed mixtures specified. Only disturbed not replaced with pavem t and sod shall be seeded unless noted on the plans or by the Engineer. 8. Traffic Control. The lump sum price for Vs item will be paid based on percent complete for famishing, installing, main g, moll ,relocating, and removing all traffic control devices including barricades, ety fenc' g, drums, lights, standard signs, temporary barrier rails, sequential flashin arro s, flaggers, uniformed officers, temporary pavement markings and orange sa f ce at road closures. 9. Mobilization. The lump sum price for this iteml be Nid based on percent of project completed and covers all costs for transport neces equipment and tools to and from site and cleanup of equipment and tooli from site hon completion of work 10. IcePig Line. The lump sum price for this ftem will be paid on the cost for manufacture, delivery, and extraction of i slurry int um the w er main in order to clean the interior pipe surfaces from s eats, loosely adhered terials, and biofilms. 9. Disinfection & Testing. The unit price for dis' ection and testing will be paid based on the number of tests conducted at the chl rine concentration specified. Unit price includes all labor, equipment and mat9fials to flush main, discharge to manhole, inject chlorine and verify concentrati , flush main following disinfection, dechlorination prior to discharge to sew , bacteria testing, and miscellaneous associated work. 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a B. Timk is of the essence. Minimizing in, disru tion to residences and businesses is a plannell with this in mind. 1.02 SUBMITTALS: A. The Contracto shall submit prior to the the proposed w k with the controlling proposed dates an durations of street cl approved by the En ' eer. B. The Contractor shall bruit updated throughout the project. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGSPRIOR TO CONSTRUCTION. of the work. nience, disruption and duration of priority. Scheduling of work shall be nstruction meeting a detailed schedule of m identified. The schedule shall include Work may not begin until the schedule is schedules at two week intervals 0 rn 'D �e � w 9' o A. A Pre -Construction meeting wiJbe Id prior to ginning work. 3.02 PROGRESS OF WORK. A. All work must be completed b30, 2016. Liquida damagesof $500 per day will be charged on work beyond theetion date. B. No work shall be done betweeursof10:00p.m.and7: 0 a.m. without the approval of the Engineer, with the excepsaw cutting freshly po oncrete. C. Work will proceed in a well rganized and continuous manner to minimithe disruption to the general public (both pidestrian and vehicular) and the local businesses and residents. Access to businesses and re idences shall be maintained at all times. D. Construction will proce9d in phases. The particular phasing sequence is outlined in the project plans. Prior to #vancing to the next phase or sub -phase, the existing phase or sub - phase shall be sufficieAtly complete to allow reopening to the public, as determined by the 01310-1 Engineer. \ E. Restoration activities such as pavement even if multiple mobilizations are necess F. The Contractor will become an active provi i information to concerned resid G. Work w' be staged to minimize the lent lost. 3.03 COORDINATION H UTILITIES AND A. It is anticipated%th ny utility co of time. The Cor shall work c relocations to keroject on schu B. The Railroads will provi all ] excavation, disposal, sub < C. The Railroads have certain tim place. It shall be the Contractc Railroads' schedule. Any costs by the Contractor shall be at the 3.04 STREET CLOSINGS: A. Notify the Engineer fourda issued. No street may be clos will follow closely behind the work mer with the City in communicating with and s and businesses. of time parking spaces and parking revenue are will occur which cannot be taken care of ahead iely with the utility companies to aid in these materials and equipment for railroad facility removal, dlast, sub -ballast and trackage renewal. talions on when the above mentioned work must take ponsibility to coordinate and be available to meet the ated with train rerouting due to circumstances caused of the Contractor. in advance of stmt closings so that a press release can be without the EngineXs approval and said notification. 01310-2 N `= 11/00 O shared\wgineer\speco-id01310.doc y — �'v CJ1 r 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONS PART1-GENE 1.01 SUMMARY. A. Fumish, ins 1 and maintain traffic control and work. Remove hen work is completed. 1.02 REFERENCES. A. ]DOT Standard Sped cations. B. U.S. Department of T rtation Federal lii Traffic Control Devices fo Streets and lUghwa , C. Traffic Control Notes on proj t plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for act' 'ties addressed by the project plans. PART 2 -PRODUCTS 201 MATERIALS: A. Traffic control devices may be new r used, but Standard Specifications. B. All construction fence shall be n and securely f directed by the Engineer. 202 EQUIPMENT. ON FACILITIES facilities required for the way Administration "Manual on Uniform " 1988 Edition, as revised. N 0 cc �O requiring traffic cc*1 noFspeci,09mly _ +v v� meet the requirements of the ]DOT to approved posts and installed as A. Portable generators may not used to power traffic contra devices within 300 feet of residential dwellings, inclu ' g apartments, between the hours o 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amende in this document, the work in this section will conform with the following divisio and sections of the WT Standard Specifications: Division 11. G Requirements and Covenants. 01570-1 Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Constructio . Section 2528. Traffic Control. 3.02 NO PAMONGSIGNS. A. The City will sh "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled wor The Contractor is responsible for installation and maintenance of the signs 48 hours in a ce of when the ehicles must be removed. 3.03 MAINTENANCE OF FAC A. The Contractor shall monit the co 'tion of traffic control and construction facilities at all times, including non -work ours. epair, replace and maintain as necessary. B. Pedestrian access to homes and u esses shall be maintained at all times. Temporary gravel surfaces shall be provided as irected by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences wi ' and beyond the the Engineer shall be the responsib' ity of the Contractor. 11/00 shma&rnM�s-ifl01570.dm 01570-2 area deemed appropriate by N O 1 v Tin 7 IV cn r ,, . 1.01 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS A. Furnislabor, materials, tools and equipment t4 remove existing paved surfaces as indica and specified. / B. Furnish labor, materials, tools and equipment o remove existing storm sewer pipes, sanitary sew ipes, intakes, and drainage struc s as indicated and specifiedo 1.02 REFERENCES: A. MOT Standard S cations. 1.03 QUALITYASSURANCE: A Disposal sites shall comply ith all app cable Iowa Department of Natural Resources and United States Environmental tection Agency regulations. B. Comply with all state and local ces pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, b ' castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill Specification Sect B. Explosives shall n PART 3 -EXECUTION / 3.01 TECHNIQUES: shall consist of Class 3 and Section 4109, Gra be used for demolition. Crushed Stone, [DOT Standard on No. 11. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT 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 1Ju section. The Engineer reserves the right to revise demolition limits if required by the na of construction. 3.03 PROCEDURES. A. Utilities 1. NoW all corporations, o pipelines, water lines, g telepho e, cable television, fiber on the drawinas or otherwise kno 2. When activeu . -ties are enc and protect said ilities and 3. If active utilities are age appropriate measures to s1 under these circumstances s, individuals and state or local authorities mains, buried and overhead electric facilities, dic, and other public or private utilities shown i or discovered to be in the project area. promptly take necessary measures to support them in service. interrupted as a result of work on the project, take service immediately. Restoration of utility services be at the Contractor's expense. 4. Active utilities shown on a dra in to be relocated, or which regia# relocation due to unforeseen circ tances o conditions, shall be relocated Ea accordance with instructions from Engineer. erally, the respectrje_utilit32rawners shall be responsible to perfo relocation wor or their facilities. -'The CooractoY shall cooperate with these orfs in every reaso le way and s}�ljot he entitled to additional compensaf n for delays resulting fro such relocatieus;: ro B. Site Protection Measures = N cn r 1. Refer to Traffic ntrol Sheets for details. 2. Barricade and ce open excavations or depressions resulting m work during non -working ours and when not working in immediate area. vide suitable warning devi s adjacent to excavations and work areas. 3. Warning dces shall be kept operational during all non -working and non-active periods. / C. Site Access 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 3.04 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be b material resulting from demoliti, of at a Contractor -furnished site Contractor shall pay the current t AND REMOVALS: A. Pavement and Sidewalk Removals 1. )Removal shall be to the limits d within the project work area. All unsuitable and removals shall be hauled tnand disposed cz�)roved by the Engineer or to thgIandfill. The ing fee at the landfill. _ N on the plans or as directed by the FaMineer. 2. PaNment removal shall m Jude brick, P.C. Concrete, and A.C. Concrete pav eats, driveways, alleys,parking lots, and sidewalks. Removal of chip seal or aggregkte surfaces is not con4dered pavement removal. 3. Sawcuts sW be approved 4.Removal op tions shall 4 directed by the%Roi er. B. Sewer Abandonment an 1. Removal shall be at by the Engineer. 2. Backfill under and 1 compacted to 95% paved surfaces shall Density. Other exct compacted to 90% ti 3. Sewers to be al shrink flowable 4. Select castings Street as directe 11/00 / snnre6mgm�p.s-H\02050.dc Engineer. to construction phasing noted on the plans or as and to the limits noted on the plans or as directed un 5 eet of paved surfaces shall be Class A crushed stone adard Ikoctor Density. The top 12 inches directly below Class A rushed stone compacted to 98% Standard Proctor ions shal0be backfilled with suitable excavated material, A but not rem( and bulkheaded be delivered to the the Engineer. 02050-3 shall be filled with an approved non - ;h end with concrete. control plant at 1000 S. Clinton 2016 APR -4 P192` 5u SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY. A. Furnish abor, material, tools and equipment t prepare site as indicated and specified. 1.02 REFERENCES. a A. IDOT Stan Specifications. - :-a PART2-PRODUCTS IL a M -v a °a None. =+ PART 3 - EXECUTION Ln 3.01 TECHNIQUES. A. Except as amended in thi documen the work in this section will conform with the following divisions and sectio of the T Standard Specifications: Division 21. Earthwork, ub des and Subbases. Section 2101. Cl g and Grubbing. Division 25. Miscellaneou C truction. Section 2519. F e C struction. 3.02 EM STING TREES, SHRUBSAND VE TA .1 A. All trees, shrubs and vegelati n shall and be protected from damage unless specifically noted as "REMO " or "CLEAR GRUB" on the plans or as directed by the Engineer. B. No construction materials d/or equipment are to stored, piled, or parked within the trees' drip line. C. Contractor is responsib for damage outside the limits of construction, and for trees, shrubs and vegetation of designated for removal. The Contractor's liability for tree and shrub damage will based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPER1 A. Remove existing signs and posts wit All permanent traffic signs will be re Contractor shall provide 48 hour mi replacement. Permanent signs will be B. Move boxes to a location approv store unique supports for mailb prior 1 'on and condition when roa 3.04 EXISTING FENCI . A. Only fencing des ated by theJE'B. Sections of fence rem ved for not addressed, replace 'th 3.05 EXISTING UTILITIES: A. Contact appropriate utility utilities in the construction; 3.06 EROSION CONTROL: A. Comply with Iowa City C 11/00 snarem®gm«kspa:-bW2I OO.dm the construction area as directed by the Engineer. . ed, stored, and replaced by the City of Iowa City. um advance notice for sign removal and for sign laced prior to concrete pours. by the Engineer prior to closing road. Salvage and ces. Restore mailboxes and their supports to their isreopened. shall be removed. m shall be replaced per the applicable bid item. If and Section 02100-2 to verify the presence and location of buried Slope Protection and Erosion Control. ��� M t1]�(I�•j►�17 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMMARY.• A. Excavating, excavation, strip, salval 1.02 REFERENCES: placing, stabilizing and compa mg earth, including trench and rock ddition of borrow and backfill, di posal of excavated material, and topsoil, qnd spread. A. MOT Standard 1.03 QUALITYASSURANCE: A. Whenever a percentageof density at optimum moisture B. Borrow sites and materials shall PART 2 -PRODUCTS 2.01 MATERMS. A. Granular backfill material shall Specification Section 4120.04 and PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this following divisions and secti Division 21. All secti s Division 24. 3.02 TOPSOIL: r,. —a s _k. ndicated or specified, use percent of maximum by ASTM D698-91, unless noted otherwise. d by the Engineer prior to use. Class A Crushed Stone, IDOT Standard 1, Gradation No. 11. .ument, the work in of the IDOT Standard Subgrades and Subbases. 2402. Excavation for Structures. section will conform with the 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 02220-1 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 erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (t cluding spare units kept ready for immediate use in case of breakdowns) to intercept d/or remove promptly and dispose properly of 11 water entering trenches and other ex vations. Keep such excavations dry until the s tures, pipes, and appurtenances to be uilt therein have been completed to such extent t they will not be floated or otherwise damaged. B. Dispose of all ped or drained water witho undue interference to other work, or causing damage t pavements, other surfaces, property. Provide suitable temporary pipes, flumes, or c els for water that may flo along or across the work site. C. Take all precautions n ssary to plysturbed. to the work by rain or by water entering the site, whether water en be oveundwater. 3.04 TRENCHEXCAVATION. A. General 1. Excavate trench by machinbelow, designated subgrade when pipe is to be laid in granular beddicradle, provided that material remaining at bottom of trench is only 2. Do not excavate lower part be laid directly on bottom c use of hand tools, just befa or shaped bottom, true to bearing. Support on firgh limited areas where use of D B. Protection C. A o trenche by machinery to subgrade when pipe is to trench. R ove last of material tdle excavated by placing pipe. and shape sell holWand form.. a flat ade, so that pipe ill have a uniforuGnd continuous and undisturbed m erial between jgmts, except for pe slings have distur bottom. c fi£1$ work during Barricade and fenceopen excavations or depressions restili non -working hours d when not working in immediate area. Trench Width 1. Make pipe trencles as narrow as practicable and safe. Make every efkrt to keep sides of trenchIs firm and undisturbed until backfilling has been comp ed and consolidated. 2. Excavate tre4hes with vertical sides between elevation of center of pil!k and elevation 1 fb6t above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. Trench Excavation in Fill 02220-2 E. F G. 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in disturbed material. Excavation Near Existing Structures 1. Discontinue digging by machinery whin excavation approaches pipes, conduits, or other underground structures. Continu excavation by use of hand tools. 2. Excavate\exploratory pits when locati¢n of pipe or other underground structure is necessaryor doing work properly. Disposal of UnsuitaH(e Soil The Contract shall notify the E gineer and Iowa Department of Natural Resources (DNN if soil contaminatiorf is found or suspected during excavation. 2. Soil disposal and Vinediation meth shall be an option outlined in the IDOT Construction Man%S'on 10.22, d approved by the Iowa DNR and City. The Contractor is not teed with it removal and remediation measures until instructed by the E 3. Disposal site to be provi d by th Contractor and approved by the Engineer and Iowa DNR. N O 4. Contractor is responsible for c leting and filing all nese Wy Fed&l, State and local government agency forms d applications. , Care of Vegetation and Property -v r-r"i 1. Use excavating machinery crane of suitable type and operate with Bare; to prevent injury to trees, p icularly overhanging branches arFW limbs" and underground root systems. rs 0 2. All branch, limb, and root uttings shall be oided. When required, they shall be performed smoothly and neatly without 'tting or crushing. Trim injured portions by use of a c ' aw or loppers for b ches, or an ax when working with roots. Do not leave fra ed, crushed, or to es on any roots I" or larger in diameter or on any b hes. Frayed edges shall trimmed with a utility knife. Do not use tree paint o wound dressing. If coni with large roots and branches are anticipated, notify a Engineer. 3. No construction terials and/or equipment are to stored, piled, or parked within the trees' ' line. 4. Excavators an 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. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 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 following ways: / a. Repair or otherwise reconnect the ut ity across trench after trench has been b kfilled, provided adeT ge gradient is maintained, if applicab b. Connect ge tiles to nearesr. The Contractor shall ocument the loelevation of any utility lines encountered. The Con ctor shall ngineer whenever a utility is encountered and submit th proposed moring the utility for review and approval. All utility repairs shall be H. Water Services the trench. 1. Permanent copper water service \thework. h are damaged (cut, nicked bent, crimped crushed,etc.) shall be repthe water main to the curb box with new copper service pipe, without y he cost for this work shall be at the Contractor's expense. 2. In any excavation where exist' leadiron water services are in the excavation or disturbed area, a Cs 1 replace the existing lead or galvanized piping with new inch oco water service pipe from the water main to the curb box. The Cwill aid per the applicable bid item. If there is no bid it a unit the repla ent of the water service shall be negotiated prior to mmencethe work. 3. When water service is disrfpted, the Contractor shall make a le attempt to restore the service within o hours. E> Z` 4. Water service pipe shall type k soft copper. - t 3.05 ROCKEXCAVA770N. r —; _s t'. A. Rock excavation will be co feted Class 12 Excavation as de$ned in boT�Sfandard Specification Section 2102.0 B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING: rOMMENT.W,M 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations C. Backfilling Around Structures 1. Do not place backfill a ainst or n structures until they have attained sufficient strength to support the oads, incl g construction loads, to which they will be subjected. Avoid un ual soil p sure by depositing material evenly around structure. 2. Backfill shall consis of Class A crush stone placed in one foot lifts compacted to 95% Standard for Density unless o erwise indicated or specified. 3.07 UNAUTHORIZED A. When the bottom of backfill, at Contractc Proctor Density. / 11/00 share&=gmcu\sp=-uV2220.doc e excavation is taken out expense, with Class A ci 02220-5 d the limits indicated or specified, stone compacted to 95% Standard 0 1. Begin ackfilling as soon as practic ble and proceed until copiplete. _ 2. Materi and Compaction- a. ved Areas: Under and 'thin 5 feet of paved surfaces, inclWing streets, si ewalks and driveway , backfill shall be Class A crushed stoe placed in on foot lifts compact to 95% Standard Proctor Density.pthe top 12 me es directly below aved surfaces shall be Class A cl*hed stone coin actedto 98% S dard Proctor Density. If under pavement, backfill to bo om of the sub de. If not under pavement, backfill to within 12 inches f finished surf ce. b. All oth areas: Bac ill shall consist of suitable job excavated material placed in ne foot li s compacted to 90% Standard Proctor Density. If excavated to 'al i unsuitable, backfill with Class A crushed stone to within 12 me es of 'shed surface. C. Do not place st e r rock fragment larger than 2 inches within 2 feet of pipe nor larger 12 inches in backfill. Do not drop large masses of backfill materialtrench. C. Backfilling Around Structures 1. Do not place backfill a ainst or n structures until they have attained sufficient strength to support the oads, incl g construction loads, to which they will be subjected. Avoid un ual soil p sure by depositing material evenly around structure. 2. Backfill shall consis of Class A crush stone placed in one foot lifts compacted to 95% Standard for Density unless o erwise indicated or specified. 3.07 UNAUTHORIZED A. When the bottom of backfill, at Contractc Proctor Density. / 11/00 share&=gmcu\sp=-uV2220.doc e excavation is taken out expense, with Class A ci 02220-5 d the limits indicated or specified, stone compacted to 95% Standard N O 4Ln SECTION 02270 SLOPE PROTECTION AND PART 1 -GENERAL 1.01 SUMMARY. A. Placement of silt erosion stone. L02 REFERENCES. A. IDOT Standard B. Iowa Department of latest edition. L03 QUALITYASSURANCE: erosion control mat, Highway 0 CON W - !7 z cn 0 fabric, revetment stone, and "Standard Road Plans Manual", A. Revetment stone and erosion stop shall meet a abrasion and durability requirements of Section 4130 of the IDOT Stan7e);hNa cati . B. Engineering Fabrics (geotextio anon -woven material and conform to the requirements of IDOT Engineerinf,9t Embankment Erosion Control. 1.04 STORAGE. A. Prior to use, geotextile shall be store in a tan dry place, out of direct sunlight, not subject to extremes of either hot or ld and w the In protective cover in place. Receiving, storage, and han g at the j site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS. A. Except as amended in this d9611ment, the materials in this sVtion will conform with the following divisions and secti s of the IDOT Standard Specifications: Division 41. Con#uction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHMQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the 1DOT Standard Specifications: and 3.02 SCHEDULE. Division 25. Miscellaneous Consti Section 2507. Concrete & following [DOT Standard Road Wood Excelsior Mat Silt Fence A. Silt fence shabe installed at loc g completion of g. Wood excelsii swales immediate) ollowing seeding. 3.03 GEOTEXTILE. A. Surface Preparation 1. The surface on which thq and grades as shown on tl of loose rock and clods, standing or flowing water. B. Placement Prior to placement of the design and construction. the locations and in acco. will be unrolled along manner that it will conf or against it. The g 1 placement in the desi i Revetment. indicated on the plans immediately upon shall be placed and staked in seeded areas of ile is to be placed will be graded to the neat lines . The surface will be reasonably smooth and free depressions, projections, muddy conditions and N 0 � rn eotextil\andsely rface will b ect93 for quality of Fhe geoplaced on`t�ie apprgved surface at lance wishown on thcplans.-s The geotextile placemesely laid (riot-,stretebed) in such a n to the gul 'ties when mater( is placed on xtile md and verlapped torWermit properd area.<-^ 2. The geotextile will bp joined by overlapping a minimumf 18 inches (unless otherwise specified o the plans or by the manufacturer), and ured against the underlying foundati material. Securing pins, approved and ovided by the geotextile manuf shall be placed along the edge of the panel r roll material to adequately hold i in place during installation. Pins will be s or fiberglass formed as a "U", ', Or "T" shape or contain "ears" to prevent total penetration. Steel washers will provided on all but the "U" shaped pins. The upstream or up- slope line will be ' erted 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 gcote mor punctured, or the overlaps disturbed, as evidenced by visible ge, sub umping, intrusion, or grade distortion, the backfill around the ged or displac area will be removed and restored to the original approved condition. The rep will consist of a patch of the same type of geotexti being used overlapping a existing geotextile. Geotextile panels joined by over ap will have the patch exte d a minimum of 2 feet from the edge of any damagi area. 4. The gxtile will not be placed un it can be anchored and protected with the specificovering within 48 hours or rotected from exposure to ultraviolet light. In no e will material be dropped o uncovered geotextile from a height greater than 3t. 11/00 sha,.d\ s�AM2no.da 02270-3 N O O'er 4 O IV CA O i SECTION 02520 PORTLAND CEMENT C-ONCRETE PAVING PART1-GENERAL 1.01 SUMMARY.• A. Furnish labor, materials tools and equipment to p install, shape, trim and compact subgrades to receive Po land Cement Concrete paving. B. Furnish labor, materials, ools and equipment to fo , place, reinforce, finish, joint and cure Portland Cement C e roadways, parking slabs, driveways, and sidewalks at the locations and grades no on the plans. 1.02 A. IDOT Standard Specifications. L03 QUALITYASSURANCE: A. Use adequate numbers of skilled w rkers w are thoroughly trained and experienced in the necessary crafts and who are co letel familiar with the specified requirements and the methods needed for proper perfo ce f the work in this section. B. Quality testing: 1. Compressive Strength Tests. o 2. Entrained Air. 7C7 .. 3. Slump. 4. Density Tests of Base Subgrade. 3" N PART 2 - PRODUCTS `ter' 2.01 MATERIALS: A. Except as amended in s document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Speci cations: 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. 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, Subgmdes and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cemen Section 2212. Base Repair. Section 2213. Base Widening. L 23. Surface Courses. Section 2301. Portland C Section 2302. Portland tection 2310. Bonded P S 'on 2316. Pavement Base. Concrete Pavement. Concrete Pavement Widening. Cement Concrete Overlay. Division 25. 'scellaneous Cons ction. Section 512. Portland C ent Concrete Curb and Gutter. Section 2 5. Removal d Construction of Paved Driveways. Section 25 .Concrete Bader Slab. Section 2529. ull Finish Patches. Section 2530. P ial th Finish Patches. 3.02 CURINGANDPROTECTION OFPA A. Curing compound shall be a. including back of curb. 3.03 ENVIRONMENTAL REQUIREMENj A. When concrete is being placed below 35°F, the following requi 24 Hour Tem erature Forecas Minimum 35-32° F Minimum 31-25'F Below 25° F n C. N O i ediately following finis#�pg ofcre concrete, C--� �11 -o � a r cold weather an emperatures may be erected te*op nents must be met concrete lesg'11t2n 3tl�lours old - CA One layer plastic or One layer plastic and one"7 burlap or two layers burlap. Commercial insulating material apo,,7d by the Engineer. Concrete shall be protected from freezing temperatures until it is at least five days 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 th concrete could exceed 90° F, the Contractor shall employ effective means, such as preopoling of aggregates and/or mixing water, as necessary to maintain the temperature of the c ncrete as it is placed below 90° F. 3.04 OPENING TO A. Opening toffiq including Contractor's vehicles, will not be permitted until the compressive gth of 6" dia. x 12" cylinders is atleas 3,000 lb. per square inch. B. All joints in the avement shall be cleaned and se d prior to opening the street(s) to traffic of any kind C. Opening to traffic shall not constitute final 3.05 COMPLETION OF WORK: A. When traffic is allowed clean up. All streets an s practicable. B. Contractor shall notify the concrete, when specified. 11/00 �h. ,..�-d\02520.d« the pavement, the ontractor shall begin remaining work and walks shall befin/shed and opened to the public as soon as if weathbr conditions make it difficult to use Class M 02520-3 N O_ 'r' T tV n C-1 �..EC) SECTION 02524 1611M PART 1 -GENERAL 1.01 SUMMARY.• A. Construct side alk curb ramps to meet A] L02 REFERENCES. A. Americans with sabilities Act (AW Facilities. B. City of Iowa City ign Standards. C. Iowa DOT ADA Curb p Compliance 1.03 QUALITYASSURANCE: A. Use adequate number of skills necessary crafts and who are methods needed for proper pe B. Slope measurements. Newly requirements will be, at the E expense. PART2-PRODUCTS 2.01 MATERIALS: A. Section 03350, Colored Cone PART 3 - EXECUTION 3.01 TECHNIQUES.- A. ECHNIQUES.A. Except as amended in this d< DOT ADA Curb Ramp C the Americans with Disab' t Facilities. specifications. Accessibility Guidelines for Buildings and -(IIA-4) who are thoroughly trained and experienced in the y familiar with the specified requirements and the of curb ramp construction. I curb ramps and sidewalks not meeting the slope iscretion, removed and replaced at the Contractor's N O 2i:% rn � z Is M } c -n 0 nent, the work in this section will conform with the Iowa ince (Alterations) — (I IA -4) and the following sections of Act (ADA) B Accessibility Guidelines for Buildings and Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 02524-1 3.02 SLOPES: A. Cross slope refers to the slope that ijperpendicular to the direction of travel. Running slope refers to the slope that is parallel to a direction of travel. B. Curb ramp cross slopes should be nolgreater than 1:50 or 2% to a level plane. C. Curb ramp g slopes should no greater than 1:12 or 8.33% to a level plane unless existing conditio do not lermit an layout is approved by the Engineer. 3.03 PORTLAND CEMENT C CRETE THI %NESS: A. 6 -inch thick colored .C. will placed at all curb ramps unless otherwise directed by the Engineer. 11/00 sharcd\en&eff aspms-11\o2524.dm 02524-2 CII W SECTION 02660 CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICATIONS (Revised November 2015) PART1 GENERAL 1.1 SUMMARY A. Finnish,ins and test water distributio system and water services as indicated and specd. B. Water Divisio maintains salvage rights o all fire hydrants designated as public. Samples of wa main and its appurten ces may also be retained by the Water Division for testi or documentation p oses. C. Reuse of materi is not allowed wi ut prior permission. Reuse of materials previously attache to another system s all not be allowed. D. All piping shall be i lated from the ex' ting water system until it has passed all testing procedures an is approved for ervice. E. In the event that field nditions prev t the isolation of the new piping from the existing water system, y existing in ' and valving, and any appurtenances that will be tested against, sh 1 be well shed and pass the pressure test per part 4.7 of this section before any ew syste installation is permitted. Any costs associated with testing the isting ater main prior to connecting the new pipe will not be paid for separate , but hall be considered incidental to the water main disinfection and pressure testi g f r the new water main. o F. The approval of reusing any p to service main, piping, valves, or, appuli#nances by the Water Division does not' er any guarantee that it will perform as:, - required. The Water Division c is no fault for any issues arising from; ®r w -- possibly related to, the approv re e of any material on a private services l 1.2 REFERENCES ry A. This specification reference the follo documents. In their latest ediRn, the referenced documents form part of this sp ification to the extent specified herein. In case of conflict, the requ' ments of this s ification shall prevail. B. City of Iowa City 1. Reference Manual: City Code of Ordin s Chapter 3, 4, & 10 2. Iowa City Munici Design Standards 3. Earth Excavating, ackfill & Grading Sped cations - Section 02220 4. Accepted Produc for Water Distribution M erials 5. Iowa City Water ivision Policies & Proced s Manual 6. Backflow cc - Chapter 5 C. American National S dards Institute and American Water Works Combined Standards: 1. ANSI/AWW-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings r Water 2. ANSI/AW WA -C 105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe CrrY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2015 Page 1 of 20 L" E. F. 10 H. November 2015 Systems 3. ANSUAWWA-C110/A21.10: Ductile- nand Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liq ids 4. ANSUAWWA-Clll/A21.11: Rubber- asket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AWWA-C150/A21.50: Thickness ign of Ductile -Iron Pipe 6. ANSVAWWA-C151/A21.51: Ductile- on Pipe, Centrifugally Cast, for Water or Other Liquids 7. ANSUAW WA- 153/A21.53: Ductile- n Compact Fittings, 3 -inch through 24 -inch, and 54- nch through 64 inch r Water Service 8. ANSUAW WA 02: Dry -Barrel F' ydrants 9. ANSUAW WA C 04: Rubber -Sea Butterfly Valves 10. AW WA C509: R ilient-Seated Valves for Water Supply Service 11. ANSDAW WA C5 : Double Ch Valve Backflow -Prevention Assembly 12. ANSI/AWWA C5 : Reduced ssure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protecti Epoxy Interior Coatings for Valves and Hydrants 14. ANSI/AWWA C600: tall 'on of Ductile -Iron Water Mains and Their Appurtenances 15. ANSUAW WA C651: Dis' ting Water Mains N 16. ANSUAW WA C800: Unde and Service Line Valves and Fittin* 17. ANSUAWWA C900: Po yl Chloride (PVC) Pressure. Pipo, 4 -inch through 8 -inch for Water istri tion a.wr American Water Works Associa ' n: 1. AW WA Manual M23: P C Pipe- ign and Installation v M--'- 2. -32. AWWA Manual M17: tallation, ield Testing, and Maintermccwf Fiie•- Hydrants American Society for Testing aterials: 1. ASTM A48: Gray Iro Castings 2. ASTM B62: Compos' 'on Bronze or Oun Metal Castings 3. ASTM B75: Seamles Copper Tubing 4. ASTM B88: Seaml Copper Water Tube 5. ASTM B584: Cop Alloy Sand Castings for neral Applications 6. ASTM D2241: Pol inyl Chloride (PVC) Press -Rated Pipe (SDR Series) Manufacturers Standardiza on Society: 1. MSS -SP -58 Pipe gers and Supports, Materials sign and Manufacture 2. MSS -SP -69 Pipe angers and Supports Selection an Application Uni-Bell PVC Pipe Ass ation: 1. UNI -B-3-88 Ree mmended Practice for the Ins tion of Polyvinyl Chloride (PVC) sure Pipe (nominal diameters 4- inch) complying with AW WA S dard C-900 Occupational Safety an Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations Cy" OF IOWA CITY WATER DISTRIBUTION - 02660 Page 2 of 20 1.3 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. B. Plans for initial operations and fm operations: Special prepared drawings and typed list of sequences of steps a needed prior to any operation of water s= ution system. Submit 2 weeks rior to date of planned operation. o C. Sho Working in or Constru tion Plans showing: 1. Pipe layout with valves, fitti s and hydrants shown -Z)3 2. Bolts 3. oints 4.pping sleeves, couplings, d special piping materials _ ro 5. P ethylene 6. st block designs and s x. r� 7. Spec backfill a D. Certificates: orn certificates of hop tests showing compliance with appropriate standard for all 'ping materials. 