HomeMy WebLinkAboutASPHALT RESURFACING/2006
ASPHAL T
RESURF ACING/
2006
I
I
AsfhCi../+ K.es!{.\"'-kc.; Y"{) / c?oob ...pCj~ / Df Ol..
.. S~M'=. ~~_ .q~hgjLD_v_t.d5.~
(B-flf'_Il.- Qb. fl l 4: k, 1[1: S If' 6/'!z' t
- .. ,~So_v..:,_(Qh._O_ .:=... _ e__ -'-b.7J_l<.._f"K _"C_ _,i.f;r'ng-C!:h-r' ctl1..-s::..~
- ~t)_e.c;J:.c.d.~a1:lS-,---{;;~h-:L_o_j. --.G.or:J'dLct_L_e& .(;,,~~_t>:f ~fi_f-_~ ._
- :+'k__Clln&bd;-u=..-_4_&~0()_b-.A~ha.IJ_f.?-e-s~~'1:\.3~CU~~c{_ _
. ,d",v:~_c..1:~'~~;=7_CL~.~_-f:.:,-r.......bJ;-'Sb--Do:kc.€-o_..{._.sc0c!_b-:e.g,r ;n~_
~ d: V"-~<:.J:;.n-~--Ik~i7-fn-5-,.r.,,_ee.y-_tt7-r~Ce._5c..,d.-rj!<.l:\s-tP::\_-LI~-
~ hl" -t'
V' - -'"P..... ,-I_C._l.l':I.~c -'-vn..
1'1 -AR'Z-o~ -.:e1.~l'\.S7-SrCj -\i~c:Lj. ;-C)1'\,.S7-rr:.;,~s,C<..J--4~r:tka...4_-h -J-L
~oo(,. -Asph ,,-Id-E-~? K.r:...-kc."_lI:\~_ _r:'ti.~d--,
~_o1.:.c..-L_d"-_~ lA....b \', c. JJ.~ a.rLY'> 't;
~~'::Q . ~ Db - /'-11) o...ep-r[)vlt:Yj_f2lr?</lS.,; 05~C5_} -h,(Y'VJ
!-QLc.orrftcAC-t.;_c:2-:bcf_e5-nJ1.1.o:l'e" 0 --f Cosl-.
-
A oL -fov 6J'olc:;
---~
10 -/'f)2:j"': (, \? "'O~ <s3 ":O\',,,-~\',(),,,-- ~"r fu -\=:o~ :b; ~ :5:".--
. ;;;l, bo '" (\ .:q<}.. 9..~ \- CJ \l,,~\ "'-J-~Lo~~.0 .
_1.3 -J4Al-=- . _"R~sol,.t_.J::.o,,= Ob- '-t?_a..Wf<.o:cC_v.t~_c:orckctc-,*_~_C(.t.<...+kP""; z..;NJ_& ~o_~
. -{.o-~'L3tl_l:;..Nt_--t-&e.--.L:, d;r's.L(.V'u... J.o_ct..+t~ "- crn-/-..-c..d--_~~CONih:..d-:;Ph.._
. o.f :IL_~ob--=9sphc....I:t-_Q~"e,d(Y i=?:oj.~d
_'2- Ju../... - <: fl:>tZM o:L@'b-L-L4!.m.:L>X/--:::.-?~~..:OC\.c..v.l.c.e.-4- p ~.~e..td 6Qo.d..
I
I
1--
~._-- -
- _________u__
ASfh~l+-- F(~5cA.....-kc..:~ / ejao?;> ~<i o~ at
s,c...t"\..e. "-$ -AsFhe\.l~ D\)UIc...'}
I
L7-No~ - o~ En~;..!:\"e...:e..s -rerod:-.
I
J.\- ~ - Ok R",soI.~;.Db..___2.b__=_.35Z ~~epf:i_rt,-&~o'C"g",.-~(' & ~
A~b.tA.Ii--~-'tt.Y' 1R.1 7V:Oj_~~h
I
,
,
- ~
7-UJ 'IdU )
Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St.. Iowa City, iA 52240, (319)356-5144
RESOLUTION NO. 06-114
RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION
OF THE 2006 ASPHALT RESURFACING PROJECT, DIRECTING CITY CLERK
TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY
ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
1. That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above-mentioned project is to be held on the 2nd day of May,
2006, 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 Cleric
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 18th day of April ,20 06
~LJ~
MAYOR
Approved by
ATTEST:~ -II. ~ ~ 4.f /" 1& &>
CI LERK City Attorney's Office
It was moved by Railey and seconded by VandeT"hop.f the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Correia
x Elliott
x O'Donnell
x Vanderhoef
x Wilburn
pweng\res\2006asphall.doc
_. I
........F
/_ r '
~.~
CITY OF IOWA CITY
~
6 ~
DEPARTMENT OF PUBLIC WORKS ~Q, ~ II
ENGINEERING DIVISION -::2, _ ?
l' UJ ~
::::4 c) \\\
~I=D ~ cJ
5~ <2
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRAC~ ~
FOR THE
2006 ASPHALT RESURFACING PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED: DATE:
!J~ f? M 4//1 /O~ .
Daniel Scott, P.E. ' , F' ~~S?;::k~~,
Project Engineer ' ~'~\"""""':' > ~
Iowa Reg. No. 14048 /,'::--/' .'..;,;':,
~ l..-' , ';
/,,"'] Dr,'''"',O. '
My license renewal date is December 31,2006. g;; f,~;, 1, I
.~,..-> \'''a. 1<:>; ./ - j'
\'<.'" .,
""', .
"':'. '.... /
.' .' .I.
. ...:< .~.'
r'
,
.
TABLE OF CONTENTS
Paqe Number
TITLE SHEET
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS..... .................... ....................... ..."'........ ............. ..... AF-1
NOTE TO BIDDERS .......................................................................,...............,....... NB-1
FORM OF PROPOSAL....... ........ ................. ......... ......... ........ ..,.. .....,.................... FP-1
BID BOND.. ... ... ..,.... ..,... ..,..,... ... .... ... ... .... .... ...,... ... .........,.. ..,.,..,.. ..,.. ... ... ..,.,...,.. ..,... BB-1
FORM OF AGREEMENT ................................................,.................................... AG-1
PERFORMANCE AND PAYMENT BOND ............................................................. PB-1
CONTRACT COMPLIANCE
(ANTI-DISCRIMINATION REQUIREMENTS) . ..,..... ...:........... ....,.. ................... CC-1
GENERAL CONDITIONS. ... ..,... .... ... ... ....,... ...,... ..,.. ... ......,.... ..,... ..'.. ... ..,.... ... ...... .... GC-1
SUPPLEMENTARY CONDITIONS. ............ ... ............ ... ...,.... ... ...,.,.. ... ... ..... ... .... .,... SC-1
<;;;;
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL~AID 0 ~
PROJECTS.. ............ ............ ........... ....... ....... ..... ................... ........... ..,... ........ :2: ~,1 !O
)0>::<1 :::0 -n
SPECIFICATIONS 0 :0 F
.~? rn
DIVISION 1 . GENERAL REQUIREMENTS '_ gj ~ 0
9:;;.:: <2
Section 01010 Summary of the Work ........................................................ ~1010-t..>
Section 01025 Measurement and Payment ................................................ 01025-r
Section 01310 Progress and Schedules ..................................................... 01310-1
Section 01570 Traffic Control and Construction Facilities........................... 01570.1
DIVISION 2 - SITE WORK
Section 02050 Demolitions, Removals and Abandonments........................ 02050-1
Section 02510 Hot Mix Asphalt Paving, Bituminous Seat Coat & Milling .... 02510-1
Section 02520 Portland Cement Concrete Paving.................................... 02520-1
Section 02900 Landscaping ,... ....,... ... .... ... ..... ... .... ..... ... ... ..,.. ... ...... ... ... ... .... 02900-1
APPENDIX .. ... ....... ..... ... ..... ...,..,.... ......,... ....,..,... ... ... ..,..,... ..... ... ... ..... ... ........ .... ....... AP-1
-----
,
.
FILED
2UU6 ~PR \ 9 M\ \0: 31 ADVERTISEMENT FOR BIDS
CITY CLER\\ 2006 ASPHALT RESURFACING PROJECT
IOWA CITY, IOWA Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 23th day of May, 2006, or at a later
dale and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 13th day of June, 2006, or at
such later time and place as may be scheduled.
The Project will involve the following:
4550 tons of asphalt, 17,700 sq. yards of
pavement milling, 880 feet of PCC curb and
gutter replacement, chip sealing and related
work.
All work is to be done in strict compliance with
the plans and specifications prepared by the City
of Iowa City Engineering Division, 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
AF-1
I
. percent (100%) of the contract price, said bond to
FILFD 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
2006 ~PR I 9 ~tlIO: 31 harmless' the City from all claims and damages of
any kind caused directly or indirectly by the
C\I'1 CLER\< operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
IOWA Cl1Y, IOWA of two (2) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Liquidated Damages: $400/day
Completion Date: August 25, 2006
The plans, specifications and proposed contract
documents may be examined at the office of the
City Cierk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of the City Engineer of Iowa City, Iowa,
by bona fide bidders.
A $10 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 the
TREASURER OF THE CITY OF IOWA CITY,
IOWA
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) .239.
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Coniractor 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 reo
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF-2
. ..
,
NOTE TO BIDDERS
1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3. Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
.....,
0 =
=
~o """
;no
-0
--1 = 11
0-( -
--10 \D f
--<, iT!
m >
-:0 ::;r 0
0- 0
~/'.
)> W
. -.J
NB-1
.
FORM OF PROPOSAL
2006 ASPHALT RESURFACING PROJECT
G1TY 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
f.......
=
- =.
Address of Bidder o a-
;;::Q ::;; \l
p~ :;0 _
TO: City Clerk 0-< - 1
City of Iowa City r-- \D 'm
'2~) . ,
Civic Center - ~ :>>' 11
410 E. Washington SI. -::0 ~ U
Iowa City, IA 52240 ~7' C?
P ~
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
, and , and to do all work at the prices set forth herein.
We further propose to do all "Extra Work" which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
---------------------------------------------------------------------------------------------------------------------------------
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
Division 1 - Iowa Citv Streets - Asphalt Overlay
1. HMA 300K Intermediate TON 2,265 $ $
Course )1," Mix
2. HMA 300K Surface TON 2,284
Course Y:z" Mix
3. Asphalt Removal SY 727
4. Shoulder Fill, Seed and STA 59
Mulch
5. Manhole Adjustment EA 22
6. Remove and Replace LF 879
Curb and Gutter
FP-1
. .
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
7. Pavement Milling SY 17,705
8. P.C. Concrete Repair SY 100
9. HMA Repair SY 50
10. Sidewalk Removal SF 538
11. Sidewalk, P.C. Concrete, SF 145
4-inch
12. Sidewalk, P.C, Concrete, SF 224
6-inch
13. Driveway, P.C. Concrete, SF 230
6-inch
14 Pavement Marking (tape) STA 4.30
15. Cleaning and Preparation
of Base MILES 1.81
16. Traffic Control LS 1
17. Flaggers DAYS 70
,
18. Detectable Warnings, SF 48 I
Curb Ramps
!
I
TOTAL EXTENDED AMOUNT $ I
I
...., I
0 =
=
=-
~S """
-0 11
0-< ::u
- r
-10 '-D
'" ::I> rTJ
m 0
-::0 :::;:
07' '?
~
w
.....
FP-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:
'"
0 =
Contact: =
;t:O ."...
",.
J>:=; -u
0-< ::c 11
-
-C" '-0 I
;<!r' m
IT: "'"
022 ::;;:: r--l
;::;:-^- ? '-..J
)> w
-.I
FP-3
. 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 ~ 'i?- for
2006 Asphalt Resurfacing Project. .)--; 9\ ~ ':::D
-< - r-::
0.0 ~ r\I
NOW, THEREFORE, :2 ~ "'" (->,
- " ::;: u
-:0 -
(a) If said Bid shall be rejected, or in the alternate, ~:;;<:. C?
- ~
)>> ....J
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons perforrning
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
,AD., 20_.
(Seal)
Witness Principal
By (Tille)
(Seal)
Surety
By
Witness (Attorney-in-fact)
Attach Power-of-Attorney
BB-1
. 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 , for the 2006 Asphalt Resurfacing 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
2001, Iowa Department of Transportation, as amended; '-'
0 =
=
cr-
c. Plans; ::;Eo "..
)>-1 -0 11
-< =
d Specifications and Supplementary Conditions; C) - ~
-c-, ~ I
;::;!~ :::- m
e. Advertisement for Bids; ,-.
-:0 :x U
O^ s>
f. Note to Bidders; ~ w
-J
g. Performance and Payment Bond;
h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
i. Contract Compliance Program (Anti-Discrimination Requirements);
j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
3. The names of subcontractors approved by City, together with quantities, unit
AG-1
prices, and extended dollar amounts, are as follows (or shown on an allachment):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of ,20_.
City Contractor
Bv Bv
(Tille)
Mayor
ATTEST: ATTEST:
(Title)
City Clerk (Company Official)
Approved By:
.
City Allorney's Office
....,
0 =
=
~~ <To
X>
-u
0-< ::u 11
-
-j() 1..0 I
~r m
m :Do
-:0 ::z r-;
0 '-/
s^ '2
)> w
.....
AG-2
~
PERFORMANCE AND PAYMENT BOND
, as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and I
(insert the legal title of the Surety)
, as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
N
hereby bind themselves, their heirs, executors, administrators, successors and as~ns, jo~y and
"'0 P"
severally. Z: _ -u -n
y-::.-\ ::0 _
0--<' ~ \-
:::::\0 rn
WHEREAS, Contractor has, as of , entered into a.:-< ~ ~ 0
~~ 5~ ~
-- C>
written Agreement with Owner for 2006 Asphalt Resurfacing Project; and :z: /'- ~
y- -'
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared Ross Spitz,
P.E., Civil Engineer for the City of Iowa City, Iowa, which Agreement is by reference made a part
hereof, and the agreed-upon work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
PB-1
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the 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 two (2) 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
I . .