1.4 QUAL 7TASSURANCE A. Engineer reserves th right I inspect and test by independent service at manufacturer's plant ore ewheat Engineer's expense. B. Contractor shall conduct v ual pection before installation. 1.5 RECEIVING, STORAGE AND A. The City may mark materi s 'ch determined to be defective o not pr paint. The Contractor shall promp from the site. B. While unloading all piping terials: 1. Do not allow the pi units to st 2. Do not handle pi units with padded. are found on the job site and which are wed. The marking may be done with spray remove defective or unapproved materials anything. (vidual chains or single cables, even if 3. Do not attach cab s to pipe unit from or banding for lifting. C. Within the "Storage" Ian age of AW WA M23, change "should" to "shall." D. Within the "Handling" 1 guage of AW WA M2 change "should" to "shall." E. Follow AW WA C600 f r proper storage, handlin and installation of DIP. 1.6 TIME A. All work which requires shutdown of active water mains must be completed as quickly as possib� to minimize inconvenience to the consumers and risk to the community. MY OF IOWA Cn7 WATER DISTRIBUTION - 02660 November 2015 Page 3 of 20 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 custo ers of disc tion of water service, provide 48 hours notice. This work w' be completed with the assistance of Water Division personnel. 3. For review, commen , and approval of plans of operation, provide 3 days notice. 4. For locations of and rground facilities, provide notice as required by Iowa One Call system. 1.7 LICENSES APPLICATION A. City of Io a City 1. Co ctor's supe ' tendent on the job must have a license as a sewer and wate service ins er issued by the City to construct water and sewer mains and se ices in Io a City. 2. The Co ctor r their agent will be responsible for submitting tapping applicatio o and record drawings. PART PRODUCTS 2.1 All products used for this ork all be from the list of "Accepted Products for Water Distribution and Water S ice M erials" maintained by the Iowa City Water Division. Any special exception requ is shall submitted to the Water Division in a timely manner for review. 2.2 PIPE 0 A. Polyvinyl Chlori e (PVC) Pipe: Comply ith AWWA C90 rkV&A COW with gray iron pi a equivalent outside diam rs. 1. Minimu Wall Thickness: r a. 4 inc through 24 inch sizes: DR 18. = -o b. Sizes ver 24 inch: As specified in the c tract documents 2. Joint :Use push -on joint type, except as therwise-speci)ed in the contrac documents or as authorized by the Eng per, cn a. Push on: According to AW WA C900 or A C905. b. Inte Restrained Joint: AW WA C900 or A C905 pipe with restrainng system manufactured integrally into pipe a d. c. Mec apical Restrained Joint: Ductile iron mechanic device designed for joint restraint of AW WA C900 or AW WA C905 pi complying with the requirements of ASTM F 1674. 3. Markings on Pipe: a. Name of manufacturer. b. Size and class. CITY OF IOWA MY WATER DISTRIBUTION - 02660 November 2015 Page 4 of 20 2.3 c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. B. Ductile Iron Pipe (DIP): 1. Minimum Thickness Class: a. 4 inch through 24 inch size'. AWWA C 151. For restrained structures use special thickne! b. Sizes over 24 inches: As sc 2. Cement -mortar Lined: Accl 3. External Coating: Asphalt a 4. Joint Type: Use push -on tyl documents or as authorized Push -on: According to A b. echanical: According t c. Rpstrained, Buried: Pipe Special thickness Class 52 according to Int pipe and pipe suspended from Class 53. :ified in the contract documents. ig to AWWA C104 with asphalt seal coat. to AWWA C151. unless otherwise specified in the contract the Engineer. NA C111. AWWACIII. Ianufacturer's standard field removable d. Res wined, in Structure : Restraining gland, flanged or grooved. e. Flang :According to WWA C111. o £ Groov According to W WA C606. 3 g. Gaskets: ccording to WWA C111. 5. Markings on 'pe: a. Name of in facture b. Size and class. c. Spigot insertion ep gauge. F5 - c.n BOLTS FOR WATER MAIN AND ITfINGS o Use corrosion resistant bolts. A. Tee -bolts and Hexagonal 1. High-strength, lol 2. Provide ceramic -1 nuts. 3. Include factory -al for ease of instaf B. Other Bolts and Nuts: 1. Stainless steel. 2.4 FITTINGS A. November 2015 chanical Joints: manufactured according to AWWA C111. Vn, fluorocarbon resin coating for bolts and produces low coefficient of friction For DIP and PVC Pipe: Comply with AWWA C110 (ductile iron or gray iron) or AWWA C153 (ductile iron). 1. Joint Type: a. For pipe sizes 16 inches and less, use mechanical joint complying with AWWACIII. CITY OF IOWA CITY WATER DISTMUTION - 02660 Page 5 of 20 b. For pipe sizes greater than 16 inches, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. 3) Joint restraint system to be fiel installable, fteld removable, and re -installable. C. Use of alte ate restraint systems must approved by the Engineer. 2. Lined: Ceme mortar lined according t AW WA C 104 with asphalt coating. 3. Wall Thicknes Comply with AWWA 153. 4. Gaskets: Compl with AWWA C111. B. Flange Adapter: 1. Body: Ductile iro complying with TM A 536. 2. End Rings (Follow r Rings): Ductil iron complying with ASTM A 536. 3. Gaskets: New rub compounded r water service and resistant to 2.5 CONCRETE THRUST BLOCKS A. Use Iowa DOT Class C conct B. Comply with the contract doc blocks. Comply with SUDAS C. Use for all pipe sizes 16 inch nents for dimensions aN igure 5010.101. in diameter or smaller or — RJ - cn installation of thrust specified. 2.6 PIPELINE ACCESSORIES A. Polyethylene Wrap: 1. Comply with A A C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.100 through 104. 1. Tracer Wire: November 2015 MY OF IOWA Cn'Y WATER DISTRMUTTON - 02660 Page 6 of 20 permanent set. 4. Bolts and Nuts: High ngth, to alloy corrosion resistant steel or carbon steel bolts complying 'th AS A 307. C. Pipe Coupling: 1. Center Sleeve (Center Ri ): S I pipe or tubing complying with ASTM A 53 or ASTM A 512, or carbon steel with a minimum yield of 30,000 psi. 2. End Ring (Follower Ring): D tile iron complying with ASTM A 536, or steel meeting or exceeding uirements of ASTM A 576, gee 1010- 1020. o 3. _ Gaskets: New rubber comp unded r water service and�csistatlbtop permanent set. -:,o 4. Bolts and Nuts: Stainless eel. 2.5 CONCRETE THRUST BLOCKS A. Use Iowa DOT Class C conct B. Comply with the contract doc blocks. Comply with SUDAS C. Use for all pipe sizes 16 inch nents for dimensions aN igure 5010.101. in diameter or smaller or — RJ - cn installation of thrust specified. 2.6 PIPELINE ACCESSORIES A. Polyethylene Wrap: 1. Comply with A A C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.100 through 104. 1. Tracer Wire: November 2015 MY OF IOWA Cn'Y WATER DISTRMUTTON - 02660 Page 6 of 20 2.7 2.8 a. Solid Single Copper Conductor: 1) Size: #12 AWG 2) Insulation Material: Linear low-density polyethylene %PPE) installation suitable for direct burial applications.—. o 3) Insulation Thickness: 0.045 inches, minimums;: ,� b. Bimetallic Copper Clad Steel Conductor: ;c _--; � .-.,.,'. 1) Size: #12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 4) Conductivity: 21%. 5) Copper Cladding: 3% 6) Insulation Material: Hi 7) Insulation Thickness: 2. Groun Rod: 3/8 inch diameter coated ith metallically bonded 3. Ground- Clamp: High - 4. Splice Kit. See "Accepted 5. Tracer Wi tation: Refei SPECIAL GASKETS A. For soils contaminated B. For other soil contamir SMALL WATER SERVICE PIPE A. Copper Tubing: No couplings or JN1 1. Comply with ASTM B7 2. Wall Thickness: Type 3. Packaging: Shall be in ils jj coils or straight pipe f size B. Service Saddles: 1. Comply with ANS U WWA dts. �. SV conductor diameter, minimumn i density polyethylene. 30 inches, minimum. umum, 60 inch steel rod uniformly ctrolytic copper. corrosion -resistant copper alloy. for Water Distribution Materials." Cres CIC -5010.100 through 104. use nitrile gaskets. ie Engineer for the required gasket. iections are permitted under paving. ASTM B88. :11 2. Pressure Rating: Eq , but not to 3/4 -inch through 1 1h -inch, and in ASTM B62. ;d, 200 PSIG. 3. Body Composition- 85-5-5-5 cast bras 4. Strap: Wide band, 04L stainless steel ith 304L stainless steel studs. 5. Nuts and Washe : 304 stainless steel, u ts supplied with fluorocarbon coating. 6. Threading: A A tap thread (CC thread) 7. Gaskets: Nitril gaskets within leaking and rground storage tank (LUST) areas. C. Corporation Valves: 1. Comply will{ ANSUAW WA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet shall be AW WA taper thread, outlet shall be conductive Cr Y OF IOWA CrrY WATER DISTRIBUTION - 02660 Novembu 2015 Page 7 of 20 CnY OF IOWA CrrY WATER I)MMBUTION - 02660 November 2015 Page 8 of 20 compression connection for CTS OD tubing. 5. Valve: Compression ball type. D. Ball Curb Valves: 1. Comply with ANSItAW WA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlets all be compression connection for CTS OD tubing. 5. Valve: Shall have a quarter turn heck with fluorocarbon coated ball and stainless steel reinforced seat, an end pieces shall have o-ring sealed with double o-ring seals. E. Curb Box: 1. Comply ith ANSI/AWWA C8 . 2. Style: Ar pattem, slide style. 3. Length: 5- oot box, 1-foot tel cope, shall telescope up and down inside the base ca 'ng. 4. Coating: Bla4 dip inside and ut. 5. Rod: 5/8-inch iameter with s all key-clamp welded to rod; stainless steel road and cotter in; 42-inches ong. o F. Curb Box Lids: a 1. All lids: v a. Brass componen shall nform to ASTM B62 and ASTM B$84, LWS C83600-85-5-5-5 (1 estr ision). -- c- b. Lids shall be made o c iron per ASTM A48, Class 25. 72 c. lid shall be coated wi lack dip. h 2. - N Regular applications: a. Shall betapped l" wi b s insert. b. Shall be 2-hole Erie p [tern ith the "W" in a raised letter. 3. Cement applications: a. Shall be tapped wi 1" bras magon plug with word "Water" in raised letters. b. All pentagon brass lugs shall have 27/32" point to flat side. G. Straight Three-Part Unions: 1. Comply with ANSI/ WWA C800 and AS B62. 2. Body: "No lead b s" alloy, meeting ASTM 584. 3. Connections: Co uctive compression connec 'on for CTS OD on both ends. 4. Gripper band s be stainless steel and overlap itse o no gasket material can get undern th. 5. Conductors 'ng shall provide metal to metal con ta between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. H. Yard Hydrants: Shall be freezeless style. CnY OF IOWA CrrY WATER I)MMBUTION - 02660 November 2015 Page 8 of 20 CrrY OF IOWA CrrY WATER DISTRIBUTION - 02660 Novmba 2015 Page 9 of 20 0 -v Z9 NON-SHRINKGROUT Comply with Iowa DOT Materials I.M. 491.13. —o 2.10 VALVES M c -n 0 A. Gene 1. Valve Body: Manufacturer's n e and pressure rating cast on valve body. 2. irection of Opening: The ope 'ng direction is counterclockwise as iewed from the top. 3. J ints: a. or buried installations, u mechanical joints per AW WA Cl 11. Co ply with 2.3 of this sec on for joint nuts and bolts. b. F installation within s ctures, flanged with dimensions and drillings acco 'ng to AW WA Cl ] or ANSI B16.1 class 125. 4. Valve all have been m ufactured within 5 years of installation date. B. Gate Valves: 1. Standards. Comply with W WA C509 (gray iron or ductile iron) or AW WA C 15 (ductile ' n) and NSF 61. 2. Stem Seals: ouble O- ' gs permanently lubricated between seals. Lubricant ce ' led for se in potable water. 3. External Bolts d He Nuts: Stainless steel according to ASTM A 240, Type 304. C. Butterfly Valves: 1. Standards: Comply ith AW WA C504 class 150B or class 250B (gray iron or ductile iron) d NSF 61. 2. Stem: Stainless st a cording to ASTM A 240, Type 304, turned, ground, and polish 3. For Seat on Body elves. a. Disc: Ductile it n or gra iron with plasma applied nickel -chromium edge or stainless tee] edge ording to ASTM A 240, Type 316, and mechanically fi stainless 1 pins. b. Seat: Synthe c rubber com and mechanically retained to the body. 4. For Seat on Di c Valves: a. Disc: Due 'e iron according to STM A 536 with synthetic rubber compound s t mechanically retai ed to the disc. b. Seat: Co tinuous Type 316 stain s steel seat. 5. External Its and Hex Nuts: Stainl ss steel according to ASTM A 240, Type 3 D. Tapping Valve Assemblies: 1. Tapping Valve: Gate valve complying with AWWA C509. 2. Sleeve: a. Minimum 14 gauge. b. Stainless steel according to ASTM A240, Type 304. CrrY OF IOWA CrrY WATER DISTRIBUTION - 02660 Novmba 2015 Page 9 of 20 c. Minimum working pressure 150 psi. d. Must fully surround pipe. e. Flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. 2.11 FIRE HYDRANT ASSEMBLY A. Material: Comply with AW WA C502. B. Manufacturers: See "Accepted Produc� C. Fire hydrant assembly shall have been date. D. Features: 1. Breakaway Items: Stem couplir 2. InletNo 'nal Size: 6 inch than 3. Inlet Con __tion Type: Mechar 4. Hose Noz les: Two, each 2 1/2 chains. 5. Direction o pening: Clockwi 6. Items to be s ified: a. Operating nu • 11fi inch, b. Pumper nozzlene 4f/2 c. Nozzle threads: tion d. Main valve no op diameter, 5.25" on m ' 1'. E. Painting: 1. Shop coating according to 2. Colon Safety Red, unless F. External Bolts and Hex Nuts: Stai G. Gate Valve: Comply with this sec H. Pipe and Fittings: Comply with th 2.12 APPURTENANCES A. Flushing Device: As specified in B. Valve Box: 1. Applicability: For all buriT 2. Manufacturer: As allowed for Water Distribution Materials." within 5 years of installation and flange. joint. les in diameter, with caps attached with and pentagon. jumper nozzle. dard Hose Threads. size: 4.5" on main smaller than 12" in I larger N A C502. _ o e ise indicated by the W�w-Division ess 1 according to AST�i3i93�urade. ,n. section. v cn contract documen . W valves. (the Jurisdiction or saeci W in the contract documents. 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled " ATER" 6. Wall Thickness: 3/16 inch, minimum. 7. Inside Diameter: 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. CrrY OF IOWA CITY WATER DIMIBUnON -02660 November 2015 Page 10 of 20 10. Valve Box Centering Ring: Include in installation. C. Valve Stem Extension: For all buried valves, provide as necessary to raise 2 inch operating nut to within 3 feet of the finished grade. Stem diameter according to valve manufacturer's recdmin a tions, but not less than 1 inch. Shall be stainless steel. D. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main 2. Shall have stainless steel bol and nuts. 2.13 LUMBER A. Lumber f creosoted 2.14 WATER ng or supports in contact with A. Reasonableamo nts owater water main flus g, Isinfecl Water Division. B. Contractor will not charged to control and corse the ra� Contractor will be char for 2.15 DISINFECTIONAGENT- A. Liquid Chlorine complyin 0 B. Sodium Hypochlorite co ply C Calcium Hypochlorite c pl; D. All disinfecting agents o be container. PART 3 EXECUTION 3.1 REFERENCES AND be hardwood. (i.e. oak, maple). Do not use I materials. be provided for use in the final operations of and testing. Prior notice must be given to the Tr the water used as long as there is reascoble care and volume used. If there is waste or caMessness, ater. :v j VE r i AWWA B300 and AWWA B301.'' > with AWWA B300. - -`: lv with AWWA B300. cn 60 certified. Supply and store in the original A. Contractor must h e all required docume)� on the site before commencing with the work. Water s, valves, hydrants, anspecial fittings shall be installed in the locations show7600 the plans or as directed b the Engineer. B. Valves, fittingsdrants and ductile -iron pipe shall be installed in accordance with ANSLAW WA. except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSUAWWA-C605 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 and current information on the location of all valves, pipe and special construction features. Survey or GPS points are accepted, but not in lieu of written CITY OF IOWA Cn7 WATER DISTRIBUTION - 02660 November 2015 Page I I of 20 3.2 as -built information. Minimum information required for submittal to the Water Division: 1. Pipe size and material; length of pipe between fittings (center -to -center) 2. Fitting type, size, restraint type, note if installed vertically or horizontally 3. Tracer wire box locations 4. Any changes in pipe depth, and wh re the main is buried greater than 7 feet or less than 5 feet o 5. Any special fittings or construction n E. Contractor shall have all buried utilities Location service and shall do exploratory specific conflicts between existing utilities a PIPE 1. Ddpot use deformed, defective, erials *ted by the IoWii'_T)ne lI Uti­ v cavation as necess* to, determine new water main. -o Fri i - cn W d, or otherwise damaged pipes or 2. Keepkench free of water. Clean ipe interior prior to placement in the trench. 3. Clean joi surfaces thoroughly d apply lubricant approved for use with potable wa and recommend by the manufacturer. 4. Push pipe join o the indicatio line on the spigot end of the pipe before making any joint flections. 5. Limit joint deflectio to one egree less than pipe manufacturer's recommended maximu li 6. Tighten bolts in a joint a around the pipe. 7. Install concrete thrust bloc n all fittings 16 inches in diameter or smaller (comply with S S ' 5010.101). For fittings larger than 16 inches, install restrained j ints, an when specified in the contract documents, also install c ncrete thru blocks. 8. Keep exposed pipe ends losed with t -proof end gates at all times when pipe installation i not occurring. 9. Close the ends of the i stalled pipe with wate 'ght plugs during nights and non -working days. 10. Do not allow any wa r from the new pipeline to a er the existing distribution system p ping until testing and disinfect] are successfully completed. B. Additional requirements fo DIP installation: 1. Utilize full-length uged pipe for field cuts. Alternatively field -gauge pipe selected for c ' g to verify the outside diameter is wi ' allowable tolerances. 2. Cut the pipe pe ndicular to the pipe barrel. Do not damage the cement lining. Bevel cut the ends for push -on joints according to the manufacturer's recommendations. 3. Encase all pipe, valves, and fittings with polyethylene. C. Additional requirements for PVC pipe installation: CnY OF IOWA cnY WATER DISI'REWTION - 02660 Nmmber 2015 Page 12 of 20 3.3 3.4 1. Cut the pipe perpendicular to the pipe barrel. Deburr and bevel cut spigot end of the pipe barrel to match factory bevel. Re -mark the insertion line. 2. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut the spigot end square to remove factory bevel. Deburr the end and form a partial bevel on the end. POLYETHYLENE ENCASEMENT INSTALLATION A. Apply polyethylene encasement to buri4d ductile iron pipe and to buried fittings, fine hydrants, and appurtenances. The lyethylene encasement is used to prevent contact between the pipe and the beddi g material, but need not be airtight or B. Install polyethylene encasement acco ng to AWWA C105, using tubes or flat sheets, d pipe manufacturer's reco endations. C. Do not ex se the polyethylene encas ent to sunlight for long periods before installation. D. Remove all 11 mps of clay, mud, cind , etc. on the pipe surface before encasing the pipe. Take are to prevent soil or ding material from becoming trapped between the p.P=P, p and polyethylene. E. Lift polyethylene- cased pipe with fabric -type sling or padded cable.- F. able.oF. Secure and repair a asement mat al using polyethylene tape, or replacaas necessary. 'u 1 e� TRACER SYSTEM INSTALLA ION A. Install with all buried water piping. Comply with Figures CIC -5010100 through 104 for tracer wire ins ation. B. Begin and terminate the syste all connections to existing mains. — C. Install wire continuously alon the n or two position of the pipe. Do not install wire along the bottom of the ipe. A ch wire to the pipe at the midpoint of each pipe length; use 2 inch wide 10 mil ' kness polyethylene pressure sensitive tape. D. Install splices only as auth 'zed by the ineer. Allow the Engineer to inspect all below grade splices of cer wire prior placing the backfill material. E. Install ground rods adjac t to connections t existing piping and at locations specified in Figures CIC 010.100 through 10 and Figures CIC -4C.1 and CIC - 4C.2. F. Bring two wires to the ace at each fire hydran ocation and terminate with a tracer wire station (co ply with Figure CIC -5010. and CIC -5010.101). G. Final inspection of tracer system will be conduc by the Water Division at the completion of project and prior to acceptance y the owner. Verify the electrical continui of the system. Repair discontinuities. H. A minimum of 1F inches of wire slack at every tracer wire terminal box lid shall be installed. I. Every splice along the tracer wire shall have a minimum of 18 inches of wire slack added to the line. MY OF IOWA Cn'Y WATER DISTRBUTTON - 02660 November 2015 Page 13 of 20 3.5 J. No uninsulated wire shall be installed along any length of run or at splice points. All exposed wire shall be mended as directed by Water Division personnel, and all splices shall include dielectric grease. K. Ground rods should be placed 6 to 10 inches from the pipe and not make contact with any part of the water system or any other utility. LOCATION, ALIGNMENT, SEPARATION & GRADE A. No water pipe shall pass through or come in contact with any part of a sewer manhole. B. Should pysical conditions exist such at exceptions to this standard are necessary, the design ngineer must detail how th sewer and water main are to be engineered to provide tection equal to that reqs C. Sewers consducted of standard sewer 19 E. public well or 0 feet of a private wel may be laid wi 'n 75 feet of a public no closer than 25 t of either. Horizontal Separat �tyosewer Gravity Sei ra mains,feeess: by these sections. ,rials shall not be laid within 75 feet of a vers constructed of water main materials and within 50 feet of a private well but from Water Mains: water mains by a horizontal distance of ■ The top of a sewillmain is al least 18 inches below the bottom of the water main, and \ ■ The sewer is placed iha se of undisturbed earth at Avr water main. 2. When it is impossible to o and a vertical clearance of sewers must be constructo requirements set forth in d of at least 2 feet. Separation of Sewer Force Mains and water mains by a horizontal d 1. The force main is construc pressure rating of 150 psi 1 2. The sewer force main is la trench or in the same trench on a bench n horizontal separation of 3 feet from the the required horizontal clearance of 3 feet 8 in es between sewers and water mains, the of wat main materials meeting the s section. owever, provide a linear separation tm Water Mai : Separate sewer force mains ance of at least 1 eet unless: 1 of water main mat 'als meeting a minimum 1 the requirements of SNtion 02260, 2.2 and at least 4 linear feet from a water main. F. Separation of Sewer and Water air Crossovers: 1. Vertical separation of sani and storm sewers crossing der any water main should be at least 18 'nches when measured from the t of the sewer to the bottom of the waterain. If physical conditions prohib the separation, the sewer mayt placed not closer than 6 inches bblow a water main or 18 inches above a water main. Maintain the maximum feasible separation distance in all cases. The sewer and water pipes mtRgbe adequately supported and have watertight joints. Use w peWaeability soil for backfill material within 10 feet of the point of3wpJ ing 1-.- 77:7 - MY OF IOWA cnY WATFStt11S'r U TION - 02660 November 2015 fiy Page 14 - of 20 tV c -n W 2. Where the sanitary sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material so both joints are as far as possible from water main. 3. Where the storm sewer crosses ove or less than 18 inches below a water main, locate one full length of sew r pipe of water main material or reinforced concrete pipe (RCP) wi flexible O-ring gasket joints so both joints are asfaras possible from a water main. G. Surface Water Crossings: Comply witha Recommended Standards for Water W ks, 2012 Edition. 1. Above -water Crossings: Ensure a pipe is adequately supported and anchored; protected from vandalism, damage, and freezing; and accessible T1 repair or replacement. 2. nderwater Crossings: Provide a minimum cover of 5 feet over the pipe u ess otherwise specified in contract documents. When crossing water co es that are greater than 1 feet in width, provide the following: a. pi with flexible, restrain , or welded watertight joints, b. valy at both ends of wate crossings so the section can be isolated for testing o pair; ensure the v ves are easily accessible and not subject to flooding, c. permanent aps or other p visions to allow insertion of a smalbbeter to determine leak a and obt n water samples on each side of the verve closest to the su ly sours H. Separation to Other Uti iti tain minimum 18" clearance around water malpis:. and appurtenances. o j T3 3.6 PIPE BEDDING, EXCAVATION, BACKFILLING N A. Ductile -iron pipe bedding s co rm to the project plan details or as otherwise specified or directed by the gineer. B. PVC pipe bedding shall orm to -B-3-88 laying condition Type 2 including hand excavation for the ll holes. The ding shall be loose, natural, fine soil which is compacted by d tamping on a soil along the sides of the pipe to the top of the pipe. C. Trench width within th pipe envelope shall nform to the plans or as directed by the Engineer. D. Set valves and by on precast concrete bas E. All excavations sh comply with the require ents of OSHA Standard 1926, Subpart P-Excavati s. 3.7 PIPE RESTRAINT A. Thrust Rests 1. For p. sono; di joints November 2015 ,% smaller than 10" diameter, concrete block shall be used, placing the to block next to the fitting and undisturbed soil. For 10" and larger & pipe, blocking shall be by cast -in-place concrete. Cover fittings and with 8 mil polyethylene before placing concrete. Brace fittings with MY OF IOWA MY WATER DISTRIBUTION - 02660 Page 15 of 20 hardwood 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: Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, an bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they repla flange bolts of smaller size with nut on each side of flange. C. Dead Ends: 1. Pipe ends or fittings left for future nnections shall be plugged or capped using materials supplied by the pi manufacturer. 2. All pipe ends or fittings left for fu re connections shall be blocked against thrust. 3.8 JOINTS AND COUPLI S A. Push -on Joints: 1. Inspect bell ves and clean assure complete gasket seating. 2. Use extreme to prevent se oration of joints already installed. 3. Do not use pus on joints w n boring. Snap -Lok shall be used in casing with locking rub B. Mechanical Joints: 1. The range of torque or tigh ng bolts which is indicated in ANSVAW WA C600 maybe some at off ted by the temperature. On cold days, more torque may be requ' 2. Use extreme caution w n gbtening cast iron fittings to avoid breaking the ears of the flanges. An a ge worker should not use a wrench longer than 18 inches. 3. On PVC pipe connections joints, cut the bevel off the end of the PVC pipe to get full pipe diam er i the joint. 4. Do not deflect pipe at jo' t. C. Sleeve -Type Coupling: 1. Clean pipe ends for dis cc of 12 i hes. 2. Use soapy water as gas et lubricant. 3. Carefully mark and pl the sleeve cou gin the center of the joint. 3.9 VALVES A. Valve boxes should be cc ered over valve operating t and run straight and true (not angled). B. Valve boxes set in paving not be installed with an exp iQa joint. 3.70 FIRE HYDRANT 1 fl� A. Install according to Fi CIC -5020.201. B. If the fire hydrant valy is positioned adjacent to the water main, Coto alt' anchor tee. r3 cn c.J Cn'Y OF IOWA Cn'Y WATER DISTRIBUTION - 02660 November 2015 Page 16 of 20 C. If the fire hydrant valve is positioned away from the water main, restrain all joints between the valve and water main. D. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. 3. If finished grade is not to be completed d the current project, con Vlt with the Engineer for proper setting depth. c E. Coordinate installation with tracer wire installs 'on. F. Orient fire hydrant nozzles as directed by the E gineer or Inspect.', - 3.11 TAPPED CO NECTIONS UNDER PRESSURE a A. Follow ufacturer's installation instructions. N B. Tapping 'ns for new connections 1 -inch t 12 -inch in diameter $hall be done by the Water D vision. This includes connection made on public and private mains. C. A new and si specific tapping application ust be prepared for each tap regardless Of size, and muted to the Water Div' ion. The tapping application must be completed and i lude location, name, d address of water customer, schematic drawing, and mate ' is of construction. 3.12 WATER MAIN A. All work which involves ilpE require the notice, consent, S B. An accurate and legible copy Division office prior to using C. If requested by the City, the submit a plan for initial op Division for approval. The I which show all the signific distribution system or cond purpose of both plans is torill and flow variations on the ,jam �e active public water distribution system will and assistance of the Water Division. "as -built" drawings must be on file in the Water asuppl y. .or will work with Water Division personnel to o and a plan for final operations to the Water sh 1 include a drawing and typed list of actions steps ecessary to connect to the existing water the fi' g, flushing and testing operations. The ize the act of service interruptions and pressure and existing customers. PART 4 DISINFECTION AND TING FOR PO LE WATER SYSTEMS 4.1 GENERAL A. Upon completion of newly installed water main o when repairs to an existing water system are e, the main shall be disinfected ac rding to instructions listed in ANSIIAW WA 51 and the following specifications. 4.2 SCHEDULING AND CONFLICTS A. Notify the City Inspector or Water Division two working days in advance of testing or disinfection operations to coordinate the operations. Cr Y OF IOWA CrrY WATER DlYrRBU770N - 02660 November 2015 Page 17 of 20 4.3 CSI B. The Engineer or his/her representative is required to be in attendance during testing or disinfection. C. Entire testing sequence for a segment shall be completed within an appropriate timeframe. If testing sequence for a segment, including tracing, is not satisfactorily completed within two -q) weeks from initial disinfection, testing sequence for segment shall start over Trom initial disinfection. Testing schedules for other segments may be affected. SEQUENCE OF TESTING AND Perform operations according to AWWA complete each ope tion before continuing bacteriological tes before pressure testing longer than 1200 fee along one main. All segments. Long main 'nes over 1200 feet segments, and adjoint manner. Water mains A. Tablet Method line testing pass all tes with !q51 in the sequence below. Successfully the next operation. All mains shall pass two s allowed. Testing segments shall be no legs/lateral mains shall be tested as separate in length shall be tested in discrete testing nents shall not be tested together in any before any main or service taps are allowed. Main Installation): 1. Perform disin tion. 2. Flush after disin tion. 3. Perform bacteria t ts. 4. Perform pressure an 1 testing. B. Continuous -Feed or Slug Me d (After Water Main Installation): Use this method only if approved by th ngineer. The sequence of testing and disinfection may be modified with approv o e Engineer. 1. Perform initial flush. 2. Perform disinfection. 3. Flush after disinfecti n. 4. Perform bacteria tes . 5. Perform pressure leak testing. DISINFECTION A. General: 1. Disinfect accord' to AWWA C651. 2. Keep piping to b chlorinated isolated from lines ' serviiGe andrvm points of use. r 3. Coordinate disi tion and testing with the Enginee 4.0 btain and test later samples, unless otherwise provid --by the.l±ngineer. B. Procedure: 1. Induce a flow o potable water through the pipe. 2. Introduce highl chlorinated water to the pipe at a point wi in 5$lpe ` diameters of th pipe's connection to an existing potable system,t within 5 pipe diameters of a closed end, if there is no connection to an existing system. MY OF IOWA MY WATER DISTRIBUTION - 02660 Novmbtt 2015 Page IS of 20 3. Introduce water containing a minimum of 25 mg/L free chlorine until the entire new pipe contains a minimum of 25 mg/L free chlorine. 4. Retain chlorinated water in a pipe for at least 24 hours and no more than 48 hours. 4.5 FLUSHING A. After 24-hour period, the detectable chlorine residual shall be record at each sample point. For the tablet me od, the free chlorine residual.shaGe M: ter than or equal to 0.2 mg/L. F r the continuous feed method,,the fr°re rine residual shall be greater th or equal to 10 mg/L. Refer to-AW)KA C6 1 for free chlorine residual requ', ments for the slug method of disinfection;', B. Flus pipe using potable water until chlorine residual equals that of the e potab water system. iZ3 C. Dispo of chlorinated water to pre ent damage to the environmen. Dechlorinate highly c orinated water from tes ' before releasing into the ground or sewers. Obtain J diction approval prior t flushing activities. 1. ChNone the local sewer epartment for the conditions of disposal to the sarer. 2. Chsidual of water ing disposed will be neutralized by treating witthe chemicals sted in the following table. Table 5030.02: Amounts of CheNccals Requiired to Neutralize Various Residual Chlorine Concentrate ns in 100,000 Gallons of Water Residual Chlorine Concentration Sulfur Dioidde (SO2) Sod e BisulI (NaHSO lb Sodium Sulfite (Na2S03) lb Sodium Thiosulfate (Na2S203 + 51120) lb Ascorbic Acid (C608116)Ib lb 1 0.8 1.2 1.4 1.2 2.1 2 1.7 2.5 2.9 2.4 4.2 10 8.3 12. 14.6 12.0 20.9 50 41.7 62 3.0 1 60.0 104 4.6 BACTERIA SAMPLING Test water mains according to sets of acceptable bacteria s fails to produce satisfactory repeat the disinfection proc 1 4.7 PRESSUREAND WWA C651, includin� les 24 hours apart. If th1 erioloeical results or if collection of two consecutive )tial disinfection procedure er water quality is affected, A. Secure unrestramed pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. Fill and flush all new piping with potable water. Ensure all trapped air is removed. MY OF IOWA MY WATER DISTRBU 110N - 02660 November 2015 Page 19 of 20 D. Pressurize the new pipe to the test pressure at the highest point in the isolated system. Do not press' to more than 5 psi over the test pressure at the highest point in the isolated syste E. Test and monitor the com leted piping system at 1.5 times the system working pressure or 150 psi, whic ver is greater, for 2 continuous hours. F. If the measured pressure ss does not exceed 5 psi, the test will be considered acceptable. G. Repair all visible leaks r ardless of test. H. Addition of makeup wat r is not allowed. 4.8 SYS TE CHECK A. Val Operations: valves shall be located and tested to verify operation. Rem a the valve bo lid, insert the valve key and open and close each valve. Count a turns and rd the results. B. Hydrant rations: 1. the by t has been installed and the main and hydrant have been pres tes each hydrant shall be flushed and checked for proper opera n. 2. After h an has been flushed, close it and check for drainage. This is done Fby placin and over the nozzle opening and checking for a vacuum. Then check the h thread for proper fit. 3. Replace no cap, then open hydrant again and inspect all joints for leaks. D. Final Trace: All r ire terminal boxes shall be to grade, located appropriate distance from by t/v e, and with tracer wire correctly attached. A Water Division locator s all comp e a trace of the new pipe(s), including connections to existing main. y tracing ficiencies noted by the locator shall be corrected before the water ipe is accepted d opened for service. 4.9 PUTTING WATER M N IN SERVICE The Water Division satisfactorily passed November 2015 dl put the completed water s tem in service only after system has testing and documentation req ements. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 Page 20 of 20 N O� a --.,,•-, ,err-; N�.�.: c.n W CITY OF IOWA CITY WATER DISTRIBUTION - 02660 Page 20 of 20 Fitting Main CROSSES Thrust q ^Q F-- 18" mir TYPICAL SECTION ' Undisturbed Extend thrust blocks to undisturbed soil. Excavation Soil Into trench wall may be necessary. Form vertical surfaces of poured concrete thrust blocks except on bearing surface. 7 Encase all fittings In polyethylene wrap. fitting boltallownot concrete to directly contact joints or fi+ting bolts. Bearing Surface ' )See Table) L] i 'R1SCB� i ff"n-10 _ iii TYPICAL PLAN Diameter of Pipe, D (inches) MIMMUM BEARNG SURFACE (sf) Bends Tees and IP/�22%f 450 900 Dead End 4 3 6 11 21 15 12 4 8 16 29 21 45 11 21 39 28 7 14 T 50 36 B9 IT 34 63 45 011 21 42 78 55 24 5 31 60 111 78 4 47 92 M 120 36 34 1 6T 132 24 4 Minimum surface area based on—,379,' pressure of 50 psi and allowable- soil pressure of 1,000 psf. �O ��u'u NYN 7YOII araxYu lal'OIOS 3i�d eo-iz-w V ® svans<V� PUDIJ enlDA PJDIe a x si Virl NVId [�S�I; � TTikil „AI rax5i dDO peulD.1+998 +Ulof IDOIUD40el'I •s+umnoop +oou+wo e4+ ul Del}loads ue4A uo+ueeulDU3 e4+ 64 psAolp ue4M Fluo esn a x 91 'Ulm Hoola 6+eJouoo V -V NOUAS +snj41 Ng1VA313 sdD.j+S " ILE��� 16 APR PM 12: 53 la�i�}N tiil Irf,.�1 s+ulap PGUID-4908 4+IM se,ogl3 HAM 3dI�NVH3 'ulw I'm f Jo EXTEND UP FIRE TRACER RTERMIINA SE HYDRANT OF TRACER %RETERMINAL BOX AND THEN DOWN TO GROUND ROD. ® CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. ® PLACE GROUND RODS 6"-10" AWAY FROM PIPE. ROD CONNECTING GROUND \ 1O TRACER 1NRE TERMINAL BOX ROD TO TERMINAL BOX IS A AT GROUND LEVEL SEPARATE HARE FROM THE WIREWIRE TO THE HYDRANT RUN ROD NOT RUN WIRE VALVE BOX EXISTING WATER EXISTING LOCATE HYDRANT BARREL VALVE HYDRANT TEE TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH WATER MAIN SPLICE TYPICAL DETAIL TRACER WIRE INSTALLATI❑N w/ EXISTING LOCATE WOW SCALE: NOT TO SCALE Figure CIC -5010,100" 11,2015 HARE CONNECTING GROUND ROD TO TERMINAL BOX IS A SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN ®GROUND ROD O EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. ® CLAMP TRACER MARE TO GROUND ROD AT SYSTEM TERMINATION POINTS. © PLACE GROUND RODS 6"-10" AWAY FROM PIPE. BOX HYDRANT BARREL VALVE WATER MAIN EXISTING WATER WITHOUT LOCATE •. t �;S �Zilld� DO UP HYDRANT TEE TAPE MARE AT MIDPOINT OF EACH PIPE LENGTH ROD® TYPICAL DETAIL SCALE; NOT TO SCALE Figure CIC -5010,101 S\VAT\WGte,DM.bnR.f., ceN .W\St.d.rdDru.h,5\Tr.ce .Et l.tln,(ClC5010.IDU.d, REVISED 11/2015 EXIST EM Mg l '10 av� TYPICAL DETAIL TRACER WIRE INSTALLATI❑N 15;Z��.,d h-21dV9101 SERVICE SIZE 4" OR LARGER w/ EXISTING LOCATE WIRE SCALE; NOT TO SCALE Fiqure CIC -5010,102 REVISED 11/2015 S\VAT\Vete Dlvisia eferenceMan a(\Star drdO *.Ings\TracerServkeTOEki.tY,(CICSOIMI02).Ueg WTHOUT e S :Zl Nd �— 8dv 9lo1 I T r iLHL IJL I HIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Fiqure CIC -5010103 REVISED 11/2015 "'w...i mc*eService OEXWUCIC3010103)dvp BUILDING FIGURE CIC -4C.1 FIGURE CIC -5010.100 i G G FIGURE CIC -5020.201 T I I I I GI I G I I I T -' I T I I I T T G FIGU _ IC _5010.102 I t.. _._. __ T — 1 �I I T TRACER WIRE TERMINAL B BUILDING G GROUND ROD 11 TRACER WIRE L_J FIRE HYDRANT ` WATER VALVE - I STOP BOX (SMALL SERVILE) ....-•" _� G BUILDING -�ag ----- WATER MAIN/LARGE SERVICE LINE 1 I T I G FIGURE CIC -5010.103 FIGURE CIC -5010.101 I G J 4 S 0 � sd FIGURE CIC -4C.2 GENERAL TRACER SYSTEM CONFIGURATION Figure CIC -5010.104 NOT TO SCALE REVISED 11/2015 HYDRANT TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) 3'-0' NOTE: TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) R�ADIALL MUST BE ONE FOOT (1') AWAY FROM HYDRANT CLEAR - I SPACE I VALVE BOX AND 6' GATE VALVE MAIN FINAL j f 1 TRr ENCH� GRADE TRENCH Tj1 SPLICE TO MA ACING WIRE OR II III z BACKFILL F GROUND ROD �ADDIAL TRACER WIRHOLDING I R MA MEGALU j THRUST GROUND ROD BLOCK _ 1= II I I- TT - II -II 1 =1TI 7 AS EQ'D SOLID CONCRETE ANCHORING OR SWIVEL TEE BLOCK SOLID SOLID CONCRETE BLOCK G CONCRETE 'Ili BACKFILL W/ 2' OR LARGER CLEAN GRANULAR FILL BLOCK:`" TO 18' ABOVE BOTTOM OF HYDRANT STAND PIPE cSow -Uv 9101 TYPICAL HYDRANT & VALVE ASSEMBLY Figure CIC-5020.201 NOT TO SCALE REVISED 11/2015 xN❑TEw TERMINAL BOX IS PLACED 1' FR❑M HYDRANT, BETWEEN THE HYDRANT AND GATE VALVE, GATE VALVE HOLDING SP❑❑L ❑R MEGA LU THR T BLOCK T ER WIRE TERMINAL B❑X PLUG SOLID CONCRETE BLOCK THRUST BL❑CK SWIVEL ❑R AS ANCH❑R TEE EQ' S❑LID CON BLOCK Q HYDRANT 4.5" F❑R MAIN SMALLER THAN 12" 5.25" F❑R 12" AND LARGER MAIN TRACER WIRE GROUND ROD SOLID CONCRETE BL❑CK k g :�I k'd h- ddV 91Q1 DEADEND HYDRANT DETAIL Figure CIC -4C.1 0 m € L- NOT TO SCALE REVISE➢ 11/2015 PLUG OR CAP GROUND ROD wNOTEw TERMINAL BOX IS 20' OF PIPE AFTER PLACED 1' FROM HYDRANT, VALVE FOR FUTURE BETWEEN HYDRANT AND (120 AND LARGER MAY GATE VALVE, REQUIRE ADDITI❑NAL FEET OF PIPE) GATE VALVES EXTEND TRACER WIRE TO END OF HOLDING SPOOL OR GA L - PIPE RODDED ❑:;IRE SOLID C RETE BLOCK TRAC TERMINAL BOX HOLDING SPO - OR MEGA LUG f -- SOLID CONCRETE BLOCK THRUST BLOCK/ ' SWIVEL OR ANCHOR AS TEE S❑LID CONCRETE BLOCK EXTEND TRACE SOLID HYDRANT CONCRETE WIRE TO EN F 4,5" FOR MAIN SMALLER THAN 12" BLOCK PIPE 5.25" FOR 12" MAIN AND LARGER GROUND ROD es :zi Mrd +r- ddd 9101 HYDRANT DETAIL FOR _! FUTURE WATER MAIN EXTENSION Figure CIC -4C.2 NOT TO SCALE REVISED 11/2015 City of Iowa -Cit; Accepted Products for Wa (Revised No WATER PIP(Ductile) ANSUAW WA — American, Clo Griffin, McWane, US Pipe CertainTeed Clow, Romac Wide Blue Nuts & Bolts American Flow Coi Cascade Water Division Distribution Materials m er 2015) 11%♦V YVf1 - I.YW rrC5NUFC \.IaJS 1JV. L. C900/RJTM for directionally bored piping Restrained End Cap, EBAA 1100, EBAA 2000 PV, Tyler TUFGrip 1500, Tyler Union 2000 & Kennedy, Counterclockwise Clow F-2640, Kennedy 8571 SS, Mueller A 2362 U.S. Pipe USPO-23 without accessories, U. . Pipe N V7 Tyler/Union, U.S. Pipe 15, Tyler/Union, US Pipe -T-9 Romac SST, Smith Blair 665 1000 & 1000S, Tyler Union with accessories Counterclockwise Clow, DeZurik, GAV 800 Series, Kenned , M & H, Muell, Pratt, Val -Matic Clow F-2640, Kennedy 8950 SS, Muellej T-2362-16, U.S. Pipe\k-USPO-16 VALVE BOX: (Stip Type) Tyler — Series 6855 & Item 666A, Ranj 51" to 71" Adaptor, Inc Valve Box Adaptor II or 5 1/" (Main 1211 and Larger) ( American Darling Mark 73-5, American Darling B -84-B-5, Clow F-2545 Medallion with all stainless steel shaft, Mueller Super Centurion STAINLESS STEEL REPAIR CLAMP: With Stainless Steel Nuts & Bolts Ford FS 1, Romac SS 1, Smith -Blair 261 Standard solid black sleeve: Griffin, Tyler/Union 5-1442 Bolted straight coupling: Romac Style 501, Romac Alpha Wide Range Restrained Coupling, Romac Macro HP Two -Bolt Coupling, Smith -Blair 441 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): DWS (Valco) 95E TRACER WERE CONNECTOR: Blue in Color Copperhead Industries Snake Bite Corrosion ProofW re Connector LSC 1230B, Twister DB Plus Wire Connector I or 4pproved equal Mfg. Iowa Model 134 and YI AY McDonald 3845, Ford 202BS, AY BQ, Mueller Tubing (both ends) AY McDonald 761000, Mueller B25209N AY McDonald 5601 and 5603 with Cement Applications: AY McDonald 5 All Other Applications: AY McDonald AY McDonald 4758Q, Mueller November 2015 Cambridge City of Iowa City Water Division Accepted Products for Water Distribution Materials Page 2 N O_ ro — r 1 Cede u! Cambridge City of Iowa City Water Division Accepted Products for Water Distribution Materials Page 2 SECTION 02662 SUPPLEMENTAL WATER MAIN SPECIFICATIONS PART 1- I E PIGGING N o 1.01 RELAT DOCUMENTS: i A. UNSF 60 – Drinking Water Treatment C emicals – Health Effects B. ANS SF 61- Drinking Water System Com nents – Health Effects ' ry C. AW WA 51(05) – AW WA Standard for isinfecting Water Mains. r -n — D. AWWAB30VIO)–AWWAStandard 1.02 SUMMARY: A. Work shall consist of1khe manufacture, water main in order to lean the inte materials, and biofilms. he contract certified materials in the MIR, ufac fire hydrants or similar items deliv elivery, and extraction of ice slurry into/from the or pipe surfaces from sediments, loosely adhered r shall use the Owner's potable water and NSF -60 C B. Owner will review condition of determine if ice pigging will be associated payment in its entire unnecessary following inspectic 1.03 SUBMITTALS: the ice slurry. The contractor shall use unaltered and extract the ice slurry from the water main. piping during installation of valves and hydrants to A. Owner reserves the right to delete this item and Jing to bid price if owner deems ice pigging to be A. NSF -60 Certification for the I1faC1 used in the ice. B. NSF -60 Certification for an //Chlorine or Hypochlon used in the ice slurry. 1.04 NOT USED 1.05 QUALITYASSURANCE A. Prior to delivery into tt'ie water main, the concentration of the ice slurry shall be measured through the use of a French press, or cafetiere to confirm that the ice slurry is at the required ice fraction. B. Visual observation of the ice slurry, and confirmation by flow analysis instrumentation provided, shall�e made at the extraction point to confirm that ice traveled the entire length of the pipe. 02662-1 L06 L07 L08 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly id;nd g: 1. Manufacturer. 2. Date of manufacture 3. Handling instructions B. Storage: 1. Store materials in a cleea and within temperature range in accordance with manufacturer's instructi 2. \ Keep containers sealeddy for use. 3. Do not use materials benufacturer's shelf life limits. C. Handling\ Protect materials MANUFACTURER A. Ice Pigging, USP tent No. 91638? Utility Service CoZgK7 C. 1230 Peachtree St Promenade #2 Bue 1100 Atlanta, GA 30309 Contact: Paul Treloar05-67 g handling and application to prevent damage or A. Owner shall exercoe and inspect valves and hydrants required to be used during the ice pigging process, or to the days of o tion. B. The ice produ9tion and delivery equi ent shall be properly inspected, cleaned, and disinfected in ordance with AW WA C6\aroximately rt of ice production. L09 PREPARATION A. Owner shal provide a secure ice productio100ft x 100ft, with potable water hoo ppreferably a fire hydrant. Siible by Contractor 24 hours per day during a ice pigging production and d 1.10 ICEPRODUCTI N A. The hos s and fittings connecting the ice maker and delive"nit shall be disinfected and connecyed. This connection makes a closed loop system een the ice maker and deliveft unit. The tank hatch shall be closed except for visual inipection by the operator. B. Approximately 2,750 gallons of potable water shall be added to the delivery tank, along with approximately 1,150lbs of NSF -60 Certified Sodium Chloride. C. If requested by the Owner, the Chlorine residual in the brine solution may be increased to 10ppm. The chlorine residual shall be tested, and then the appropriate amount of NSF -60 Certified Sodium hypochlorite shall be added to the brine solution. The solution shall be 02662-2 N O O� is exclusively licensed to: r t F i:7 cs w A. Owner shall exercoe and inspect valves and hydrants required to be used during the ice pigging process, or to the days of o tion. B. The ice produ9tion and delivery equi ent shall be properly inspected, cleaned, and disinfected in ordance with AW WA C6\aroximately rt of ice production. L09 PREPARATION A. Owner shal provide a secure ice productio100ft x 100ft, with potable water hoo ppreferably a fire hydrant. Siible by Contractor 24 hours per day during a ice pigging production and d 1.10 ICEPRODUCTI N A. The hos s and fittings connecting the ice maker and delive"nit shall be disinfected and connecyed. This connection makes a closed loop system een the ice maker and deliveft unit. The tank hatch shall be closed except for visual inipection by the operator. B. Approximately 2,750 gallons of potable water shall be added to the delivery tank, along with approximately 1,150lbs of NSF -60 Certified Sodium Chloride. C. If requested by the Owner, the Chlorine residual in the brine solution may be increased to 10ppm. The chlorine residual shall be tested, and then the appropriate amount of NSF -60 Certified Sodium hypochlorite shall be added to the brine solution. The solution shall be 02662-2 retested to confirm the chlorine residual. D. The PLC controlling the ice making process shall be started and allowed to run overnight. Contractor shall monitor the procedure overnight via periodic visits and/or remote monitoring. E. After completion of the ice making process, i amount of ice shall be tested to determine th project's requirement, the ice making process F. If the ice fr be shut off the job site. 1.11 ICE DELIVERY A. Owner shall described on n is in accordance with the disconnected. The ice con all appropriate traffic B. The ice pigging deliv unit shall be parked procedures being impl ented, as needed. 1. A hose shall be p from the deliv 2. The hydrant shall flushed to cl 3. The hydrant fitting d hose ends 4. The hoses shall be cected to th b 5. The hydrant shall be ed ale to be flushed via an air lease delivery pump shall be started and a small :e fraction. If the ice fraction is below the ill continue. N is requirement, then the ice5i?aker shall in the delivery unit Wialbc �elivered to =i c Z:- 3 of measures shall be emploWd fate e cn the entrance hydrant with traffic control y unit to the hydrant. out the barrel, then shut off. all be disinfected with 250ppm Cl solution connecting hose shall be charged allowing air 6. The static pressure shall in d and recorded. C. The extraction point flow analysis ' trumentation unit shall be setup near the extraction hydrant with traffic control proved s ' g implemented, as needed. 1. A hose shall be setup from e w analysis instrumentation unit to the hydrant. 2. One hose shall run from a ins entation unit to the sanitary sewer or to a waste disposal tanker in the ab ce of a s 'tary sewer. 3. If connection to a waste disposal tank is necessary, the connection shall be made via a double check vaI a (or 6" air ga to prevent cross contamination by back flow from the waste er. 4. A second hose shall tunfrom the flow is instrumentation unit to a de- chlorination diffuser neutralize the resid chlorine contained in the displaced water which shland un to waste. 5. The hydrant shshed to clean out the b 1, then shut off. 6. The hydrant fithose ends shall be disinf ed with 250ppm Cl solution. 7. The flow analumentation unit shall be cc ected to the hydrant, and the hydrant opene 8. Readings shaoted and recorded for turb'dityI conductivity, water temperature, flressure. 9. The unit shall be allowed to flow water. 10. The final valves shall be closed to isolate the water main. D. The isolation of the main shall be verified by the instrumentation unit. The extraction hydrant valve shall be closed after main isolation is verified and before the static pressure goes below 20psi in the main. 02662-3 E. The entrance hydrant shall be opened and the ice pumped from the delivery unit into the water hydrant. 1. Prior to pumping the percent solids of the ice shall be documented. F. G. H. I. J K. L. M. N The extraction hydrant valve shall be of introduction of the ice and maintain the Once the specified amount of ice has hydrant valve shall be closed and the p LATELY, the upstream main to push the ice pig through the to allow for the displacement of water by the re above 20psi in the main. -livered, the entrance hydrant and extraction is maintained above 20psi in the main. valve shall be opened to supply the needed Once 1 system pressure is observed a the flow analysis instrumentation unit, the operator shall o the extraction hydrant va a to control the flow of water and monitor the progress f the ice pig. Once the p is monitored to arrive by means of a conductivity alarm, the flow of water shall be div ed from the dechlo ' tion diffuser to flow to the sanitary sewer or waste tanker. The water quality all be monito ed and flow shall continue until the water quality returns to the initial pre -flu water quay readings. Final chlorine shall be documented. The entrance hydrant shall beTushed to remove any ice that remains between the water main and hydrant. / The entrance and exit removed from the site. shall be cleaned up with all materials and equipment The downstream main vallv shall be and the main shall be returned to full service. The Owner may elect to i ue a precau onary boil advisory, and a water quality test taken to confirm there is no bac oloeical con ination- L12 ADDITIONAL A. If depressurization accordance with A' PART2—ANODE the system has occurred, A C651, or as local regul, Anodes are to be a' ched to water main adjacent to hl connections to exi g water systems. Include cost hydrant installation/or connections to existing systems. 0 Q o shall disinfect- the::Water mails in ncies mayt*ect. t tee instalf�ions and at of ode m unit price for 2.01 Magnesium Anoded and Clamps. A. Anodes shall be 17 lb. high potential magnesium with 10 ft. length of No. 12 AWG solid copper wire with Type TW thermoplastic insulation. B. Finished anode shall be separately packaged in plastic bags 3 mil or greater (total packaged 02662-4 weight shall be between 40 and 50 lbs.) and placed on pallets. C. Pallets shall be covered for weather protection and shrink wrapped. D. Accepted manufacturers are Galvotec Alloys Inc., 3N International Inc., or Messa. 2.02 Anode Clamps: A. Stainless steel band used to attach sacrificial an to iron water mains. B. Shall provide a secure electrical contact to the C. Shall adjustable to fit different sizes of water knains. D. Wire sha be #12 AWG solid copper wire 30 DPE insulation securely attached to the band. E. Accepted man acturers are CP Solutions c. and Utility Equipment or awnufacturer approved by the ater Division. Q PART 3 - DISINFECTION TESTING r 3.01 GENERAL ro •moi A. Disinfection and testing o the existing w water main shall be completed.-asing the following flushing and dis' tion pros ure. The Owner will determine if Mpigging will be completed prior to dis' ing main. Contractor shall coordinate with Owner for operating valves to supply ater d for access to manholes to discharge water. Provide at least 2 days notice in ad ce f flushing and disinfection. 3.02 WATER A. Reasonable amounts of water will pro 'ded for use in the final operations of water main flushing, disinfecting and test . Prior otice must be given to the Water Division. B. Contractor will not be charged for a water d as long as there is reasonable care to control and conserve the rate volume u If there is waste or carelessness, Contractor will be charged for wat r. 3.03 DISINFECTIONAGENT -CHLORINE A. Liquid Chlorine complying with W WA B300 and A B301. B. Sodium Hypochlorite comp, with A W WA B300. C Calcium Hypochlorite comply* with A W WA B300. D. All disinfecting agents to be N 60 certified. Supply and storeNn the original container 3.04 DISINFECTION: Perform operations according to A WWA C651 in the sequence below. Successfully complete each operation before continuing to the next operation. A. Flush water main for 24 hours. Provide hoses and accessories to discharge to sanitary sewer system. 02662-5 Check with the local sewer department for the conditions of disposal to the sanitary sewer B. Disinfect water main at 200ppm for 48 required chlorine concentration. Folb prior to discharging to sanitary sewe Owner. I us using continuous feed chlorination to achieve ng disinfection, flush main; dechlorinate water Perform bacterial testing and report results to C. Disinf water main a seconldflushing. eat SOppm for 48 hours using continuous feed chlorinati n to achieve requirorine concentration. Following disinfection, flush main; dec orinate water prior harging to sanitary sewer. Perform bacterial testing and report Its to Owner. D. Repeat 50pp disinfection up mes if bacterial test fails. Perform bacterial testing after each roun of disinfection 3.05 TESTING: A. Upon completion o the fin# disinfection flush, Test water mains according to AWWA C651, including coli tion of two consecutive sets of acceptable bacteria samples 24 hours apart. 02662-6 N O O� Or �r t'1^7 'n rr^^--�i cn W 02662-6 SECTION 02665 WATER SERVICE WORK FOR CONTRACTORS PART 1- GENERAL L01 DESCRIPTION.- A. ESCRIPTION:A. Furnish and install new water services L02 RELATED WORK.• A. Section 02660: Water Distribution IA3 A. This fication references the fr documen form a part of this spec: yard hydrants as indicated and specified. documents. In their latest edition, the referenced to the extent specified herein. B. Cityof Iowa 'ty Water Division: 1. Tap Ins ation, Metering Po cies & Charges and General Information. C. American National S dards Institut and American Water Works Combined Standards: N O 1. ANSUAWWA 0 Under and Service Line Valves and Fittings. D. American Society for Testing at 1. ASTM B75-86 Seamles pper Tubing. , �s �; -o ; • I04 SUBMITTALS: ^' ut A. Submit to the Engineer the llowmg dra ' gs or details for approval 4 weeks prior to installation. 1. Sworn certificates shop tests showing mpliance with appropriate standard for all piping material 2. Working drawing r site plan with customer ocation, address, size, and materials of water service d main pipe including a list of materials required from the Iowa City Water ivision, 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 L06 2. The Contractor or their agent will be responsible for the tapping application forms and records. TIME: A. Time is of the essence r water service work. All required work must be completed as quickly as possible to inconvenience to the consumers. The Contractor is expected to comply with the ' ' um response and completion times listed. B. Amount of advance notice r uired to the Iowa City Water Division when materials or services are supplied by the D ivision are listed below. Serve notice to the Water Division at 356-5160. 1. r tapping service, p vide 24 hours notice. 2. Fo otice to custome of disruption of water service, provide 48 hours notice. 3. For ly of materia s for less than 20 units, provide 2 weeks notice. 4. For su ly of materi s for more than 20 units, provide 4-6 weeks notice. 5. For supp of seldom ed materials such as galvanized or lead, provide 4-6 weeks notice. 6. For locations f unde ground facilities, provide 48 hours notice. C. Response Time - the time allowed from telephone notice by the Engineer until the Contractor is on the job ready to begin work: 1. For 1 service which i p ed work, less than 24-36 hours. 2. For 1 service which i em gency work, less than 4-6 hours. 3. For 3 or more service whic are planned work, less than 48 hours. D. Completion Time - the um time owed from the time the Contractor turns off the water until the water service i connected operational under normal circumstances: 1. For 1 service, where it is necessary to and remove concrete with no prior warning or planning, ess than 12 hours. 2. For 6-8 services or _o ore in one block area 'th prior planning,_ somervices,cn each side of the s and in conjunction with wing projects,less the a 12-Iotr workday.,® L07 WORKONPRIVATEPROPERTY OR OTHERS. - U �<< A. Water service work maybe ecessary or desired by private pr `Owners�t the `same time as the new water servi a work under this contract is done. The ontractor will be allowed to work on private operty adjacent to the work site in order to o water service work directly for the private roperty owner. Work on private property sha 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. 02665-2 PART 2 -PRODUCTS 2.01 WATER SERVICE MATERIALS A. All water service materials shall meet or exceed current ANSI/AWWA-C800 specifications and shall be made in accordance with ASTM B-62. The manufacturer shall famish a certificate indicating all new materials m the specifications. All valves, fittings and pipe shall be inspected several times during theufacturing process and pressure tested with air under water before shipment. All wat service materials shall be visually inspected before installation. Brass and copper are so metals and care in handling shall be exercised to avoid damaging threads or distorting pip' g, valves or fitting bodies. B. Water ce brass for services 2 inch and smaller will be purchased from the City Water Di 'ion. The Contractor shall u the brass goods famished by the Water Division on work milker this contract only and not n private property. C. All water a lines will be furnish and installed by the Contractor. Material shall be new type K cop in coils for sizes /4 -inch through 1'/z -inch and in coils or straight pipe for 2 -inch size. No ouplings or conn 'ons will be permitted under the paving. D. Curb boxes for servi s 2 inches d smaller will be purchased from the City Water Division. E. Couplings for services 2 Division. F. Materials purchased from the 330 North Madison Street dun an accounting for materials su materials used at each service and smaller will be purchased from the City Water G. Yard hydrant assembly will bb furnished PART 3 - EXECUTION 3.01 RECORDS AND T Division are available at the Water Division at working hours. The Water Division will provide the Contractor will be required to keep records of N O Contractor. A. Contractor must prep and retain a set of "as -built" A and current informa on on the location of all watt construction featureV Examples of special construction N vings on the job site v& accurate service valves, pipe ^acid special aturesinclude: 1. Offsets in ignment. 2. Changes in depth and depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. Following completion of the project, a copy of these drawings shall be furnished to the Water Division. 02665-3 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 EXCAVATIONAND BACKFILL: A. All excavators shall comply with thetequirements of the O.S.H.A Standards subpart P - Excavations. B. Earth excavation, backfill, fill and gra ' g shall be in accordance with Section 02220. C. Excavat on and backfill shall includ all excavation, backfilling, compacting, stockpiling of surplus tenal on the site, and other work incidental to the construction of trenches, including y additional excavatio which may be required for construction of the water service line D. Along the pro sed water servic lines, the Contractor shall remove the surface materials only to such wi the as will t a hole or trench to be excavated whislb will afford sufficient room proper co ction. Paving removals shall bras di*rted by the Engineer, po 70 E. The Engineer shall app ve oval limits. F. Where working space p holes or trenches may be excavated by machine, providfd that by so doing, public and 'vate improvements will not be subjected to -an unreasonable amount of damage. The sthe hole shall be as small as reasonably possihte to do the work. If, however, excavati n b machine methods cannot be made without diemage being done to public and private ' prov eats, hand excavation shall be employed. G. The Contractor shall use mole for a avation of a hole to place the water service piping, %" to 2" diameter, at any ocation unde street surface, driveway, sidewalk or lawn area whenever the distance the water to the water service connection is greater than 20 feet. The mole shall used even though a street surface has been removed so as to protect the new street s ace from settlement. a mole shall be a maximum of four inches in diameter. The Con ctor shall be responsibl for all labor, equipment, materials and supervision for mole a avation. H. The Contractor shall responsible for coordinating the ocation of all buried utilities and for all damage or rep to utilities caused by mole excava i n. I. Whenever, in the pinion of the Engineer, it is necessary explore and excavate to determine the best ine and grade for the construction of the ne water service line or to locate an existin water service which must be disconnected, th Contractor shall make explorations and xcavations for such purposes. J. All excavated Oaterial shall be piled in a manner that will not endang�the work and that will avoid obstructing sidewalks and driveways. Fire hydrants underpressure, 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. 