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS DAY OF .....,
~o =
-
"'"'
20_ "..
)>- '"1J 11
0::2 :0
- I
IN THE PRESENCE OF: -10 \.D
.~r := m
m 0
-:0 ::it:
'J-- "d
(Principal) ::f ..-'
)> w
CD
Witness (Title)
(Surety)
Witness (Title)
(Street)
(City, State, Zip)
(Phone)'
PB-2
FILED
2D06 APR /9 Aff /0: 38
CITY CLERK
fOWL!, CiTY, IOWA
Contract
Compliance Program
I
I
I
,
I
~,&.",
CITY OF IOWA CITY
SECTION 1- 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:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead:' and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
r->
~O =
=
<:T'
",.
)>::::j -u 11
:xl
0-< - I
-;0 \.D
-=<:=;:; ",. III
,--,
;=:::0 :It U
~^ c:?
)> w
co
CC-1
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
payor other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. S 1608 et seQ.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
.....,
~o =
=
""
;p.
)>-1 -u 11
::;0
0-< - -
2;;1 U) r-
ill
-rr. :>>- ,--,
0:::0 ::;;: .....J
:::::^ ?
)> w
co
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 Phone Number
Signature Title
Print Name Date
'-'
0 =
=
0"
~S :po
-0 11
=
0-< - I
~O \.0
--<:::;:; :po m
'--1
-:lJ :JC '--'
O- S'
::'E^
)> w
CD
CC-3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. 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 opportlJj'\jty in all your
employment practices. In regard to dissemination of this policy, this can be done,i!9r exa~, through the
use of letters to all recruitment sources and subcontractors, personal contacts, ~ee~eetrnws., web
page postings, employee handbooks, and advertising. J7 :2. - 'f:
0,.-- oJ:> (\\
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER =:2 ~ 3>" '0
- \'1J '::Jt
-':JJ -
Designate an equal employment opportunity officer or, at minimum, assign someO~i:le re@msibility of
administering and promoting your company's Equal Employment Opportunity progra "his p~on should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and 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
I assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
I barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
I support equal employment opportunity goals.
I (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.
l CC-4
I ~ I
-~= -512
~~~(eii!':'t~
'=-.... ~IIDI~
~..
~ CIty of ~
~ eX
Attached for your information isa 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.
I
I
I
I .--:>
~ =
I =
"'"'
I "'"
_0 -u
I ::P-=1 :;0 11
-<
I 0 - \
==iO \.D
rTi
I .-<, :DO
m U
-:JJ :JI:
~7' S'
::P- c...>
Cl)
I CC-5
2-3-1 2-3-1
CHAPTER 3
DISCRIMINATORY PRACTICES
SECTION: C. It shaU be unlawful for any employer,
2,3-1: Employment; Exceptions employment agency, labor organiza-
tion or the employees or members
2-3,2: Public Accommodation; thereof. to directly or indirectly adver-
Exceptions tise or in any other manner Indicate or
2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel-
2-3-4: Education come, objectionable or not. solicited
2-3-5: Aiding Or Abetting; Retaliation; for employment or membership be-
Intimidation cause of age, color, creed, disability,
gender Identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
2-3-1: EMPLOYMENT; EXCEPTIONS:
D. Employment policies relating to preg-
A- II shall be unlawful for any employer nancy and ~hlldblrth shall be governed
to refuse to hire, accept, register. by the following:
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in 1, A written or unwritten employment
employment against any other person policy or practIce which excludes from
or to discharge any employee be- employment applicants or employees
cause of age, color, creed, disability, because of the employee's pregnancy
gender Identity, marital status, nation- Is a prima facie violation of this 11t1e.
al origin, race, religIon, sex or sexual
orientation. 2. Disabilities caused or contributed to
by the employee's pregnancy, mlscar-
B. It shall be unlawful for any labor org8- riage, childbirth and recovery there-
nlzation to refuse to admit to member- from are, for all job-related purposes,
ship, apprenticeship or trainIng an temporary disabilities and shall be
applicant, to expel any member, or to treated as such under any health or
otherwise discriminate against any temporary disability Insurance or sick
applicant for membership, apprentice- leave plan available In connection with
ship or training or any member in the employment or any written or unwrit-
privileges, rights or benefits of such ten employment policies and practices
membership, apprenticeship or train- involving terms and conditions of
ing because of age, color, creed, employment as applied to other tem-
disability, gender Identity, marital porary disabilities.
status, national origin, race, religion,
sex or sexual orientation of such ap' E. It shall be unlawful for any person to
plicant or member. solicit or require as a condition of
employment of any employee or pro-
,...,
0 =
=
~O ""
,.".
)>-" -u :;;g
-, ::<:J
0-< - ~
Iowa City -iC) \D I
-< -- 1T1
, ,
m ::0- 0
-::n :::::
07'
~ =
VJ
I c:>
CC-6
I
2,3-1 2-3-1
spective employee a test for the pres' 2. An employer or employment agency
ence of the antibody to the human which chooses to offer employment or
immunodeficiency virus. An agree- advertise for employment to only the
ment between an employer, employ' disabled or elderly. Any such employ'
ment agency, labor organization or ment or offer of employment shall not
their employees, agents or members discriminate among the disabled or
and an employee or prospective em- elderly on the basis of age, color,
ployee concerning employment, pay creed, disability, gender identity, mari,
or benefits to an employee or pro' tal status, national origin, race, reli-
spective employee in return for taking gion, sex or sexual orientation. (Ord.
a test for the presence of the antibody 95-3697,11-7-1995)
to the human immunodeficiency virus,
Is prohibited. The prohibitions of this 3. The employment of individuals. for
subsection do not apply if the State work within the home of the employer
epidemiologist determines and the if the employer or members of the
Director of Public Health declares family reside therein during such em-
through the utilization. of guidelines ployment.
established by the Center for Disease
Control of the United States Depart- 4. The employment of individuals to
ment of Health and Human Services, render personal service to the person
that a person with a condition related of the employer or members of the
to acquired Immune deficiency syn- employer's family.
drome poses a significant risk of
transmission of the human immunode- 5. To employ on the basis of sex in
ficlency virus to other persons In a those certain instances where sex is a
specific occupation. bona fide occupational qualification
reasonably necessary to the normal
F. The following are exempted from the operation of a particular business or
provisions of this Section: enterprise, The bona fide occupational
qualification shall be interpreted nar,
1. Any bona fide religious institution or rowly.
its educational facility, association,
corporation' or society with respect to 6. A State or Federal program de.
any qualifications for employment signed to benefit a specific age classl-
based on religion when such quallflca, ficatlon which serves a bona fide pub-
tions are related to a bona fide reli- lie purpose.
gious purpose. A religious qualifica-
tion for instructional personnel or an 7. To employ on the basis of disability
administrative officer, serving in a in those certain instances where pres-
supervisory capacity of a bona fide ence of disability is a bona fide occu-
religious educational facility or rell- patlonal qualification reasonably nec-
gious institution shall be presumed to essary to the normal operation of a
be a bona fide occupational qualifica- particular business or enterprise. The
tlon. (Ord, 94-3647, 11-8-1994) bona fide occupational qualification
shall be interpreted narrowly. (Ord.
94-3647,11-8-1994) ""
0 =
~.
~~ ~
-0
~ 7.J 11
0-< - ~
--to <.D ,
,
897 .-<, m
Iowa City rn ".
-:rJ or r:
0- 0 '--'
;;E-^-
):> W
0:>
CC-7
---
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
shall apply except as amended in the Supplementary Conditions.
....,
=
0 =
~
:2:0 "..
'):>::::j -0 11
=
0-< -
- I
-C' ..0 m
~~ :>:>0
0
-::D :::Jl:
O~ <?
:2:/'
)> (.,)
\D
GC-1
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
S-1 Definitions ~o g
""
S-2 Limitations of Operations ~ --n
S-3 Insurance -::P~ :/:l -
S-4 Supervision and Superintendence =< - r-
9. 0 ..0 fI\
S-5 Concerning Subcontractors, Suppliers and Others :<'rD ~ G
S-6 Compliance with OSHA Regulations
S-7 Employment Practices 5~ 0
Z ,.
S-8 Contract Compliance Program (Anti-Discrimination Requirements) :P ~
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 Introductorv Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction:' Series of 200\ 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 permittEld on Sundays or legal holidays without specific permission of the ENGINEER.
SC-1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days 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; _ g
o CF'
:20 -
Tvoe of Coveraqe J;>::::{ ;g -n
Comprehensive General Liability Each Occurrence AqqreQale ~ f \
Bodily Injury & Property Damage* $1,000,000 $2,O~~ :I'" \I.\
Automobile Liability Combined ~flbf~ Limit U
Bodily Injury & Property Damage $1 oO~Ocr C?-
, '"
Excess Liability $1,000,000 $1,OO~00 \.0
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.
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
SC-2
I
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 compliance
with the requirements herein provided, and on that basis to either award the contract to
the next low bidder, or declare a default and pursue any and all remedies available to
the City.
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
....,
7. In the event that any of the policies or insurance coverage identifie~n Co~actor's
Certificate of Insurance are canceled or modified, the City may in it ~retil:1@ either
suspend Contractor's operations or activities under this Contract, fS ~rmiAate th15j
Contract, and withhold payment for work performed on the Contract. =<! 0 ;:;; r=
- r IT)
C. HOLD HARMLESS 0 jj ~ ')
~x 9 '-
1. The Contractor shall indemnify, defend and hold harmless the City oJI:fowa CAW and its
officers, employees, and agents from any and all liability, loss, cost, darMige, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
SC-3
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.
S4 SUPERVISION AND SUPERINTENDENCE,
t-"
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONB ~
CONTRACTOR shall maintain a qualified and responsible person available~40u;;gper"']J
day, seven days per week to respond to emergencies which may occury1ter t1ffiirs. r
CONTRACTOR shall provide to ENGINEER the phone number and/or paging seNlCe of this ~
individual. c:-< ~ 5r u
Or. 0
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 regardin[J this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following 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,
SC-4
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.
Contractor shall pay all sales, consumer, use and' other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of
Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to
project acceptance by the City Council, the Contractor shall submit to the Engineer oj statement of
taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The
City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa.
Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement
from the State. Tax statements submitted after the project has been accepted by the City Council
will not be accepted or reimbursed.
S-11 CONSTRUCTION STAKES,
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
The Contractor shall be responsible for the preservation of stakes and marks. Any
necessary re-staking will be at the Contractor's expense and will be charged at a rate of
$75 per hour.
S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS,
The Contractor awarded the project together with all Subcontractors shall be required to complete
the form included with these specifications (and entitled the same as this section) and submit it to
the Engineer before work can begin on the project.
....,
0 =
=
~o 0"'
:D>
-0
0::< ::0 11
-
---10 \D f-
_-<I m
I'1l :I>>
O::D ::l: "
'2 \,J
~/,
)> W
\D
SC-5
I
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
PROJECT NAME: 2006 Asphalt Resurfacing Project
TYPE OF WORK: Asphalt Paving
DATE OF LETTING: May 23, 2006
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and his/her contractors and
subcontractors at the work site until the project is completed.
I hereby certify that the undersigned is a resident bidder as defined above and will remain such
from the start of the project until its completion.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
4/06
data on citynUEngfMastarSpecslfrontend.doc
,.."
0 =
=
~O en
~
-0
-I :;0 Il
0-< -
::<0 \D r-
. I m
m ;%>>
-:0 ::x 0
0--
~^ C5
):> W
0..0
R-1
SECTION 01010
SUMMARY OF THE WORK
PART 1- GENERAL
General description, not all inclusive.
A. Base Bid Work:
1. Hot Mix Asphalt Paving, milling, bituminous seal coat and associated work.
2. Remove and replace Portland Cement Concrete curb and gutters.
3. Adjust manholes.
4. Furnish and install tape pavement markings.
5. Provide traffic control during all phases of the project.
4/05
DIOIO,doc
.....,
0 =
=
~O '="
J>
-u
=<' ::u 11
0 -
-0 \.0 ,
,=<" m
m ~
O~ ::!r 0
;z:^ S'
)> W
\.0
01010-1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1- GENERAL
1.01 SUMMARY:
A. Procedures and submittal requirements for schedule of values, applications for payment, and unit
prices.
1.02 STANDARD OF MEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be based on
the actual quantity of work perfonned according to the various classes of work specified unless
noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during
measurement.
1.03 SCOPE OF PAYMENT:
A. The Contractor shall accept the compensation as herein provided as full payment for furnishing
materials, labor, tools and equipment and for perfonning 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 w\ll3<, it is to be
considered incidental to the project and no separate payment will be made. =
0 =
<T'
:2:0 :P"
-0 11
PART 2 - PRODUCTS )>::::j ::0
0-<' -
- I
-0 u::> \11
2.01 NONE ~~
~ 0
02=!
PART 3 - EXECUTION Z'^ <?
)> w
3.01 PROCEDURE: \D
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 ~O ~ II
72 0:0 .-
- ....-
,
The following subsections describe the measurement of and payment for the ~'tt9 be'ii'one ~1iiThr
the items listed in the FORM OF PROPOSAL. b P 0
. ,':3l"-
~::o --
Each unit or lump sum price stated shall constitute full payment as herein speci~16r ea%item of
work completed in accordance with the drawings and specifications, including c1<:lm up. ..c
It is the Contractor's responsibility to identifY the locations of public and private utilities. No
additional compensation will be made for any interference or delay caused by the placement and/or
relocation of said utilities. No additional compensation will be made for repair costs to fix damage
caused the Contractor or his/her Subcontractors.
Work associated with existing items on private and/or public property that are to be protected,
removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an
item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or
reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the
Engineer. The prices for those items which may have any impact on existing trees and shrubs shall
include compensation for special precautionary measures required to prevent injury or damage to
said tree, shrub or root system.
The prices for those items which involve grading or excavation shall include compensation for top
soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal
of surplus excavated material, handling water, installation of all necessary sheeting, bracing and
temporary fencing around all open excavations and supply, placement and compaction of specified
backfill.
The prices for those items which involve surface removal adjacent to buildings or vaults shall
include compensation to protect exposed surfaces from water which may leak or seep into vaults
and/or basements.
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, fonning, drying, watering and compaction of fill material, and all such work as
may be required to make the grading work complete with a unifonn 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 pennit 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. Penn its paid for by the Contractor will be issued only for construction vehicles, not
personal vehicles,
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there as a
result of any construction activity. The cost of clean up shall be incidental.
01025-2
B. BID ITEM DESCRIPTIONS
1,2, HMA 300K y," Mix
The unit price (tons) for these items shall constitute full payment for all labor, materials, and
equipment for construction of the base, intennediate and surface course. Adjusting structures
in the pavement shall be incidental to these items unless specifically listed as a bid item. Tack
coat, asphalt binder and quality control management shall be incidental to these items.
3. Asphalt Removal
The unit price for this item (square yards) shall constitute full payment for all labor, material,
and equipment for removal and disposal of existing asphalt removed at intersections to tie into
existing street grades or other miscellaneous areas. Sawing of asphalt shall be incidental to this
item. Asphalt removal by milling will not be included in this item.
4. Shoulder Fill, Seed and Mulch
0\ <(
C'">
9 v3 The unit price for this item (each) shall constitute full payment for all labor, materials, and
-0 equipment required to fill the shoulders along both sides of Taft Speedway and No Name
0 ;.L: CL.-
..,
W cd; :J >-- Road. This will require providing topsoil, seed and mulch necessary to fill the shoulders from
I 0" Ot:= the edge of pavement to the bottom the ditch. The depth will vary accordingly. Landscaping
--' - ,0
- r:= as per section 02900 and clean-up shall be considered incidental to this item.
LL 0:::
0- _<C
.eX 03
...0 0 The unit price for this item will also include seed, fertilizer, and mulching 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. The seed mixture shall be the IDOT
Urban Seed Mix.
5. Manhole Adjustment
The unit price for this item (each) shall constitute full payment for all labor, material,
including concrete, and equipment to adjust the manhole to the fmal surface elevation and
reconstruct a P.C. concrete base. No extra compensation shall be allowed for any additional
work on the upper portions of the manhole to bring the castings to final grade. New castings to
replace the old will be provided by the City to be installed by the Contractor where deemed
necessary by the Engineer.
6. Remove & Replace Curb & Gutter
The unit price for this item (linear foot) shall constitute full payment for all labor, material,
and equipment to remove and dispose of existing curb and gutter marked in the field and
replacement with new curb and gutter using a C-3 mix including a compacted rock subbase.
The gutter section extends up to 24 inches from the back of curb. Removal and replacement
beyond 24 inches from the back of curb shall be paid for as Portland cement concrete repair.
Saw cutting, backfilling, landscaping as per section 02900 and clean-up shall be considered
incidental to this item.
7. Pavement Milling
The unit price for this item (square yards) shall constitute full payment for all labor, material,
and equipment to remove by milling and dispose of the entire depth of asphalt down to a clean
existing street, PCC or brick surface. Asphalt millings will remain the property of the City and
shall be delivered by the contractor to a site designated by the City. Temporary asphalt fillets
01025-3
I
are incidental to this item.
8. Portland Cement Concrete Repair
The unit price for this item (square yards) shall constitute full payment for all labor, material,
and equipment to saw cut, remove; and dispose of concrete and any unsuitable subbase,
replace and compact aggregate subbase, and replace P.c. Concrete to the level and thickness
of abutting concrete using M-3 mix or M Mix with calcium chloride as specified. Doweling
will be required as per Iowa DOT Standard Road Plan RH-50 and RH-51, which can be found
in the appendix of these specifications. Temporary asphalt fillets are incidental to this item.
9. HMA Repair
The unit price for this item (square yards) shall constitute flJlI payment for all labor, material,
and equipment to remove and dispose of hot mix asphalt or brick, and any unsuitable subbase,
replace and compact aggregate subbase, and replace HMA Concrete to the level and thickness
of the asphalt base or brick with base. Sawing asphalt and tack shall be incidental to this item.
10. Sidewalk Removal
The unit price for this item (square feet) shall constitute full payment for all labor, material,
and equipment to remove and dispose of sidewalk pavement as marked in the field by the
Engineer.
11,12, Sidewalk and Driveway, P.C. Concrete
& 13.
The unit price for this item shall constitute full payment for all labor, material, ~ equipment
for placement of Portland Cement concrete sidewalk. Included with t~item iSijkcavation to
grade, subgrade preparation and compaction, subgrade treatme~ (1i:mniijg, c"'f1ete
placement and finishing, curing, jointing and joint sealing, and backfilliilg arfomY'Hnes'r=::
0""-. -
14. . . ':::i0 \D rTl
Pavement Markmgs (tape). :<~, ;;; b
''-IJ J.
The unit prices for these items will be paid based on the number of stati~ istalle based on
a 4-inch width and the number of symbols placed. Work includes prep ~rk, laJt8t, supply
and placement of tape and protection during cure. Layout must be approved by the Engineer.
Preformed Polymer Marking Material shall be prequalified as a polymer tape in accordance
with Materials LM. 483.06.
15. Cleaning & Preparation of Base
The unit price for this item (miles-full width) shall constitute full payment for all labor,
material, and equipment to clean and prepare the base for the full width of the pavement in
accordance with !DOT Standard Specifications Section 2212.04A. The City's street sweeping
crew and equipnient will be available to aid the Contractor with the sweeping operation prior
to cleaning each street, on a one-time basis only.
16. Traffic Control
The lump sum price for this item shall constitute full payment for all labor, material, and
equipment to install, maintain, and remove all traffic control devices for all divisions of this
contract.
17. Flaggers
01025-4
The Engineer will count the number of days each flagger was used.
For flaggers to be counted:
a. The flaggers must be needed and used as part of pre-planned work that is started that
day and is intended to proceed for major part of the day. If used less than four hours,.
the flagger will be counted as a half-day.
b. Other flaggers must be. needed and used for at least one hour during the ooy, perhaps
intermittently, and this must be the primary duty of that employee. If used less than
four hours, the flagger will be counted as a half-day.
Short time, emergency, or relief assignment of employees to flagging operations will not be
counted separately.
For the number of days each flagger was used, the Contractor will be paid the predetermined
contract unit price per day.
18. Detectable Warnings, Curb Ramps
The unit price (square feet) for this item shall constitute full payment for all labor, material,
and equipment for placement of detectable warnings on sidewalk curb ramps. It is anticipated
there are six (6) locations on this project, each requiring a four (4) foot by two (2) detectable
warnIng. The detectable warnings shall meet truncated dome specifications in appendix of
this document.
04/03 '"
0 =
QI025.doc =
~O ""
:>:>
)>::2 " 11
:;<;J
0 - I
-10 ~
_-<r rn
rn :>:> r-1
-:0 :x
O- s> .....J
~/'.
)> W
~
01025-5
I
SECTION 01310
PROGRESS AND SCHEDULES
PART 1 - GENERAL
1.01 SUMMARY:
A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a bigb priority. Scheduling of work shall be
planned with this in mind.
1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of
the proposed work with the controlling operation identified. The schedule shall include
proposed dates and durations of street closings. Work may not begin until the schedule is
approved by the Engineer.
B. The Contractor shall submit updated construction schedules at two week intervals
throughout the project. ~
~O =
cr-
PART 2 - PRODUCTS !ti -n
);>-==1 ;;0
-< -
- -
None. 0 o.D \-11
~CJ
PART 3 - EXECUTION' =-<r-;; !:: 0
521 ~
:2:...... '?
3.01 MEETINGS PRIOR TO CONSTRUCTION: );>- c..:>
o.D
A. A Pre-Construction meeting will be held prior to beginning work.
3.02 PROGRESS OF WORK:
A. Saturdays will not be counted as working days. Liquidated Damages $400/day for all
divisions.
Iowa City Streets - Asphalt Overlay
Completion Date: August 25,2006
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
D. Restoration activities such as pavement replacement will follow closely behind the work
01310-1
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 minimize the length oftime parking spaces and parking revenue are
lost.
3.03 COORDINATION WITH UTILITIES:
A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead
of time. The Contractor shall work closely with the utility companies to aid in these
relocations to keep the project on schedule.
3.04 STREET CLOSINGS:
A. NoWy 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.
04/03
QIJIO.doc
.....,
0 =
=
0"'
:2:0 "..
)>-\ -0 11
=
0-< - I
:::;:!~ \D
~ m
- rTI r-1
02',1 ~ '-J
:2:/' '?
)> "'-
0
01310-2
I
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PART 1 - GENERAL
1.01 SUMMARY:
A. Furnish, install and maintain traffic control and construction facilities required for the
work. Remove when work is completed.
1.02 REFERENCES:
A. roOT Standard Specifications.
B. U.S. Department of Transportation Federal Highway Administration "Manual on Unifonn
Traffic Control Devices for Streets and Highways," Millennium Edition, December 2000.
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 at least 4 days in advance of starting work.
,...,
0 =
PART 2 - PRODUCTS =
~C? c-<
"'"
-0 11
2.01 MATERL4LS: ......., :;0
0-< -
=iO \.0 r
A. Traffic control devices may be new or used, but must meet the require~of~ rom
Standard Specifications. 0:0 ::l:: U
;fA S'
B. All construction fence shall be new and securely fastened to approved p~ and imtillled as
directed by the Engineer. C)
2.02 EQUIPMENT:
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will confonn with the
following divisions and sections of the roOT Standard Specifications:
Division II. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
01570-1
-- --
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS:
A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead
of scheduled work. The Contractor is responsible for installation and maintenance of the
signs 48 hours in advance of when the vehicles must be removed.
3.03 MAINTENANCE OF FACILITIES:
A. The Contractor shall monitor the condition of traffic control and construction facilities at
all times, including non-work hours. Repair, replace and maintain as necessary.
B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary
gravel surfaces shall be provided as directed by the Engineer.
3.04 EXCAVATIONS:
A. All excavations shall be fenced.
3.05 ADDITIONAL FACILITIES:
A. All signs, barricades and fences within and beyond the project area deemed appropriate by
the Engineer shall be the responsibility of the Contractor.
B. Traffic Control on streets in the project as follows:
1. Bloomington St, Lucas St, Van Buren St, F St, Rider St, Bayard St and Lexington
Ave.
Maintain traffic in both directions at all times with the use of one lane signs and
flaggers as per roOT Standard Road Plans RS-3 or RS-4.
2. Market and Jefferson Streets.
Maintain one lane of traffic at all times as per IDOT Standard Road Plans RS-63A
and RS-63B.
3. Park Road
Maintain at least one lane of traffic (in each direction) at all times as per roOT
"'"
Standard Road Plans RS-64A and RS-64B. 0 ~
~O "..
)>- -0
-i :::0 Il
04/03 0--< - =
OIS70,doc -0 \.D !
_=2, nl
m :I:>> 0
-:JJ :::ll:
0- is
~/"
)> .::-
0
01570-2
SECTION 02050
DEMOLITIONS, REMOV ALS 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 eXlstmg storm sewer pipes,
sanital)' sewer pipes, intakes, and drainage structures as indicated and specified.
1.02 REFERENCES:
A. IDOT Standard Specifications.
1.03 QUALITY ASSURANCE:
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. ....,
0 =
=
~
1.04 SUBMITTALS: ~(') :po
)>-\ " -n
-< :;;0
.(') - I
A. Locations of disposal sites. ;:<!O oJ:> ITl
_I 5r
rn l-'\
PART 2 - PRODUCTS -:JJ '--'
~;A <?
2.01 MATERIALS: )> .::-
0
A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
Specification Section 4120.04 and Section 4109, Gradation No.1!.
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 lOOT Standard Specifications:
Division 24. Structures.
Section 2401. Removal of Existing Structures.
02050-1
Division 25. Miscellaneous Construction.
Section 2510. Removal of Old Pavement.
Section 2511. Removal and Construction of Portland Cement Concrete Side-
walks.
Section 2515. Removal and Construction of Paved Driveways.
Section 2516. Removal and Construction of Retaining Walls and Steps.
3.02 INSPECTION:
A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to
revise demolition limits if required by the nature of construction.
3.03 PROCEDURES:
A. Utilities
1. NotifY all corporations, companies, individuals and state or local authorities
owning pipelines, water lines, gas mains, buried and overhead electric facilities,
telephone, cable television, fiber optic, and other public or private utilities shown
on the drawings or otherwise known or discovered to be in the project area.
2. When active utilities are encountered, promptly take necessal)' 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 Contr~or shall
cooperate with these efforts in eveI)' reasonable way and shalQlot be tHRitled to
additional compensation for delays resulting from such relocatioJ 0 :;; -n
:::!:::o _
B. Site Protection Measures ~ 0 ~ ~
I. Refer to Traffic Control Sheets for details. -0 93 ~ 0
~..^ '2
2. Barricade and fence open excavations or depressions resulting o.nn wor@uring
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
1. Pedestrian access to homes and businesses shall be maintained at all times.
Temporal)' 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-furnished site approved by the Engineer or to the landfill. The
Contractor shall pay the current tipping fee at the landfill.