02665-4 rA 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 sanitaiy sewer shall be used for disposal of water. L. To protect persons from injury and to avoid p construction signs, caution lights and guards the Contractor at excavations during the pro safe for pedestrian and vehicular traffic to material piles, equipment and pipe which in fences or barricades and shall be protected b rules and regulations of O.S.H.A. and approf observed. M. Trees, s bbery, fences, poles and all during co traction operations unless authorized k the Engineer. Any fences, or disturbed the Contractor shall be n is completed. y trees, shrubbery or of ordered for rem val by the Engineer sh roots. The Con ctor shall be respol operations to s removal by the 3.04 WATER SERVICE or other A. The City Water Division vvA services 2 inches and smaller. through a brass corporation materials. The plastic plug s forty-five degrees (450) with t handle will be on top. Operty damage, adequate barricades, fencing, required shall be placed and maintained by �ress of the construction work and until it is use the roads, sidewalks and facilities. All y serve as obstructions shall be enclosed by proper lights when the visibility is poor. The late authorities for safety provisions shall be ter property and structures shall be protected sir removal for purposes of construction is les, or other improvements which are removed rred to the original condition after construction vegetation which are approved f oemoval or be removed completely, irlcluding�;tumps and de for any damage caused -by M-Pstruotl64t improvements which were not aul ibrized°fbx C. i N _ not ow 'de labor and equipment to tap the watwnnain for ac water service pipe shall be connected to the water main rVA tapping saddle is required on all PVC water main alN recovered. The main shall be tapped at an angle of eArdkcal, if possible. The stop must be turned so that the T- B. The old water service under the street rip.]tW--way will be shut off and removed. C. The Contractor shall instill a new copper ce line from the new corporation stop to the new curb stop and from a curb stop to the omer service line near the property line. The size will be determin by the Water Division. The minimum size will be 1 -inch to the stop box. The service pip shall be laid in the mole ole excavation and in the trench with sufficient weaving to all not less than one foot a length for each 50 feet of straight line distance. D. Underground water ce pipe shall be laid not less than en (10) feet horizontally from the building drain, d shall be separated by undisturbed o compacted earth. Where the horizontal separation cannot be met, the water service pipes ll be installed so the bottom of the water service pipe is at least eighteen (18) inches above the top of the building drain line at its highest point. E. A curb stop shall be furnished and installed for each service at the location shown on the plans, or as directed by the Engineer. Place a brick or masonry block under each curb box valve. A cast iron service box shall be furnished and installed over the curb stop and held in a truly vertical position, until sufficient backfill has been placed to ensure permanent 02665-5 vertical alignment of the box. The top of the box shall be adjusted and set flush with the finished surface grade. The curb stop shall�be located between the curb and the property line and visible from the sidewalk. 1 F. The Contractor shall make a clean cut on a existing service line and connect the new service line at the location as directed by th Engineer. G. The Contractor s 1 be responsible for vi inspection of all water service materials used in this work. If wat pressure is availa a or will be available within 24 hours of making the new service conn 'on the news ce shall be subjected to normal system pressure and visually inspected r leaks. If leaks appear, the Contractor shall make repass. Each water service shall turned o and observed by the Contractor within the premises to verify adequate pressure now 11/00 shuedrn. ioeetspecsAW2665. o 02665-6 a rJl w SECTION 02900 0 LANDSCAPING�� PART 1- GENERAL 1.01 SUMMARY: =' 1 � N A. Plant gs (trees, shrubs, seed and sod) including soil preparation, finish grading, landscape access 'es and maintenance. L02 QUALITYASS CE: A. The fitness o all plantings shall determined by the Engineer and/or the City Forester with the follow g requirements: I . Nomencla : Scientific d common names shall be in conformity with U.S.D.A. listings and ose of establi hod nursery supplies. 2. Standards: All s must onform to the standards established by the American Association of rym B. The Contractor shall repair o 1 all plantings which, in the judgment of the Engineer and/or City Forester, have not bed and grown in a satisfactory manner for a period of one year after City Council accep ce of the project. L03 SUBMITTALS: A. Certify that all plantings are of disea and insect pests. Certificates shall be submitted to the Engineer and/or City Fo ster. B. Submit certification of mixtures, p germinating value, and crop year identification to the Engineer L04 DELIVERY, STORAGE AND DUNG: A. Protect all plantings in it to site to prevent wind b g of foliage. B. Set all balled and burl a trees and shrubs, which cane t be planted immediately, on ground and protect with oil, wet peat moss or other ace ble material, and water as required by weather con tions. C. Keep container grown Itrees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART2-PRODUCTS 2.01 7REE4ANDSDRUBS. A. Trees and shrubs shall be vigorous, heal well -formed, with dense, fibrous and large root systems and free of insect or mechanical dama B. All trees and shrubs, except those specified container grown, shall be balled in burlap with root ball foamed of fore earth from ori ' and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed d g planting. o C. All trees shall display the following form an branching habits: i 1. Free of branches to a point at 50% f their height. r 2. C fain a minimum of six (6) w 1 placed branches, not including thdeader,. ` D. Trees shall ea when branch are in their normal position. Calipercmeasurement shall be taken a point on the hunk s' inches (6") above ground. E. Trees which have o leader or hav a damaged or crooked leader, or multiple leaders, unless specified, will rejected. T shall be freshly dug. 2.02 SEED. Mix Minimum Proportion by Weight LbsJ Acre LbsJ 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 2.0 2.80 Perennial Rygrass (free leaf v )8.0 0.40 Creeping Red Fescue 5.0 0.80 RURAL MD{* Kentucky 31 Fescue \Engmeer 25 0.57 Switchgrass (Black Well)8 0.18 Alfalfa (Northern Grown5 0.11 Birdsfoot Trefoil (Emp' )4 0.09 Alsike Clover 4 0.09 *A commercial mix y be used upon it tains a high percentage of s' 'lar grasses. 2.03 SOD. A. Grass and Jod established, nursery grown Kentucky or Merion Bluegrass '9pd, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other g6tsses, 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. ;1➢.T.X13PA Z04 LIMEANDFERTILIZER. A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* -15% Phosphorus -15% *At least 50 percent of nitrogen derived from PART 3 - EXECUTION 3.01 PLANTING TREESAND SHRUBS. 0 B. C. D. E. F. Planting Season and Completion Date: Spring - March 30 thrc Fall - Sept. 18 through 2. Th Contractor may plant on City orester. The City Fores if wed1ber conditions are such The planting shA be performed by planting and under a constant super Potash - 15% organic sources of ureaform. -o May 15 Fv y f v. 18 cn e the limits of such dates with permission of the may stop or postpone planting during these dates a plant materials may be adversely affected. nnel familiar with the accepted procedures of of a qualified planting supervisor. Tree and shrub placem�,nt shall be a4shown on the plans. Contractor shall inform th City F�ster of the starting date and location. All planting soil must be approved by the Ci oreer before use. Excavate with vertical sides and 11 accordance with following requirements: 1. Excavate tree pits to a um tree and sufficiently to mixture below root b 1. 2. Plant shrubs in p's 12 inches container and su ciently deep to mixture below t ball. of two feet greater in diameter than root ball of )w for a minimum of 6 inches of planting soil in width than diameter of root ball or or a minimum of 6 inches of planting soil 3. Do not use au*r to excavate planting pits. Set trees and shrub in center of pits, align with planthk plant'plan, plumb and straight and at elevation where tof root ball is one inch lower than unding 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 N 0 -o May 15 Fv y f v. 18 cn e the limits of such dates with permission of the may stop or postpone planting during these dates a plant materials may be adversely affected. nnel familiar with the accepted procedures of of a qualified planting supervisor. Tree and shrub placem�,nt shall be a4shown on the plans. Contractor shall inform th City F�ster of the starting date and location. All planting soil must be approved by the Ci oreer before use. Excavate with vertical sides and 11 accordance with following requirements: 1. Excavate tree pits to a um tree and sufficiently to mixture below root b 1. 2. Plant shrubs in p's 12 inches container and su ciently deep to mixture below t ball. of two feet greater in diameter than root ball of )w for a minimum of 6 inches of planting soil in width than diameter of root ball or or a minimum of 6 inches of planting soil 3. Do not use au*r to excavate planting pits. Set trees and shrub in center of pits, align with planthk plant'plan, plumb and straight and at elevation where tof root ball is one inch lower than unding 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 PLANTINGSOILMIXTURE. A. Backfill material for plantings shall be a mixture 4f 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearanc and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH. o v� A. Apply lime by mechanical means at rate of 3,00 pounds per acre. 3, B. Apply f ilizer at rate of 450 pounds per acre. s C. Seed p 1. Rem ve weeds or replace loam d reestablish finish grades if an delays In seedin lawn areas allow weeds t grow on surface or loam is washe(Dut prior to sowing s . This work will beat a Contractor's expense. c.0 2. Sow seed a to of 175 pounds r acre on calm day, by mechanical means. Sow one-half of in one n, and other one-half at right angles to original direction. 3. Rake seed lightly o loam o depth of not more than '/a -inch and compact by means of an acceptab Is roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be n approval of the Engineer. D. Water lawn area adequately at t' a of wing and daily thereafter with fine spray until germination, and continue as nec sary thro out maintenance and protection period. E. Seed during approximate time nods of Ap i to May 15 and August 15 to September 15, and only when weather and oil conditions table for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch s ll be mulched as soon a eed is sown and final rolling is completed. Mulch shall be y and uniformly distribut d anchored into the soil. The application rate for reasons ly dry material shall be appro ' tely 1 %: tons of dry cereal straw, two tons of wood celsior, or two tons of prairie hay r acre, or other approved material, depending on type of material fiunished. All accessib mulched areas shall be consolidated by tilling ith a mulch stabilizer, and slope areas be tilled on the contour. Crawler-typ or dual -wheel tractors shall be used for the inching operation. Equipment shall operated in a manner to minimize displacem of the soil and disturbance of the esign 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. 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. 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 G. Warr area adequately at time of� sodding and continue as necessary throughout main ce period. I H. Sod du\ing approximate time per and onl when weather and soil directed b the Engineer. of April 1 to May 15 and August 15 to October 15, iitions are suitable for such work, unless otherwise I. Apply additi care as necessary/to ensure a hearty stand of grass at the end of the one- year main period. 3.05 MAINTENANCE -ALL A. Begin maintenance ediately and continue maintenance until final acceptance of work. Water, mulch, weed, e, sp y, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly o e and maintain until time of final acceptance. Reseed and refertilize with original s, watering, or whatever is necessary to establish, over entire area, a close stand o ses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and s bs to p er grade and position, and remove dead material. D. All plantings shall be teed for a eriod of one year after by City Council acceptance of the project. E. The Contractor shal supply all water for pl ting and maintenance. Water may be obtained at the Contractors pease at the bulk water station located at 1200 S. Riverside Drive. All water must be aid for in advance at the Ci ' Center, 410 E. Washington Street. 11/00 N shered�engineer\specs-ii\02900.doc O v e—n N 02900-5 Prepared by: Scott Sovers, Senior Civil Engineer, 410 E. Washington Sl., Iowa City, IA 52240, (319)356-5142 RESOLUTION NO. 16-82 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 19, 2016 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA RIVER RAW WATER MAIN CONVERSION 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 Iowa City Gateway Project account #S3809. 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 April, 2016, 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 5th day of April 20 16 ATTEST: CITY CLERK pwengVnasterslsetphxoc 1/11 M OR il Approved by tw City Attorney's Office �13d/!u f Resolution No. 16-82 Page 2 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Botchway Cole Dickens Mims Taylor Thomas Throgmorton PCffi e d 6 PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK COPY OF ADVERTISEMENT Exhibit "A" PERSONS: Public notice is hereby given that the City Council of the City of Iowa City,. Iowa, will conduct a public hearing on :plans, specifications, form of contract and estimated cost for the construction of the Iowa River Raw Water Main Conversion Project in said city at 7.00 p.m. on the 19th day of April, 2016, 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 'iscan- celled, at the next meeting of the City Council thereafter as posted by the .City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be: inspected by any interested persons. Any interested persons may appearat said meeting of the City Council for the purpose of making objections to and comments con - 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 APRIL 12, 2016 AFFIDAVIT OF PUBLI ATION STATE OF 10 A SS COUNTY OF OHNSON The undersiE ned, being first duly sworn on oath, states that The Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State lOf Iowa, with its principal place of business in I wa City, Iowa, the publisher of The Iowa Citt Press -Citizen newspaper of general circulation p�inted and published in the City of Iowa City, Jo inson County, Iowa, and that an advertiseme it, a printed copy of which is attached as Exhibit "A" and made a part of this affidavit, wa� printed and published in The Iowa City Press - Citizen on the following dates y^I2-I t, A;.3 Newspapers Subscribed and sworn to before me by said affiant this day of n I 2DIb Notary Public in and for the State of Iowa COMMISSION tN NO. 7S CIN COMMISSION N0.753956 " "' ' h1T COMM/SSIONDIPIRES +owe � t' Z9. Zorn NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA RIVER RAW WATER MAIN CONVERSION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa River Raw Water Main Conversion Project in said city at 7:00 p.m. on the 19th day of April, 2016, 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, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK J Prepared by: Scott Sovers, Senior Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5142 RESOLUTION NO. 16-103 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA RIVER RAW WATER MAIN CONVERSION 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 Iowa City Gateway Project account #S3809. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 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 2:30 p.m. on the 28"' day of April, 2016. 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 meetinyq to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3' day of May, 2016, or at a special meeting called for that purpose. Passed and approved this 19th day of April 20 16 ATTEST: 24"2 /( . to tA� CITY C RK pwengvnastersves appp&s.doc 4116 MA R App vedi� C City Attorney's Office i Resolution No. 16-103 Page 2 It was moved by trims and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Dickens the Botchway Cole Dickens Mims Taylor Thomas Throgmorton PCffiedia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK COPY OF ADVERTISEMENT Exhibit "A" (EGL I received tydfl .. A. on the Sealed mmedi- he City I ted by fax machine shall not: be deemed a "sealed bid" for pur- poses of this project. Proposals received after this deadline will be returned to the bidder unopened. proposals will be 'acted upon by the City Council ata meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. ron the 3rd day of May, 2016, or at special meeting called for that purpose: The project will involve the follow - Ing: Furnish all labor,' equipmentand water aban- traffic control, street, sidewalk and trail repairs, and miscella- nexus associated work. All work is to be done in strict compliance with the plans and specifications prepared by Veenstra B,IGmm, Inc.,ofCorelville, I Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form fumished by the City and must be accompanied in a sealed envelope, separatefrom the one containing the proposal, by abid bond executed by a corporation authnrioad }n mnn}ranf a e simw}v 1 in the State of Iowa, in the sum 10% of the bid. The bid swul shall be. made payable to I calendar days of and post bond satisfactory to the City ensuring the faithful 'perfor- mance of the contract andmainte- nwga of said Project, if required, pursuant to the provisions of this notice and the other contract doc- OF PUB STATE OF 6v R3 `jr�'� COUNTY OF OHNSON The undersigned, being first duly sworn on oath, states that The Iowa City Press Citizen, a corporation cluly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of The Iowa Cit lir Press -Citizen newspaper of general circulation p inted and published in the City of Iowa City, Jo inson County, Iowa, and that an advertiseme it, a printed copy of which is attached as "A" and made a part of this ((EIxhibit affidavit, wa$ printed and published in The Iowa City Press - Citizen on thele following dates 14 -7 -o -1 c, Newspapers Subscribed and sworn to before me by said affiant this WTI - day of r; Notary Pub4 in and for the State of Iowa ANtJKrA 11-11VUUMIUN COMMISSION NO. 753956 ! r AAV,CIIAAA�IcclnAr rvorece uments. .Bid bonds of the .lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days followingaward 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 fumish 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. prompt payment of all materials and labor, and also :protect and', save harmless the City from all claims and damages: of any kind. I caused directly or Indirectly by the operationof the contract, and shall also guarantee the maintenance of the improvement for a period of five 151 veadsl from and after Its The following limitations shall r apply to this Project: Completion Date. June 30, 2016, Specified Start Date: May 23, 2016 Liquidated Damages: .$500 per day The plans, specifications and pro- posed contract documents may be examined at the office of the :City ) Clerk. Copies of said', plans and specifications and form of proposal blanks may be secured at the Office. of City of Iowa City; City ' ' Engineer's Office, by bona fide bid- ders. A $30 non-refundable fee is required for each set of plans and specifications provided to bidders or other Interested persons. The fee shall be in the forth of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City pmjects. A listing of minonty 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 Forth of Proposal the names of persons, i -fjpos, companies or other parties with whom the bidder intends to subcontract. This list: shall include ' the type of work and approximate subcontract amount(s). The Contractor awarded :the con- tract shall submit;a list on the Form i of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dol- lar amounts. By virtue of statutory authority, preference must be given toprod- ucts 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 prefer- ence law applies to this Project. calities reservesthe right to -allproposals,and also e. right to waive techni- upon order of the City owa City, Iowa. KARR, CITY CLERK vc ,wW April 20, 2011 r i NOTICE TO BIDDERS IOWA RIVER RAW WATER MAIN CONVERSION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 2e day of April, 2016. 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 3'" day of May, 2016, or at special meeting called for that purpose. The Project will involve the following: Furnish all labor, equipment and materials required for installation of 80 LF of 16" restrained joints ductile iron water main, valves, hydrants, water service, abandoning existing mains, cleaning and disinfection of existing main, traffic control, street, sidewalk and trail repairs, and miscellaneous associated work. All work is to be done in strict compliance with the plans and specifications prepared by Veenstra & Kimm, Inc., of Coralville, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred NB -1 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: Completion Date: June 30, 2016 Specified Start Date: May 23, 2016 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 Office of City of Iowa City, City Engineer's Office, by bona fide bidders. A $30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of 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 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 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION N O _ G1 cn 0 PLANS, SPECIFICATIONS, PROPOSAL, AND CONTRACT FOR THE IOWA RIVER RAW WATER MAIN CONVERSION PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Dave hechinger, Iowa Reg. No. 16538 My license renewal date is December 31, 2016. DATE: April 4, 2016 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS............................................................................................ AF -1 I�I�7t�A77I�7�7�b FORM OF PROPOSAL........................................................................................... FP -1 BIDBOND ...................................................... FORM OF AGREEMENT ............................... PERFORMANCE AND PAYMENT BOND ......... CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) SUPPLEMENTARY CONDITIONS ................... BIDDER STATUS FORM ..................... WAGE THEFT POLICY .................................... TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS ........................... BB -1 ........................... AG -1 ........................... P13-1 ................................ ...................................... Section 01010 Summaryof Work ................................................ Section 01025 Measurement and Payment ................................. Section 01310 Construction Progress Schedules ........................ Section 01570 Traffic Control and Construction Facilities ............ DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ....................... Section 02100 Site Preparation.................................................................. Section 02220 Earth Excavation, Backfill, Fill and Grading ........................ Section 02270 Slope Protection and Erosion Control ................................ Section 02520 Portland Cement Concrete Paving ..................................... Section 02660 Water Distribution............................................................... Section 02662 Supplemental Water Main Specifications ........................... Section 02900 Landscaping....................................................................... CC -1 GC -1 N �C-1 -BF-1 Kr1Tr911 r 0 0 01010-1 01025-1 01310-1 01570-1 02050-1 02100-1 02220-1 02270-1 02520-1 02660-1 02662-1 02900-1 PLANS.................................................................................................................... P-1 NOTICE TO BIDDERS IOWA RIVER RAW WATER MAIN CONVERSION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28!" day of April, 2016. 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 3rd day of May, 2016, or at special meeting called for that purpose. The Project will involve the following: Furnish all labor, equipment and materials required for installation of 80 LF of 16" restrained joint ductile iron water main, valves, hydrants, water service, abandoning existing mains, cleaning and disinfection of existing main, traffic control, street, sidewalk and trail repairs, and miscellaneous associated work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City of Iowa City, Iowa, which have hereto- fore 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 mainte- nance of said Project, 9 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. AF -1 0 rn _moo s 0 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: Completion Date: June 30, 2016 Specified Start Date: May 23, 2016 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 Office of City of Iowa City, City Engineer's Office, by bona fide bidders. A $30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of 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 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 O o, _. Un 0 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1 Envelope 2 Envelope 3 Bid Bond Form of Proposal Bidder Status Form NB -1 N O Q� ? p1 -ro P j 0 FORM OF PROPOSAL IOWA RIVER RAW WATER MAIN CONVERSION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder 0 TO: City Clerk 7 City of Iowa City a City Hall —- 410 E. Washington St. Iowa City, IA 52240 -0 The undersigned bidder submits herewith bid security in the aMount of $ , in accordance with the terms set forth in the "Project Speciitcations." 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. ITEM DESCRIPTION 1. Portland Cement Concrete Pavement and Driveways 1.1 8" PCC Pavement 1..2 6" PCC Trail 2. Construction of Water Mains and Water Services 2.1 16" DI RJ Water Main in Open Cut 2.2 16" Connection to Existing Service 2.3 20" Connection to Existing Service 2.4 2" Water Service Connection 3. Construction of Water Valves and Hydrants 3.1 16" Butterfly Valves 3.2 20" Butterfly Valves 3.3 Hydrant Assembly ESTIMATED UNIT QUANTITY SY 163 SY 76 LF 80 Ea. 1 Ea. 1 Ea. 1 Ea. 4 Ea. 2 Ea. 4 FP -1 UNIT EXTENDED PRICE PRICE ESTIMATED ITEM DESCRIPTION UNIT QUANTITY 4. Pavement Removal SY 239 5. Trench Stabilization Material CY 10 6. Erosion Control 6.1 Erosion Control Mat Sq 13.5 6.2 Silt Fence LF 160 7. Seed, Fertilization, and Mulch Acre 0.5 8. Traffic Control LS 1 9. Mobilization LS 1 10. Ice Pig 16" Line LS 1 11 Disinfection & Testing 11.1 200ppm Ea. 1 11.2 50ppm Ea. 4 UNIT EXTENDED PRICE PRICE Total Extended Amount (Items 1.1 to 11.2) $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Iowa River Raw Water Main Conversion Project. -v 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 deliveaa contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20 Witness Witness Ka (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney 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 4"' day of April, 2016, for the Iowa River Raw Water Main Conversion 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 2015, Iowa Department of Transportation, as amended; C. Plans; 0 d. Specifications and Supplementary Conditions; e. Notice to Bidders; — ur C f. Note to Bidders; o g. Performance and Payment Bond; o kn h. Bidder Status Form; 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 ATTEST: day of Mayor City Clerk AG -2 Contractor (Title) ATTEST: 20 0 ,n (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (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 , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. o M --o WHEREAS, Contractor has, as of entered into a (date) cn written Agreement with Owner for the Iowa River Raw Water Main Conversion Project;75hd M "t WHEREAS, the Agreement requires execution of this Performance and Payment Bond;'to be completed by Contractor, in accordance with plans and specifications prepared by 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 Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 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 20_ IN THE PRESENCE OF: Witness Witness NWA N O DAY OF - v CIl f "V F 0 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program I r 1 ��= CITY OF 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. 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. u a ?x. v e� Qn .. O mgrtasstkwntmctcompliance.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.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et 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'. E4gal Employment Opportunity Officer? u; (Please print) r - Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgr\asst\contractwmplianmdoc 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 Phone Number Title Print Name Date N O CT T7 r� mgr%asst\contractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Emptyment Opportunity program. All employees authorized to hire, supervise, promote, or dischar9e employees or are involved in such actions should be trained and required to comply with your policy a14 the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, 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 mgr\asst\contmctcomplianm.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. �W, N O �W, 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 deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. -o F. The following are exempted from the provisions of this section: u, d 0 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) 0 a 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_ Q� ro CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, 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. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. a jJ f .. O SC -2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractors insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractors insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, 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 Gompliance 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 au;ailable to the City. - cn_ -.. 0 SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. N O Q� Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: — c.11 CONTRACTOR shall maintain a qualified and responsible person available 24 -[sours 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. SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 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. Tti Contractor shall submit the information necessary for the certificates to be issued. A v _ . -o ? t 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: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: _/—/—to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: 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 resid&ts? Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home.state oRDreign country and the appropriate legal citation. To be completed by all bidders You may attach additional sheet(s) if needed. Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: 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. 309-6001 02-14 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. 309-600102-14 a 309-600102-14 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy') Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Feder#ffair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage TheftPolicy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity. — b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 STATE OF M WAGE THEFT AFFIDAVIT ss: COUNTY ) upon being duly sworn, state as follows: 1. 1 am the [position] of ("contracting entity") and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by 20 WT -2 Signature Notary Public in and for the State of on SECTION 01010 SUMMARY OF THE WORK PART I - GENERAL f cn -o General description, not all inclusive. A. Base Bid Work: 1. Remove Portland Cement Concrete pavement and trail at intersection of Madison Street and Davenport Street. 2. Construct 16 -inch water main and connections to 16 -inch and 20 -inch water mains, including 20 -inch butterfly valves at tie in. 3. Abandon existing water main at Davenport Street and at tie in points. 4. Remove fire hydrant from old finished water line. 5. Install 2 -inch water service connection, four (4) 16 -inch butterfly valves, and four (4) fire hydrants on existing 16 -inch water line. 6. Clean existing 16 -inch water line by ice pigging, as needed and disinfecting. 7. Construct 8 -inch minimum thick Portland Cement Concrete pavement and 6 -inch thick Portland Cement Concrete trail to replace pavement removed for construction of water main. 8. Provide traffic control during all phases of project. 9. Furnish and install seed, fertilizer, and mulch throughout project. 10. Other work associated with water main installation. 5/02 shared\=give=kspms-i W 1010 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT y a 77i PART1-GENERAL u _ 'M 101 SUMMARY.• A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. L02 STANDARD OFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 103 SCOPE OFPAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for finnishing 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. PART2-PRODUCTS 201 NONE 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. N O The prices for those items which involve grading or excavation shall includecnmpensation for top soil removal and replacement (unless it is listed as an item in t]fwFORIvf OF PROPOSAL), disposal of surplus excavated material, handling water,_ instZation of all necessary sheeting, bracing and temporary fencing around all open cxcavatioM�and supply, placement and compaction of specified backfill. ro The prices for those items which involve surface removal adjacent to buildm' gs or vaults shall include compensation to protect exposed surfaces from water which may --Teak 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 excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. 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 Portland Cement Concrete Pavements and Driveways. The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements, driveways, trails, and parking lots constructed at the specified widths, thicknesses and mix designs. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under pavements, driveways, and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb 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. N O Aggregate durability class for all P.C. Concrete paving shall be Class 3. G'. -a °3 ;: 2. Construction of Water Mains and Water Services. - ' –' — I- cn 3 The unit prices for construction of water mains will be paid based ;on'themb�r linear feet installed. Length will be measured for each size and tYPe alothe 0i0 centerline with no deductions for fittings. The unit prices for construction of water services will be paid based on the number of each size and type installed. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL. a. Furnishing and installing pipe, joint materials and fittings. b. All water main adapters and sleeves required for installation and connections to existing water mains. C. Furnishing and installing tapping sleeves, corporation cocks, tapping services, curb shut-off valves and boxes, couplings for connections to existing water services, and removal of abandoned service valve boxes. d. All trench, mole, exploratory, and hand excavation. e. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope. Supply, placement and compaction of standard backfill and granular backfill material. g. Dewatering trenches including furnishing pumps, piping, well points, etc., as required. h. Temporary plugs or connections, to provide full pressure water service as necessary. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. 01025-3 j. Testing and disinfection of water mains and water services as required. k. Dechlorination of flushed water entering storm sewer system. Temporary support of existing utility mains and service lines. M. Repair or replacement of utility services damaged by Contractor. n. Protection of existing valves so they are fully operational and accessible during construction. o. Connections and/or taps for water mains and water services 4 inches in diameter and larger to existing water mains and water services. 3. Construction of Water Valves and Hydrants. The unit prices for these items will be paid based on the number of each size and type installed and includes excavation, furnishing and installing specified valves, hydrants, fittings, swivel adaptors, rock drains, thrust blocks, valve box and lid and backfill. Separate prices are used for hydrants with or without auxiliary valve. The cost for auxiliary valve shall be included in the price for the hydrant. 4. Pavement Removal. Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Saw cuts and hauling and disposal of waste materts shall be incidental. All proposed saw cuts must be approved by the; Engineea Removal operations shall conform to the construction phasing noted orr the moans orp Its otherwise approved or directed by the Engineer. Additional effort requ-Rd for 1Ws purpose is considered incidental. cn 5. Trench Stabilizing Material. The unit price for this item will be paid based on the number of tons of rock used in place of unsuitable foundation materials only when directed and authorized by the Engineer. Trench stabilizing material not approved by the Engineer will not be paid for. Included with this item is additional trench excavation, disposal of excavated materials and dewatering. This item does not replace and/or include specified pipe bedding material. 6. Erosion Control. 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 installation, maintenance and removal upon establishment of ground cover. The unit price for erosion control mat (wood excelsior 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 specified material, anchor slots, junction slots, check slots, terminal folds, lap joints and maintenance. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 01025-4 Seed, Fertilize, and Mulch. The unit price for this item will be paid based on the number of acres 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. 8. Traffic Control. The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. Mobilization. The lump sum price for this item will be paid based on percent of project completed and covers all costs for transporting necessary equipment and tools to and from site and cleanup of equipment and tools from site upon completion of work 10. Ice Pig 16" Line. The lump sum price for this item will be paid based on the cost for manufacture, delivery, and extraction of ice slurry into/from the water main in order to clean the interior pipe surfaces from sediments, loosely adhered materials, and biofilms. *This item may be deleted at bid price specified at City's option. 9. Disinfection & Testing. The unit price for disinfection and testing will be paid based on the number of tests conducted at the chlorine concentration specified. Unit price includes all labor, equipment and materials to flush main, discharge to manhole, inject chlorine and verify concentration, flush main following disinfection, dechlorination prior to discharge to sewer, bacteria testing, and miscellaneous associated work. Q Zr ✓^`' � per+ 01025-5 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 residences and businesses 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. 0 PART 2 - PRODUCTS None. PART 3 - EXECUTION = 3.01 MEETINGSPRIOR TO CONSTRUCHON: A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. All work must be completed by June 30, 2016. Liquidated damages of $500 per day will be charged on work beyond the completion date. B. No work shall be done between the horns of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub - phase shall be sufficiently complete to allow reopening to the public, as determined by the 01310-1 Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimithe length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIESAND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11/00 sharede gmceAsp=-HM 1310.dm 01310-2 N O Q� � iS1 cn _ 3 r SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMARY.- A. UMMARY: 1.02 A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. A. MOT 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. o m PART 2 - PRODUCTS 2.01 MATERMLS. � A. Traffic control devices may be new or used, but must meet the requirements oythe ID—a Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHATQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the 1DOT Standard Specifications: Division 11. General Requirements and Covenants. 01570-1 Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKINGSIGNS. 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 MARVTENANCE 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. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 i 570A. 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES. A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE. A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. o m L04 SUBMITTALS: � �v y � W A. Locations of disposal sites. cs 5 -Ti 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. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. o 3.03 PROCEDURES: pv it A. Utilities cn r _ v M 1. Notify all corporations, companies, individuals and state or loci autlt.ies owning pipelines, water lines, gas mains, buried and overhead elecTh-c faciItties, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 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 and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -famished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. o 3.04 DEMOLITIONAND REMOVALS. = mo A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the i✓ngineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.Cy Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 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. 11/00 sM1�&,,\tpe uA02050.d. 02050-3 SECTION 02100 SITE PREPARATION PART 1- GENERAL 1.01 SUMMARY.• - A. Fumish labor, material, tools and equipment to prepare site as indicated and spepified. 1.02 REFERENCES. cs+ A. ]DOT Standard Specifications. - g PART2-PRODUCTS r - None. PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION. A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXFSTIIVG 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 N O_ 11/00 snared ngineer\ ecs-fiou00.da I- o^ _" —D 77 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY.• A. Excavating, placing, stabilizing and compacting earth, including trenchand rock excavation, addition of borrow and backfill, disposal of excavated material, fidd topsoil, strip, salvage and spread. L02 REFERENCES: cn A. MOT Standard Specifications. f`= L03 QUALITYASSURANCE: F A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: 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 02220-1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by mer entering the site, whether water entry be overland or by groundwater. 70 S 3.04 TRENCHEXCAVATION. — unr A. General � 'a 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. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width 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. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tool g 2. Excavate exploratory pits when location of pipe or other undeigrpundtiRuctuiVi necessary for doing work properly. :0 F. Disposal of Unsuitable Soil ro 1. The Contractor shall notify the Engineer and Iowa Depai't3ttent or Natund 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 Toppers 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. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work.M. o rn 3. When water service is disrupted, the Contractor shall make a rdsonal attempt to restore the service within two hours. _ 4. Water service pipe shall be type k soft copper. 3 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 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. a� B. Backfilling Excavations "'-s.-, a9 t 1 1. Begin backfilling as soon as practicable and proceed until corple`te. cn� 2. Material and Compaction 7 - a. Paved Areas: Under and within 5 feet of paved surfaces, incluM1Aag 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 not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZEDEXCAVATION.• 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. 11/00 :uaremmgew:p.-HM220.dx 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL N 1.01 SUMMARY.- o Q. A. Placement of silt fence, erosion control mat, engineering fabric, revetmeri*oney d erosion stone. — _ cn L02 REFERENCES: � A. IDOT Standard Specifications. — B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual', latest edition. L03 QUALITYASSURANCE. A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embanlanent Erosion Control. L04 STORAGE. A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS. 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. 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. N O and the following IDOT Standard Road Plans: c_ EC -103 Wood Excelsior Mat EC -201 Silt Fence 3.02 SCHEDULE. A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE. A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and five 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 tom or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11/00 ,nom :-ewzno.m 02270-3 N O � y� _J i• re 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. o L02 REFERENCES: A. IDOT Standard Specifications. i -v L03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. 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 IDOT 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. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. 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 CUR11VGAND PROIECTIONOFPAVEMENT. 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 N O Division 22. Base Courses._ y —M Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair.Cn — �- Section 2213. Base Widening. - v Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement.: r r Section 2302. Portland Cement Concrete Pavement WidenmV Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CUR11VGAND PROIECTIONOFPAVEMENT. 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 streets) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 a a,edrngw�p.-i\02530.d. 0 �— G; o. v ±_ Y CA N 02520-3 SECTION 02660 0 CITY OF IOWA CITY WATER DISTRIBUTION SPECIFICAWNS o (Revised November 2015) t" PART 1 GENERAL rLn 1.1 SUMMARY 3 - r 1.2 A. Furnish, install and test water distribution system and water services as indicated and specified. B. Water Division maintains salvage rights to all fire hydrants designated as public. Samples of water main and its appurtenances may also be retained by the Water Division for testing or documentation purposes. C. Reuse of materials is not allowed without prior permission. Reuse of materials previously attached to another system shall not be allowed. D. All piping shall be isolated from the existing water system until it has passed all testing procedures and is approved for service. E. In the event that field conditions prevent the isolation of the new piping from the existing water system, any existing main and valving, and any appurtenances that will be tested against, shall be well flushed and pass the pressure test per part 4.7 of this section before any new system installation is permitted. Any costs associated with testing the existing water main prior to connecting the new pipe will not be paid for separately, but shall be considered incidental to the water main disinfection and pressure testing for the new water main. F. The approval of reusing any private service main, piping, valves, or appurtenances by the Water Division does not infer any guarantee that it will perform as required. The Water Division accepts no fault for any issues arising from, or possibly related to, the approved reuse of any material on a private service. A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10 2. Iowa City Municipal Design Standards 3. Earth Excavating, Backfill & Grading Specifications - Section 02220 4. Accepted Products for Water Distribution Materials 5. Iowa City Water Division Policies & Procedures Manual 6. 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/AW WA-C105/A21.5: Polyethylene Encasement for Ductile -Iron Pipe CrrY OF IOWA Cr Y WATER DISTRUILMON - 02660 November 2015 Page 1 of 20 Systems 3. ANSVAWWA-CI10/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-Clll/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AWWA-C150/A21.50: Thickness Design of Ductile -Iron Pipe 6. ANSI/AWWA-C151/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for MY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2015 Page 2 of 20 Water or Other Liquids 7. ANSI/AWWA-C153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSI/AWWA C502: Dry -Bawl Fire Hydrants 9. ANSUAW WA C504: Rubber -Seated Butterfly Valves 10. AW WA 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 Ductite-Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C651: Disinfecting Water Mains 16. ANSUAW WA C800: Underground Service Line Valves and Fittings. 17. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: o 1. AW WA Manual M23: PVC Pipe -Design and Installation "" " t a 2. AWWA Manual M17: Installation, Field Testing, and Maintenar'm of Fire - Hydrants ;"' E. American Society for Testing Materials: - r n 1. ASTM A48: Gray Iron Castings 2. ASTM B62: Composition Bronze or Ounce Metal Castings 3. ASTM B75: Seamless Copper Tubing 4. ASTM B88: Seamless Copper Water Tube 5. ASTM B584: Copper Alloy Sand Castings for General Applications 6. ASTM D2241: Polyvinyl Chloride (PVC) Pressure -Raced Pipe (SDR Series) F. Manufacturers Standardization Society: 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design and Manufacture 2. MSS -SP -69 Pipe Hangers and Supports Selection and Application G. Uni-Bell PVC Pipe Association: 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AW WA Standard C-900 H. Occupational Safety and Health Administration (OSHA): 1. Standard 1926, Subpart P -Excavations MY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2015 Page 2 of 20 1.3 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. 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 system. Submit 2 weeks prior to date of planned operation. C. Shop, Working Drawings or Construction Plans showing: o 1. Pipe layout with valves, fittings and hydrants shown o 2. Bolts 3. Joints a 4. Tapping sleeves, couplings, and special piping materials =- cn ?� 5. Polyethylene o 6. Thrust block designs and details-� 7. Special backfill =- D. Certificates: Sworn certificates of shop tests showing compliance with apropriate standard for all piping materials. 1.4 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. 1.5 RECEIVING, STORAGE AND 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 all 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." E. Follow AW WA C600 for proper storage, handling, and installation of DIP. 1.6 TIME 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. C IT OF IOWA MY WATER MSIRIBUTION - 02660 November 2015 Page 3 of 20 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 notice as required by Iowa One -Call system. 1.7 LICENSES AND APPLICATIONS A. City of Iowa City 1. Contractor's superintendent on the job must have a license as a sewer and water service installer issued by the City to construct water and sewer mains and services in Iowa City. 2. The Contractor or their agent will be responsible for submitting tapping application forms and record drawings. PART PRODUCTS 2.1 All products used for this work shall be from the list of "Accepted ProducttJbr Water Distribution and Water Service Materials" maintained by the Iowa C#y WatsrDivisiorg. Any special exception requests shall be submitted to the Water Divisionanxti man�i et for review. 2.2 PIPE A. Polyvinyl Chloride (PVC) Pipe: Comply with AW WA C900 or AW_ VJA C905 with gray iron pipe equivalent outside diameters. v 1. Minimum Wall Thickness: a. 4 inch through 24 inch sizes: DR 18. b. Sizes over 24 inch: As specified in the contract documents. 2. Joint Type: Use push -on joint type, except as otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AW WA C900 or AW WA C905. b. Integral Restrained Joint: AW WA C900 or AW WA C905 pipe with restraining system manufactured integrally into pipe end. c. Mechanical Restrained Joint: Ductile iron mechanical device designed for joint restraint of AW WA C900 or AW WA C905 pipe complying with the requirements of ASTM F 1674. 3. Markings on Pipe: a. Name of manufacturer. b. Size and class. CITY OF IOWA CrrY WATER DISTRIBUTION - 02660 November 2015 Page 4 of 20 2.3 2.4 c. Spigot insertion depth gauge. d. National Sanitation Foundation (NSF) seal. B. Ductile Iron Pipe (DIP): 1. Minimum Thickness Class: a. 4 inch through 24 inch sizes: Special thickness Class 52 according to AWWA C151. For restrained joint pipe and pipe suspended from structures use special thickness Class 53. b. Sizes over 24 inches: As specified in the contract documents. 2. Cement -mortar Lined: According to AWWA C104 with asphalt seal coat. 3. External Coating: Asphalt according to AWWA C151. 4. Joint Type: Use push -on type, unless otherwise specified in the contract documents or as authorized by the Engineer. a. Push -on: According to AWWA C111. b. Mechanical: According to AWWA C 111. c. Restrained, Buried: Pipe manufacturer's standard field removable system. d. Restrained, in Structures: Restraining gland, flanged or grooved. e. Flanged: According to AWWA C111. f. Grooved: According to AWWA C606. g. Gaskets: According to AWWA C111. 5. Markings on Pipe: a. Name of manufacturer. b. Size and class. o c. Spigot insertion depth gauge.' v BOLTS FOR WATER MAIN AND FITTINGS <n 1 Use corrosion resistant bolts. A. Tee -bolts and Hexagonal Nuts for Mechanical Joints: 1. High-strength, low -alloy steel manufactured according to 'i'WW?gC111. 2. Provide ceramic -filled, baked -on, fluorocarbon resin coating for bolts and nuts. 3. Include factory -applied lubricant that produces low coefficient of friction for ease of installation. B. Other Bolts and Nuts: 1. Stainless steel. FITTINGS A. For DIP and PVC Pipe: Comply with AWWA C110 (ductile iron or gray iron) or AWWA C153 (ductile iron). 1. Joint Type: a. For pipe sizes 16 inches and less, use mechanical joint complying with AWWACIll. CrTY OF IOWA CITY WATER DISTRIBUTION -02660 November 2015 Page 5 of 20 b. For pipe sizes greater than 16 inches, use restrained mechanical joint system. Provide follower gland using breakaway torque bolts to engage thrust restraint. 1) Minimum pressure rating same as connecting pipe. For fittings between dissimilar pipes, the minimum pressure rating is the lesser of the two pipes. 2) Suitable for buried service. 3) Joint restraint system to be field installable, field removable, and re -installable. c. Use of alternate restraint systems must be approved by the Engineer. 2. Lined: Cement mortar lined according to AWWA C 104 with asphalt coating. 3. Wall Thickness: Comply with AWWA C153. 4. Gaskets: Comply with AWWA C111. B. Flange Adapter: 1. Body: Ductile iron complying with ASTM A 536. 2. End Rings (Follower Rings): Ductile iron complying with ASTM A 536. 3. Gaskets: New rubber compounded for water service and resistant to permanent set. 4. Bolts and Nuts: High strength, low alloy corrosion resistant steel or carbon steel bolts complying with ASTM A 307. C. Pipe Coupling: 1. Center Sleeve (Center Ring): Steel pipe or tubing complying with ASTM A 53 or ASTM A 512, or formed carbon steel with a minimum yield of 30,000 psi. 2. End Ring (Follower Ring): Ductile iron complying with ASTM A 536, or steel meeting or exceeding the requirements of ASTM A 576, &ode 1010- 1020. 3. Gaskets: New rubber compounded for water service an, stag4top —? 0 permanent set. —, 4. Bolts and Nuts: Stainless steel. �— ,_ r 2.5 CONCRETE THRUST BLOCKS A. Use Iowa DOT Class C concrete. B. Comply with the contract documents for dimensions and installation of tlr st blocks. Comply with SUDAS Figure 5010.101. C. Use for all pipe sizes 16 inches in diameter or smaller or when specified. 2.6 PIPELINE ACCESSORIES A. Polyethylene Wrap: 1. Comply with AWWA C105. 2. Provide tubes or sheets with 8 mil minimum thickness. B. Tracer System: Comply with Figures CIC -5010.100 through 104. 1. Tracer Wire: CITY OF IOWA CITY WATER DISntBUITON - 02660 November 2015 Page 6 of 20 a. Solid Single Copper Conductor: 1) Size: #12 AWG 2) Insulation Material: Linear low-density polyethylene (LLDPE) installation suitable for direct burial applications. 3) Insulation Thickness: 0.045 inches, minimum. b. Bimetallic Copper Clad Steel Conductor: 1) Size: #12 AWG. 2) Rating: Direct burial. 3) Operating Voltage: 30 volts. 4) Conductivity: 21%. 5) Copper Cladding: 3% of conductor diameter, minimum. 6) Insulation Material: High density polyethylene. 7) Insulation Thickness: 0.030 inches, minimum. 2. Ground Rod: 3/8 inch diameter minimum, 60 inch steel rod uniformly coated with metallically bonded electrolytic copper. 3. Ground -rod Clamp: High-strength, corrosion -resistant copper alloy. 4. Splice Kit: See "Accepted Products for Water Distribution Materials." 5. Tracer Wire Station: Reference figures CIC -5010.100 through 1Q4. 0 rn 2.7 SPECIAL GASKETS �o 70 a A. For soils contaminated with gasoline, use nitrile gaskets. B. For other soil contaminants, contact the Engineer for the required gasket. rn 2.8 SMALL WATER SERVICE PIPE AND APPURTENANCES A. Copper Tubing: No couplings or connections are permitted under paving.N 1. Comply with ASTM B75 and ASTM B88. 2. Wall Thickness: Type K. 3. Packaging: Shall be in coils for sizes 3/4 -inch through 1 'h -inch, and in coils or straight pipe for size 2 -inch. B. Service Saddles: 1. Comply with ANSI/AW WA C800 and ASTM B62. 2. Pressure Rating: Equal, but not to exceed, 200 PSIG. 3. Body Composition: 85-5-5-5 cast brass 4. Strap: Wide band, 304L stainless steel with 304L stainless steel studs. 5. Nuts and Washers: 304 stainless steel, nuts supplied with fluorocarbon coating. 6. Threading: AW WA tap thread (CC thread). 7. Gaskets: Nitrile gaskets within leaking underground storage tank (LUST) areas. C. Corporation Valves: 1. Comply with ANSItAW WA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet shall be AW WA taper thread, outlet shall be conductive CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2015 Page 7 of 20 compression connection for CTS OD tubing. 5. Valve: Compression ball type. D. Ball Curb Valves: 1. Comply with ANSUAW WA C800 and ASTM B62. 2. Pressure Rating: 300 PSIG maximum working pressure. 3. Body: "No lead brass" alloy, meeting ASTM B584. 4. Connections: Inlet and outlet shall be compression connection for CTS OD tubing. 5. Valve: Shall have a quarter turn check with fluorocarbon coated ball and stainless steel reinforced seat, and end pieces shall have o -ring sealed with double o -ring seals. E. Curb Box: 1. Comply with ANSI/AW WA C800. 2. Style: Arch pattern, slide style. 3. Length: 5 -foot box, 1 -foot telescope, shall telescope up and down inside the base casting. 4. Coating: Black dip inside and out. 5. Rod: 5/8 -inch diameter with small key -clamp welded to rod; stainless steel road and cotter pin; 42 -inches long. F. Curb Box Lids: 1. All lids: a. Brass components shall conform to ASTM B62 and ASTM B584, UNS C83600-85-5-5-5 (latest revision). o b. Lids shall be made of cast iron per ASTM A48, Clasn5 _ m c. Lid shall be coated with black dip. 2. Regular applications:y�— a. Shall be tapped 1" with brass insert. _ -- "W" 1 b. Shall be 2 -hole Erie pattern with the in a raised letter. :2 3. Cement applications: V �% a. Shall be tapped with 1" brass pentagon plug with word "Water" in raised letters. N b. All pentagon brass plugs shall have a 27/32" point to flat side. G. Straight Three -Part Unions: 1. Comply with ANSItAW WA C800 and ASTM B62. 2. Body: "No lead brass" alloy, meeting ASTM B584. 3. Connections: Conductive compression connection for CTS OD on both ends. 4. Gripper band shall be stainless steel and overlap itself so no gasket material can get underneath. 5. Conductor spring shall provide metal to metal contact between copper tubing and the fitting for electrical conductivity. 6. Entire gasket shall be enclosed. 7. Fluorocarbon coating shall be on inside surface of nut. 8. Union pressure rating shall be greater than the valve or fitting with which it is used. H. Yard Hydrants: Shall be freezeless style. MY OF IOWA MY WATER DISTRIBUTION -02660 November 2015 Page 8 of 20 CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2015 Page 9 of 20 N O CT 2.9 NON -SHRINK GROUT Comply with Iowa DOT Materials I.M. 491.13. - o 2.10 VALVES A. General: 1. Valve Body: Manufacturer's name and pressure rating cast on valve body. 2. Direction of Opening: The opening direction is counterclockwise as viewed from the top. 3. Joints: a. For buried installations, use mechanical joints per AWWA C111. Comply with 2.3 of this section for joint nuts and bolts. b. For installation within structures, flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. 4. Valve shall have been manufactured within 5 years of installation date. B. Gate Valves: 1. Standards: Comply with AWWA C509 (gray iron or ductile iron) or AWWA C515 (ductile iron) and NSF 61. 2. Stem Seals: Double O -rings permanently lubricated between seals. Lubricant certified for use in potable water. 3. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. C. Butterfly Valves: 1. Standards: Comply with AWWA C504 class 150B or class 250B (gray iron or ductile iron) and NSF 61. 2. Stem: Stainless steel according to ASTM A 240, Type 304, turned, ground, and polished. 3. For Seat on Body Valves: a. Disc: Ductile iron or gray iron with plasma applied nickel -chromium edge or stainless steel edge according to ASTM A 240, Type 316, and mechanically fixed stainless steel pins. b. Seat: Synthetic rubber compound mechanically retained to the body. 4. For Seat on Disc Valves: a. Disc: Ductile iron according to ASTM A 536 with synthetic rubber compound seat mechanically retained to the disc. b. Seat: Continuous Type 316 stainless steel seat. 5. External Bolts and Hex Nuts: Stainless steel according to ASTM A 240, Type 304. D. Tapping Valve Assemblies: 1. Tapping Valve: Gate valve complying with AWWA C509. 2. Sleeve: a. Minimum 14 gauge. b. Stainless steel according to ASTM A240, Type 304. CITY OF IOWA CITY WATER DISTRIBUTION - 02660 November 2015 Page 9 of 20 c. Minimum working pressure 150 psi. d. Must fully surround pipe. e. Flanged with dimensions and drillings according to AWWA C110 or ANSI B16.1 class 125. 2.11 FIRE HYDRANT ASSEMBLY A. Material: Comply with AWWA C502. B. Manufacturers: See "Accepted Products for Water Distribution Materials." C. Fire hydrant assembly shall have been manufactured within 5 years of installation date. D. Features: 1. Breakaway Items: Stem coupling and flange. 2. Inlet Nominal Size: 6 inch diameter. 3. Inlet Connection Type: Mechanical joint. 4. Hose Nozzles: Two, each 2 1/2 inches in diameter, with caps attached with chains. —rx' 5. Direction of Opening: Clockwise. 6. Items to be specified: r7rt -- a. Operating nut: 1'h inch, standard pentagon. Ln b. Pumper nozzle one 4'h -inch pumper nozzle. a M c. Nozzle threads: National Standard Hose Threads. d. Main valve nominal opening size: 4.5" on main smaller than 1T' in diameter, 5.25" on main 12" and larger E. Painting: 1. Shop coating according to AWWA C502. 2. Color. Safety Red, unless otherwise indicated by the Water Division. F. External Bolts and Hex Nuts: Stainless steel according to ASTM A193, Grade B8. G. Gate Valve: Comply with this section. H. Pipe and Fittings: Comply with this section. 2.12 APPURTENANCES A. Flushing Device: As specified in the contract documents. B. Valve Box: 1. Applicability: For all buried valves. 2. Manufacturer: As allowed by the Jurisdiction or specified in the contract documents. 3. Type: Slip (slide) type. 4. Material: Gray iron. 5. Cover: Gray iron, labeled "WATER" 6. Wall Thickness: 3/16 inch, minimum. 7. Inside Diameter. 5 inches, minimum. 8. Length: Adequate to bring top to finished grade, including valve box extensions, if necessary. 9. Factory Finish: Asphalt coating. Cn'Y OF IOWA MY WATER DISI'R03UTION - 02660 November 2015 Page 10 of 20 10. Valve Box Centering Ring: Include in installation. C. Valve Stem Extension: For all buried valves, provide as necessary to raise 2 inch operating nut to within 3 feet of the finished grade. Stem diameter according to valve manufacturer's recommendations, but not less than 1 inch. Shall be stainless steel. D. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.13 LUMBER A. Lumber for bracing or supports shall be hardwood. (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.14 WATER A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting 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 reasf'+able care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. 2.15 DISINFECTIONAGENT - CHLORINE '` un .ars A. Liquid Chlorine complying with AWWA B300 and AWWA B301. B. Sodium Hypochlorite complying with AWWA B300. C Calcium Hypochlorite complying with AWWA B300. D. All disinfecting agents to be NSF 60 certified. Supply and store in the original container. PART 3 EXECUTION 3.1 REFERENCES AND DOCUMENTS A. Contractor must have all required documents on the site before commencing with the work. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAW WA C600 except as noted herein. C. PVC pipe must be furnished and installed in accordance with AWWA M23, ANSI/AWWA-C605 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 and current information on the location of all valves, pipe and special construction features. Survey or GPS points are accepted, but not in lieu of written Cn7 OF IOWA MY WATER DISTRIBUTION - 02660 November 2015 Page 11 of 20 as -built information. Minimum information required for submittal to the Water Division: 1. Pipe size and material; length of pipe between fittings (center -to -center) 2. Fitting type, size, restraint type, note if installed vertically or horizontally 3. Tracer wire box locations 4. Any changes in pipe depth, and where the main is buried greater than 7 feet or less than 5 feet 5. Any special fittings or construction materials E. Contractor shall have all buried utilities located by the Iowa One -Call Utility Location service and shall do exploratory excavation as necessary to *termine specific conflicts between existing utilities and new water main. o 3.2 PIPE INSTALLATION r �— c°> -� ul e A. General: 1. Do not use deformed, defective, gouged, or otherwise damaged pipes or 1t fittings. = ' _.r 2. Keep trench free of water. Clean pipe interior prior to placement in-�Ie trench. `" 3. Clean joint surfaces thoroughly and apply lubricant approved for use with potable water and recommended by the manufacturer. 4. Push pipe joint to the indication line on the spigot end of the pipe before making any joint deflections. 5. Limit joint deflections to one degree less than pipe manufacturer's recommended maximum limit. 6. Tighten bolts in a joint evenly around the pipe. 7. Install concrete thrust blocks on all fittings 16 inches in diameter or smaller (comply with SUDAS Figure 5010.101). For fittings larger than 16 inches, install restrained joints, and when specified in the contract documents, also install concrete thrust blocks. 8. Keep exposed pipe ends closed with rodent -proof end gates at all times when pipe installation is not occurring. 9. Close the ends of the installed pipe with watertight plugs during nights and non -working days. 10. Do not allow any water from the new pipeline to enter the existing distribution system piping until testing and disinfection are successfully completed. B. Additional requirements for DIP installation: 1. Utilize full-length gauged pipe for field cuts. Alternatively, field -gauge pipe selected for cutting to verify the outside diameter is within allowable tolerances. 2. Cut the pipe perpendicular to the pipe barrel. Do not damage the cement lining. Bevel cut the ends for push -on joints according to the manufacturer's recommendations. 3. Encase all pipe, valves, and fittings with polyethylene. C. Additional requirements for PVC pipe installation: MY OF IOWA MY WATER DISTRIBUTION - 02660 No btt 2015 Page 12 of 20 1. Cut the pipe perpendicular to the pipe barrel. Deburr and bevel cut spigot end of the pipe barrel to match factory bevel. Re -mark the insertion line. 2. When connecting to shallow -depth bells, such as on some cast iron fittings or valves, cut the spigot end square to remove factory bevel. Deburr the end and form a partial bevel on the end. 3.3 POLYETHYLENE ENCASEMENT INSTALLATION A. Apply polyethylene encasement to buried ductile iron pipe and to buried fittings, fire hydrants, and appurtenances. The polyethylene encasement is used to prevent contact between the pipe and the bedding material, but need not be airtight or watertight. B. Install polyethylene encasement according to AW WA C105, using tubes or flat sheets, and pipe manufacturer's recommendations. C. Do not expose the polyethylene encasement to sunlight for long periods before installation. D. Remove all lumps of clay, mud, cinders, etc. on the pipe surface beforeexp. casing the pipe. Take care to prevent soil or bedding material from becoming *ped between the pipe and polyethylene. E. Lift polyethylene -encased pipe with a fabric -type sling or padded cable. --,j F. Secure and repair encasement material using polyethylene tape, or, replac6ps necessary. 3.4 TRACER SYSTEMINSTALLATION A. Install with all buried water main piping. Comply with Figures CIC -5010.f130 through 104 for tracer wire installation. B. Begin and terminate the system at all connections to existing mains. C. Install wire continuously along the ten or two position of the pipe. Do not install wire along the bottom of the pipe. Attach wire to the pipe at the midpoint of each pipe length; use 2 inch wide, 10 mil thickness polyethylene pressure sensitive tape. D. Install splices only as authorized by the Engineer. Allow the Engineer to inspect all below grade splices of tracer wire prior to placing the backfill material. E. Install ground rods adjacent to connections to existing piping and at locations specified in Figures CIC -5010.100 through 103 and Figures CIC -4C.1 and CIC - 4C.2. F. Bring two wires to the surface at each fire hydrant location and terminate with a tracer wire station (comply with Figure CIC -5010.100 and CIC -5010.101). G. Final inspection of the tracer system will be conducted by the Water Division at the completion of the project and prior to acceptance by the owner. Verify the electrical continuity of the system. Repair discontinuities. H. A minimum of 18 inches of wire slack at every tracer wire terminal box lid shall be installed. I. Every splice along the tracer wire shall have a minimum of 18 inches of wire slack added to the line. MY OF IOWA MY WATER DISTRIBUTION - 02660 November 2015 Page 13 of 20 J. No uninsulated wire shall be installed along any length of run or at splice points. All exposed wire shall be mended as directed by Water Division personnel, and all splices shall include dielectric grease. K. Ground rods should be placed 6 to 10 inches from the pipe and not make contact with any part of the water system or any other utility. ti 0 3.5 LOCATION, ALIGNMENT, SEPARATION & GRADE A. No water pipe shall pass through or come in contact with any part to sewer manhole. B. Should physical conditions exist such that exceptions to this standard are-Q=ssary the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. — C. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. D. Horizontal Separation of Gravity Sewers from Water Mains: 1. Separate gravity sewer mains from water mains by a horizontal distance of at least 10 feet unless: • The top of a sewer main is at least 18 inches below the bottom of the water main, and ■ The sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. 2. When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting the requirements set forth in this section. However, provide a linear separation of at least 2 feet. E. Separation of Sewer Force Mains from Water Mains: Separate sewer force mains and water mains by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main materials meeting a minimum pressure rating of 150 psi and the requirements of Section 02260, 2.2 and 2. The sewer force main is laid at least 4 linear feet from the water main. F. Separation of Sewer and Water Main Crossovers: 1. Vertical separation of sanitary and storm sewers crossing under any water main should be at least 18 inches when measured from the top of the sewer to the bottom of the water main. If physical conditions prohibit the separation, the sewer may be placed not closer than 6 inches below a water main or 18 inches above a water main. Maintain the maximum feasible separation distance in all cases. The sewer and water pipes must be adequately supported and have watertight joints. Use a low permeability soil for backfill material within 10 feet of the point of crossing. MY OF IOWA Cr Y WATER DISTRIBUTION - 02660 Novmba 2015 Page 14 of 20 2. Where the sanitary sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material so both joints are as far as possible from the water main. 3. Where the storm sewer crosses over or less than 18 inches below a water main, locate one full length of sewer pipe of water main material or reinforced concrete pipe (RCP) with flexible O-ring gasket joints so both joints are as far as possible from the water main. G. Surface Water Crossings: Comply with the Recommended Standards for Water Works, 2012 Edition. 1. Above -water Crossings: Ensure the pipe is adequately supported and anchored; protected from vandalism, damage, and freezing; and accessible for repair or replacement. 2. Underwater Crossings: Provide a minimum cover of 5 feet over the pipe unless otherwise specified in the contract documents. When crossing water courses that are greater than 15 feet in width, provide the following: a. pipe with flexible, restrained, or welded watertight joints, b. valves at both ends of water crossings so the section can be isolated for testing or repair; ensure the valves are easily accessible and not subject to flooding, and c. permanent taps or other provisions to allow insertion of a small meter to determine leakage and obtain water samples on each side of the valve closest to the supply source. o H. Separation to Other Utilities: Maintain minimum 18" clearance a"md w94 mains and appurtenances. 3.6 PIPE BEDDING, EXCAVATION, AND BACKFILLING e y A. Ductile -iron pipe bedding shall conform to the project plan details or as Aerwis specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -B-3-88 laying condition Type 2 iRsluding hand excavation for the bell holes. The bedding shall be loose, natural, fine soil which is compacted by hand tamping 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. E. All excavations shall comply with the requirements of OSHA Standard 1926, Subpart P -Excavations. 3.7 PIPE RESTRAINT A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 8 mil polyethylene before placing concrete. Brace fittings with CM OF IOWA CrrY WATER DIMMLITION - 02660 Novembcr 2015 Page 15 of 20 hardwood 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: 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. 3.8 JOINTS AND COUPLINGS A. Push -on Joints: 1. Inspect bell grooves and clean to assure complete gasket seating. 2. Use extreme care to prevent separation of joints already installed. 3. Do not use push -on joints when boring. Snap -Lok shall be used in casing with locking rubbers. B. Mechanical Joints: 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=e PVC pipe to get full pipe diameter in the joint. c 4. Do not deflect pipe at joint. " ` r..., v C. Sleeve -Type Coupling: 1. Clean pipe ends for distance of 12 inches. _ c -n -- 2. Use soapy water as gasket lubricant. 3. Carefully mark and place the sleeve coupling in the center of the joi r _~ 3.9 VALVES , A. Valve boxes should be centered over valve operating nut and run straight and true (not angled). B. Valve boxes set in paving shall not be installed with an expansion joint. 3.10 FIRE HYDRANT A. Install according to Figure CIC -5020.201. B. If the fire hydrant valve is positioned adjacent to the water main, attach it to an anchor tee. MY OFIOWA Cn'Y WATER DISTRIBUTION -02660 November 2015 Page 16 of 20 C. If the fire hydrant valve is positioned away from the water main, restrain all joints between the valve and water main. D. Fire Hydrant Depth Setting: 1. Use adjacent finished grade to determine setting depth. 2. Set bottom of breakaway flange between 2 and 5 inches above finished grade. 3. If finished grade is not to be completed during the current project, consult with the Engineer for proper setting depth. E. Coordinate installation with tracer wire installation. F. Orient fire hydrant nozzles as directed by the Engineer or Inspector. 3.11 TAPPED CONNECTIONS UNDER PRESSURE A. Follow manufacturer's installation instructions. B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall beslone by the Water Division. This includes connections made on public and -private grains. C. A new and site specific tapping application must be prepared for each tap iirgardless 1 of size, and submitted to the Water Division. The tapping applicatiorPitlust bc- completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 9 3.12 WATER MAIN OPERATIONS 4, 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 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. PART 4 DISINFECTION AND TESTING FOR POTABLE WATER SYSTEMS 4.1 GENERAL A. Upon completion of a newly installed water main or when repairs to an existing water system are made, the main shall be disinfected according to instructions listed in ANSUAW WA C651 and the following specifications. 4.2 SCHEDULING AND CONFLICTS A. Notify the City Inspector or Water Division two working days in advance of testing or disinfection operations to coordinate the operations. CRT OF IOWA CrrY WATER DIMMUTION - 02660 November 2015 Page 17 of 20 4.3 4.4 B. The Engineer or his/her representative is required to be in attendance during testing or disinfection. C. Entire testing sequence for a segment shall be completed within an appropriate timeframe. If testing sequence for a segment, including tracing, is not satisfactorily completed within two (2) weeks from initial disinfection, testing sequence for segment shall start over from initial disinfection. Testing schedules for other segments may be affected. SEQUENCE OF TESTING AND DISINFECTION Perform operations according to AW WA C651 in the sequence below. Successfully complete each operation before continuing to the next operation. All mains shall pass two bacteriological tests before pressure testing is allowed. Testing segments shall be no longer than 1200 feet along one main. All legs/lateral mains shall be tested as separate segments. Long main lines over 1200 feet in length shall be tested in discrete testing segments, and adjoining in-line testing segments shall not be tested together in any manner. Water mains must pass all testing before any main or service taps are allowed. A. Tablet Method (Concurrent with Water Main Installation): 1. Perform disinfection. 2. Flush after disinfection. 3. Perform bacteria tests. 4. Perform pressure and leak testing. B. Continuous -Feed or Slug Method (After Water Main Installation): Use this method only if approved by the Engineer. The sequence of testing and disinfection may be modified with approval of the Engineer. 1. Perform initial flush. 2. Perform disinfection. 3. Flush after disinfection. 4. Perform bacteria tests. 5. Perform pressure and leak testing. DISINFECTION A. General: - o 1. Disinfect according to AW WA C651. _ r- 2. 2. Keep piping to be chlorinated isolated from lines in service and from points of use. 3. Coordinate disinfection and testing with the Engineer. 4. Obtain and test water samples, unless otherwise provided by the Engineer. B. Procedure: 1. Induce a flow of potable water through the pipe. 2. Introduce highly chlorinated water to the pipe at a point within 5 pipe diameters of the pipe's connection to an existing potable system, or within 5 pipe diameters of a closed end, if there is no connection to an existing system. CITY OF IOWA CrrY WATER DISTRIBUTION - 02660 November 2015 Page 18 of 20 3. Introduce water containing a minimum of 25 mg/L free chlorine until the entire new pipe contains a minimum of 25 mg/L free chlorine. 4. Retain chlorinated water in the pipe for at least 24 hours and no more than 48 hours. 4.5 FLUSHING A. After 24-hour period, the detectable free chlorine residual shall be recorded at each sample point. For the tablet method, the free chlorine residual shall be greater than or equal to 0.2 mg/L. For the continuous feed method, the free chlorine residual shall be greater than or equal to 10 mg/L. Refer to AWWA C651 for free chlorine residual requirements for the slug method of disinfection. B. Flush pipe using potable water until chlorine residual equals that of the existing potable water system. C. Dispose of chlorinated water to prevent damage to the environment. DeAMorinate highly chlorinated water from testing before releasing into the ground orAwers. -'3 Obtain Jurisdiction approval prior to flushing activities. 1. Check with the local sewer department for the conditions of disposal to the sanitary sewer. o } 2. Chlorine residual of water being disposed will be neutralized by treating =' ; with one of the chemicals listed in the following table. ".77. 7 Table 5030.02: Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100,000 Gallons of Water Residual Chlorine Concentration mVjL Sulfur Dioxide (SO2) Ib Sodium Bisulfite (NaHS03) lb Sodium Sulfite (Na2S03) lb Sodium Thiosulfate (Na2S203 + 5H2O) lb Ascorbic Acid (C608H6) lb 1 0.8 1.2 1.4 1.2 2.1 2 1.7 2.5 2.9 2.4 4.2 10 8.3 12.5 14.6 12.0 20.9 50 41.7 62.6 73.0 60.0 1 104 4.6 BACTERIA SAMPLING Test water mains according to AWWA C651, including collection of two consecutive sets of acceptable bacteria samples 24 hours apart. If the initial disinfection procedure fails to produce satisfactory bacteriological results or if other water quality is affected, repeat the disinfection procedure. 4.7 PRESSURE AND LEAK TESTING A. Secure unrestrained pipe ends against uncontrolled movement. B. Isolate new piping from the existing water system. C. Fill and flush all new piping with potable water. Ensure all trapped air is removed. cnY OF IOWA CITY WATER DIS7R®U1I0N - 02660 November 2015 Page 19 of 20 D. Pressurize the new pipe to the test pressure at the highest point in the isolated system. Do not pressurize to more than 5 psi over the test pressure at the highest point in the isolated system. E. Test and monitor the completed piping system at 1.5 times the system working pressure or 150 psi, whichever is greater, for 2 continuous hours. F. If the measured pressure loss does not exceed 5 psi, the test will be considered acceptable. G. Repair all visible leaks regardless of test. H. Addition of makeup water is not allowed. 4.8 SYSTEMS CHECK A. Valve Operations: All valves shall be located and tested to verify operation. Remove the valve box lid, insert the valve key and open and close each valve. Count the turns and record the results. B. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. After hydrant has been flushed, close it and check for drainage. This is done by placing a hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 3. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. D. Final Trace: All tracer wire terminal boxes shall be to grade, located appropriate distance from hydrant/valve, and with tracer wire correctly attached. A Water Division locator shall complete a trace of the new pipe(s), including connections to existing main. Any tracing deficiencies noted by the locator shall be corrected before the water pipe is accepted and opened for service. 4.9 PUTTING WATER MAIN IN SERVICE The Water Division shall put the completed water system in service only after system has satisfactorily passed all testing and documentation requirements. CnY OF IOWA CITY WATER DIS IUBUTION - 02660 November 2015 Page 20 of 20 I — WIFE I ma I CROSSES TYPICAL PLAN BENDS Extend thrust blocks to undisturbed soil. Excavation Into trench wall may be necessary. Form vertical surfaces of poured concrete thrust blocks except on bearing surface. Encase all fittings In polyethylene wrap. Do not allow concrete to directly contact Joints or fitting bolts. Diameter of Pipe, D (Inches) MIMMUM BEARING SURFACE (sf) Bends Tees and 111/4' 22�/g 45° 900 Dead End 4 6 1 2 4 8 6 B 2 4 T 14 10 10 3 6 11 21 15 12 4 8 16 29 21 14 5 1 21 39 28 16 7 14 27 so 36 IB 9 17 3 20 11 21 12 7 24 1 30 4 47 171 1 0 36 4 44 7 Minimum surface area based on water pressure of 150 psi and allowable soil pressure of 1,000 psf. [� SUDAS FIGURE 5010,101 3TANOAA8RM KMI wm' lI NYYaYalomwa IevoLos itllWtl Puol9 9-9 N01133S NVId •syuewnoop p0u4.u00 eqy ul pal}loads ueyn Jo Veeulbu3 ey} 6q PGA011D ueyr Rluo esn 911'u111 )aulou}sea I001UD40eVI Ai'�url Pi'1 4' '40019 e+aJouo0 V -V NOIl33S NOLLVA3I3 H1d30 3dld NI S39NVHD M u}g Jo glssod WIRE CONNECTING GROUND ROD TO TERMINAL BOX IS A SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN EXISTING WATER EXISTING LOCATE DO NOT RUN WIRE UP VALVE BOX EXTEND ACER WIRE UP FIRE BARREL TO NTERNALrnTERMIINALS OF TRACER W REN TERMINAL BOX AND THEN DOWN TO GROUND ROD. ® CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. ® PLACE GROUND RODS 6"-10" AWAY FROM PIPE. TRACER WIRE TERMINAL BOX SAT GROUND LEVEL HYDRANT BARREL HYDRANT VALVE HYDRANT TEE SPLICE TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH TYPICAL DETAIL SCALE: NOT TO SCALE Figure CIC -5010,100 WATER MAIN POSSIBLE SPLICE �, i .h �a s i aan 9taz REVISED 11/2015 WIRE CONNECTING GROUND ROD TO TERMINAL BOX IS A SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN ©GROUND DO NOT RUN WARE UP VALVE BOX EXISTING WATER WITHOUT LOCATE ROD© O EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. ® CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. Q PLACE GROUND RODS V-10" AWAY FROM PIPE. ER WIRE TERMINAL BOX ROUND LEVEL HYDRANT BARREL FIRE HYDRANT VALVE 'FIRE HYDRANT TEE MIDPOINT LENGTH IWII�NSTALLTYPICAL ATI❑N WITH❑UT DETAIL WIEXIS A SCALE, NOT TO SCALE Figure CIC -5010,101 I' NWA i waserUMSb Referee eMm al\Stsnaar( avbgs\Tracer xlsthg(CICWlal0D.oey WATER MAIN SPLICE REVISED 11/2015 EVSTING WA' EMANG LOCATE TYPICAL DETAIL TRACER WIRE INSTALLATI❑N SERVICE SIZE 4" OR LARGER w/ EXISTING LOCATE WIRE SCALE: N❑T T❑ SCALE Fiqure CIC -5010,102 S\VAT\ V nterphlsbAeierericrMenuel\StnrMorGtrn�Nps\TrccerServkeTeELLsnpfCIC50161021Yp `Ii l AA1.3 VAN � 1 :h Nd S I ddb 9101 REVISED 11/2015 M1 OUT EXISTING MACCER TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Fiqure CIC -50101103 Sn VPT\Vnter01vls1on eferencrM muel\StwdardO wbVS\TrocerSarvlc@NO xM(CICWIM103)4ep REVISED 11/2015 BUILDING % FIGURE CIC -4C.1 FIGURE CIC -5010.100 G G FIGURE CIC -5020.201 _ _ _ _ _ _ _ _ _T _ _.. I( I I G I I G T .. 1 I t T TL==,i T G FIGURE CIC_5010.102 T T I i G 1 I T TRACER WIRE TERMINAL BOX BUILDING G GROUND ROD - TRACER WIRE FIRE HYDRANT ' WATER VALVE STOP BOX (SMALL SERVICE) BUILDING G - --- WATER MAIN/LARGE SERVICE LINE T - - _ _ _ _ _ _ - - rG I I I I G _. G i I :..- I I FIGURE CIC -5010.103 ` - . T FIGURE CIC -5010.101 J :+t lid S 1 ddb 9101 FIGURE CIC -4C,2 GENERAL TRACER SYSTEM CONFIGURATION Tt Figure CIC -5010.104 NOT TO SCALE REVISED 11/2015 3'-0' RADIAL C'- LEAR 1 SPACE TRACER WIRE GROUND ROD HYDRANT TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) NOTE: TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) MUST BE ONE FOOT (1') AWAY FROM HYDRAN VALVE BOX AND 6" GATE VALVE MAIN FINAL r 1' TR�ENCH� GRADE TRENCH I SPLICE TO MAIN TRACING WIRE OR z BACKFILL I� SET ADDITIONAL GROUND ROD f n HOLDING IF WATER MEGALLUUG OR MAIN 1= �BLOCKT n- - mak- --lj AS RER'D L -SOLID CONCRETE ANCHORING OR SWIVEL TEE BLOCK SOLID SOLID CONCRETE BLOCK CONCRETE. BACKFILL W/ 2' OR LARGER CLEAN GRANULAR FILL BL'OOK f, 113 v p I�F1 TO 18' ABOVE BOTTOM OF HYDRANT STAND PIPE i h ��d s 2 atl 9I TYPICAL HYDRANT & VALVE ASSEMBLY Figure CIC -5020.201 NOT TO SCALE REVISED 11/2015 wNOTEw TERMINAL B❑X IS PLACED 1' ER❑M HYDRANT, BETWEEN THE HYDRANT AND GATE VALVE, GATE VALVE HOLDING SPOOL OR MEGA LUG THRUST BLOCK TRACER WIRE TERMINAL B❑X PLUG S❑LID CONCRETE BLOCK THRUST BLOCK SWIVEL ❑R AS ANCH❑R TEE z EQ' SOLID CONCRETE BL❑CK Q HYDRANT 4.5" F❑R MAIN SMALLER THAN 12" 5,25" F❑R 12" AND LARGER MAIN TRACER WIRE GROUND ROD '' ., �. ;9.) S❑LID CONCRETE BL❑CK EI �Id 51 ���g10i DEADEND HYDRANT DETAIL Figure CIC-4C.1�=� NOT TO SCALE REVISED 11/2015 PLUG OR CAP GROUND ROD )KNOTEw TERMINAL BOX IS 20' OF PIPE AFTER PLACED 1' FROM HYDRANT, VALVE FOR FUTURE BETWEEN HYDRANT AND (12' AND LARGER MAY GATE VALVE, REQUIRE ADDITIONAL FEET OF PIPE) GATE VALVES EXTEND TRACER WIRE TO END OF HOLDING SPOOL OR PIPE RODDED ❑R MEGA LUG SOLID CONCRETE BLOCK TRACER WIRE TERMINAL BOX HOLDING SPOOL OR MEGA LUG S❑LID CONCRETE BLOCK THRUST BLOCK AS SWIVEL OR ANCHOR RFQ'D TEE S❑LID CONCRETE BLOCK EXTEND TRACER SOLID HYDRANT CONCRETE WIRE TO END OF 4,5' FOR MAIN SMALLER THAN 12' PIPE BLOCK 5.25' FOR 12' MAIN AND LARGER GROUND ROD HYDRANT DETAIL FOR _.� FUTURE WATER MAIN EXTENSION Figure CIC-4C.2 NOT TO SCALE REVISED 11/2015 City of Iowa City Water Division Accepted Products for Water Distribution Materials (Revised November 2015) WATER PIPE: (Ductile) ANSUAWWA — A21.51/C151 American, Clow, Griffin, McWane, US Pipe Certa-Lok bored piping FPPTING: (Ductile Iron Standard) ANSUAWWA — A21.10/C110, 350 psi (Ductile Iron Compact) AWWA C153,350 psi Clow, Romac Wide Range Restrained End Cap, Sigma, Tyler/Union, U.S. Pipe American Flow Control -Series 2800, Kennedy, Mueller -H615, Tyler/Union, US Pipe -T-9 TAPPING SLEEVE: (Stainless Steel with 304* Stainless Steel Flange) Cascade CST -EX Ford FAST, JCM-432, Mueller H304, Romac SST, Smith Blair 665 EBAA 1100, EBAA 2000 PV, Tyler Union TUFGrip 1000 & 1000S, Tyler Ur TUFGrip 1500, Tyler Union 2000 & 2000S VALVE: (Resilient Seated Gate Valves) ANSUAWWA C509, Open f Counterclockwise Clow F-2640, Kennedy 8571 SS, Mueller A-2362-20, U.S. Pipe USPO-23 without accessories, U.S. Pipe USPO-20 with accessories VALVE: (Butterfly) ANSUAWWA C504, Class 150B or Class 250B, Open Counterclockwise Clow, DeZurik, GAV 800 Series, Kennedy, M & H, Mueller, Pratt, Val -Matic VALVE: (Tappine) ANSUAWWA C509, Open Counterclockwise Clow F-2640, Kennedy 8950 SS, Mueller T-2362-16, U.S. Pipe A-USPO-16 VALVE BOX: (Slip Type) Tyler - Series 6855 & Item 666A, Range 51" to 71" VALVE BOX CENTERING RING: Adaptor, Inc Valve Box Adaptor H 50 ua FIRE HYDRANT: AW WA C502, Open Clockwise, 4 Ih" (Main Smaller than 12") or 51/a" (Main 12" and Lareer) American Darling Mark 73-5, American Darling B -84-B-5, Clow F-2545 Medallion with all stainless steel shaft, Mueller Super Centurion STAINLESS STEEL REPAIR CLAMP: With Stainless Steel Nuts & Bolts Ford FS], Romac SS 1, Smith -Blair 261 SLEEVE TYPE COUPLING: With Stainless Steel Nuts & Bolts Standard solid black sleeve: Griffin, Tyler/Union 5-1442 Bolted straight coupling: Romac Style 501, Romac Alpha Wide Range Restrained Coupling, Romac Macro HP Two -Bolt Coupling, Smith -Blair 441 TRACER WIRE TERMINAL BOX (DAYLIGHT BOX): DWS (Valco) 95E TRACER WIRE CONNECTOR: Blue in Color Copperhead Industries Snake Bite Corrosion Proof Wire Connector LSC 1230B, Twister DB Plus Wire Connector TRACER WIRE: Blue in Color o Copperhead, Iris Tech, or approved equal Q FREEZELESS YARD HYDRANT: 3- a -t— Woodford Mfg. Iowa Model Y34 and YI SERVICE SADDLE: ANSUAW WA — C800 AY McDonald 3845, Ford 20213S, Smith Blair 325 AY McDonald BALL CURB VALVE: ANSI/AWWA C800, Compression Connection for CTS OD Tubing (both ends) AY McDonald 76100Q, Mueller B25209N AY McDonald 5601 CURB BOX LID: "W" or "Water" Label on Lid Cement Applications: AY McDonald 5607L All Other Applications: AY McDonald 5601L STRAIGHT 3 -PART UNION: ANSUAW WA C800 AY McDonald 4758Q, Mueller H15403N, Universal Cambridge Coupler November 2015 City of Iowa City Water Division Accepted Products for Water Distribution Materials Page 2 SECTION 02662 SUPPLEMENTAL WATER MAIN SPECIFICATIONS PART 1- ICE PIGGING 1.01 RELATED DOCUMENTS: N o c A. ANSI/NSF 60 — Drinking Water Treatment Chemicals — Health Effects,' B. ANSUNSF 61- Drinking Water System Components — Health Effects C. AW WA C 651(05) — AW WA Standard for Disinfecting Water Mains. D. AW WA B 300(l 0) — AW WA Standard for Hypochlorites. L02 SUMMARY. A. Work shall consist of the manufacture, delivery, and extraction of ice slurry into/from the water main in order to clean the interior pipe surfaces from sediments, loosely adhered materials, and biofilms. The contractor shall use the Owner's potable water and NSF -60 certified materials in the manufacture of the ice slurry. The contractor shall use unaltered fire hydrants or similar items to deliver and extract the ice slurry from the water main. B. Owner will review condition of existing piping during installation of valves and hydrants to determine if ice pigging will be conducted. Owner reserves the right to delete this item and associated payment in its entirety according to bid price if owner deems ice pigging to be unnecessary following inspection. L03 SUBMITTALS. A. NSF -60 Certification for the NaCl used in the ice slurry. B. NSF -60 Certification for any Chlorine or Hypochlorites used in the ice slurry. L04 NOT USED 1.05 QUALITYASSURANCE A. Prior to delivery into the water main, the concentration of the ice slurry shall be measured through the use of a French press, or cafetiere to confirm that the ice slurry is at the required ice fraction. B. Visual observation of the ice slurry, and confirmation by flow analysis instrumentation provided, shall be made at the extraction point to confirm that ice traveled the entire length of the pipe. 02662-1 L06 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: 1. Manufacturer. 2. Date of manufacture 3. Handling instructions B. Storage: 1. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions. 2. Keep containers sealed until ready for use. 3. Do not use materials beyond manufacturer's shelf life limits. C. Handling: Protect materials during handling and application to prevent damage or contamination. o L07 MANUFACTURER e� A. Ice Pigging, US Patent No. 6916383, is exclusively licensed to: �^Ul Utility Service Company, Inc. 1230 Peachtree St. NE Promenade #2 Building, Suite 1100 r Atlanta, GA 30309 Cl) Contact: Paul Treloar (678) 705-6701 L08 EXAM71VA7I0N A. Owner shall exercise and inspect all valves and hydrants required to be used during the ice pigging process, prior to the days of operation. B. The ice production and delivery equipment shall be properly inspected, cleaned, and disinfected in accordance with AW WA C652 prior to the start of ice production. 1.09 PREPARATION A. Owner shall provide a secure ice production site, approximately 100ft x 100ft, with potable water hookup, preferably a fire hydrant. Site shall be accessible by Contractor 24 hours per day during the ice pigging production and delivery. 1.10 ICE PRODUCTION A. The hoses and fittings connecting the ice maker and delivery unit shall be disinfected and connected. This connection makes a closed loop system between the ice maker and delivery unit. The tank hatch shall be closed except for visual inspection by the operator. B. Approximately 2,750 gallons of potable water shall be added to the delivery tank, along with approximately 1,150lbs of NSF -60 Certified Sodium Chloride. C. If requested by the Owner, the Chlorine residual in the brine solution may be increased to l Oppm. The chlorine residual shall be tested, and then the appropriate amount of NSF -60 Certified Sodium hypochlorite shall be added to the brine solution. The solution shall be 02662-2 retested to confirm the chlorine residual. D. The PLC controlling the ice malting process shall be started and allowed to run overnight. Contractor shall monitor the procedure overnight via periodic visits and/or remote monitoring. E. After completion of the ice making process, the delivery pump shall be started and a small amount of ice shall be tested to determine the ice fraction. If the ice fraction is below the project's requirement, the ice making process shall continue. F. If the ice fraction is in accordance with the project's requirement, then the ice maker shall be shut off and disconnected. The ice contained in the delivery unit shall bi�jelivered to the job site. of LII ICEDELIVERY A. Owner shall deploy all appropriate traffic control measures shall fore described operation. i - F B. The ice pigging delivery unit shall be parked near the entrance hydrant with traffic control procedures being implemented, as needed. 1. A hose shall be setup from the delivery unit to the hydrant. 2. The hydrant shall be flushed to clean out the barrel, then shut off. 3. The hydrant fittings and hose ends shall be disinfected with 250ppm Cl solution 4. The hoses shall be connected to the hydrant. 5. The hydrant shall be opened and the connecting hose shall be charged allowing air to be flushed via an air release tap. 6. The static pressure shall be measured and recorded. C. The extraction point flow analysis instrumentation unit shall be setup near the extraction hydrant with traffic control procedures being implemented, as needed. 1. A hose shall be setup from the flow analysis instrumentation unit to the hydrant. 2. One hose shall run from the instrumentation unit to the sanitary sewer or to a waste disposal tanker in the absence of a sanitary sewer. 3. If connection to a waste disposal tanker is necessary, the connection shall be made via a double check valve (or 6" air gap) to prevent cross contamination by back flow from the waste tanker. 4. A second hose shall run from the flow analysis instrumentation unit to a de- chlorination diffuser to neutralize the residual chlorine contained in the displaced water which shall then run to waste. 5. The hydrant shall be flushed to clean out the barrel, then shut off. 6. The hydrant fittings and hose ends shall be disinfected with 250ppm Cl solution. 7. The flow analysis instrumentation unit shall be connected to the hydrant, and the hydrant opened. 8. Readings shall be noted and recorded for turbidity, conductivity, water temperature, flow and pressure. 9. The unit shall be allowed to flow water. 10. The final valves shall be closed to isolate the water main. D. The isolation of the main shall be verified by the instrumentation unit. The extraction hydrant valve shall be closed after main isolation is verified and before the static pressure goes below 20psi in the main. 02662-3 E. The entrance hydrant shall be opened and the ice pumped from the delivery unit into the water hydrant. 