3.04 DEMOLITION AND REMOVALS:
A. Pavement and Sidewalk Removals
I 1. Removal shall be to the limits noted on the plans or as directed by the Engineer.
I
2. Pavement removal shall include brick, P.c. Concrete, and A.C. Concrete
pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or
aggregate surfaces is not considered pavement removal.
3. Sawcuts shall be approved by the Engineer.
4. Removal operations shall conform to construction phasing noted on the plans or as
directed by the Engineer.
B. Sewer Abandonment and Removal
1. Removal shall be at the locations and to the limits noted on the plans or as directed
by the Engineer.
2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone
I 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.
""
0 =
=
""
:2:0 """
::r>-j -0 11
11100 =
0-"" -
shared\engineer\specs-ii\02050,doc -10 ..0 I
--<F;=; ;I>> m
r-!
-::0 :ll: <..J
O- s>
~/'-
)> "'--
0
l 02050-3
SECTION 02510
HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT
AND MILLING.
PART 1 - GENERAL
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to
receive Hot Mix Asphalt paving.
B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving.
.-.>
C. Seal Coat. =
- ""
o ""
':2-0 ~ 11
J;> ::::\ :;0
1.02 REFERENCES: 0-< - F
~O U> in
A. !DOT Standard Specifications. :<~, po 0
-:I} :%
B. !DOT Supplement Specification 01014. ~7' <?
J;> -E;
1.03 QUALITY ASSURANCE:
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 perfonnance of the work in this section.
B. Quality testing:
1. As per mOT Supplemental Specification 01014, section 04 Quality Control Program.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Except as amended in this document, the materials in this section will confonn with the
following divisions and sections of the !DOT Standard Specifications:
Division 23. Surface Courses.
SS-01014 Hot Mix Asphalt Mixtures.
Division 41. Construction Materials.
Section 4126. Type B Aggregate for Hot Mix Asphalt.
Section 4127. Type A Aggregate for Hot Mix Asphalt.
Section 4137. Asphalt Binder.
PART 3 - EXECUTION
02510-1
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will confonn with the following
divisions and sections of the lOOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases
Section 2122. Paved Shoulders.
Division 22. Base Courses.
Section 2203. Hot Mix Asphalt Bases.
Section 2212. Base Repair. ~
Section 2213. Base Widening. - "'"
~O cr-
0; \l
Division 23. Surface Courses. )=> ::::\ ::u
0-< -
SS-01014 Hot Mix Asphalt Mixtures. - \
..0
Section 2307. Bituminous Seal Coat. -.:=40 IT\
Section 2316. Pavement Smooth'1ess =-<~ ~ 0
-:rJ
~7' C2
Division 25. Miscellaneous Construction s:"
Section 2529. Full Depth Finish Patches. )=> C>
Section 2530. Partial Depth Finish Patches.
3,02 OPENING TO TRAFFIC:
A. Opening to traffic, including Contractor's vehicles, will not be pennitted until the pavement or
surface treatment has cured sufficiently to prevent damage as detennined by the Engineer.
B. Opening to traffic shall not constitute final acceptance.
3.03 COMPLETION OF WORK:
A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean
up. All streets shall be finished and opened to the public as soon as practicable.
3.04 AREAS TO BE OVERLA YED:
A. Division I - Iowa City Streets - Asphalt Overlay
NAME LIMITS
Market St. Clinton St. to' Ann Cleary walk. .
Market St. Clapp St. to Rocheser Ave.
Evans St. Jefferson St. to Market St.
Jefferson St. Evans St. to Clapp St.
Keokuk St. Highland Ave. to Kirkwood Ave.
Wayne Ave. First Ave. to Arthur St.
Ferson St. Park Rd. to River St.
Taft Speedway. No Name Rd. to Dubuque St.
No Name Rd. Foster Rd. to Taft Speedway
Davis St. Tracy Ln. to 2119 Davis St.
Tracy Ln. Tavlor Dr. to Bancroft Ave.
02510-2
3.05 PA VEMENT MILLING
A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the
full width of the pavement.
B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered
to the Iowa City Landfill located ot 3900Hebl Ave..
I. Pavement millings needed to construct temporary fillets shall be placed at all vertical
edges to facilitate traffic.
C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The
exception to this would be if after removal of the old asphalt overlay, the existing surface could
no longer support prolonged traffic, then the contractor would be required to place the leveling
course immediately following milling and cleaning.
D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt
Paving abuts an existing Portland Cement Concrete Paving. The PCC paving shall be milled at
a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be
considered incidental to the Cleaning and Preparation of Base item.
3.06 CLEANING AND PREPARATION OF BASE
A. The Contractor shall be responsible. for cleaning all surfaces prior to operation. All loose
material shall be removed from the surface and cracks by brooming or air blowing. The City's
street sweeping crew and equipment will be available to aid the Contractor with sweeping
operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping
required will be at the Contractor's expense.
3.07 AGGREGATES ~
~ <=
cr-
"'"
-<::_0 .0 --n
A. Type. )>:::::-1 :;0
0-< -
- ,-
\.D
I. Type B aggregates shall be used in base mixtures. :::\0 \T1
:<~ ". 0
-:0 ::it
2. Type A aggregates shall be used in intennediate and surface mixtures. ~7' <?
j> ~-
B. Gradation. C>
I. A y,-inch mix shall be used on all streets and all divisions of this project.
3.08 ADJUSTING STRUCTURES
A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the
existing pavement. This will include not only structures that need to be adjusted up but also
those structures that need to be adjusted down, such as in the areas of full-depth grinding. The
leveling course will be placed over the structure. The material overthe casting will be removed
and the casting will be adjusted to !Is" below the final finished grade. The street surface course
will then be placed. New castings to replace old will be provided by the City to be installed by
the Contractor where deemed necessary by the Engineer; however, the cost of any damage
caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to
02510-3
L -.
final grade may be accomplished by raising the casting, bricking and grouting under the casting
or concrete adjustment rings. Any removal of existing pavement around the structures must be
saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water
companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust
valve boxes.
3.09 ASPHALT BINDER
A. Asphalt binder shall be PG 70-28 on Jefferson Street.
B. Asphalt binder shall be PG 64-22 on all streets and divisions of this project.
3.10 EXISTING STREET SURFACES
A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface
shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and
durable joint will be made between existing and proposed surfacing.
3.ll ASPHALT CEMENT CONCRETE REPAIR
A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other
material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase;
placing and compacting full-depth asphalt to the level of surrounding brick or asphalt. Multiple
lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered
to the Iowa City Street Department located at 3800 Napoleon Lane.
3./2 HOT MIX ASPHALT PLACEMENT
A. Lifts
1. All Streets ecept below - A 1 y," depth intermediate course followed by a 1 y," depth
surface course.
2. Taft Speedway and No Name Rd. - Base course depth varies between 2"- 3" followed
by a varying surface course of 2"- 3".
B. Compaction
1. Class 1 B compaction shall be used on all streets and divisions of this project.
3./3 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK:
A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this
document. Cover aggregate shall be %" Gradation 21. Bituminous materi!!!)shall b~C-3000.
Primer shall be MC-70. ~ () ;:
)>---; -u
-, ::0 Il
3./4 STREETS TO BE SEAL COATED: (') -< - -
---.;(J \.0 I
Division 3 - Iowa City Streets - Chip Seal-None. ~< tB Si: ~!
O..J _ \..J
s:^ Cl
,..... ..
)> .::;-
Cl
l 02510-4
2.15 PA VEMENT SMOOTHNESS:
A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of
Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall
be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by
the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness
incentive payment.
,...,
0 =
=
~O """'
",.
)>-1 -0 11
0-< =
- !
-10 '"
.c<r rn
m :> r-1
-:rJ :JC
0 ....J
~^ 9
)> J:-
0
02510-5
b
SECTION 02520
PORTLAND CEMENT CONCRETE PAVING
PART 1- GENERAL
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact
subgrades to receive Portland Cement Concrete paving.
B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and
cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at
the locations and grades noted on the plans.
1.02 REFERENCES:
A. lOOT Standard Specifications.
1.03 QUALlTY ASSURANCE:
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:
\. Compressive Strength Tests.
.....,
2. Entrained Air. 0 =
=
<:7'
~O """
3. Slump. )>-1 -0 \l
0-< ::0
- I
4. Density Tests of Base and Subgrade. -10 \.D
.:-<.:r m
m 3>> 0
O::.D ::;ll:
PART 2 - PRODUCTS ~^ <?
)> .s:-
2.01 MATERIALS: 0
A. Except as amended in this document, the materials in this section will conform with the
following divisions and sections ofthe IDOT Standard Specifications:
Division 41. Construction Materials.
Sections 4101 througI\ 4122.
B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3.
02520-1
I
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 22. Base Courses. 6 g?
Section 220 I. Portland Cement Concrete Base. ~ 0 ~ -n
Section 2212. Base Repair. J:" '2 ::: i:::::
Section 2213. Base Widening. go'" (1\
.:-<~ 3'" G
Division 23. Surface Courses. - :JJ :! ~
Section 2301. Portland Cement Concrete Pavement. ~:;>:: <?
Section 2302. Portland Cement Concrete Pavement WideIi]Jrg. f,
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.
Sectioi12529. Full Depth Finish Patches.
Section 2530. Partial Depth Finish Patches.
3.02 CURING AND PROTECTION OF PA VEMENT:
A. Curing compound shall be applied immediately following finishing of the concrete,
including back of curb.
3.03 ENVIRONMENTAL REQUIREMENTS:
A. When concrete is being placed in cold weather and temperatures may be expected to drop
below 350F, the following requirements must be met for concrete less than 36 hours old:
24 Hour Temperature Forecast Covering
Minimum 35-320 F One layer plastic or burlap.
Minimum 31-250 F One layer plastic and one layer burlap or two
layers burlap.
Below 250 F Commercial insulating material approved by the
Engineer.
B. Concrete shall be protected from freezing temperatures until it is at least five days old.
e. Concrete damaged by cold weather shall be removed and replaced at the Contractor's
expense.
02520-2
D. Maximum allowable concrete temperature shall be 900 F.
E. If concrete is placed when the temperature of the concrete could exceed 900 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 900 F.
3.04 OPENING TO TRAFFIC:
A. Opening to traffic, including Contractor's vehicles, will not be permitted until the
compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch.
B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to
traffic of any kind.
C. Opening to traffic shall not constitute final acceptance.
3.05 COMPLETION OF WORK:
A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and
clean up. All streets and sidewalks shall be finished and opened to the public as soon as
practicable.
B. Contractor shall notity the Engineer. if weather conditions make it difficult to use Class M
concrete, when specified.
11/00
sbared\engineer\specs-ii\02520.doc
0 '"
=
=
~O ""
"..
)>-; -0
-, "" 11
0-<
-
ICJ \D !
.:-< j m
nl J>
-:0 :r 0
0--
~^ 6
)> "'-
<::>
02520-3
SECTION 02585
PAVEMENT MARKING
PART 1- GENERAL
1.01 SUMMARY:
A. This work shall consist of furnishing and installing permanent tape pavement markings.
1.02 REFERENCES:
A. lOOT Standard Specifications.
PART 2 - PRODUCTS
2.01 MATERlALS:
A. Profiled Pavement Marking Tape for HMA Surfaces
l. Pavement marking tape shall be 3M Stamark 380 Pavement Marking Tape.
PART 3 - EXECUTION
3.01 APPLICATION:
A. Profiled Pavement Marking Tape
l. The markings shall be applied in accordance with the manufacturer's installation
instructions. Marking configurations shall be in accordance with the "Manual of
Uniform Traffic Control Devices."
END OF SECTION
"'"
0 =
=
~O ""
,.,.
""1J
O:::J :::0 Il
-
-iG \D !
--<. m
m 3>
-:JJ ::Jl: \"
0- 0 '-.-I
::f/'
)> ~
-
02585-1
SECTION 02900 FII_tD
2006 APR I 9 AM 10: 41
LANDSCAPING CITY CLERf<
IOWA CiTY, IOWA
PART 1 - GENERAL
1.01 SUMMARY:
A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape
accessories and maintenance.
1.02 QUALITY ASSURANCE:
A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester
with the following requirements:
1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A.
listings and those of established nursery supplies.
2. Standards: All trees must conform to the standards established by the American
Association of Nurserymen.
B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer
and/or City Forester, have not survived and grown in a satisfactory manner for a period of
one year after City Council acceptance of the project.
1.03 SUBMITTALS:
A. CertifY that all plantings are free of disease and insect pests. Certificates shall be submitted
to the Engineer and/or City Forester.
B. Submit certification of seed mixtures, purity, germinating value, and crop year
identification to the Engineer.
1.04 DELIVERY, STORAGE AND HANDLING:
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
.
,
PART 2 - PRODUCTS
2.01 SEED:
Minimum
Proportion Lbs./ Lbs./
Mix. by Weight Acre 1,000 sq.ft.
URBAN MIX'
Kentucky Blue Grass 70% 122.0 2.80
Perennial Rygrass (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.
2.02 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.
2.03 LIME AND FERTILIZER:
A. Ground agriculture limestone containing not less than 85 percent of total carbonates.
B. Fertilizer shall contain the following percentages by weight or as approved by Engineer:
Nitrogen' - 15% Phosphorus - 15% Potash - 15%
'At least 50 percent of nitrogen derived from natural organic sources of u@form. 2
;'Eo <7'
PART 3 - EXECUTION ~:2 ;g 11
-
3.01 SEED, FERTILIZE, LIME AND MULCH: --10 <D !
,-<r-
fTI :t>o rn
O~ :::;:: 0
A. Apply lime by mechanical means at rate of3,000 pounds per acre. .If"" "2
B. Apply fertilizer at rate of 450 pounds per acre. .t-
-
C. Seed Areas:
I. 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
02900-2
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. I
3. Rake seed lightly into loam to depth of not more than 'I.-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 ofthe Engineer.