1. Prior to pumping the percent solids of the ice shall be documented. F. The extraction hydrant valve shall be operated to allow for the displacement of water by the introduction of the ice and maintain the pressure above 20psi in the main. G. Once the specified amount of ice has been delivered, the entrance hydrant and extraction hydrant valve shall be closed and the pressure is maintained above 20psi in the main. H. IMMEDIATELY, the upstream main line valve shall be opened to supply the needed pressure to push the ice pig through the main. I. Once full system pressure is observed at the flow analysis instrumentation unit, the operator shall open the extraction hydrant valve to control the flow of water and monitor the progress of the ice pig. Once the pig is monitored to arrive, by means of a conductivity alarm, the flow of water shall be diverted from the de -chlorination diffuser to flow to the sanitary sewer or waste tanker. K. The water quality shall be monitored and flow shall continue until the water quality returns to the initial pre -flush water quality readings. Final chlorine shall be documented. L. The entrance hydrant shall be flushed to remove any ice that remains between the water main and hydrant. M. The entrance and exit locations shall be cleaned up with all materials and equipment removed from the site. o 0 N. The downstream main valve shall be opened and the main shall be rei aed toll ser" qe. The Owner may elect to issue a precautionary boil advisory, and a test taken to confirm there is no bacteriological contamination. cn e 1.12 ADDITIONAL PROCEDURES a -� A. If depressurization of the system has occurred, Owner shall disinfectthe water main in accordance with AW WA C651, or as local regulatory agencies may direct. PART 2—ANODE Anodes are to be attached to water main adjacent to hydrant tee installations and at connections to existing water systems. Include cost of anode in unit price for hydrant installation or connections to existing systems. 2.01 Magnesium Anodes and Clamps: A. Anodes shall be 17 lb. high potential magnesium with 10 ft. length of No. 12 AWG solid copper wire with Type TW thermoplastic insulation. B. Finished anode shall be separately packaged in plastic bags 3 mil or greater (total packaged 02662-4 weight shall be between 40 and 50 lbs.) and placed on pallets. C. Pallets shall be covered for weather protection and shrink wrapped. D. Accepted manufacturers are Galvotec Alloys Inc., 3N International Inc., or Messa. 2.02 Anode Clamps: A. Stainless steel band used to attach sacrificial anode to iron water mains. B. Shall provide a secure electrical contact to the pipe. C. Shall be adjustable to fit different sizes of water mains. D. Wire shall be #12 AWG solid copper wire 30 mil DPE insulation securely atEached to the band. u� E. Accepted manufacturers are CP Solutions Inc. and Utility Equipment or manufact0er approved by the Water Division. T PART 3 — DISINFECTION & TESTING 3.01 GENERAL A. Disinfection and testing of the existing raw water main shall be completed using the following flushing and disinfection procedure. The Owner will determine if ice pigging will be completed prior to disinfecting the main. Contractor shall coordinate with Owner for operating valves to supply water and for access to manholes to discharge water. Provide at least 2 days notice in advance of flushing and disinfection. 3.02 WATER A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting 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. 3.03 DISINFECTIONAGENT -CHLORINE A. Liquid Chlorine complying with AW WA B300 and A W WA B301. B. Sodium Hypochlorite complying with A W WA B300. C Calcium Hypochlorite complying with A W WA B300. D. All disinfecting agents to be NSF 60 certified. Supply and store in the original container 3.04 DISINFECTION: Perform operations according to A WWA C651 in the sequence below. Successfully complete each operation before continuing to the next operation. A. Flush water main for 24 hours. Provide hoses and accessories to discharge to sanitary sewer system. 02662-5 1. Check with the local sewer department for the conditions of disposal to the sanitary sewer B. Disinfect water main at 200ppm for 48 hours using continuous feed chlorination to achieve required chlorine concentration. Following disinfection, flush main; dechlorinate water prior to discharging to sanitary sewer. Perform bacterial testing and report results to Owner. C. Disinfect water main a second time at 50ppm for 48 hours using continuous feed chlorination to achieve required chlorine concentration. Following disinfection, flush main; dechlorinate water prior to discharging to sanitary sewer. Perform bacterial testing and report results to Owner. D. Repeat 50ppm disinfection up to 4 times if bacterial test fails. Perform bacterial testing after each round of disinfection and flushing. 3.05 TESTING: A. Upon completion of the final disinfection flush, Test water mains according to AWWA C651, including collection of two consecutive sets of acceptable bacteria samples 24 hours apart. 02662-6 SECTION 02900 N 0 LANDSCAPING Q. PART 1- GENERAL r,m 1.01 SUMMARY. r 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. L03 SUBMITTALS. A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. L04 DELIVERY, STORAGE AND HANDLING.- A. ANDLING. A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART2-PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. 1O E. 2.01 SEED: All trees shall display the following form and branching habits: 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. Trees shall be measured when branches are in their normal position. Caliper =!asurement shall be taken at a point on the trunk six inches (6") above ground. 5 a Trees which have no leader or have a damaged or crooked leader„os-multiple les unless specified, will be rejected. Trees shall be freshly dug. -f Mix Minimum Proportion LbsJ by Weight Acre Lbs./ 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. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion 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 LIMEANDFERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* -15% Phosphorus -15% Potash - 15% - *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 0 3.01 PLANTING TREESAND SHRUBS. 'c A A. Planting Season and Completion Date: 1. Trees: Spring — March 30 through May 15 '. Fall — Sept. 18 through Nov. 18 J s' 2. The Contractor may plant outside the limits of such dates with permissjbn of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 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. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friab* and free of hand clods and rock over two inches in diameter. -c . Q 3.03 SEED, FERTILIZE, LIMEAND MULCH: + --- A. Apply lime by mechanical means at rate of 3,000 pounds per acre. '" c- <n v B. Apply fertilizer at rate of 450 pounds per acre. s C. Seed Areas: c:- 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/<-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/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 furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimise 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. 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. 0290011 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. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11/00 0 sh,red�g.oks9�hw2900.doc _ r 02900-5 PLANS FOR IOWA RIVER RAW WATER MAIN CONVERSION PROJECT IOWA CITY, IOWA SA PROJECT LOCATION CITY OF IOWA CITY L -)t 11 IIIIJ11f( , VICINITY MAP NOTTOBCALE DRAWING TITLE 1 SCALE AS NOTED pUWN ALO CHECKED ONE AP%NVED qp DATE SLMAIE I 'E�i ie ie i • _MLFea BA0.p ONE INCH ON ONHNNAL INNONND. IF NOT ONE INCH ON THIS $NESHEET.AINNSi SCALES RCCORpNGLY. GENERAL LEGEND t SURVEY LINE B STATION INDICATOR CONCRETESURFACE ® ASPHALTSURFACE ® CONCRETEWIMPHALTOVERLAY LOW GMDE ASPHALT SURFACE GRANULAR SURFACE DIRTSURFACE BRICKSURFACE SURFACING REMOVAL REPLACEMENT ® EARTH SECMN �— NEWSEWERIEMNHOLE —$— NEW SEWERANTAKE NEW WATER MAIN — — — — NEW FORCE MAIN (J NEWHYDMNT ® NEW WATER VALVE —Il— EKMTING SANITARY SEWER AND SUE —IRT— EXITING STORM SEWER AND SRM EMSTING WATER MAIN AND SUE —STILI~ EXISTING FORCE MAIN AND SUE —Ii— GAS MAIN AND SUE —UM— UNDERGROUND POWER LINE OVERHEAD POWER LINE —T— UNDERGROUND TELEPHONEIINE CABLE IElEVI3XON LINE —ID— FIBER OPTICS TOP OF EMBANKMENT TOE OF EMBANKMENT DRAINAGE COURSE Q SANITARY MANHOLE ® STORM WATER MANHOLE ® ELECTRIC MANHOLE QT TELEPHONE MANHOLE ® WATER MANHOLE CURBINTAKE 0 w 0 AREA OR BEEHIVE INTAKE CJ EXISTING HYDRANT ® EXISTING WATER VALVE ® GAS VALVE UTILITY POM O GUYANCHOR \ STREETLIGHT X SIGN o TELEPHONE CABLE JUNCTION BOX } TMFMC SIGNALS R PEDESTRIAN CONTROL 11GXT MILROAD CONTROL LIGHT RAILROAD SIGN O UTIIJTY ACCESS COVER PARKING METER Q TREE O EVERGREEN O STUMP A. BUSH, SHRUB OR HEDGE ===1=1111, CULVERT;SUEANDTYPE ---w FLARED END SECTION RAILROAD M MAILBOX FENCE IMISC.) SECURITY FENCE - - WOOD FENCE —SE— SILTFENCE CHAIN LINK FENCE It PROPERTY LINE o PROPERTY PIN A SECTION CORNER 77 PIAT BOUNDARY BULDING ELEVATION MARKER E' CENTERLINE DIA. DIAMETER ELEV. ELEVATION PVC POLYVINYLCHLORIDE PIPE CI CAST IRON PIPE DI DUCTILE IRON PIPE CMP CORRUGATED METAL PIPE VCP VITRIFIED CLAY PIPE RCP REINFORCED CONCRETE PIPE RCAP REINFORCED CONCRETE ARCH PIPE LRCP LINED REINFORCED CONCRETE PIPE LCPP LINED CONCRETE PRESSURE PIPE STA. STATION LA LINEAHEAD LB LINE BACK BM -3 BENCH MARK AND NUMBER ROW RIGHT-OFMAY PI POINT OF INTERSECTION POT POINT ON TANGENT LF LINEAR FEET TH TACKED HUB ®BB4 SOIL BORING AND NUMBER PVC POINT OF VERTICAL CURVATURE PVT POINT OF VERTICAL TANGENCY VC VERTIWLCURVE PC POINTOFCURVATURE AT PONT OF TANGENCY MO MIDDLEORDINATE DWG. DRAWING CP -1 CONTROL POINT AND NUMBER (TYP.) TYPICAL HAS HIGH PRESSURE OAS IPG INTERMEDIATE PRESSURE GAS INV. INVERT E.W.,E.F. EACH WAY, EACH FACE E.W. EACH WAY a AT Q DRAWING NUMBER NOTE: THIS IS A GENERAL LEGEND. ITEMS MAY OR MAY NOT APPEAR ON DMWINGS. VEENSTRA & K/MM, INC. NO. DRAWING TITLE 1 INDEX AND TITLE SHEET 2 - 3 DETAILS - WATER MAIN 4 QUANTITIES - UTILITIES AND AGENCIES 5 ALIGNMENT AND CONTROL POINTS 6 RESTRICTED ACCESS - PLAN 7 CONSTRUCTION PHASING - N. MADISON ST 8 SIDEWALK DETOUR 9-13 PLAN AND PROFILE I CITY OF IOWA CITY ENGINEERING DIVISION I APPROVED ONE CALL 1..�..�..�I-Z . IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 86022ndA—W • SQII1 • CCFSIVilkiOwa51311-1565 3/41661000 S 314166/OOE(FAV R 811631/4001(WATS � r CITY OF IOWA CITY .s GENERAL NOTES 1. ALL ELEVATIONS ARE TO CIT/ OF KIWA CITY DATUM. 3. SHAPE ALL DITCHES TO DRAIN AFTER CONSTRUCTION. D. CONFIRM LOCATION AND DEPTH OF ALL EXISTING UNDERGROUND UTMJTIES AS REQUIRED TO ELIMINATE CONFLICTS PRIOR TO CONSTRUCTION. ALLOW UTILITY PERSONNEL TO RELOCATE UTILITIES WHERE CONFLICTS OCCUR. X. DO NOT INTERRUPT EXISTING UTILITIES OR INDIVIDUAL SERVICES UNLESS DIRECTED BY ENGINEER. S. LOCATIONS OF CONSTRUCTION UNIT LINES SHOWN ON PIANS ARE APPROXIMATE. ENGINEER WILL LOCATE CONSTRUCTION LIMITS IN FIELD. CONCERNS ALL CONSTRUCTION OPERATIONS, INCLUDING ACCESS TO WORK, TO CONSTRUCTION LIMITS. B. OTHERWISE NOTED. 7. STATIONING IS ALONG CENTER LINE OF WATER NOW, UNLESS OTHERWISE NOTED. 0. PROTECT UTILITY POLES, LINES AND APPURTENANCES NOT SHOWN FOR RELOCATION. S. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION; PINS RESET BY REGISTERED NAND SURVEYOR; COST IS INCIDENTAL TO CONSTRUCTION. 10. PROTECT ALL SURFACING, NOT INDICATED BY SHADING FOR REMOVAL AND REPLACEMENT FROM DAMAGE DURING CONSTRUCTION. PROTECTION OF VEGETATION TREES AND OTHER VEGETATION WHICH MAY BE REMOVED ARE MARKED WITH AN "X" OVER THE APPROPRMTE SYMBOL FOR EXAMPLE a 13' INDICATES THE REMOVAL OF A 10" TREE. REPLACEMENT, BY CONTRACTOR, OF THESE ITEMS IS NOT REQUIRED. TUNNEL, INSTALL TIGHT SHEETING, MND EXCAVATE OR EMPLOY OTHER MEANS APPROVED BY ENGINEER TO PROTECT EXPOSED PORTIONS AND ROOT SYSTEMS OF TREES AND OTHER VEGETAWN NOT SCHEDULED FOR REMOVAL IF TREES AND OTHER VEGETATION NOT SCHEDULED FOR REMOVAL ARE DAMAGED WRING CONSTRUCTION, REPLACE IN KIND AND SIZE AT NO COST TO CITY OR PROPERWOWNER. I M m WI I engwennq dmumeM — Ypomd Ey M uMO m/ B,w.l 1.1 ..lmm une IF. I . auH Eo.q.J Frtlmpgl "INA, Ina. m.. N .. SIN. W I— D / M -M-3016 SAM R. £plWiq.r. I.E. HAS AAAI.. IN. 1. Yy b,x IN Sole Y 0.wmp. 31. PIS 0.v.ilp mwl.S Sy 0A, HIS INDEX AND TITLE SHEET 1 11 GATE VALVE THRUST BLOCK PLUGS THRUST BLO XNOTEx TERMINAL BOX IS PLACED 1' FROM HYDRANT, BETWEEN THE HYDRANT AND GATE VALVE. HOLDING SPOOL OR MEGA LUG ,TRACER WIRE TERMINAL BOX SOLID CONCRETE BLOCK AS I ANCHORLTEESOLID CONCRETE BLOCK Q HYDRANT 4.5' FOR MAIN SMALLER THAN 12' TRACER WIRE—/5.25' FOR 12' AND LARGER MAIN GROUND ROD SOLID CONCRETE BLOCK DEADEND HYDRANT DETAIL Figure CIC -4C.1 NOT TO Scl REVISED 1:/2015 INTERNAL TERMINALS 07P TRACER WRE TERMINAL BOX AND THEN DOWN TO GROUND ROD. ® TCLAMP ER NARAC PO WRE NIS. TO [ROUND ROD AT SYSTEM ® PLACE GROUND ADDS 8 -10' AWAY FROM PIPE. WE C CA ID 1.0 04 TERMNAS OF WEN eRMI�NAE`L RE TEAMNAL 5 A TRACER BOX AND BACH DOWN. LTE WE FROM THE EREARA ® P TRACTIONER WN' E TO OROTUND RE AT SYSTEM TO l.E HYDRANT RUN TEAM ® PLACE GROUND RODS 6'-10" AWAY FROM PIPE. ®GROUND RCD � QTRA REE TO�-ERMNAL BO%USDA SEPARATE WE FROM THE TIRE TERMINAL BOX AT ^vROJXO UE L TIRE TO ME HYDRANT RUN EXISTING LOCATE WRE FIRE HYDRANT BARREL �ROUNO RE-"- FIRE HYDRANT VALYE - [;I ORE HHWANT / NEW WATER MAIN ME E NOT RUN WE SPLICE UP VALVE BO% WNCUG LOCA R HIRE PEABLE SPLICE I BRUCE TAPE WE AT MIDPOINT O6 EACH PIPE LENGTH UND RCE® r TYPICAL DETAIL TRACER WIRE INSTALLATION WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.101 REVISED 11/2015 awanN+.-ww.r..neelrr_IN���Ye-m�.aas�n.a�xYna��Ync4nla+se INTERNAL TERMINALS 07P TRACER WRE TERMINAL BOX AND THEN DOWN TO GROUND ROD. ® TCLAMP ER NARAC PO WRE NIS. TO [ROUND ROD AT SYSTEM ® PLACE GROUND ADDS 8 -10' AWAY FROM PIPE. WE C CA VTRACER ORE TERMINAL BOX RE TEAMNAL 5 A AT GROUND ;EOEL LTE WE FROM THE EREARA EXISENG WATER MAN TO l.E HYDRANT RUN POSSIBLE SPLICE RRE HYDRANT BARREL ®GROUND RCD � (FIRE HYDRANT VALVE 1 /—NEW WATER MnN / r RE HYDRANT TEE UP VALVE BDF RE/ EXISENG WATER MAN POSSIBLE SPLICE `SPLICE EXISTING LOCATE WRE AD 0 TAPE RE AT MIT Ni EACH PIPE LENGTH - [;I CO'OF SPLICE r m J TYPICAL DETAIL TRACER WIRE INSTALLATION w/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure CIC -5010.100 HYDRANT 3•_0• rvul c: IrtnGnrt W RADIAL MUST HE C~LE'—AR—' SPACE VALVE I 6' GATE ® MAIN II A L r 1' ?R ty x ., I TRENCH -,I I i BACKFILL TRACER WIRE s;4 I GROUND RDD—`::'�-I \ FINAL GRADE TRACING WIRE OR GROUND ROD AS REG'D I -SOLID `4NCHORING OR SWIVEL TEE CONCRETE BLOCK SOLID SOLID CONCRETE BLOCK CONCRETE BACKFILL W/ 2' OR LARGER CLEAN GRANULAR FILL BLOCK TO 18' ABOVE BOTTOM OF HYDRANT STAND PIPE TYPICAL HYDRANT & VALVE ASSEMBLY Figure CIC -5020.201 .., TO SCALE REVISED 11/2011 DATE REVISIONS SCALE Nxvrto I VERIFY SCALE 6NMDIEINRNDN IOWA RIVER RAW WATER MAIN CONVERSION PNDX[D ONTY O CITF IOWA CITY AP 6PANS ONE IN HDN DETAILS - WATER MAIN 2 DATE °`°'�' RTDATAXI DJUiLSSY. VEENSTR4&K/MM�A`anm • SMm4 X, CoFXMlkIbTa5224l-7565 Y DWXR ../ INC./NC. 313441000 W 31946&101 IT B86,241d0011WATS) PR'GMEwr 114/ ]� ` ' 12 Forjdnt details, see _j^ (' IT "142.1 RT �1 i`1B 4' - �'j i T- Sbpeas I- SI°Pe as Slope as 6' GRADE B - - ce�-s FillGMDE _r_ R - Per Plans FORM 4• - �• Pat dens GRADE ELEV ELEV. ELEV. 10 6- StandsN Cub, 6' Sloped CuN, w 6' Sloped Curb as specified. R 3' - Q I'd Proposed Pavement is HMA. No elevation difference M Proposed W STANDARD CURB 64 SLOPED CURB C SLOPED CURB Pavement Is PCC. 03 Mr.'KT. w L' pint B Proposed Pevemerd is PCC.'B' joint N Proposed! Beck of CUN ^ ]t., Pavement is HMA 11'ta 3"- 2 t 2'fi' Wass edNetl 1' Mal.) _ sy Outledlne (as spedead)� Slope m 42 3 FORM1 _ FORM ORADE -- ELEV ELEV. Leml_ Ven. DROP CURB - ATSDEWALK DRIVEWAY DROP CURB CURSANDGUTTERUNIT 6' 427 1'Sea DebilA 1'R 10" rile p w�m�e � LTJ w.mmmsw s nNUBNRxI RAIYrmgreMN PV•102 BEAN CURB•, 'For elroit redecement sections, DETAIL A mmtlu ex stlm pat anade �;.-.., PCC CURB DETAILS ul •r 1 I ,I al*IB= II*IBs �Ilf meas wARmpaileisHON Uklsturbed Estend thrust blocks to unOlsturbed solL Excanatlon Thrust Block Solt Flttlm Into trench wall may W necessary. t Form vertical surfaces of poured concrete thrust F L!J of Nocks O -Mt an bearind —f-- rfaoe.+,C •� 1 ?' is +,w /' Dmose all flttlwls In polyethylene wrop Do not allow CC = - O ci concrete to directly contact joints or fitting balls. Bearlm Surface ;� Qb )See Table) ul •r 1 I ,I al*IB= II*IBs �Ilf meas wARmpaileisHON MINIMUM BEARNG SURFACE U01 w..n I Minimum eurfoca area based on water pressure of EO P+1 and ad , soil pressure of 1,000 oaf. VEENSTRA & K/MM, INC. SODAS Wm -101 Po"Itih or Stru B TRENCH BEDDING • UNDER PAVEMENT 1. PLACE WATER MAIN ON UNDISTURBED MATERIAL WITH BELL SHAPING OR ON CLEAN 1" ROCK. 2. PROVIDE CLEAN 1" ROCK TO SPRINGLINE OF PIPE AND KNIFE IN PLACE. 3. PLACE 1 rt CLEAN ROCK TO TOP OF PIPE. 4. PLACE AND COMPACT ROADSTONE TO BOTTOM OF PAVEMENT SUBGRADE. • ALL OTHER AREAS 1. PLACE WATER MAIN ON UNDISTURBED MATERIAL WITH BELL SHAPING OR ON CLEAN 1" ROCK. 2. PROVIDE CLEAN 1" ROCK TO SPRINGLINE OF PIPE AND KNIFE IN PLACE. 3. PLACE AND COMPACT SUITABLE BACKFILL MATERIAL TO WITHIN 12" OF FINISHED SURFACE. CHANGES IN PIPE DEPTH pa Block / iurnbuckN Depth of Concrete MIN 1.5 1 0 Hoak SECim B -B FLN L SECTION A -A rFr DEAD ENDS (ALTERNATE METHOD) Use arty when slowed by the Emlmer, or then soeclfled In the contract documents. PLAN IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 66022nd AinNima Sulfil a Coalville, Iowa 52141-1565 3194661000 0 319-4661006(FAA7 is 566241A001(WAT$) DETAILS - WATER MAIN Gland 3 REV.1 P i i_LEV. ELEV. ELEV._. O Sloped Cut Cutas e'Sncl, Curb. or 4" — Sloped Curb as , 6- Setl. R 3" - Q2 J' if Proposetl Pavement is HMA. No V STANDARD CURB Leve Line DROP CURB AT SBIENVALK V SLOPED'CyURB —.]2^ 1A"to3' DROP CURB C SLOPED CURB 2'-6'. jpr aa_�cirletl Slop as 2 per pans CURB AND DUMB UNIT elevation difference S Proposed Pavement is PCC. Sr.'KP, or L' pint S Propose i Pavement is PCC. B' pint R Proposed Pavement is HMA For Tont dee PVA. TZ• $$Y 1Y R 3S" RIO pe as �� J_ ops as 1 Slope as ,FORM B perpkns (GRADE FORM ;2'R perplans GRADE — — — FORM' q• par plans GRADE`— — i_LEV. ELEV. ELEV._. O Sloped Cut Cutas e'Sncl, Curb. or 4" — Sloped Curb as , 6- Setl. R 3" - Q2 J' if Proposetl Pavement is HMA. No V STANDARD CURB Leve Line DROP CURB AT SBIENVALK V SLOPED'CyURB —.]2^ 1A"to3' DROP CURB C SLOPED CURB 2'-6'. jpr aa_�cirletl Slop as 2 per pans CURB AND DUMB UNIT elevation difference S Proposed Pavement is PCC. Sr.'KP, or L' pint S Propose i Pavement is PCC. B' pint R Proposed Pavement is HMA kIRARNG SURFACE laf) Benda Anchor Bbok Wn. LS , IEES @ESS 3 A 1 11 In 1 5 -� 1 L --o PLAN Is 9 9 1 0 1 45` eWh � � 11 0 1 42 71 1 55 24 ID 1 29Thr Bock Retalner Gland / T ELEVATION J� Minimum surface area based on eater VOOe 0 Of SO psi and allowable soG pressure of 1,000 pat. D CROSSES UEAO ENDS turnbuckle 1. oo ,� Concrete Min, LS X p ?` SODAS Nv N-xuw .'° j'i OepM of Lmcrete e.. m,e,rX rEv aal.w Hook MM b —AMRWIE Bola RANMBIOASMN eser 101 vJ,• V SECTION B -B RGUBL sRa1R RWIWSt01DRN1 WM-101 nsl '.M. W. Aja SECTION A -A R TYPICAL PLAN Tom NAM TURIM BLOCKS DATE REVISIONS eaAlA AS.H. I VERIFY SCALE DWG. NO. °R eX aLs WISONEPtNON IOWA RIVER RAW WATER MAIN CONVERSION ONEDXED ons onaI.L.1 Na' CITY OF IOWA CITY A„� mm DETAILS WATER MAIN 3 IF MLOXE IHCX ON WE wa.mlE TMm""EEr'ADJ1BT VEENSTRA&K1MM INC.e6Dlzndnt.etae . ISusi6&IO . ) - B&S-was11001( ATS mauEofox corwmusmox K°reeeaOA01Y x 3144661000 • 3141661808(FA%1 • SS&241-0001(WATS) PROJECT I 1 CT B i• R -� a �� t' rt _ 02 P RKBL mUD RABLYAIDWIUN LY a•Err,E s BEAM CURB' 'Fm short reIacemeni sections, match ex sting ourb profile DETAIL A _ f\) PCC CURBVI CHANGES IN PIPE DEPTH DAD NDS (ALTERNATEMETHOD) Undlsfurbetl Extend thrust docks f0 uMlsturbea soil. Ex Ion Use only Indo by the Engineer. or when he Engine Tlroet Bock Fitting Soil Into french wall may be necessary. a contosed Weconly In the contract surfaces Of pouree cmcrefe ttrusl Farm vexce Nooks excWt an bevInq sur -face. t In wrap. cal �'.�OQ,' -/o____.. fittirp bdtUac aoncaretal to erectly contact jolnts th ReNasirdlnedCW� ReeFhalrntlalbhHaTStrap�� ''. �Ratalner (Rand kIRARNG SURFACE laf) Benda Anchor Bbok Wn. LS , IEES @ESS 3 A 1 11 In 1 5 -� 1 L --o PLAN Is 9 9 1 0 1 45` eWh � � 11 0 1 42 71 1 55 24 ID 1 29Thr Bock Retalner Gland / T ELEVATION J� Minimum surface area based on eater VOOe 0 Of SO psi and allowable soG pressure of 1,000 pat. D CROSSES UEAO ENDS turnbuckle 1. oo ,� Concrete Min, LS X p ?` SODAS Nv N-xuw .'° j'i OepM of Lmcrete e.. m,e,rX rEv aal.w Hook MM b —AMRWIE Bola RANMBIOASMN eser 101 vJ,• V SECTION B -B RGUBL sRa1R RWIWSt01DRN1 WM-101 nsl '.M. W. Aja SECTION A -A R TYPICAL PLAN Tom NAM TURIM BLOCKS DATE REVISIONS eaAlA AS.H. I VERIFY SCALE DWG. NO. °R eX aLs WISONEPtNON IOWA RIVER RAW WATER MAIN CONVERSION ONEDXED ons onaI.L.1 Na' CITY OF IOWA CITY A„� mm DETAILS WATER MAIN 3 IF MLOXE IHCX ON WE wa.mlE TMm""EEr'ADJ1BT VEENSTRA&K1MM INC.e6Dlzndnt.etae . ISusi6&IO . ) - B&S-was11001( ATS mauEofox corwmusmox K°reeeaOA01Y x 3144661000 • 3141661808(FA%1 • SS&241-0001(WATS) PROJECT I . 14 ESTIMATED QUANTITIES MID AMERICAN ENERGY CO. DESCRIPTION UNIT TOTAL AS BUILT QUAN. PHONE:319-356-5275 O i 1. Portland Cement Concrete Pavement and Driveways D V 1.1 8" PCC Pavement SY 163 1.2 6" PCC Trail SY 76 2. Construction of Water Mains and Water Services i 2.1 16" DI RJ Water Main in Open Cut CL 53 LF 80 2.2 16" Connection to Existing Service Ea. 1 2.3 20" Connection to Existing Service Ea. 1 2.4 2" Water Service Connection Ea. 1 3. Construction of Water Valves and Hydrants a 3.1 16" Butterfly Valves Ea. 4 3.2 20" Butterfly Valves Ea. 2 3.3 1 Hydrant Assembly Ea. 4 4. Pavement Removal SY 239 5. Trench Stabilization Material Tons 10 6. Erosion Control 6.1 jErosion Control Mat Sq 13.5 6.2 ISilt Fence LF 160 7. Seed, Fertilization, and Mulch Acre 0.5 8. Traffic Control LS 1 9. Mobilization LS 1 10. Ice Pig 16" Line LS 1 11. Disinfection & Testing CHRIS PARIZEK. E.I. 11.1 1200 ppm Ea. 1 11.2 150 ppm Ea. 4 MOBILE: 319-360-5122 GENERAL NOTES 1. THE OWNER SHALL OPERATE ALL VALVES AND HYDRANTS. 2. KEEP ACCURATE CONSTRUCTION RECORD DOCUMENTS INCLUDING ELEVATIONS FOR UTILITIES AT EACH CHANGE IN PROFILE OR ALIGNMENT. THE OWNER WILL UTILIZE GPS EQUIPMENT TO OBTAIN AS -BUILT COORDINATES PRIOR TO BACKFILL. CONTRACTOR TO COORDINATE WITH THE UNIVERSITY OF IOWA (335-2569 OR 631-2288). 6' I ! e LE t--,wwP HYDRANT ASSENBLY 6" GATE VALVE ATTR TO 6"-45 BEND. PRD`ADE 6"-45 BEND AS NECESSARY TO KEEP HYDRANT 6. OR LESS BURY. (TYPICAL) PROVIDE RUMNED JOINTS - OR HOLDING SPOOLS. (1YPICAL) ROTATE 6"x16" TEE 45' (TYPICAL) UTILITIES AND AGENCIES GAS & ELECTRIC MID AMERICAN ENERGY CO. CITY rc PHONE:319-356-5275 O i D V / r PROJECT_. ED YOUNG—GAS i U') PHONE: 319-341-4457 CITY FIRE DEPARTMENT PHONE:319-356-5260 MOBILE: 319-330-1871 K Q: JASON WARREN—ELECTRIC a � PHONE: 319-341-4425 O N CITY ENGINEERING DEPT. 410 E. WASHINGTON STREET DATE OI,.F. YVWR gYXIIIY T. PHONE:319-356-5140 TELEPHONE n < :J 615 3RD AVENUE SE 6' I ! e LE t--,wwP HYDRANT ASSENBLY 6" GATE VALVE ATTR TO 6"-45 BEND. PRD`ADE 6"-45 BEND AS NECESSARY TO KEEP HYDRANT 6. OR LESS BURY. (TYPICAL) PROVIDE RUMNED JOINTS - OR HOLDING SPOOLS. (1YPICAL) ROTATE 6"x16" TEE 45' (TYPICAL) UTILITIES AND AGENCIES GAS & ELECTRIC MID AMERICAN ENERGY CO. CITY POLICE DEPARTMENT PHONE:319-356-5275 ^� ^' 4 REV. 1 1630 LOWER MUSCATINE RD. EMERGENCY 911 VEENSTKA & K/MM INC R6O22r A.e • S.r 4 • CmIVIIIe, b-52241-1565 / 319J66-1000 • 319.4661OO6(F.W • 666241-0OO10WAT51 _ IOWA CITY, IOWA 52240 PROJECT_. ED YOUNG—GAS PHONE: 319-341-4457 CITY FIRE DEPARTMENT PHONE:319-356-5260 MOBILE: 319-330-1871 EMERGENCY 911 JASON WARREN—ELECTRIC PHONE: 319-341-4425 MOBILE: 319-330-7301 CITY ENGINEERING DEPT. 410 E. WASHINGTON STREET SCOTT SOVERS. P.E. PHONE:319-356-5140 TELEPHONE CENTURY LINK 615 3RD AVENUE SE CEDAR RAPIDS, IA 54201 CITY WATER DEPARTMENT 80 STEPHENS ATKINS DRIVE KEVIN HEEREN CHRIS PARIZEK. E.I. PHONE: 319-399-7408 PHONE:319-356-5160 MOBILE: 319-360-5122 CITY SEWER DEPARTMENT 4366 NAPOLEON DRIVE SE CABLE TELEVISION MEDIACOM TIM WILKEY 546 SOUTHGATE AVENUE PHONE:319-356-6106 IOWA CITY, IA 52240 KEVIN FOUNTAIN PHONE: 319-351-0408 x3701 CITY TRAFFIC ENGINEERING JON RESLER MOBILE: 319-621-8466 PHONE:319-356-5482 FIBER OPTICS IOWA NETWORK SERVICES, INC. CITY PARKS & FORESTRY ZACH HALL 7760 OFFICE PLAZA DRIVE SOUTH PHONE:319-356-5093 WEST DES MOINES, IA 50266 JEFF KLOCKO PHONE: 515-830-0445 UNIVERSITY OF IOWA PARKING DEPARTMENT ERIN SHANE CITY OF IOWA CITY PHONE:319-335-7798 WATER DIVISION FACILITIES MANAGEMENT PHONE: 319-356-5160 RESIDENCE HALL KRISTEN SCRANTON UNIVERSITY OF IOWA PHONE:319-384-2178 GEORGE STUMPF PHONE: 319-335-2814 CONSTRUCTION SERVICES DESIGN PROJECT MANAGEMENT UTILITY LOCATING CREW "ONE CALL" 811 CHET WIELAND PHONE: 800-292-8989 PHONE:319-384-0996 ENGINEER VEENSTRA & KIMM. INC.— CORALVILLE 860 22ND AVE SUITE 4 DAVE SCHECHINGER PHONE:319-466-1000 MOBILE:319-430-2227 CONSTRUCTION PROJECT MANAGEMENT RONY WIEBEL PHONE:319-335-1227 MIRON CONSTRUCTION MADISON RESIDENCE HALL PROJECT ANDREW DANIELS PHONE:319-298-5208 rAu .o XOTeD VERIFY SCALE •.XuoxE,XCXax <� IF MTp E OX m..HEU..AWMT ..l£X.DwXoxDLr. _. IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY QUANTITIES - UTILITIES AND AGENCIES _._ _ ^� ^' 4 REV. 1 """" "`° ryDE YION%L VEENSTKA & K/MM INC R6O22r A.e • S.r 4 • CmIVIIIe, b-52241-1565 / 319J66-1000 • 319.4661OO6(F.W • 666241-0OO10WAT51 _ e•uEDFaR caemDcnox PROJECT_. ESTIMATED QUANTITIES DISCRIPTION UNIT TOTAL AS BUILT QUAN. MODIFIED HYDRANT (TYPICAL) ASSEMBLY PHONE: 800-292-8989 1. Portland Cement Concrete Paveglent and Driveways 6" GATE VALVE 1.1 7" PCC Pavement SY 163 1.2 6" PCC Trail SY 76 2. Construction of Water Mains and Water Service PROVIDE 6" BEND AS ENGINEER VEENSTRA & KIMM. INC.— CORALVILLE 2.1 16" DI RJ Water Main in Open Cut LF 80 2.2 16" Connection to Existing Service Ek 1 2.3 20" Connection to Existing Service Ea. 1 2.4 2" Water Service Connection Ea. PHONE:319-466-1000 3. Construction of Water Valves and Hydrants OR INc SPOOLS. 3.1 16" Butterfly Valves Ea. 4 3.2 20" Butterfly Valves Ea. 2 3.3 jHydrant Assembly Ea. 4 4. Pavement Removal BY 239 5. Trench Stabilization Material CY 10 6. Erosion Control 6.1 jErosion Control Blanket Sq 13.5 6.2 ISM Fence LF 160 7. Seed, Fertilization, and Mulch Acre 0.5 8. Traffic Control LS 1 9. Mobilization LS 1 10. Ice Pig 16" Line LS 1 11. Disinfection & Testing 11.1 1200 ppm Ea. 1 11.2 150 ppm Ea. 1 4 GENERAL NOTES 1. THE OWNER SHALL OPERATE ALL VALVES AND HYDRANTS. 2. KEEP ACCURATE CONSTRUCTION RECORD DOCUMENTS INCLUDING ELEVATIONS FOR UTILITIES AT EACH CHANGE IN PROFILE OR ALIGNMENT. THE OWNER WILL UTILIZE GPS EQUIPMENT TO OBTAIN AS -BUILT COORDINATES PRIOR TO BACKFILL. CONTRACTOR TO COORDINATE WITH THE UNIVERSITY OF IOWA (335-2569 OR 631-2288). GAS & ELECTRIC TELEPHONE MID AMERICAN ENERGY CO. 1630 LOWER MUSCATINE RD IOWA CITY, IOWA 52240 ED YOUNG—GAS PHONE: 319-341-4457 MOBILE: 319-330-1871 JASON WARREN—ELECTRIC PHONE: 319-341-4425 MOBILE: 319-330-7301 615 3RD AVENUE SE CEDAR RAPIDS, IA 54201 KEVIN HEEREN PHONE: 319-399-7408 MOBILE: 319-360-5122 CABLE TELEVISION MEDIACOM 546 SOUTHGATE AVENUE IOWA CITY, IA 52240 / FIBER OPTICS UTILITIES AND AGENCIES PHONE: 319-3y —0408 x3701 MOBILE: 319-621-8466 WEST DES MOINES, IA 50266 PHONE: 319-3545_-5160 UNIVERSITY OF IOWA GEORGE STUMPF PHONE: 319-335-2814 CITY POLICE DEPARTMENT PHO :319-356-5275 EM GENCY 911 CITY FIRE DEPARTMENT PHONE:319-356-5260 EMERGENCY 911 CITY ENGINEER] DEPT. 410 E. WASHINGTON STREET SCOTT BONERS, P.E. PHONE:319-356-5140 CITY/WATER DEPARTMENT 80 STEPHENS ATKINS DRIVE CHRIS PARIZEK, E.I. PHONE:319-356-5160 CITY SEWER DEPARTMENT 4366 NAPOLEON DRIVE SE TIM WILKEY PHONE:319-356-6106 CITY TRAFFIC ENGINEERING JON RESLER PHONE:319-356-5482 N 0 CITY PARKS & FORESTRY PHONE: �'tn 5159109S I UNIVERSITY OF IOWA PARKING—QEPARlIkNT " ERIN SHANE- —v PHONE: 319-335_1475 1 F5 FACILITIES MANAGEMENT RESIDENCE HALL. , KRISTEN SCRANTON PHONE:319-384-2178 CONSTRUCTION SERVICES T1'PIK MORANr� � ROTATE UTILITY LOCATING CREW "ONE CALL" 811 DESIGN PROJECT MANAGEMENT MODIFIED HYDRANT (TYPICAL) ASSEMBLY PHONE: 800-292-8989 CHET WEILAND 6" GATE VALVE PHONE:319-384-0996 FINAL ,R,,,E ATTACH To 5"-45' ewo. MZ PROVIDE 6" BEND AS ENGINEER VEENSTRA & KIMM. INC.— CORALVILLE CONSTRUCTION PROJECT MANAGEMENT IT NE ro %rEv 860 22ND AVE SUITE 4 RONY WEIBEL 6' IINf �NN^R.A1N,T 6' BURP. \"' DAVE SCHECHINGER PHONE:319-335-1227 PRONDE RETRNNED JOINTS PHONE:319-466-1000 OR INc SPOOLS. MOBILE:319-430-2227 T1'PIK MORANr� � ROTATE ASSEI6LY 6' TEE 46 MODIFIED HYDRANT (TYPICAL) ASSEMBLY id "RO�H� VEENSTRA & K/MM, INC. IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 66022ndAw w " SuR&4 " rba1V1k ATwa52241-1565 114466-1000 • 31946&IOO FAV • ! 414001(WA73 MIRON CONSTR TION MADISON RESIDENCE HALL PROJECT ANDREW DANIELS PHONE:319-298-5208 QUANTITIES - UTILITIES AND AGENCIES 1 4 PROJECT 11681 I D m PARK ROAD BRIDGE s __ 227------2 i:- _ 'IC "` �• ti EP STA. 122+99.50 N=614778.86 -V; E=2177722.35 PI1 STA. 122+1 Q, g =614698.22 71 E=2177703.48 Q, g PI STA 121+64.63-.VP7,n -9 =614651.54 E=2177680..4 BROWN STREET Ii �' e ♦ .��' PISA. 119+93. 9, 5 -1 ;"'• PI STA. 113+46.20 w �o =614505.70 ° "F'- N=613976.34 - & E=2177590.12 E=2177239.42 _ 4 ST� PI A 119+91.28 cat PI STA. 112+87.27 8 =614503.99 N=613930g CP -1228 E=2175 .52 7201. E=217 79 PI STA. 116+83.17 PI STA. 112+33.25 �� =614231.07 N=613889.36 d' E=217797 E=2177167.34 o PI STA. 116+17.69 PI STA. 111+67.65 x$^ =614174.83 N=613839.94 :> -. E=217r�3.04 E=2177124.23 ,, �� PI=614114.19 5+ 40.80 PI STA. 110+56.08 E=2177365.76 N=613754.3 E=2177052.60 PI STA. 114+21.35 PI STA. 109+49.49 :� =614016.00 N=613671.04 E={ 1.71 - M, 74, , ., E=2176966.17 PI STA 113+70.30 =613979.23 PI STA 106+70.22 -Ir-E=2177262.33 N=613450.8 Ili PI STA. 113+66.99 E=2176816.13 CP -1180 ,i1, =613976.68 PI STA. 105+88.13 $1 �++ E-2177260.22 E N=613382.06 ' i, ` A. E=2176771.39 g PI STA. 108+93.02 =613625.26 PI STA. 103+89.61 E=2176953.11 N=613211.59-,, & SPI STA. 108+70.58 E=2176669.74 =613607.88 4 E=2176938.92 o PI STA. 102+61.93 n$ N=613099.76 ° t PI STA. 108+48.60 E=2176608.11 ,P =613593.43 5r wE=2176922.35 PI STA. 102+03.51 _ :.u_ 3 0 N=613046.66 ,iQ �w PI STA. 108+31.74 3 E=2176583.75 S "PI STA. 104+62.88 =613582.24 �,� =613274.79 E=2176909.74 9 PI STA. 101+76.89 E=2176706.73 s �"„ q N=613024.28 0^' PI STA. 108+30.68 t: E=2176573.48 =613581.44 E DAVENPORT ST E=2176909.04 PI STA. 104+07.81 PI STA. 108+11.33 BP STA 100+84.33' CP -1166 N=613226.80 =613567.17 N=612945.87 C E=2176679.74 E=2176895.98 U) PI STA. 101+1992 ,, PI STA. 107+55.43. E=2176546.32 , ^ =612965.32 -�"�'A1==: =613522.19 Z E=2176573.81 2 E=2176862.79 ffi Q- 0 7�..,. p _ U7 PI STA. 101+11.61 a O N=612965.27 'I 2 E=2176565.51 �af Ae a v A :i 6 i zom z , ; DATE REVISIONS au,E as xoreD VERIFY SCALE ' DWG. NO. „ .LD=E..E..» IOWA RIVER RAW WATER MAIN CONVERSION M c»EC D DRB DNDINALDMWRtl. CITY OF IOWA CITY B-,• ALIGNMENT AND CONTROL POINTS 5 6 AiV%pVED w«DRS If XOr D»EI»LII D» . T. - T»9!»EET.A.DJWT W022MAw S.IW4 • C-Mlf4,A� 52241-1565 '� uwEDEOR coxsmucTrox ..t A«a .Ll VEENSTRA&K/MM, INC . 31v46 7" 31s 10o6ffvo 6 24fa00?(WATS) PROJECT „5e, CONTROL POINT TABLE Point# Nort hing Easting Elevation Description CP 1168 812985.04 2178813.35 649.47 CP CUTX CP 1180 613608.58 2176917.37 853.14 CP CUTX CP 1227 614963.06 2177771.29 658.28 CP MAGNAIL CP 1228 814397.82 2177551.78 644.72 CP 100DNAIL EXISTING FINISH WATER MAIN 1 �o. 102+00 E%ISTING RAW' � &,r 103+00WATER MAIN ` /':�iQ J O °'-�- - —100 0 — — — 2 -* los+00 \ --� A a " ijACCESS 106+00 T LIMITS P m i � — -,'-.. ... .. .....:... � �•.+,� 9+.00 A ROTECT -- .. -_---- ' - .EXISTING FlN6H PROTECT EXISTING STONE WALL HIGH o' ao' IOWA RIVER WATER MAIN COMMUNICATION STEEL PLATES A EXIST ING RAW L,. STRUCTURE (7P) �.::.<-. . ,.:. _...-_ p "1+00-- 712+W 113+00 00 115+00 % -- �E ----- _ ACCESS LIMITS-�� ', E�qi G (TYP.), A\ y NOTES 1. ACCESS FOR WORK FROM STA. 103+00 TO STA 120+00 IS LIMITED TO AREAS SHOWN. OBTAIN TEMPORARY GATE KEY FROM U OF IOWA PARKING OFFICE FOR ACCESS. PROTECT PAVEMENT ALONG ACCESS ROUTE NOT SCHEDULED FOR REMOVAL REPAIR DAMAGED PAVEMENT AT CONTRACTOR'S EXPENSE. 2. ACCESS FOR WORK FROM STA 122+00 TO STA 123+00 IS LIMITED TO N. DUBUQUE STREET. DO NOT BLOCK SIDEWALK. PROTECT PAVEMENT ALONG ACCESS ROUTE NOT SCHEDULED FOR REMOVAL REPAIR DAMAGED PAVEMENT AT CONTRACTOR'S EXPENSE. PROVIDE TRAFFIC CONTROL AS NECESSARY TO DELIVER EQUIPMENT AND MATERIALS TO SITE. 3. GRADE ALL AREAS TO PRE -CONSTRUCTION CONDITIONS REPAIR RUTS AND SMOOTH ACCESS ROUTE PRIOR TO SEEDING. SEED WITH URBAN MIX. ,. 11000IWW 116+00 ---- —EXISTING WATER IOWA '"�--- SERVICE TO FRATERNITY - __— '4/VER 12 iP. a.0 ACCESS LIMITS (TYP.) AW WATER EXISTING SERVICE TO RAW WATER - FRATERNITY MAIN ] I aP l2� „ LpQF•A EXISTING FINISH WATER MAIN --�`�`-- vp Qz q Gym pJ. ACCESS LIMITS (TYP-) EXISTING RAW WATER MAN i a r � STRE�_ i7 a� DATE I REVISIUNS weU nNorm VERIFY SUALIE "" , NNPROXEN «�N IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY ,,,,,�P � est• RESTRICTED ACCESS —PLAN 6 are Nuaae rNAeNEEr,iW L 8 6&7 ANrnue • 6&10 • Caalvllk luw1,&WI WATT eteNEPR>a �ra�� eCNE6/iCG9PPNELY VEENSTRA & K/MMS INC. 3tua66t000 - gtyurriooe(F,tp eees41-0o0lrvytTs) PROJECT trot 1. NOTIFY U OF I PARKING OFFICE ONE WEEK PRIOR TO CONSTRUCTION. 2. ERECT TRAFFIC CONTROL AND PLACE CONCRETE BARRIERS AROUND EXCAVATION AREAS PRIOR TO CONSTRUCTION. 