D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until
gennination,and continue as necessary throughout maintenance and protection period.
E. Seed during approximate time periods of April I to May 15 and August] 5 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 unifonnly distributed and anchored into the soil. The
application rate for reasonably dry material shall be approximately I V, 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 minimize displacement of the soil and
disturbance of the design cross section.
G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-
year maintenance period.
3.02 SOD:
A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to:g-event
erosion before establishment. 0 g::
-:2:0 ,.".
B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. )> :::;::J ;g 11
0' - I
c. --l0 ..., .
Apply fertilizer at a rate of 450 pound per acre. -=< r "'" m
_gj :z '....)
D. Remove weeds or replace loam and reestablish finish grades if there a~ any d~s in
sodding. J> ::
E. Rake area to be sodded.
F. Roll sod to establish smooth, unifonn surface.
G. Water area adequately at 'time of sodding and continue as necessary throughout
maintenance period.
H. Sod during approximate time periods of April I 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-
02900-3
year maintenance period.
3.03 MAINTENANCE - ALL PLANTlNGS:
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 y, 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. All plantings shall be guaranteed for a period of one year after by City Council acceptance
of the project.
D. 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
shared\engineer\specs-ii\02900.doc
.....,
0 =
=
~
:2:0 "'"
p-{ " 11
0-< :;0
-
;:;20 ...0 I
_ r m
m "'"
0::0 :;;: U
~^ s>
)> ::-
-
02900-4
APPENDIX
. Location Map
. Iowa City Streets - Asphalt Overlay: Tabulation of Quantities
. Tabulation of Pavement Markings
. Pavement Marking Standard Drawings
. !DOT Standard Road Plan RH-50
. !DOT Standard Road Plan RH-SI
. !DOT SS-O 1 0 14 Hot Mix Asphalt
. !DOT Standard Road Plan RS-3
. !DOT Standard Road Plan RS-4
. !DOT Standard Road Plan RS-63A
. !DOT Standard Road Plan RS-63B
. !DOT Standard Road Plan RS-64A
. !DOT Standard Road Plan RS-64B
. Pedestrain Ramp/Detectable Warning Details
....,
9 =
=
cr-
<:0 ",..
)>:::::j -0 -n
::0
0-< - ,-
-c v::> rn
~~ :!:?::
-rn 0
-::0 ->-
0-- 9
:f'^
)> ~-
-
~
._.,_.._".. l l n /
r- , -.~ ilt,~)/
FIL e[l . ,~~Pjbi~~::.::: l-
I- j ~' '1'~ ~::" fl~110 a: <( U
.f" ::L ,\ ',."X .~!. 0 W w
~ OOp APRW AM 10: 41 ,::~,: ,""",", , I'!''':' {, r; 11 3: ~ OJ
~ I' ~D l\ - -. 'J
;: , " ',l\ f l
:3 u CITY ~LERl< j , ~; t l \\ ' Is::
~ u ~ v; ~ _ u IC WA cr IOWA ~ ~''" 't - - , I \ I
" ~ 0 ~ M ~ ~ ~ - _ ! _ '1iP'., A\ ' ~l! " '\c'i// C)
-uu::!~v;~Vl..2"'o~~e f" - rd~~lI I\~"'~'~ .f.!L_ Z
"':a ~ 3 tI'l Vl ,\ - ""_...... L I ., ~ !.~~
H ~I] E? d '.ii = ~ "'- _ _\ / ,;;.'/ .,,;; "":'IH1f ! \! 11 !I \ Ii, I r- U
o '" - u u ~"' ~ N ..,,- ..." ," -V UI~A~ f
: E v; B:i. E E;1 BEE - ,- ';,'1 t, j, -.. --' ,\(11 ,.... f[y~:041 i 'IJ.?" - <(
~v; atii-g l;'''O l:l~jQ 't> 7l,/<<'::""<> ,,- '" \\:-. !I..'" " I. lit r. LL
o '" '" -<t: IX <il... .. 4 . "" \i I l'!t. : I" I '
'C J; ~ ~ :.; ..:<: Z .l:! ~.3 . ,-" "".. ; ~""";."""r-f "'.. . 1 . ~ .4
OO"'w;:.et.~.E;=';: ~~..!!~ ~ ~H ~iit~~,lt,af-/ a:
~ l'~~: I r ",' lll',~ . 1fT'\~<,r w:""1 ,L;) :J
"il." Il(!l'" -2 ,- rr'i""<O r! (j)
.., ":.."._~ ~ -. "I i Hi) '~(~,I'...J ", "W
:; J.... 4 I ~'-- ~~-~ (f;:""" r~ ""-" V~~ a:
~ _" v; _ ~ ~;1 ~ /<< I' !4j'-~~"- -= ;;;;;;J j", \ I -';;.;:;,- y:- J/ ~)
~ ~ < ~ < v; ~ u _ 0 ~'-,. ll~ .,-" ,~, """ I' I-
]] g ~ ~ s Vl z~ ~ -;, "t I ~. .. ~ ,. tIll; ~ 5~lO' .. ~" \ I -:, .. I ~
ta ta ~ 0 ;.-. '" .::: s: <.> ~ ~. .. -. "'" - ~........~ ..
:1:1 ",,:! ~ ~ ~!i. il;=' ""':""1: ..-' i~~11 0 l ! "':<,, i f' <(
"""" ) I ,,",' v'~f'9' r; _'F l~ I ' ,hi H I
\J~ - ",""""'- """'"' ""'"''"' -r. ./J ,.
~ ",,,... . , " . '.-/ '". D....
- ~. ,..,~- I" . I. ,-1, (j)
. ~ 1 ~ .... \ ~ ,I>
il "'~-= i/ ",; ~ r ~.~ ~I . ~ ~ 7" '. 'I"! " - f <(
1'1 ,,, L n " -.. ,. ,
, .' .. ,e, . , / '
/I ~ X-~ .- / .. I -r- .~I-..-' '1/". ,,/ '. ' q , CD
~ '\'.61 I ~ ,I ~ __ . r-;., ' ? I/Y ,. 1~.' "'/ ; I 0
.~ - ~ If' .. " .. -/ A 1
I Y A,J L~~ 'hii.-f-!rb},~ .,r i; . ~ ._ /~"I.,; 0
1'1./ Vlr')'~1 ..., . ,... A /J , C\J
1-' 1\..'1 ". """"il'! ",,~: 5
,,\ 1\1 I'/i\..'" ..I.r",,;.., ".-' ,,_ & 1,-- "
e.. _'_ \ f. t<= iifll ..~.. ,.1 r.
w " , ..<, W"'-" ,''''"",,' " .. 1'1 ,-,. u....
r...~ ~J 111"41 I"~l~;-~ .,,,... "," .".:.... -, <(
, ~""'-" '~"- , '.~ j,'ti1E1.,:,,"" '-.-,p;. II;" " ' d ..,
. ,Iil_ .." ~ I' '..,~ il.,.; k'.., ~
, ,i 'f.,.... I ~" ..." --: "!"'I 1,:" .~f Jt' I::',.. -''',0''1 1)~" ,
,. !~ . ""-.. ,.. _ h-m\:lIi I, ,:,' II .-, , Z
I, . ri " ,-......,..." 'II -
..-,., .. "'-" ~ IJ""IIII.. ", ;;Ii 9, ~ i j~~.....;
,,/" ~~ I, \' "[ifu" .. - I ,",,' ":,,. .... ~ II i !:j'l 0
_ ~:::-""'7"j ~ ,,'- ,1\ .. ,_. I' ".:c_,"\;fi'~7f:y' ,", ~ l-
. ! I . 1\ ' b ;'\.'l.lYl!; ",,"
'-.. , "II [!ji] " jl, - I, " - ~~ 'Iii" <(
I' n" 'I' ' '\ ," I~""' lL Ii! U
. " " , "II, ., I)" .. --..:-- .. ~ II 11..._ ,I 0
I ' ,,,-. ~ I
;(.... V " "--",,,,,. ~
~ . 1"- --" 01;1 5
" ,A" ~ 't!i! 1_" - i '''1;-' ",;' <l~,_," .-J
II Q:((~:......!!? ,- 110. .'" 111." t~~
~;,:-:___~/ ~/~I-"-..""-. ,--,.,l.;:: ',~_ 'fil ,.. I I --,m~ ~ '-""'1 /'
~ \' --",; ~ / ., "-. ",_ t !' ~I " ""I 0< - ~ '/11, '-.
\ \r""'~if 'I): l ... 01(:' "("-,'" " " . !_ :,: -:4--;; ,<;.'J'!!''tir-- --=-.' ..........
.. I / ... ~ ---'~ ,- /711 # I ~ f' c:
/"" .ct'V " <<to! .........-----........... ~..--/~~ ...-....~. ~
If' I=~. ',~,~, ~~- ,~'""",,,~ c~:~. ,I" ',- i' -~ ;! .......
'~ 11 , I ., . ,. ,I-=!F/, f I ' ,', #i' i~"" ~ ' "
,. " \ . 1,#" c---/ ,,- I, 1=1_~ ii' "-'
t: .... ~~ "'. _JO" l~...."' ~L.-')j~_~ I~
~"",' . ...- .
i'-. \ ,""'" \.~~ I-.. f ._."_ .-.' ~. 7;--
~ '-- ," .. _. j .........., .;;..._ I ~
\, \ "'i "t;: L_----;:;-.... ~{... ~ ~ -::\ i ~!
,,(J ~t- ~\~,~ ! "1'--" ',. ,Ii .. I ll~' A / ~
,v ' ... ! I" I ~ -..
~ 1. II "'...... . - '.,J ,--- , IT /l \\i ~ '7 a
I 17~' '110 '. '-.'-..J;,'~ ;;;.J '\\ t';, 1f ~ ~ i ~ ~ . .......
, ~i ! "'~,... ;<--'- " 'W; .._!, \
, .. '" ' "" " ~ .. '" J\
II ,,' R' .'. -" "~- ..~ (1;.- .
/ .-;:;.~. I,ll--< II ::P), \....'!.. ",~~ ~ . k..
K ,;:.-:::.: '\ I - I, f, . .... ' -. 1/ ...\..c 'I.' \ a
c-~~~~(\ '1~ ,'.~ ~,I!~L_'~-.\' ..
~:J.'--\~~ I'P l '.",--_Ji[j!(j;gJ"'lj, '-.
1-""""': :\ " '1--" ,,- ',," t' I I' ..........
/ ...... JJ _ ~ f! I - . ~ ~. lil '\.-:;, 'I h
\..... --.......". f II -_.- ::T'~\I':
, . \ .. !I 'i~ '1""- ,~n ,I i,l,.,J)})IJ ~, CJ
I . ,
~g~ N~~ ~ ~ ggg N~~ N ~
O. 0 .............. co. ci
~ ~
. ~
~ c
00 ~
~ ~
c ~
~ 0
> ~
w ~
>-
v~ ~o~ com ~ o~v.....o 000 m v
.......... ~~ '0 ..........M ~ wmv 0
.......- ~ ..- 0 ......... ci
~ .
c ~
o ~
~ -
~ >
~ ~
~ 0
,
oo~o ~o~ M N N~CO MO~O .....~WvO ~ m
a..-v co..... N..... .........m ~WN VCO~ M N
MMN q 0 MM..... v~..... N 0
M M
cri I. cai
~ ~
~ c
c 0
~ ~
~ ~
S ~
_ MM v~o 00 v 00 0 0 ceo CON co co
~ ~~ w~ 0 coco ~ 0 NN N V
~ l; Ci:............ co. ci tD(O N......... ci
~ S n..... ~
~.g -"! ~ .,
O~ ~ il () i~
- QI - Q.l I - ~....
16.... (.f) a. I ~ I.- _n
.<: CO ~ 00 i'-" :':
c.~ ~ '" ->1- ~ II
.. - ~ ~ I, :"
.. ~ ~ >- )1"'-
;; ~ ::0 I 'j h -; I
~ a co co ..... I'-- (<) m ..... 00 <0 l.() L{) m 0 C ' fq) I'di, rrl
.......... cr> (<) 0 -<i ~ N NO..... t* I .~;: r-'
:;:~~ ~: ~ 0 1i~~ ~ ()[;<;' ,: \..J
o 0 ;. I.:>
2. 0:: :; -
~ ~ -
~ ~
~ z
~ 0
~ z
~ (.f) (.f) (.f)
~55~~~~~~~~~~~~~~(.f)> ~55r~~~>r~~~~~~~~(.f)r
~~~(.f)(.f)w~(.f)W(.f)(.f)(.f)(.f)W(.f)(.f)-~~ ~l ~(.f)(.f)W~(.f)(.f)~(.f)(.f)(.f)W(.f)(.f)-~~
~ ~ 0 ~~ ~ 0
$ ~ ; ~
.~ t:: g dl .~ t:: g Q)
~ 6 ~~w~ ~ ~ ~ ~~m~o ~
_ ~ 00 11l -.c ou en
N.~ u ~ ,~,~u.5 _ N.~ 0 ~ .5.50,5_
-~ 3 D ~~.m 0 ~~ 3 ~ ~~.w 0
Qj-= :;!:; aiQ)-O:.v-mc $= ~:; Q)-wO:<<IQ;'c
~~ ~ 0 --~~a..Q -~ ~ U --~~a..Q
._.... c Q) ~~ .o...<tIm .!!!..... C Q) ~~_~...(llro
"'tJ _ ClI _ u.~ 0 0 0. U - .... -0. ro - o.!::: 0 0 ~ 0 .t::. ....
Ql~ "'C~J!! [ _c:c:ESOl[ Ql~ -o;J!! [ _c:c:E50l[
~~~~EliOlQl ~88~u.s~ ~~~~E~OlQl ~88&us~
S~>0U~.S~ 0 ~ ~~ S~>ooU~.S~ 0 n ~~
cwOE~.a-o~s....EUU....Oro"'C~ 5000E~.a-o~s....EUU""Oro-o~
_ _ .-"'C c: :2: Ql - 2. ~ ~ O~ ~ :2: c: - -.'- -0 c: ::2: Ql .- Ql ~ ~ O~ ~ ::2: c: -
~:::S::QlLL<(ro_""ro..... _--roC: :::s:::::s:::QlLL<(ro_....~~ ....roc:
OO~"" c:o~~~~~~c:OlOOO OO~.... cO~~~~~~c 000
OO_QlQlQlQlCQl____roQl U.... OO_QlQlQlQlCQl____roQl U....
MM~~~~E8~~~~~~E.~o~ M~~~~~E8~~~~~~E.~o&
E<(<(~~cE~ '<(QlQlQlQl~~roE~ E<<(~~cE~ '<(QlQlQlQl~~roEOl
Ql~~w~\'tlQlroq~~BB~.~\'tl2~J!! Ql~~w~\'tlQlroq~~~~~.c\'tl2~~
-II<(W~~~~IOO~W00~O~LL -II<(W~~~~IWWWWO~O~LL
~
FILFD
20U6 APR /9 AN /0: 4 /
CITY CLERK
IOWA CIT',; IOWA
~~~mNm~oo~~~~OO~ N
WOON~N~ON~~~N Mmoo w
~N.I'- O)l.O. L{)+-N Nui""';
NN (l)
:s
o
>-
l.()l.()M N ~ l.()
Q) 0> 0..... N
o .
, 0
it
-"
~
-"
o
..
'"
en en
~zz~~~~>>~~~~~~~ww~
5S2w~w~wwwwwwww~~~~
~ .c
x ~ (,) Q)
~ <9 -u-5~-fi ~
. X .l:." c: C c: CD
N ._ 0 uu .- .- u'- _
-~ "'5..c ...r<o'<O 0
$-" :2::; al w- ~ w- 4) C
..... C::! "'0 (,) .......... a... ID Q..Q
ClI..- c ttI Q) -.... III <<i
"5 - ro....Q)o ~ 0.... uc..oe....
Q) IU c'- E c ro
Eo "OQ)n:I <ll _CC OOla.
C'll Q)~(i 0. (lJOOl'il em
Qit:ro Q).t:llU ~Q) >000::0:.2....
~>(/)1Ila:::=0::: o. '..0 .....a.._
cenoE~.~"'O=2....~~~~~ClI"'Oe
- - ="'OC:~Q)'-_a..a.."a..~c-
:::s::::::s::::WlL<(CU_....CVu.. '-' ......ClIC
Bg~QiQ)Q);gQ)~~~~~; 8~
MMro"Oo>Eoa::ClICl1Cl1ro~E~oQ)
<(<(.l:S~EQ)~<(~~~~Q)Q);~~
~~~~~ClIQ)~~~~~~~'~~~~~
-rI<(w~o::a..a..IWW(/)(/)Oa..(,)~lL
~.
(j)
:::.::
0::: --'
<C =IL ~[- ~ CJl
Ul :2 1- _, lC)
0
C) w >-
€ € 0::: bn Ik r,~ Ie ~lln
, D .I(
u ,
u
Z . .'! @
.2
.. E R< n
- >- " rY ( 'j
y @@ \ l.
@ " (i If, Ir IV
0:::: n
.
<C ~ .q- .q- lC) <0
0 0 0
2 ~
.-
.2 ------- @
. .. .'! Ul .q- .q- .q-
C. E C 0 <0 N
. .- ~ 0
0 0
::l E . @ .
g' ~ 0
::l +-'
f- :B . ~ 0 N
.. 0 '0
0 ::l . +-'
Z 0 . (j) @
0 ~ .
I ~ .s e
u if> U N
W @@@ c
- @
2 '-../ lC)
lC) lC)
~ ~
~ ~
W @ n
> n
.'! I 0
.'! E
<C E ~ f- @
.'! ~ . G
f . 0 ~
Q.. 0 " Z
::l
. ~ W
0 . 0 8
::l 0 :~ ...J
.3 ..
~ 0 ~
.'! '" 0
"6 0
'0 ~
0 if> U 0
'+- 8@@ n N lC) lC) .q-
N
.q- ~ lC)
0 0 ~
8
~
~ B
z .'! .'! .- N
E
~ E .2
~ ..
0 . c. B
0 :<: lC)
::l '" . N
. '" ~
- 0 . . 0
f- .3 c 0
.3 0 >
c ~
<C . . . 0
~
0 '" '" ;<
d; ,;] ~
w -'"
~ eee 0
3: Ig
:=J ;:: 0
(f1 ~
m -' u
0
.- Z ~ (f1 0
<C ~
.0 0 <i. c
.- ~ =
. )" 0 ffJ
f- 0 .2 - f- >- ~ c
~ .. . (f1 c 0
C. 0 <C >
"
. . U u W I
0 0 . n::
::l ::l 0 I-
0 0 <5 0
. .'! N ~ Z l-
e 0 ~ ...J Q) ~ w U
. . 0 Q) (f1 li
u u .. ... . --'
.
0 . 0 ~
. " "- (f1 c . --'
~ , I 0 ~ ?::
e 0 0
CD 0 z ~ ffJ
Gee Q) ... 0 i=
-'" Q) f- Z -'
... ~ ~
0 ~ m <(
L Q) ::J ::J 0
"'0
(f1 a I-
e @)8 @ o. ~ 0 ~ <9 8 q~
'" '" z o:::J OJ
0 o:::J o:::J OJ -<1 0 0 ;0
o:::J C> '" ;0 c 0
~ 0 -u OJ ^
'" '" -u.... ^ l'i I M I .... I
c C 00. ..~ Z
<'" ~ '"
o:::J N_ 0 Z Z "'''' 'Z ~ ("') ("')
'" .... 30 ~ ~ '" ....
C ~- C> - Z ~
z .l.0 r ;0 , ~ Pi l!l.
.... .... - '" ~ ,
~ g l!;. ;0 ;0
';? C z
T ~ z '" r C ....:.
:or -< ~ '" z z
"" !!. :E C '" ....
~ 0 - :or ';? Z
o -.
.. ~ '" -:<. ~ 1
~~ :or
"" -:< I !!. I
~ a a
.l.o !!t. ~ ~
a ~ q~
I qD ~
.... ~
TO -
~
,
~
0 I , , ..., ~
I ~, -J I~ .Jij
~, ,
W~
L\- ~ rtJ
I ~
"" n .:::.
~ l!;.
.~ l!;. 0 ~
;?: ,
~, ~,
c: W W
"
'"
- <C I I I
- ~~ rill
5. p q~
q~ l> ~
f', ;c 0:- " g.
L.Ll '" e
'l-----' 04:
uJ -17 '"
ut- a:
~ CT> '. 0 50
- ~
- . ~<f: ,c>
LL ,'" g.""
~ e
u.- 05: .
..a: K
,P 0
=
=
c--'
C>
~ @'8 c @
"" '8
'" @ @g @
~
,.., c: -u . ("') U>
" 0 ;0 Vl ("') ("')
:= -u -u '" ;?: 0 d :I: :I: 0
0 o 0 U> ,. ,. C
:E 3' S" :sJ U> -u z Z o:::J
~ ~ ("') il z z b
("') c r ,.., ,.., ~
c ..... N ~ S< z c C "
;0 , , <T ,.., N N '" ~
,.., =E Q.
OJ r Z Z
"OVl .. .. 'Z ';? C> C> C -' ;l.
~ ~ ,.., or z ~
l>-j :or :or E. c c ,.., :rc:
<l> ';? z z "
.... '" ';? '"
0' a C> :or
r'lZ @ ~ ~ ~ ~ Q~ I~
3:t:l cr;~ !ll ~ !!. :r
r'll> 0;:;':
Z;;O '" U> Vl c: @ .. '" 3
:I: - ~ " ~~
-jt:l =< o 0 '" -u ("')
,.., '0 " C
'" 0. s'
3:-j ("') 0. 0 ~
~ ~
c n 0. ~ ~
l>-< ;0 s; ("') ("') ~
;;0"0 OJ <T C C Y
Ar'l . F- a- "', ,
o-oVl U
z 0
C1D ~ N to,[
Vl"Tl ...., "\ oC:
wc:
--1 W I-
S
I
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page I of21
88-01014
(Replaces 88-01002)
t;~ Iowa oepartmentot Transportation I
1
"-
-
..::- ~
a :>
f', - ~O SUPPLEMENTAL SPECIFICATIONS
i--J :lC CL_ FOR
lLJ .q W
-.J >-- HOT MIX ASPHALT
-1 cr. UI:::: (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS)
U- - , ()
0::: C
n... U~ Effective Date
"'"
o.C> 0 April 30, 2002
=
=
<--J
THE STANDARD SPECIFICATIONS, SERIES 2001, ARE AMENDED BY THE FOLLOWING MODIFICATIONS
AND ADDITIONS. THESE ARE SUPPLEMENTAL SPECIFICATIONS AND THEY SHALL PREVAIL OVER
THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS.
01014.01 DESCRIPTION.
This work shall consist of mixture design, production, placement, and compaction of hot mix asphalt (HMA)
mixture using proper quality control practices for the construction of surface, intermediate, or base course on a
prepared subbase, base, or pavement, to the proper dimensions specified in the contract documents.
The surface course is the upper lift for a wearing surface of a designated thickness. The intermediate course is
the next lower lift or lifts of a designated thickness. Leveling, strengthening, and wedge courses shall be of the
intermediate course mixture. The base course is the lift or lifts placed on a prepared subgrade or subbase.
The Contractor shall be responsible for all aspects of the project, provide quality control management and testing,
and maintain the quality characteristics specified.
Ouality Management - Asphalt (OM-A) shall apply to contracts with HMA quantities of 5000 tons (5000 Mg) or
greater. The Contractor shall meet the requirements of 8ection 2521 of the Standard Specifications and Materials
I.M 510 and 511.
On contracts with less than 5000 tons (5000 Mg), the Contractor has the option to perform mix design and quaiity
control. If the Contractor does not exercise this option the Engineer will be responsible for the mix design and
quality control utilizing the Supplemental Specification for Hot Mix Asphalt (Marshall Mix Design). This does not
change the mix requirements from gyratory to Marshall. The Supplemental Specification for Hot Mix Asphalt
(Marshall Mix Design) is available is available from:
Office of Contracts
Iowa Department of Transportation
800 Lincoln Way
Ames, IA 50010
Phone (515)239-1414
Terminology in this Supplemental Specification was changed from previous Specifications as follows:
. "hot mix asphalt" was "asphalt cement concrete"
. "asphalt binder" was "asphalt cement"
. "intermediate course" was "binder course"
. "gyratory mix design" was "Superpave mix design"
http://l65.206.203.37 1 APR 2006/SS/contentlSS-0 I 0 14.htm 4/10/2006
I SS-OIOI4 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 2 of21
. "ESAL level and mix size" was "mix type and class"
01014.02 MATERIALS AND EQUIPMENT.
Materialsused in these mixtures shall meet the following requirements:
A. Asphalt Binder.
The Performance Graded asphalt binder, PG XX -XX, will be specified in the contract documents to meet
the climate, traffic, and pavement conditions. The asphalt binder shall meet the requirements in AASHTO
MP1.
B, Aggregates.
1. Individual Aggregates.
The aggregate type shown in Materials I.M. 510, AI:mendix A, shall be used unless specified in the
plans.
Virgin mineral aggregate shall meet the following requirements:
VIRGIN MINERAL AGGREGATES
Mixture i',ggregate Ty~ i',g9@9ate Reguirement
Base B Section 4126l4t
Intermediate and Surface B Section 4126
Intermediate and Surface A Section 4127
fl.h.~eA tAS size sf FAiHt1:Jre is Ast s'J3eeifi'eeJ, 1/2 iASA (12.6 Rim) FAiHtClF8 sAall13e !:Jses.
When the frictional classification of the aggregate is specified, the contract documents will specify
the amount, position in the structure, locations, and types specified. The aggregate shall be
furnished from a source identified in Materials I.M. T-203 as having the specified frictional
classification.
2. Blended Aggregates.
It is the Contractor's option to design mixes outside the "restricted zone."
When the size of mixture is not specified, 1/2 inch (12.5 mm) mixture shall be used.
The blended aggregates shall meet the following combined aggregate requirements.
I '"
0 =
=
~O 0"
"..
p--! " 11
0-< =
- ,-
--!O I.D ,
.-<r- m
m :Do
-:D ::z U
0;>;:; S'
~
~-
-
l http://165.206.203.37/APR_2006/SS/content/SS-01 0 14.htm 4/1 0/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 3 of21
INo 8 (2.36 mm)Il...lgJ~~~L1.Ul.2UlBJ~
INo. 200 (75 iJm)1 1 [IJ[]]CIJO]ODmOD
. Consensus Properties
Design ~ Minimum Fine aggr Sand Flat &
ESALs Percent
(millions) Crushed Angularity Equivalent Elongated
I < 0.1 II all II (1) II -- II 40 I ---
B surface 0Dc:=JD
intermediate
base
B surface 40. c:=JG
intermediate (1) 40
base --
(1) TAG CeRtFaetiA~ .^.lcltt4sritj '",ill sl3eeifj tRG tar~et ':albl8. The minimum percent crushed
shown in Materials I.M. 510, Aooendix A, shall be used unless specified in the plans.'