3. REMOVE PAVEMENT TO LIMITS SHOWN TO CONSTRUCT NEW WATER MAIN AND CONNECT TO EXISTING MAINS. BACKFILL BENEATH PAVED ROADWAY AREAS WITH GRANULAR BACKFILL MATERIAL. (INCIDENTAL) SEE DWG 9 FOR TRAIL BACKFILL 4. COMPLETE HYDRANT INSTALLATIONS, CLEANING AND DISINFECTION OF UNE AND PAVEMENT REPLACEMENT PHASE 1 PRIOR TO BEGINNING PHASE 2. PAVEMENT MUST BE CURED AND SEALED PRIOR TO OPENING TRAFFIC. ALL PAVEMENT TO BE M-4 MIX. 5. PROVIDE EROSION CONTROL MAT ON MEAS DISTURBED ADJACENT TO PAVEMENT REMOVAL FROM STA 101+00 TO STA 102+20. (ESTIMATED 13.5 SO) 6. ERECT TEMPORARY STOP SIGN WITH ALTERNATING TRAFFIC SIGN ATTACHED. EXISTING FINISH WATER MAIN _ EXISTING RA WATER MAIN ,( / i M �— MTTRAFFIC PHASE I LQ STA 101+57.22. 1815 0 EAST LANE FOO1 ENTRANCE AND EXR. PROVIDE SIGNAGE FOR REMOVAL LIMITS MATCH PT, O CLOSURE OF WEST WJE. STA 101+62.71, 9.07' RT PROPERTY UNE .REMOVAL UMITS MATCH FT. an STA 101+54.67, 18.89 RT MAL llYliS wTCR PT. ti=61, 2.52' LT 3 _ •, - _ REMOVAL LIM TCH PT. 5 su 101+35.93, 9.77' W ""•.< W. DAVENPORT STREET W PIM=64931 a+t L LIMITS wTCN PT. =6ae.9 REMOVAL LIMITS MATCH R D1+08.04, 6.11LT 2 - .812995.29 -- REMOVAL 1B1 REMWAL UNITS MATCH Pf.a -612957.37 E-217&141.72 le"sT tEMOJAl- LIARS MATCH PT ''1 6=OVIDE PROPERLY UNE STA 101+02.76, 3.06 RT PRONTROL TO MAINTAIN ONE LANE REMOVAL UMrtS MATCH PT. ALTERNATING TRAFFIC FOR - STA. 101+17.43. 8.67' RT I RAMP DURING PHASE 1 REMOVAL UMRS MATCH PT. PHASE 1 REMOVAL N-612956.4 AND REPLACEMENT E-217658142 z EXISTING CONSTRUCTION FENCE L O W FOR RESIDENCE HALL PROJECT' UNDER CONSTRUCTION. �O W DATE I nevlslurvs PLETE ALL PHASE 1 WORK AND CONFIRM PASSING TESTS ON 1,_, I R MAIN PRIOR TO ABANDONING FINISHED WATER UNE AND ANTS ON PHASE 2. REMOVE TRAIL CLOSURE TRAFFIC CDNTROL. owvwM T TRAFFIC CONTROL AND PLACE CONCRETE BARRIERS AROUND 4ARm ox6 xcx ox VATION AREAS PRIOR TO CONSTRUCTION. VE PAVEMENT TO UMTTS SHOWN TO REMOVE VALVE AND CAP oRs . REMOVE HYDRANT AT STA 103+35 AND CAP LINE. ®• IFILL BENEATH PAVED ROADWAY MEAS WITH GRANULAR BACKFILL L5ERECM ACE PAVEMENT AND REMOVE ALL TRAFFIC CONTROL. ALL 'MENT TO BE M-4 MIX. � T TEMPORARY STOP SIGN WfiH ALTERNATING TRAFFIC SIGN m CHED. i M �— MTTRAFFIC PHASE I LQ STA 101+57.22. 1815 0 EAST LANE FOO1 ENTRANCE AND EXR. PROVIDE SIGNAGE FOR REMOVAL LIMITS MATCH PT, O CLOSURE OF WEST WJE. STA 101+62.71, 9.07' RT PROPERTY UNE .REMOVAL UMITS MATCH FT. an STA 101+54.67, 18.89 RT MAL llYliS wTCR PT. ti=61, 2.52' LT 3 _ •, - _ REMOVAL LIM TCH PT. 5 su 101+35.93, 9.77' W ""•.< W. DAVENPORT STREET W PIM=64931 a+t L LIMITS wTCN PT. =6ae.9 REMOVAL LIMITS MATCH R D1+08.04, 6.11LT 2 - .812995.29 -- REMOVAL 1B1 REMWAL UNITS MATCH Pf.a -612957.37 E-217&141.72 le"sT tEMOJAl- LIARS MATCH PT ''1 6=OVIDE PROPERLY UNE STA 101+02.76, 3.06 RT PRONTROL TO MAINTAIN ONE LANE REMOVAL UMrtS MATCH PT. ALTERNATING TRAFFIC FOR - STA. 101+17.43. 8.67' RT I RAMP DURING PHASE 1 REMOVAL UMRS MATCH PT. PHASE 1 REMOVAL N-612956.4 AND REPLACEMENT E-217658142 z EXISTING CONSTRUCTION FENCE L O W FOR RESIDENCE HALL PROJECT' UNDER CONSTRUCTION. �O W DATE I nevlslurvs I6cAm 1,_, I �11T acaUe { - AmfIM�MMAIOCIMMOEMDTFD owvwM •1�. 4ARm ox6 xcx ox clm¢o oRs woMnl mAxlx9. • I111111111111111111� 1• � ARMtlY® m •IOTMLINCMOX VEENSTRA & K/MM, INC. ...9.M ra,.1MC11p1 x e 0' 20' 40' WEST LME FOR ENTRANCE AND EXIT. PROVIDE SIGNAGE FOR CLOSURE OF EAST LANE. -�-PROPERTY NAL UMHTS MATCH Pf.'C _ LINE- - T. REMOVAL D16TS MATCH PT. IT STA 101+25.75 2925' RT REMOVn LIMlS MATCH Pf. PT. STA 101133.66. 37.28' M - RTREMOVAL UUTTS MATCH PT. W DAVENP 1 �STA. 101+JJ 51 4237' Rf REMOVAL LIMITS MATCH FT. JOINT CROSSING PT, N=6129637... E=2176591.01 REMOVAL LMRS MATCH FT. N=61299.47 E-2176592.61 I Z IOW I SOW PHASE 1 21511.- li IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 66022vd Avenue S.i 4 C.I Ilk kb .52241-1565 319-4661000 a 3194661008(F,00 a 666-2414R001(WA73) olzvot.: O1 E.217861dp6 �Rwy6w.v2� to"ST II le"5T E-2176607.22 PHASE 2 RI CONSTRUCTION PHASING - N. MADISON ST PHASE 2 I 7 REV 1 CII UJAX I . NOTIFY U OF I PARKING OFFICE ONE WEEK PRIOR TO CONSTRUCTION. 2. ERECT TRAFFIC CONTROL AND PUCE BARRIERS AROUND EXCAVATION MEAS PRIOR TO CONSTRUCTION. 3. REMOVE PAVEMENT TO UNITS SHOWN TO CONSTRUCT NEW WATER MAIN AND CONNECT TO ENISTING MAINS. BACKFILL BENEATH PAVED MEAS WITH GRANULAR BACKFILL MATERIAL. (INCIDENTAL) 4. COMPLETE HYDRANT INSTALLATIONS, CLEANING AND DISINFECTION OF UNE AND PAVEMENT REPLACEMENT PHASE 1 PRIOR TO BEGINNING PHASE 2. PAVEMENT MUST BE CURED AND SEALED PRIOR TO OPENING TRAFFIC. 5. PROVIDE EROSION CONTROL BLANKET ON MEAS DISTURBED ADJACENT TO PAVEMENT REMOVAL FROM STA 10>,+00 TO STA 102+20. (ESTIMATED 13.5 SO) PHASE USES 4 EAST UNE FOR ENTRANCE AND EXIT. PROVIDE SIGNAGE FOR CLOSURE OF WEST LANE. w2w 4V1 40® Tr ' 1. COMPLETE ALL PHASE 1 WORK AND CONFIRM PASSING TESTS ON WATER MAIN PRIOR TO ABANDONING FINISHED WATER LINE AND HYDRANTS ON PHASE 2. REMOVE TRAIL CLOSURE TRAFFIC CONTROL 2. ERECT TRAFFIC CONTROL AND PLACE BARRIERS AROUND EXCAVATION MEAS PRIOR TO CONSTRUCTION. 3. REMOVE PAVEMENT TO UMTTS SHOWN TO REMOVE VALVE AND CM LINES. REMOVE HYDRANT AT STA 103+35 AND CAP UNE. 4. BACKFILL BENEATH PAVED MEAS WITH GRANULAR BACKFILL REPLACE PAVEMENT AND REMOVE ALL TRAFFIC CONTROL. AM f� A.:y- rl 114 PHASE 2 TRAFFICWEST LANE FOR USES ENTRANCE AND EXIT. PROVIDE SIGNAGE FOR CLOSURE OF EAST LANE. VAL ULSTS MA 1 5 60:.-� �/ h r SG 101+6271. 947 RT ;' -PROPERTY LINE I) f .�.,___.____ f_ - _ REMOVAL LIMITS -MATCH PROPERTY LINE i�A'REWVAL WITS MAldl :. STA. 101+2953, 21.64 RI r STA 101+5/dl, IBM' RT -F N MovAL u5.7 MATCH Pr. IIMIS MATCN y' .0 �„', ,. -. MARS MATCH PL //� <.. tma25.75 29.25' Rr STA 101+09.61. 242' LT .3 ..� - / - STA 101+35A3, 9.71 VT , REMOVAL LW15 MATCH Pi. .. 4.. W DAVENPORT STREET( ,1 REMOVAL WITS MATCH PT.. - - _ y �\ j STA. 101+33.516.37.26' R1 5 srw 101+35.93. 9.77' RT''<,q W. DAVENPORT STREET REMOVAL LIYIS MATCK vr. REMOVAL LIMITS MAnR °f �, RIM 'OH da `STA 101+33.51, 4237' RT 1615 MATCH R. j REMOVAL WITS MATCH R. STA 101+26.0{, 5.1Y Rf�� / REMOVAL LI111f5 MATCH PT, STA 101+0604, 6.11' LT STA 101+26.04, 5.17' RT-' -612961.74 �� RDAOVAL LIMIR MAE-2176616.96TCH PT.i Ai -612963.60 .!31.81 �� =6(1.61.. 8..2 C5 I B1 1eST RI4=: .. is"Si 16,� __ G) I U9]S. l 9.36 Y.38 q` S' _ .`.REMOVAL LIMTIS MATf:ll R PROPERTYUNE +_ (REMOVAL LIMITS MATCH PL - PROPERLY LINE STA 101+02.76. 3.05' RT PROVIDE TRAFFICCONTROL N-612963. PROVIDE iRAFFiC CONTROL t 1�^ TO MAINTAIN ONE UNE h, E-2176579579 -2 n6579t54 I MAIN AN ONE LANE OF - ALTERNATING TRAFFIC FOR REMOVAL LIMITS MATCH PT. ALTE TING TRAFFIC FOR REMOVAL LIMOS MATCH PT.' r� RAMP DURING PHASE 1 N-6129564 - RAMP D IN PHASE 2 STA 101+IJ.43, 8.67' RT E-2176551 42 REMCRAL LIMITS i961� _ pT,''' REMOVAL UMfTS MATCH K. / PHASE 1 REMOVAL (BLUE) , REMOVAL LIMITS MATCH PT - I E -2176W7.22 ■bw .' 4r N-612956.4 AND REPLACEMENT (RED) I N-15IM7.Q E-2176551.42 E-2176592.61 PHASE 2 REMOVAL (BLUE) tt AND REPLACEMENT (RED) 2 1 aS'1 LLI Oti L■ IOW e QLOQ Zo PHASE1 PHASE 2 DATE REVISIONS .W A•xmEo VERIFYSCALE - _.DWG. NO. °","„ "1O 6ANM0HEINCHDN IOWA RIVER RAW WATER MAIN CONVERSION CHELATED IlA oIaOIMAL NNAwINb. CITY OF IOWA CITY CONSTRUCTION PHASING - N. MADISON ST 7 f MOl ONE IHCXON MA .,O VEENSTRA&K/MM INC. e69zzOdA..,u,6 1 10 17 Car+ "S-2414WI(WATS ouoH1A colrolnHeDON cALee Accoeaxclr. r 319166-1000 • 314/66-IODB(FAX/ 568-I/idW1IWAT5) PROJFCi 1:6P1 N O J �r� VAL ULSTS MA 1 5 60:.-� �/ h r SG 101+6271. 947 RT ;' -PROPERTY LINE I) f .�.,___.____ f_ - _ REMOVAL LIMITS -MATCH PROPERTY LINE i�A'REWVAL WITS MAldl :. STA. 101+2953, 21.64 RI r STA 101+5/dl, IBM' RT -F N MovAL u5.7 MATCH Pr. IIMIS MATCN y' .0 �„', ,. -. MARS MATCH PL //� <.. tma25.75 29.25' Rr STA 101+09.61. 242' LT .3 ..� - / - STA 101+35A3, 9.71 VT , REMOVAL LW15 MATCH Pi. .. 4.. W DAVENPORT STREET( ,1 REMOVAL WITS MATCH PT.. - - _ y �\ j STA. 101+33.516.37.26' R1 5 srw 101+35.93. 9.77' RT''<,q W. DAVENPORT STREET REMOVAL LIYIS MATCK vr. REMOVAL LIMITS MAnR °f �, RIM 'OH da `STA 101+33.51, 4237' RT 1615 MATCH R. j REMOVAL WITS MATCH R. STA 101+26.0{, 5.1Y Rf�� / REMOVAL LI111f5 MATCH PT, STA 101+0604, 6.11' LT STA 101+26.04, 5.17' RT-' -612961.74 �� RDAOVAL LIMIR MAE-2176616.96TCH PT.i Ai -612963.60 .!31.81 �� =6(1.61.. 8..2 C5 I B1 1eST RI4=: .. is"Si 16,� __ G) I U9]S. l 9.36 Y.38 q` S' _ .`.REMOVAL LIMTIS MATf:ll R PROPERTYUNE +_ (REMOVAL LIMITS MATCH PL - PROPERLY LINE STA 101+02.76. 3.05' RT PROVIDE TRAFFICCONTROL N-612963. PROVIDE iRAFFiC CONTROL t 1�^ TO MAINTAIN ONE UNE h, E-2176579579 -2 n6579t54 I MAIN AN ONE LANE OF - ALTERNATING TRAFFIC FOR REMOVAL LIMITS MATCH PT. ALTE TING TRAFFIC FOR REMOVAL LIMOS MATCH PT.' r� RAMP DURING PHASE 1 N-6129564 - RAMP D IN PHASE 2 STA 101+IJ.43, 8.67' RT E-2176551 42 REMCRAL LIMITS i961� _ pT,''' REMOVAL UMfTS MATCH K. / PHASE 1 REMOVAL (BLUE) , REMOVAL LIMITS MATCH PT - I E -2176W7.22 ■bw .' 4r N-612956.4 AND REPLACEMENT (RED) I N-15IM7.Q E-2176551.42 E-2176592.61 PHASE 2 REMOVAL (BLUE) tt AND REPLACEMENT (RED) 2 1 aS'1 LLI Oti L■ IOW e QLOQ Zo PHASE1 PHASE 2 DATE REVISIONS .W A•xmEo VERIFYSCALE - _.DWG. NO. °","„ "1O 6ANM0HEINCHDN IOWA RIVER RAW WATER MAIN CONVERSION CHELATED IlA oIaOIMAL NNAwINb. CITY OF IOWA CITY CONSTRUCTION PHASING - N. MADISON ST 7 f MOl ONE IHCXON MA .,O VEENSTRA&K/MM INC. e69zzOdA..,u,6 1 10 17 Car+ "S-2414WI(WATS ouoH1A colrolnHeDON cALee Accoeaxclr. r 319166-1000 • 314/66-IODB(FAX/ 568-I/idW1IWAT5) PROJFCi 1:6P1 1r , i SIDEWALK CLOSED R9-9 18" % W" /CHURCH STREET •-- ,_ �j SIDEWALK CLOSED AT MADISON ST. SOUTHBOUND TRAFFIC / C o' 100' FOLLOWDDET - I FAIRCHILD STREET it JM y # A � J 7 � — -- LU I` W W EAST DAVENPORT STREET d 0 — J s I li 1 Z Y I L . U! t EAST BLOOMINGTON STREET'' a Te 0j - � •. n iRl S MIL Ix fes' -A law SIDEWALK CLOSED SIDEWALK MADISON Sr.O z ID MADISON ST. _ I ' NORTHBOUND TRAFFIC i. FOLLOW DETOUR. v- 9 �y a 24^ X IB" NORTHBOUND TRAFFIC x ' FOLLOW DETOUR. � 0 a n O 2a" % 48" -! R e ` J I _ $EAST MARKET ST -F , S \ I y I WEST MARKET ST _ SIDEWALK SIDS SIDEWALK c - ( DETOUR DETOUR i DETOUR6 m , `\1•'� 18' x 30" SIDEWALK CLOSED SIDEWALK l I `^ i L — # ' 18" % 30•' �� IB x 30 �f L I ✓' '): DE OUR amw I e AT MADISON Si. 18" % 30' y t NORTHBOUND FOLLOW DETOUR. —OWI - �1P a score as xorso -141M. AIR,.. T WERT,.uRxnrtAxnx9RTH"IMAn oxnwx AIL � DWG. NO. DATE REVISIONS VERIFY SCALE M eueoxl ixcxox IOWA RIVER RAW WATER MAIN CONVERSION «1P Ma CITY OF IOWA CITY SIDEWALK DETOUR 8 ii1°P�•m m exon EVAWoT W °"T` °"`''1• 1eµ"''AwMVEENSTRA&K/MM B6ozLldnemc . wlro4 . CaMIWI14 52241-1565 REV1 i INC/NC319-1661000 • 3194661POWA)O • D88-]41,5001(WAT51 PROJECT 11Y1 axuEO Wn caxnvucnox �- _ SIDEWALK Jj lase �s LU I .' ;� SIDEWALK DETOUR .. % W.. 18 i SIDEWALK CLOSED R9-9 18" % W" /CHURCH STREET •-- ,_ �j SIDEWALK CLOSED AT MADISON ST. SOUTHBOUND TRAFFIC / C o' 100' FOLLOWDDET - I FAIRCHILD STREET it JM y # A � J 7 � — -- LU I` W W EAST DAVENPORT STREET d 0 — J s I li 1 Z Y I L . U! t EAST BLOOMINGTON STREET'' a Te 0j - � •. n iRl S MIL Ix fes' -A law SIDEWALK CLOSED SIDEWALK MADISON Sr.O z ID MADISON ST. _ I ' NORTHBOUND TRAFFIC i. FOLLOW DETOUR. v- 9 �y a 24^ X IB" NORTHBOUND TRAFFIC x ' FOLLOW DETOUR. � 0 a n O 2a" % 48" -! R e ` J I _ $EAST MARKET ST -F , S \ I y I WEST MARKET ST _ SIDEWALK SIDS SIDEWALK c - ( DETOUR DETOUR i DETOUR6 m , `\1•'� 18' x 30" SIDEWALK CLOSED SIDEWALK l I `^ i L — # ' 18" % 30•' �� IB x 30 �f L I ✓' '): DE OUR amw I e AT MADISON Si. 18" % 30' y t NORTHBOUND FOLLOW DETOUR. —OWI - �1P a score as xorso -141M. AIR,.. T WERT,.uRxnrtAxnx9RTH"IMAn oxnwx AIL � DWG. NO. DATE REVISIONS VERIFY SCALE M eueoxl ixcxox IOWA RIVER RAW WATER MAIN CONVERSION «1P Ma CITY OF IOWA CITY SIDEWALK DETOUR 8 ii1°P�•m m exon EVAWoT W °"T` °"`''1• 1eµ"''AwMVEENSTRA&K/MM B6ozLldnemc . wlro4 . CaMIWI14 52241-1565 REV1 i INC/NC319-1661000 • 3194661POWA)O • D88-]41,5001(WAT51 PROJECT 11Y1 axuEO Wn caxnvucnox sDEWALK CHURCH STREET �'� `� :ice ._ .- •yi .res INM �, 9 SIDEWALK 43- D TOUR ET OUR Q! to"X30' / 11 �' ?G � -. ATDEWALK CLOSED Q I+ .� .$ DAVENPORT ST. Z • m SOUTHBOUND TRAFFIC o' loo 3 FOLLOW I / U FAIRCHILD STREET • �? It t 2 i k / Y ; L � v 7 .•.''�. �� I •ASA SIDEWALK •/ lid •xAl�:a� �T''_ - CLOSED - / - W F - z . `.. R9-9 a� 41 W LLIEAST VENPORT STREET J 2 T 0 i4 - - SIDEWALK mf _ '+ CLOSED ' /_ m -- - R9-9 " L A t t Q - TBLOOMINGTON STREET s � iloLwux closed t ?-t:�,. :2 _ } -•a a .... f �: Ae1kA1'Fel' ,. I. � �': .iIY NORTHBOUND TRAfFiC ] U1 - i i - DETOUR Z ,,T� SIDEWALK EAST MARKET ST WEST MARKET ST lrA SIDEWALK SIDEWALK 01 �% T DETOUR � 1 DETOUR � 18 z 30' .' 19" % 30" 2 18 x 30 � #� sirs• �I� . - 11 ��:,lj � _ . Jk � � _._ —_ DATE REVISIONS As AS rro:L` VERIFY SCALE IOWA RIVER RAW WATER MAIN CONVERSION Dwc. No. 4 cxEc¢o oPe a"owcvwl wu•ww CITY OF IOWA CITY SIDEWALK DETOUR 8 y °" " uecEosox coxamucnox ac"t"Fa"ccoxoxcir. s Ca1Nb wVEENSTRA&KIMM" INC. 3 1001 0319-I6610096AAa14180OHVATS/ PRWECT 1,6et I - 1C0.4 , �l --- REMOVE AND REPLACE 101+1562 POC PAVEMENT (163 SY) - 8" MIN. THICKNESS. 785. 88.31 s (MATCH EXISTING) 16•/M" IEE X141 L2/BI2 OR CD JOINTS 61295532 PER SURAS W-101 PLUG A I UE -44. 101 0 -- 20' BUTTERRY VALVE \ STA. 101+1562 N-612965.29 N-612969.62 785. 88.31 s mmNOLi14 16•/M" IEE X141 p10R i5�0(N 61295532 � (,/1 , r • E-2176573.81 5 20" BUTTERFLY VALVE STA 101+19.92, 4.30' RT.,l N-612965-34 E-2176576.11 u 20" OUITTIIIFiIN _ __�___�--____-__ 1 654 652 S 650 e 648 E ¢ 646 i I 644 r a YI 642 g 640 ul638 t 636 l634 632 1- 100+75 20" BUTTERFLY VALVE 0 - LL -EXISTING 20" IIIATIR MAN FROPO!!D 20" WATER YNII y t6'-22.50' BEND QT STA 101+76.89- C,�` N-613024.28 '3 E-217657148 C GZ i STA. 101+82.65 D -STA 101+93.63 IOWA RIVER A''0'+8. 101+8+.50 GO -SIA 101+94.23 'MTA. 101+85.30 ,CELL DUCT WITH 48?J AND FO STA 101+95.50 ET -STA ­ ,CELL DUCT WITH 480V AND f0 _STA 101+9].51 EXISTING 16" RAW 0 -STA 102+OA.15_ WATER MAIN mom:. l�� t, LAD ABARto•• REMOVE AND REPLACE IL STA. 101+25.76 6 -_ - E PCC TRAIL (76 5Y) _ y,y REMOVE HYDRANT q 16' BUTTERFLY VALVE I O SR 01+]2.70. 8.]+ RTFOLLOWING TESTING 36 5 STA 101+24.72 \ N=613018.14 1 AND DISINEFCIION OF oYra -612969.62 E=2176562.28 \ MPRONDE EImEND CARAON - \ E-21765779 LPN. '. REMOVE VALVE. W Y -/ CAP TEE ANE a� NOTES,' r m I 5. PROVIDE TRAFFIC CONTROL AND LIMIT REMCVAL OF PAVEMENT TO MAINTAIN VEHICULAR ACCESS TO 1. REMOVE BO' BEND. PROVIDE BENDS AND FITTINGS AS NECESSARY TO CONNECT TO EXISTING 18" PARKING LOT AND MMP. EE COORDINATE NO WITH U OF IOWA PARKING SERVICES. PROVIDE TRAIL DETOUR D.I. WATER MAIN. PLUG 16" UNE TO EAST WITH MJ. END W. WRING CONSTRUCTION. SEE DWG. N0. 8 FOR DETOUR. j Q I T 2. ADJUST LOCATION OF VALVES AND TEE AS NECESSARY TO AVOID THRUST BLOCK RESTRAINT ON 6. CODIMINAIE SCHEDULE AND WNsnIUCTION ACTIVITY WITH DORMITORY CONSIRUCOOH PROJECT AT V, EXISTING 20" WATER MAN. CORNER OF DAVENPORT STREET AND WDISON STREET. NG c 3. REMOVE EIOSBNG 12"A20" TEE AND 12" VALVE RA PLUG LINE MOWTI MJ, END CARID . 7. ACCESS TO HYDRANT AVALVE NSTAUATION NORTH OF PARKING LOT IS THROUGH PARKING LOT -AZ . 4. IN LOCATIONS WHERE NEW WATER LINES REWIRES REMOVAL OF PORTIONS OF EXISTING ABANDONED COORDINATE WITH PAAIONG OFFICE M OBTAIN TEMPORARY GATE PASS. DO NOT STORE WTERVLS 'MO LINE, REMOVE ABANDONED UNE 5' FROM NEW UNE AND MMWITHUG ENDS OF ABONED LINES WITH OR EQUIPMENT N PARKING LOT. m ®4... f` MJ. END CAP. 6. PROADE RESTRAINED E"NT M RPE ANDFROMGRANULAR RPE BEDDING MATERIAL FROM STA 101+16 FI '{ 8 SFA 101+60. PROVIDE MINE BIBACK I FROM STA 101+60 10 STA 102+03. COMPACT PROCTO BACKFILL TO 904 PROCTOR. TOP FLO OF BACKFILL TO BE COMPACTED 10 931[ MODIFIED PROCTOR. (AREA SERVE AS TEMPORARY ROODWAII BASE) 16"X20" TEE 16'•-22.W BEND YYg STA 101+19.92 MDRNlf ASSELBLY 1 STA 101+76.69 dJo _.. _.... _. _.....pjjjp pp11ND 654 M-612965.32 STA 101+72. N�170Z1.� PROFILE A7 E OF E-2176573AI E-2176.573418 � N 613076.08 16" BUTTERFLY VALVE STA 101+24.22 '-SPWL E-2176373.52 yL EM j1 652 N-612969.62 AFFIUV® 010 mmNOLi14 VEENSTRA & KIMM, INC. E-2176573.79 _ __�___�--____-__ _._.. 650 648 r3" R) _.... �3•' I'D 1ILIII _..... ___. . 646 PLUG 10" W 1 16' RAW (AfiW00NEW WATER IIVN _ s" __... _. _. _. :............ _.._.... ..... _. __._.. __.__ _. _.__.... _. ............. 644 ................. .. ............_. ........... :..... .,....., ....,...,. _......... ....._ _. ,- _._ - _... _.... 642 .............. ....._....... ...._._....... . ......_... ._............... :._. 640 PROVIDE 16" HOLDING PROP05ED PROPosEO ESTFLVNDED JqM BETWEEN TEE AND VALVE. RESIRNNDED JOINT 18" WATER DAMN - 16" WATER MAIN _...........___..._ 638 PROPos6o ESTRANDED JOINT 16" WATER MAIN 101+00 101+50 ¢Ala .V IA1161 VERIFY SCALE YR00NEMCHM ON011Yl tlUM1Y. F �- IF Ipi MF IM ..T TMF°"EFT "°.L r. ruae AccoNo«c� 'uA CKCXIO I4. AFFIUV® 010 mmNOLi14 VEENSTRA & KIMM, INC. f _ Baa sr�ad �Eoz 1"-2 V QQ 1" = 10' H 102+00 102+50 IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 66022nd AV w 9 SuMF4 a CIXaM1k,bWa52241-1565 319466-1000 • 319J66-10080'AG a 866-24141001EWATS) PLAN AND PROFILE 636 634 632 103+50 Dim. NE REVV.1 1 TO SEA. 101+77,3V -\S 16"-22.50' BEND T -AIA 101+7504 ODI STA. 101+78.89_ UE -STA. 101+]4.01 �` N=613024.28 HEIASSEMBLY /11� E-2176573.48 STA. 101+7271 —�Z. � N-61301 e.09 \ E-2176573.52 PLUG I UE -STA _101+ TGG+e1 3I I REMOVE AND REPLACE o� PCC PAVEMENT (163 S1'f 8 MIN THICKNESS (WTCH assn", 101+1 )CT W +95.5 L 101 PV AgLNDONpEa„1`' W REMOVE AND REPLACE N-612968.29 /r E-2/TE86p.81/s. 50. 101+28J6 F 6” PCC TR,VL (]6 Sr)�Y- 'W *`:: ?u'Y..' REMOVE IIYDRMff ,la_ HYDRANT X IAF" / FOLLOWING TESNNG O N t6"%20 Tm te" BUTTERFLY VALVE '� I O STA 101+72.70, 834 Rr RAW DISINFECTION WIN 1p[ p)ORjS� �w-eiici°S:ii m STA. etYD6D6Y� i-zii°6,'sezz6 SjREi • E-21]6sn.et E-2176573.71 �— -- _— WATER E ENO GP aN 20" BVf1ERFLY VAWE WATER WVN. STA 101+19.92. 4.30' RT REMOVE VALVE. N-61290.5.34 ,. 5 CAP TEE AND RPE E-2176578.11 s `. tlOIES: t rt 5 C K PAVEMENT TO MAINTAIN VEHICULAR ACCESS TO PROVIDE TRAFFIC CONTROL AND LWT REMOV OF Q P' 1. REMOVE 90' BEND. PROVIDE BENDS AND FITTINGS AS NECESSARY TO C TO cItSTING 16" PARKING LOT AND RAMP COORDINATE WITH U OF IOWA PARKING SERVICES. PROVIDE TRAIL DETOUR -- ODI D.I. WATER MAIN. PLLIG 16" UNE TO EAST WITH MJ. END CAP. WRING CONSTRUCTION SEE DWG. NO. 8 FOR DETI 20" CURING -IN SLEEVE Y 6. COORDINATE SCHEDULE AND CONSTRUCTION ACTIVITY WRH DORMITORY CONSTRUCTION PROJECT AT 2. ADJUST IOGUION OF VALVE MID IEE AR NECESSNO' TO AVOID BLOCI( RESTRAINT ON CORNER OF DAVENPORT STREET AND MADISON STREET -iTIV / E]OSRNG x0' WATER 12"WIN. � ]. ACCESS TO HYDRANT AND VALVE MISTAUATIDN NORM OF PARKING LOT IS THROUGH PARKING LOT. \6 mm� 1� s. IO S WH RE NEW " TEE AND 12" ES EOU1 RLG UNRESR M,E WITH M.J. END CM.OF PORTIOM OF DOSTING ABANDONED COORDINATE WITH PARKING OFFICE TO OBTAIN TEMPORARY GATE PASS. DO NOT STORE WIEALLLS \� -i� �" q 4. L9lE5, TIONS ABANDONEDLINE 5-ATER FROM NEW UNE PLUG ENDS OF ABVIDONm LMES M OR EQUIPMENT IN PARKING LOT. Aj' i l MJ. END 8. ��102+OESTiUJNFD JOINT RPE ARD GRANULAR %PE BEDDING WTENYLs+15 TOf 20' BUTTERFLY VALVE 16" 1120" TEE 16"-2230 BEND �9e 654 STA 101+15.62 STA 101+19.92 STA 101+78.0 nl ........__ 654 652 - _._.. _. _..,. W ";$5 650 wGo: ..._... 648 —1. -- 646 644 DUSTING MI, WATER YAM 642 640 638 636 634 632 100+75 20" N-612968.32 HYDRANT ASSEMBLY SEMBLY 1,1 N -61J021.70 EXISTING GROUND E 2176573.61 N-113016.09 E-217eS714e PROFILE AT FL OF 16" RAW WATER 11" VALVE E-2170.5733 BUTTERFLYANN 101+24.22rSA11x919.62 � g 652 E-2176573.79 101+50 102+00 102+50 103+00 Ir•.. u9oTm VERIFY SCALE IOWA RIVER RAW WATER MAIN CONVERSION _. _. ..._ ... __... 650 -------- "" "` 9lttttttt�l CITY OF IOWA CITY PLAN AND PROFILE ... _.... _.. _... :......._ _... _._... __.._. __. __... ._....... ... .........._.. .. .. ......... .......... ..._... __. _. _. _. _.._:..._.. 648 3 ......... ...... ... TR4 & K/MM INC.66° VEENS752241-1565 ] FD ... _. _.. ......_...._ .. ... .......... ............_.. ..... o._.. W-uFoiax wwmucnox 646 Fwc10"w 88& 416WI(WAT 31966-100[1 • 31P�I6Ir10PB(FA%1 • 16yZ11-0pDl(WATS) 1000 10 16" Mw Q7 0 ...... FF00--" _.... .....__ _... .__. _.___ _...._ ....... ._._. ...._»_:�..._Y' 644 —[c c— _. ....__... :__... ___..- 642 101+00 101+50 102+00 102+50 103+00 Ir•.. u9oTm VERIFY SCALE IOWA RIVER RAW WATER MAIN CONVERSION a•W-,E� � "" "` 9lttttttt�l CITY OF IOWA CITY PLAN AND PROFILE f XOl OME11CM OM �� 04N>p4 1M NILEl.AUMRT Butte Acmnwxcir. TR4 & K/MM INC.66° VEENS752241-1565 ^MM • sM1 • �V- W-uFoiax wwmucnox r 88& 416WI(WAT 31966-100[1 • 31P�I6Ir10PB(FA%1 • 16yZ11-0pDl(WATS) 1000 10 640 638 636 634 632 103+50 TJwc. 9 EXISTING 16" RAW WATER MAIN bYYC 658 6 656 e 654 652 B 650 E 648 7 mmui i 644 i x 642 3 640 /C 4$ • PAVEMENT DAMAGED BY �^A HYORANi CONSiRUCTK, REPLACED AT 'A ST COA TOB+00.18. 0.l8' LT '�Y r-13 CONTRACTOR'S EXPENSE QT, I EN-2161363]69522+ � 2. PROVIDE HOSES AND DECHLORINATION EQUIPMENT FOR USE IN D5INFECIING AND NLUSNRRG MAN. DO NOT BLOCK TRAIL WITH HOSES. DISCHARGE TO 36" SANITARY SEWER W NHOLE. Eel ------- A—___—_ 16" BUTTERFLY VALVE STA 109+03A6 _ N-613633.]3 E� — E -2131M.722 HYDRANT ASSEMBLY 02 STA lm+00.20 N -613631.M - E-2176857.32 J 638 L- 107+50 108+00 108+50 xAtt Aex VERT Y HLE RnoxAmcx wax oNcn oRAWTw. of xor PJIJS1 mbaxEEr.AwWr N:AlFexaw vuwx Aw ALG cxE<uo rna A%AWEO VEENSTRA&K/MM,INC. bE11Eo P. CpXpTpy(:1px _ 0 rn PRISING GROUND _7 PRAT (L OF 16'6'. R RAW WATER Y,,,„, MAIN......... ___ _.... ........ �Orl) .. ......... l.... _. ------- - - -----------------------.. EXISTING 16” RAW WATER WAN 109+00 IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 86022nd Avenue a SuiW4 W CBrah4lle klx 52241-1565 3191661000 • 3191661008(FA)0 a 888-2414001(WATS) 109+50 110+00 PLAN AND PROFILE 660 658 656 654 652 650 648 646 644 642 640 ' 638 110+50 10 _ _---- PROPERTY UNE EXISTING FINISH WATER MAN EXCAVATE EXISTING MR RELEASE VALVE IF THRUST s / BLOCKING DOES NOT INTERFERE WITH MR RELEASE I&� II 658 656 654 652 650 648 646 644 642 640 IOWA RIVER HYDRANT ASSEMBLY 13 9A 113+75.40 N-613962.91 E-2177265.87 1� EXISTING 16 - RAW WATER MAN 115+001 1 � -- 16ILEEVEM cuT I IN SIL 11H00 16" BUTTERFLY VALVE STA 113+78.65 N=6139&5.25 E=2177268.12 HYBRANT STA 113+7541, 6.27RT N=613978.56 E-2177270.39 F 777 I I " II ti1Ii TFS -- 1. VERIFY LOCATION AND OWN OF UTIURES PRIOR TO INSTAl11NG HYDRANT. ADJUST AS NECESSARY TO AVOID CONFJ . 2. PROVIDE HOSES AND DECHLORINATION EDUIPMENi FOR USE IN DISINFECTING MND RUSHING MAIN. DO NOT BLOCK TRAIL WITH HOSES. DISCHARGE TO 36" SANITARY SEWER MANHOLE, 658 656 654 638 I. ....._ .:...._ ..__ —7-71Er .......... __... ........ __.... _._ ....._ 638 1" = 10' H 636 112+50 113+00 HYDRANT ASSoar 03 VERIFY SCALE RONE pILM qI ONGINI WAWINO. °E MT p1E INLR ON NISSHEV.AWMT ECALESA=MR LY. STA 113+73,40 ♦W N.613662.61 E-2177265.67 VEENST&4 & K/MMA INC. _._. _.. _....... DUSTING GROUND PROFILE AT ¢ OF 16" RAW WATER MAIN _ _..... 16" SUFIERFLr VALVE __... 658 656 654 638 I. ....._ .:...._ ..__ —7-71Er .......... __... ........ __.... _._ ....._ 638 1" = 10' H 636 112+50 113+00 Ae Noreo VERIFY SCALE RONE pILM qI ONGINI WAWINO. °E MT p1E INLR ON NISSHEV.AWMT ECALESA=MR LY. Vp- - ♦W yq VEENST&4 & K/MMA INC. 1Pucnox 113+50 114+00 IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 1%022MAYawe • 5u&4 a COralNlla,b 5241-1565 3144661000 0 314466-10080A}D a WX241-000/RNA73/ 114+50 PLAN AND PROFILE 636 115+00 PROJECT 11 RIVER 658 EXISTING V�A BOX 1 FOR WATER WJN LOCATION. (NO VP1vE) LOCATE AND EG WATER SEWCE I VALVE. 120 l6 CUTTING INSTALL NEW 2" WATER IN SLEEVE SEROICE CONNECTION FOR FRATERNITY AFTER TESTING PROTECT LANDSCAPING AND DISINFECTION OF UNE. P - 656 654 652 650 648 WATER SER\10E ESERMCE LOGTION 646 644 642 121+00 10 20' 658 ' BUTTERFLY VALVE _. 656 STRAINED JOINT n% C� ........ A.A.119 OR EQUAL) 640 118+]5.10 O� •614488.63 _._. _..... _ e_ :-, 654 a1773e2.05 �_._ 16" u"m? 1".2 V... - C'l--" 1 EXISTING GROUND _. _... '_.J'S-) 1' 652 PROFILE AT 11 OF 636 16" RAW WATER - AWN 636 650 118+50 119+00 119+50 120+00 120+50 121+00 ______________ _.. _.__. _.C1,..__.. 648 _ _. ..... __ _. ...... _.. 646 ....... _. _.... .... ....... ....... 644 EXISTING 16' RAW WATER MAIN _........ ....__.......... ................... _....... _......._............................. '...._..........., ....._.. 642 640 .... ......_— ........ 640 638 _...... ... _.. _....IN 638 _ _ 16" u"m? 1".2 V... - 54E6VE 1" = 10' H 636 636 118+50 119+00 119+50 120+00 120+50 121+00 .•• MjI VERIFY SCALE IOWA RIVER RAW WATER MAIN CONVERSION I C°° ,.'wncl CITY OF IOWA CITY PLAN AND PROFILE F�TMEI ° M.H «mAT Y. VEENSTRA & K/MM, /NC. SW umAr.RD. . w1t • . Co Nlk k » 52241-1565 e.ueo Fa. wwTvuclan 319-466-1000 . 314 -46&10081F -V . MS-241-00p1(WATS) I 12 REMOVE AND STOCKPILE ANY RIP -RNP ENCOUNTERED. REAPPLY TO 2' THICKNESS. 121+00 .. -.... . ,. \ -.. - 2+00 ilSilf3: 1. VERIFY LOCATION • L AND DEPTH OF CIC TO INSTALLING HYDRANT. DUST AS NECESSARY TO AVOID CONFLICTS. 2. PROVIDE HOSES AND DECHLORINATION EOUPMENT FOR IISE IN DISINFECTING AND RUSHING MAIN. DO NOT BLOCK TRAIL WITH HOSES. DISCHARGE TO 36'' I. SANITARY SEWER MANHOLE. Con LL 662 660 658 656 654 652 650 648 646 644 642 640 121+00 mm MTE EXISTING GROUND PROFILE AT F OF 15" RAW WATER MAIN 121+50 AE xoTm VERIFY SCALE MRgpIE INCA qI CWWNRL pUMN6. ,�1 .IIT IACAON MEMEET.D aa.AAcmRowTr..L Nomc IN '1� tlp m RIf 0 VEENSTRA & KIMM, INC. 16' IN \ BLOCK. / / / CO NOT \ HYDRANT / REMOVE STA 122+10.65, 5.95' RT / TREES. \ N-61469o.1 E-21 T/]p6.14 / HYDRANT ASSEMBLY i4 STA 122+10.69 Tr aar YAW km 122+00 IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 81 • SMWe• • UraMlkklo 52211-1565 319-16610DBIFA.V 122+50 662 660 658 656 654 652 650 648 646 644 642 J 640 123+00 PLAN AND PROFILE W-1 13 REV.1 FINISH IOWA RIVER WATER AWN HYDRANT ASSEMBLY 14 [E(ISTNKI STA 122+10.69 N-614692.84 - E-21777OO.B2 -- EXISTING 16" RAW \ WATER MAIN \ 123x00 INSTALL 16" W CAP. PROVIDE CONI THRUST BLOCK AGVNST \ /\ CAP AND POUR THRUST / \ BLOCK. / / / CO NOT \ HYDRANT / REMOVE STA 122+10.65, 5.95' RT / TREES. \ N-61469o.1 E-21 T/]p6.14 / HYDRANT ASSEMBLY i4 STA 122+10.69 Tr aar YAW km 122+00 IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY 81 • SMWe• • UraMlkklo 52211-1565 319-16610DBIFA.V 122+50 662 660 658 656 654 652 650 648 646 644 642 J 640 123+00 PLAN AND PROFILE W-1 13 REV.1 644 ...:...... Ur ...... .... _..._.......... - 644 _. CLMM S, SLEEVE 642 --` __._.. REMOVE AND STOCKPILE ANY RIP -RAP ENCOUNTERED. _ __. 642 RIVER . 1 - 1•= 10'H - REAPPLY TO 2' THICKNESS. ': •.: `: •.. '.. •... ... DIS TING FlNISN. WATER MAIN ..IOWA 121+00 121+50 VERIFY SCALE WIY °NE MLMIXI Ems• •IDT OIIEIXCX011 TI�eIWn.ARADT KAl!¢A°WTIDI.. PROPERry UNE_ - IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY PLAN AND PROFILE A ,W aTE olnarE 890 1 AvenNe . SNM10 . Car. 851>415 ?(WATT VEENSTRA & K/MMA /NC 3ts.466-toxo Sts-466-Fo96(F.w eee-z4tmDt(wArn W41ERfOA ¢«W,ARCEDN HYDRANT ASSEMBLY #4 _ 'STA 122+10.69 N-614692.84 —. E -21A700.82 0' m ]a.'. .. 6 -- -- EXi"NG 16" RAW \ F WATER WJN \ E .. - �. • \ 123+00 :a NEIiIFY LO PRIOR TO INBTAWNG HYDRANT. _.., ECLHUDllilE4 ADJUST AS NECESSARY CONFl1CiS. \ - 4 •. 2. PROVIDE HOSES AND OEQUIPMENT FM USE IN MNFECDNG �y!1 AND FLUSHING AWN. OD7 L MTfl1 H056. D6iCHNGE TO 36" \ / WR1 SWRARY SEWER OO NOT \ { RTREES STA. 12 .85, 5.95' Ri STA 16I SLEEVE TREES. \ N-614890.18 "0.1 / 662 662 660 _..... 660 HYDRANT ASSEMBLY /4 STA 122+10.69 E¢ISTMG OMW N-61469284 PROFlIE Al E a......_... ........ ._ ¢ nna7 oD.ez 658 ° 656 16" RAW WATER \\\\ e MAIN N a 656 656 0 654 654 N �� S652 _...........__ ' �� __....... .. .... ................. _._. 652 L� 8 a P71 650 .....__ .._...__ ..............._- ......__............ grip .. 646 _. _. __... ........... ....... 648 ¢ —SKOW WE i - MlElt IN! 646 __....... ...................... .... ....... .........._ .................. ........ ............. ........... ..........,....... 646 644 ...:...... Ur ...... .... _..._.......... - 644 _. CLMM S, SLEEVE 642 --` __._.. _ __. 642 - 1•= 10'H 640 640 121+00 121+50 122+00 122+50 123+00 VERIFY SCALE WIY °NE MLMIXI Ems• •IDT OIIEIXCX011 TI�eIWn.ARADT KAl!¢A°WTIDI.. IOWA RIVER RAW WATER MAIN CONVERSION CITY OF IOWA CITY PLAN AND PROFILE A ,W aTE olnarE 890 1 AvenNe . SNM10 . Car. 851>415 ?(WATT VEENSTRA & K/MMA /NC 3ts.466-toxo Sts-466-Fo96(F.w eee-z4tmDt(wArn W41ERfOA ¢«W,ARCEDN 13 '-� C� (('0 ) Prepared by: Scott Sovers, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5142 RESOLUTION NO. 16-118 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA RIVER RAW WATER MAIN CONVERSION PROJECT. WHEREAS, Calacci Construction Company, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $184,562.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Iowa City Gateway Project account # S3809. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Calacci Construction Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 3rd day of May 120 16 MOOR App ved^by ATTEST: CITY CLERK City Attorney's Office It was moved by Botchway and seconded by adopted, and upon roll call there were: AYES: NAYS: X X X X X X X pweng\masters%wrdwn. doc 4116 Dickens the Resolution be ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton A Bond No. 54210179 PERFORMANCE AND PAYMENT BOND Calacci Construction Co., Inc., P.O. Box 1906, Iowa City, IA 52244 as Insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fire & Casualty Company (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 one Hundred eighty Four Thousand, Five Hundred Sixty Two and 00/100 Dollars (g 184,562.00 } for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, 0 Q. WHEREAS, Contractor has, as of May 9, 2016 entered into a c ' (date) r — c7, written Agreement with Owner for the Iowa River Raw Water Main Conversion Project; and -n WHEREAS, the Agreement requires execution of this Performance and Payment Bond,16 be completed by Contractor, in accordance with plans and specifications prepared W 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 Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and Is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient NM 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. 20 16 SIGNED AND SEALED THIS 11th IN THE PRESENCE OF: DAY OF May Construction (Principal) (Title) Unid ire & Wualty Company (Surety) Dione R. Young Witne_9VzIfle) Anne Crowner, Attorney -in -Fact 118 Second Avenue SE (Street) Cedar Rapids, IA 52407 (City, State, Zip) 1-800-553-7937 (Phone) alm UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Department 118 Se UNITED FIRE &INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED 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 FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN J. KNUTSON, OR JODY A. DECKER, OR MICHELLE GRUIS, OR KATHLEEN BREWER, ALL INDIVIDUALLY OF THE 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 LACY CRAMBLIT, OR SHIRLY S. BARTENHAGEN, OR KYLES HEUSI, OR DIONE R. YOUNG, ALL INDIVIDUALLY OF WEST DES MOINES IA their tine and lawful Attorney(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 $100,000,000.00 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 audnority 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, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI—Sorely Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-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 scat of the Companies, to be valid and binding upon die Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the Ihnitations 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 die 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 attorney-in-fact. a^"."N' pRRRN„„r� �,,,,,IR„ IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its IQJFry� `d`„,doe,eYYr 'IN ” ST , "e",`. �- ``eF��iF1Apa.0 itis,, vice president and its corporate seal to be hereto affixed this 1 day of JANUARY, 2016 9 Currursnrt a :t conroRare ° - °. u° nor g 5ULY21 rub ;On UNITED FIRE &CASUALTY COMPANY sent SEA, ' 39aea = UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY ,4ynu,nao 'oornil,lmo"• %%_ State of Iowa, County of Linn, ss: Vice President On IST day of JANUARY, 2016, 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 o f 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. 40acr Judith A.Davis ;? Iowa Notarial Seal A Commission number 173041 Notary Public • oat My C°mmission Expires 04/23/2018 My commission expires: 04/23/2018 1, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED 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 thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my time and affixed the corporate seal of the said Corporations this 11th day of May 2016 `J`YeQ'pmup4T, r'' I :. an,iu,nn r a �gti�4. n NS, y. uac,4 r � w,v ryti ,G N9y� Yti R h, y.sVOPPURgYm CM car dJRMJRnT£ CORFUaMF. t Eli wLY22 b_ - _r_ - V C6 Sr.1r SGL ',b 1988 P/}ne +tnvry ,0 6 r4n/nunno��d•``,` BPOA0049 0913 BY A�-4% Secretary, OF&C Assistant Secretary, OF&I/FPIC Prepared by: Scott Sovers, Sr. Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 3565142 Resolution No. 18-136 Resolution accepting the work for the Iowa River Raw Water Main Conversion Project Whereas, the Engineering Division has recommended that the work for construction of the Iowa River Raw Water Main Conversion Project, as included in a contract between the City of Iowa City and Calacci Construction Company, Inc. of Iowa City, Iowa, dated May 9, 2016, 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 Iowa City Gateway Project account # S3809; and Whereas, the final contract price is $147,590.30. 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 May 2018 Ma or Attes � �7 City Clerk Approved by 165:�_116 r_971_1 City Attorney's Office It was moved by sotchway and seconded by 'Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton l4c� c3j