C. Recycled Asphalt Pavement.
RAP shall be from a source designated in the contract documents, a certified stockpile, or unclassified
reclaimed asphalt pavement furnished by lhe Contractor subject to the following limitations:
1, Designated RAP.
When RAP is taken from a project, or is furnished by the Contracting Authority, the contract
- ~uments will indicate quantity of RAP expected to be available. The Contractor is responsible for
_-:r aging this material unless otherwise specified in the contract documents. The RAP not used
6 II be incorporated into other parts of the project or placed in active stockpiles as directed in the
" x: tD:ontract documents. .
\-J ....:
UJ ..-1r
CT\ Or-
---1 - _ TllSi Contracting Authority will test samples of this material. For mix design purposes, the amount of
- ~~alt binder in the RAP will be based on extraction tests. The Contractor shall designate the exact
LL ex::
CI- c.P~ortions of RAP material in the hot mix within the allowable range.
<<
..., 0
=
= wilen the work is completed, the Contractor shall return unused material to the stockpile or other
c--'
designated location, rebuild the stockpile, and restore the area, in accordance with Articie 1104.08
of the Standard Specifications.
Test information, if known, will be included in the contract documents.
2. Certified RAP.
The RAP must be from a known source and of the proper quality for the intended use, with no
material added from other sources during the time in stockpile. The Co'ntractor must certify to this
before use. RAP from not more than two known sources at a time will be allowed.
Certified RAP may be used in the base and intermediate course of mixes for which the RAP
aggregate qualifies. RAP may also be used in surface courses when authorized by the Engineer.
Not more than 30% of the asphalt binder in a final surface course mixture shall come from the RAP.
A certified RAP stockpile shall be sealed or protected in accordance with Materials I.M. 505.
3. Unclassified RAP.
Up to 10% of unclassified RAP may be incorporated into HMA intermediate mixes for under
3,000,000 ESALs and all base mixes with the following safeguards:
a. Unclassified RAP shall not be used in surface courses.
http://165.206.203.3 71 APR _2006/SS/content/SS-0 1 014.htm 4/1 0/2006
-.----.-
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 4 of21
b. Unclassified RAP shall not be used in intermediate or base mixtures containing designated
or certified RAP.
-
..:t ~
,..... Q v $c. The Engineer must inspect the unclassified RAP stockpile visually for uniformity.
<-.-J x: a: OJnclassified RAP stockpiles containing concrete chunks, grass, dirt, wood, metal, coal tar, or
W <t: :]9ther foreign or environmentally restricted. materials shall not be used, unless approved by
-j en () ;>"the Engineer. If foreign material is discovered in any unclassified stockpile, the Engineer may
- >-- ()Stop the continued use of the pile.
LL 0::
Q... ~~ . '. ..
""" () Sd, Representative samples will be taken by the Engineer. These samples are to be tested for
""
= Ogradation and asphalt content.
=
'"
e. No credit will be given for crushed particles.
f. Stockpiles, when used, shall be worked in such a manner that the materials removed are
representative of a cross section of the pile.
D. Hot Mix Asphalt Mixture.
The job mix formula (JMF) is the percentage of each material, including the asphalt binder, to be used in
the HMA mixture. The JMF gradation shall be within the control points specified for the particular mixture
designated and shall establish a single percentage of aggregate passing each required sieve size.
If the asphalt binder demand for the combination of aggregates submitted for an acceptable mix design
exceeds the basic asphalt binder content by more than 0.75%, the mix design will include an economic
evaiuation prepared by the Contractor. This evaluation will.be based on past job mix history, possible
aggregate proportion changes, and aggregate availability and haul costs for any changes or substitutions
considered.
The basic asphalt binder content is the historical, nominal mixture asphalt binder content, expressed as
percent by weight (mass) of the asphalt binder in the total mixture. The following values, based on mixture
size and aggregate type, shall apply.
I BASIC ASP HAL T BINDER CONTENT (%) I
I Mixture Size IIAggregate 1 inch 11~/4 inc~ll, 1/2 inch \1I(~/8 inch
Type (25mm) (19 mm) ( 12,5 mm) (9.5 mm)
!Intermediate and Surfacell A II 4.75 II 5.50 II 6.00 II 6.00 I
Ilntermediate and Surfacell B II 5.25 II 5.75 II 6.00 II 6.25 I
IBase II B II 5.25 II 6.00 II 6.00 II 6.25 I
The Engineer may approve the substitution of any mixture which meets requirements for a higher mixture
than specified in the contract documents at no additional cost to the Contracting Authority.
The Contractor shall prepare gyratory HMA mixture designs for all base, intermediate, and surface
mixtures. The gyratory design procedure shall follow the procedure in Materials I.M. 510. The gyratory
mixture designs submitted shall comply with the following criteria.
B COMeACm" REQUIRED DENSITY B B
DESIGN LEVELS (% of Gmm) FILM
ESALs LAYER INinillNdesllNmaxj Ninl Ndes (target) Nmax THICK
(million) (I'm)
(max) [air voids] (max)
I <0.1 II All I[I]~D:EI~I 97.0[3.0] 1~175-85118-131106-141
101-0.3\ Surface ~FlR1920 I 96.5 [3.5] ~170-80IRI06-141
Intermediate 92.0 96.5 [3.5J 98.0 70-80
http://165.206.203.37/APR_2006/SS/contentlSS-01 0 14.htm 4/10/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 5 of21
I II Base IULJLJI92.0 II 97.0 [3.0J II 98.5 /175-85/1 /I I
8.Cooo tJGEIln] 00. 0['. OJ Er'l:JB
Intermediate 7 76 117 90.5 96.0 [4.0J 65-78.
Base ~ 96.13 [3.!lJ 98.0 ~ 8-15 0.6-14
0 x: I Base j[I]~0EJ192.0 II 96.5 [3.5] I 170-80 I .
LU o<Z: W
--1 :>--
-1 0'1 Ot::(l) VFA is recommended criteria, bilt no required for mix desi9n approval.
LL - i': 0 IMax Size 13/8 inch 1/2 inch 3/4 inch 1 inch
0:::
a..
""" O~ (9.5 mm) (12.5 mm) (19 mm) (25 mm)
'-C)
= o !Minimum VMA (010)11150 11140 11130 1112.0 I
=
~
The gyratory compactor used for design and field control shall meet the AASHTO PP 38 protocol.
Compactors for which compliance with this protocol is pending may be used at the discretion of the District
Materials Engineer.
The HMA mixture designed shall meet gyratory design and mixture criteria corresponding to the size of the
mixture and the 20 year design traffic level (ESALs) for the project or an appropriate design level as
specified in the contract documents.
E. Other Materials.
1. Tack Coat.
Tack coat may be SS-l, SS-lH, CSS-1, or CSS-1H. Mixing of CSS and SS grades will not be
permitted. RC-70 and MC-70 may also be used after October 1, at the Contractor's option.
2. Hydrated Lime.
Hydrated lime shall meet the requirements of AASHTO M 17, except that the gradation shall be
determined in accordance with AASHTO T 11. Section 4193 of the Standard Specifications shall
not apply. Hydrated lime will not be considered part of the aggregate when determining the JMF
and the filler/bitumen ratio.
If more than 50% of the total (virgin and RAP) aggregates is quartzite, granite, or other siliceous
aggregates (not limestone or dolomite) which is obtained by crushing from ledge rock. hydrated lime
will be required in the affected surface mixtures for routes over 300,000 ESAls.
Hydrated lime will not be required for base repair, patching, or temporary pavement.
When hydrated lime is required based on aggregate source, the Contractor may arrange for
moisture sensitivity evaluation of the proposed HMA mixture design according to AASHTO T 283.
When results of this evaluation indicate more than 80% tensile strength retained (TSR), hydrated
lime will not be required. . Confirmation of AASHTO T 283 test results will be completed by the
Central Materials Laboratory during placement of the test strip.
3. Sand for Tack Coats.
Sand shall meet requirements of Section 4109, Gradation NO.1 of the Standard Specifications.
4. Fabric Reinforcement.
Fabric reinforcement shall meet requirements of Article 4196.01, D, of the Standard Specifications.
F. Equipment.
The Contractor shall provide sufficient equipment of the various types required to produce, place, and
compact each layer of HMA mixture as specified.
Equipment shall meet requirements of Section 2001 of the Standard Specifications with the following
http://I65.206.203.37/APR_2006/SS/contentlSS-Ol 014.htm 4/1 0/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 60f21
modifications:
1. Plant Calibration.
N When the plant is completely assembled and before any mixture is produced, each aggregate feed
_:T sha~ calibrated throughout an operating range wide enough to cover the proportion of that
5 mat I required in the JMF. .
.,.-." - Y:C .
l-.J :JI: F&ii continuous and drum mixing plants, the asphalt binder metering pump shall be calibrated at the
W ocr
--l CT"I ~\@'ng temperature and with the outlet under pressure equal to that occurring in normal .
- ope~ons.
LL 0::: >-
.Q... f--~ .
- 1ral;~lant scale and metering system shall be calibrated before work on a contract begins. The
-.0
= Eng&er may waive calibration of permanent plant scaies when a satisfactory operational history is
= available. The Engineer may require any scale or metering system to be recalibrated if operations
""'
indicate it is necessary.
Calibration curves shall be available in the plant laboratory. New calibration curves shall be made
each time there is a change in size or source of any aggregate being used. On all plants, aggregate
samples shall be taken in accordance with Materials I.M. 204 to determine that materials are being
proportioned in accordance with the specifications.
2. Paver.
Article 2001.19 of the Standard Specification shall apply. When placing paved shoulders, spreaders
described in Article 2001.13. D, of the Standard Specifications, may be used for all but the top lift.
3. Rollers.
For initial and intermediate rolling, self-propelled, steel tired, pneumatic tired, or vibratory rollers
meeting requirements of Article 2001.05, 8, ~ or E. of the Standard Specifications shall be used.
Their weight (mass) or tire pressure may be adjusted when justified by conditions.
For finish rolling, self propelled, steel tired rollers or vibratory rollers in the static mode meeting
requirements of Article 2001.05, 8 or E. of the Standard Specifications, shall be used.
4. Scales.
Article 2001.07. 8, of the Standard Specifications shall apply to all paving operations regardless of
the method of measurement.
01014.03 CONSTRUCTION
A. Surface Preparation.
The existing surface shall be cleaned and prepared in accordance with Section 2212 of the Standard
Specifications.
1. Maintenance of the Subgrade and Subbase.
The Contractor is responsible for the maintenance of the completed subgrade and subbase to the
required density, true cross section, and smooth condition, prior to and during subsequent
construction activities. If rutting or any other damage occurs to the subgrade or subbase as a result
of hauling operations, the Contractor shall immediately repair the subgrade and subbase, and such
repair will include, if necessary, removal and replacement at the Contractor's expense.
Should traffic by others authorized to do work on the project be specifically permitted by the
Engineer to use loads which exceed the Contractor's self imposed limit, the Contracting Authority
will pay repair costs set by the Engineer, representing an increase in cost of repair of damage, if
any, caused by such traffic.
2. Tack Coats.
Tack coats shall be applied when the entire surface area on which the coat is to be applied is free of
http://165.206.203.37/APR 2006/SS/content/SS-0 I 014.htm 4/10/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 7 of21
moisture. They shall not be applied when the temperature on the surface being covered is less than
250F (-40C).
The Contractor shall place a tack coat on the area to be covered, and unless otherwise directed, the
tack coat shall be spread at an undiluted rate of 0.02 to 0.05 gallon per square yard (0.1 to
0.2 L/m2). The tack coat emulsion may be diluted with water to improve application. A light
application of sand cover may also be required, but this is anticipated only for excessive application
rates, breakdowns, and short sections remaining at the end of a day's run.
On highways being constructed under traffic, safety and convenience to the public without soiling
their vehicles shall be a controlling factor. Tack coat shall be adequately cured prior to placement of
the HMA. Tack coatapplications shall be limited in length, to minimize inconvenience to the public.
They shall be kept within the hot mixture placing work area that is controlled by flaggers at each
end, and shall be planned so that they will be covered with hot mixture when the work area is
opened to traffic at the end of the day's work. If the tack coat surface becomes dirty from weather or
traffic, the surface shall be thoroughly cleaned and, if necessary, retacked.
The vertical face of exposed, longitudinal joints shall be tacked as a separate operation, before the
adjoining lift is placed, at a rate from 0.10 to 0.15 gallon per square yard (0.5 to 0.7 Llm2). The
vertical surfaces of all fixtures, curbs, bridges, or cold mixture with which the hot mixture will come in
contact shall be lightly painted or sprayed to facilitate a tight joint with the fresh mixture.
3. Fabric Reinforcement.
When fabric reinforcement is required, the locations will be designated in the contract documents.
Fabric shall not be placed on a wet or damp surface or when the road surface is less than 500F (100
C). Fiberglass fabric shall be applied only with an adhesive recommended by the manufacturer.
Fabrics with an adhesive backing shall be placed in accordance with the manufacturer's
. recommendations.
Other fabrics shall be placed with a heavy coat of the asphalt binder grade used in the HMA mixture
applied at a rate of 0.20 to 0.25 gallons per square yard (0.9 to 1.1 Llm2) and at a temperature
between 2950F and 3150F (1450C to 1600C).
The fabric reinforcement shall be placed in accordance with the contract documents (full width or
individual crack or joint treatment). The fabric shall be placed immediately following the adhesive or
asphalt binder placement under the fabric. Placement may be by hand or by a mechanical method
specifically designed for this purpose. Precautions shall be taken to avoid wrinkles in the fabric and
to insure that air bubbles are removed without breaking the fabric. Wrinkles or folds which cannot be
removed by brushing shall be cut and lapped to provide a smooth surface.
Additional adhesive or asphalt binder may be required to produce a tight, bonded surface. When
applied full lane width, the minimum transverse and longitudinal lap shall be 12 inches (300 mm).
The Contractor shall avoid application of the tack coat over longitudinally placed fabric. Traffic shall
not be allowed over the fabric during placement and during curing of the adhesive material to avoid
damage to the fabric. A light application of HMA mix material may be hand sprinkled on the fabric to
prevent damage from necessary equipment traffic. ....,
o g
Fabric that is damaged or soiled prior to HMA overlay shall be repaired at no ~nal~st to the
Contracting Authority, when directed by the Engineer. Sanding, at no additionilf>CQllt to n.e
Contracting Authority, may also be required by the Engineer during this perio<t; --< ::: 11
--10 o.a r
B. Handling, Production, and Delivery. _-< r- m
m "'"
0::0 ::1:; r-t
~/'o. C3 I....J
1. Hot Mix Asphalt Plant Operation.
The plant operation shall comply with the following requirements: )> -
N
I http://l65.206.203.37/APR_2006/SS/contentlSS-01014.htm 4/10/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 8 of21
a. Handling Mineral Aggregate and RAP.
The various aggregate products used shall be kept separate, and adequate provisions shall
N be made to prevent intermingling. Stockpiling and processing shall be handled in a manner
-. ~at will ensure uniform incorporation of the aggregate into the mix.
" e V's he various aggregate products used shall be kept separate, and adequate provisions shall
L..J ::r: if' Cbe made to prevent intermingling. Stockpiling and processing shall be handled in a manner
W """ 1::::J >-.that will ensure uniform incorporation of the aggregate into the mix.
,
-..! 0"1 oi--
- >- UThe various aggregates shall be separately fed by feeders to the cold elevator in their proper
LL Q:
CL. i-- :5( proportions and at a rate to permit correct and uniform temperature control of heating and
.q: Os drying operations.
0.0
= 0
=
"" b. Handling Asphalt Binder.
The asphalt binder shall be brought to a temperature of 2600F to 3300F (1250C to 165OC)
before being measured for mixing with the aggregates. The temperature between these limits
may be further regulated according to the characteristics of the mixture, method of
proportioning, and viscosity of the asphalt binder. Modified asphalt binder should be heated
according to the suppliers recommendations.
The asphalt binder shall be brought to a temperature of 2600F to 3300F (1250C to 165OC)
before being measured for mixing with the aggregates. The temperature between these limits
may be further regulated according to the characteristics of the mixture, method of
proportioning, and viscosity of the asphalt binder. Modified asphalt binder should be heated
according to the suppliers recommendations.
c, Handling Hydrated Lime,
The lime must be accurately proportioned by a method acceptable to the Engineer.
The lime must be accurately proportioned by a method acceptable to the Engineer.
1) Hydrated Lime Added to a Drum Mixer.
The hydrated lime shall be added at the rate of 0.75% by weight (mass) of the total
aggregate (virgin and RAP). The hydrated lime shall be added to a drum mixer by one
of the following methods:
The hydrated lime shall be added at the rate of 0.75% by weight (mass) of the total
I aggregate (virgin and RAP). The hydrated lime shall be added to a drum mixer by one
of the following methods:
I
I a) Added to the virgin aggregate on the primary feed belt, as lime water slurry.
b) Thoroughly mixed with the total combined aggregate if the aggregate
contains at least 3% total moisture.
c) Added to the Type 2 or Type 3 virgin aggregate in a moist condition, and
then mixed with the total combined virgin aggregate.
Alternative methods for mixing must be reviewed and approved by the Engineer.
Hydrated lime shall not be introduced directly into a drum mixer by blowing or
augering.
2) Hydrated Lime Added to a Batch Plant.
Hydrated lime shall be added at the rate of 0.5% by weight (mass) of total aggregate
(virgin and RAP). It shall be introduced to a batch plant by one of the foliowing
methods:
a) Placed on the recycle belt which leads directly into the weigh hopper.
b) Added directly into the pugmill.
http://165.206.203.3 71 APR 2006/SS/contentfSS-01 0 14.htm 4/1 0/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 9 of21
N c) Added directly into the hot aggregate elevator into the hot aggregate stream.
..:1' '-'~ In any case, the lime must be introduced prior to the start of the dry mix cycle.
" 6
i-.J Jr: --0 When any of the above methods for a batch plant is used, the hydrated lime will be
CC_
1..Li -:r W considered part of the JMF.
--1 i:?:'
-.i 0'0 U
CL - C (d) Production of Hot Mix Asphalt Mixture.
C::
a... '- ~e exact proportions of the various materials shall be regulated within the limits specified so
""" o 3fs to produce a satisfactory bituminous coating and mixture. The aggregates shall first be
'-0
= Q)lixed dry, then the asphalt binder shall be added. In batch plants, the asphalt binder shall be
=
"" added in an evenly spread sheet over the full length of the mixer box. In continuous plants,
the asphalt binder shall be sprayed evenly into the aggregate by a positive pressure spray
within the first 30% of the length of the mixer box. In drum mixing plants, the asphalt binder
shall be sprayed evenly into the aggregate by a positive pressure spray. Coating aids may
be added, subject to approval of the Engineer.
The exact proportions of the various materials shall be regulated within the limits specified so
as to produce a satisfactory bituminous coating and mixture. The aggregates shall first be
mixed dry, then the asphalt binder shall be added. In batch plants, the asphalt binder shall be
added in an evenly spread sheet over the full length of the mixer box. In continuous plants,
the asphalt binder shall be sprayed evenly into the aggregate by a positive pressure spray
within the first 30% of the length of the mixer box. In drum mixing plants, the asphalt binder
shall be sprayed evenly into the aggregate by a positive pressure spray. Coating aids may
be added, subject to approval of the Engineer.
The mixer shall be operated so that the mixture is of consistently uniform temperature and, as
discharged from the mixer, will not vary more than 20'F (11'C). The temperature of the
mixtures shall not exceed 330'F (165'C) unless approved by the Engineer.
The rate of production shall not exceed the manufacturer's rated capacity of the mixer and
shall provide uniform coating. Dry mixing time for batch mixers shall be not less than 5
seconds. Wet mixing time for batch mixers shall be not less than 25 seconds. For continuous
mixers, the mixing time shall be at least 30 seconds.
.
2. Handling and Delivery.
All handling and manipulation of the hot mixture from the mixer to the final spread on the road shall
be controlled so that a uniform composition is maintained and segregation of coarser particles is
minimized. The segregation shall be minimized to the extent that it cannot be visibly observed in the
compacted surface. The Contractor shall only apply approved release agents to trucks and
equipment as specified in Article 2001.01 of the Standard Specifications.
The mixture temperature shall be sufficient to allow for the specified compaction and density to be
attained. HMA shall not be discharged into the paver hopper when its temperature is less than 245'
F (120'C) for a nominal layer thickness of 1 1/2 inches (40 mm) or less and 225'F (110'C) for a
nominal layer thickness of more than 1 1/2 inches (40 mm).
Except for an unavoidable delay or breakdown, delivery of hot HMA to any individual spreading unit
shall be continuous and uniform and at a rate sufficient to provide as continuous an operation of the
spreading unit as practical. The paver hopper shall, at all times, be kept sufficiently full to prevent
non-uniform flow of the mixture to the screed.
C. Placement.
The existing surface and the surface of each layer shall be clean and free from foreign matter when each
succeeding layer is placed. Any surface which becomes dirty shall be cleaned by the Contractor and, if
necessary, retacked to provide bond with the succeeding course. If bumps or other significant irregularities
appear or are evident in the intermediate course or other lower course, they are to be corrected before the
final lift is placed.
HMA mixtures shall not be placed on a wet or damp surface and shall not be placed when the temperature
l http://165.206.203.37/APR_2006/SS/contentlSS-01 0 14.htm 4/10/2006
-
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 10 of21
of the road surface is less than shown in the table below. The Engineer may further limit placement if, in
the Engineer's judgment, other conditions are detrimental to quality work. HMA mixtures shall not be
placed after November 15, except with approval of the Engineer.
ALL BASE AND INTERMEDIATE COURSE LIFTS OF HMA MIXTURES
c' Nominal Thickness Road Surface
Inches (mm) OF rC)
1 1/2 (40) 40 (4)
2-3 (60-80) 35 (2)
Over 3 (80) 25 (-4)
N
~"" <::(
c::> v ~ ALL SURFACE COURSE LIFTS OF HMA
o ;: a: C Nominal Thickness Road Surface
W .a: ~ >-- Inches (mm) OF (oC)
-.i 0'1 Uf-- 1 (30) 50(10)
LL ~ ~ c: 1 1/2 (40) 45 (7)
0- -<::(
"'" U~ 2 (50) and greater 40 (4)
~ 0
= -
wfiEin placing the mixture, the forward speed of the finishing machine shall be slowed as necessary to
provide the least amount of stopping.
A wire or string line shall be used to guide the finishing machine and to maintain alignment. Edge
alignment irregularities shall be corrected by hand methods immediately after they occur.
The contract documents will show the total thickness to be placed. Spreading of the mixture shall be at
such a rate that, when compacted, the layer(s) will be substantially of the thickness and dimensions
required to produce the required thickness. The minimum layer thickness is three times the designated mix
size. The compacted thickness of the top layer shall not be greater than 3 inches (75 mm). This restriction
shall not apply to HMA shoulders. The maximum compacted thickness of lower layers may exceed 4
inches (100 mm) if it is demonstrated that the thicker layers have satisfactory density. The riding
characteristics of the thicker layers shall be within reasonably close conformance to that expected from a 3
inch (75 mm) layer. Each layer shall be completed to full width before succeeding layers are placed.
At the close of each working day, the roadbed shall be free of any construction equipment. The Contractor
shall not spread more mixture than can be compacted and finished in daylight hours of the same working
day.
While operating on the road surface, use of kerosene, distillate, other petroleum fractions, or other
solvents, for cleaning hand tools or for spraying the paver hopper will not be permitted. Containers of
cleaning solution shall not be carried on or near the paver. When a solvent is used, the paver shall not be
used for at least 5 hours after this cleaning. The Contractor shall be responsible for collecting and
removing all cleaning materials and cleaning residue from the project and plant site. The cleaning material
and residue shall become the property of the Contractor.
Whenever practicable, all mixtures shall be spread by a finishing machine. Irregular areas may be spread
by hand methods. The hot mixture shall be spread uniformly to the desired depth with hot shovels and
rakes. Loads shall not be dumped faster than they can be spread properly. Workers shall not stand on the
loose mixture while spreading. After spreading, the hot mixture shall be carefully smoothed to remove all
segregated coarse aggregate and rake marks. Rakes and lutes used for hand spreading and smoothing
shall be of the type designed for use on HMA mixtures.
D. Compaction.
Each layer shall be promptly and thoroughly compacted. Mechanical tampers shall be used for areas
inaccessible to the rollers.
http://165.206.203.37/APR2006/SS/content/SS-01014.htm 4/1 0/2006
I
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page II of 21
The overall rolling procedure and compactive effort shall produce a surface free of ridges, marks, or bumps
and shall be subject to approval of the Engineer.
There are two classes of compaction, Class I and Class II. Class I compaction is intended for use on
Secondary highways. Class II compaction is intended for resurfacing paved shoulders, temporary
crossovers, runarounds, and for other situations where Class I is not specified.
For Class I compaction, the roadway density (percent of laboratory density) will be based on the density
oC*lined from the Quality Control Program for that day's mixture.
_:I' <(
n 5 [E~ss I Compaction.
z: -
W ca: uJ
....J>-'
_J a'I 01- a. Class IA Compaction.
- . 0 Compaction shall be a minimum of 96% of laboratory density. The average air void level of
U- 0::: i= <( the roadway density specimens shall not exceed 8.0%.
a...
...: O;s::
"" o b. Class IB Compaction.Class 18 compaction shall be used when Class IA compaction is
=
= - not specified. Compaction shall be to a minimum of 95% of laboratory density. The average
C-.J
air void level of the roadway density specimens shall not exceed 8.0%.
c. Class Ie Compaction.Class IC compaction shall be used for traffic lanes of Secondary
highways, HMA base widening, shoulder resurfacing, and any other HMA course when Class
IA and 18 are not specified. Compaction shall be a minimum of 94% of laboratory density.
The average air void level of the roadway density specimens shall not exceed 8.0%.
d. Rolling Patterns for Class IA and IB Compaction.
For Class IA compaction at the start of intermediate course placement and for Class IA and
Class 18 compaction prior to the start of surface course placement, the Contractor shall
construct a test strip for the purpose of evaluating properties of the HMA mixtures and for
identifying an effective rolling pattern. For multiple lifts using the same mix requiring Class IA
compaction, when the thickness of the second lift varies from the first lift by 1 1/2 inches
(40 mm) or more, a test strip for the second lift shall be performed. When the contract
documents specify both intermediate and surface courses, a surface course test strip shall be
placed in lieu of intermediate mix in a section of intermediate course prior to actual surface
course placement This will be paid for at the contract unit price for the surface mix. The test
strip shall be applied to each mixture which has a plan quantity of at least 1500 tons (1500
Mg).
The quantity of HMA mixture subject to Class IA compaction, produced and placed for test
strip production, will be limited to 500 tons (500 Mg) for lift thicknesses of 2 inches (50 mm) or
less, and 750 tons (750 Mg) for lift thicknesses greater than 2 inches (50 mm). After test strip
placement, further mixing and laydown operations will be suspended until the laboratory test
results of the plant produced mixture and core densities are available.
Only one test strip will be allowed for each mixture. At the direction of the Engineer,
additional test strips may be required if a successful rolling pattern was not established.
Procedures and documentation to be followed during construction of the test strip shall allow
the Engineer and the Contractor to verify mixture design and effectiveness. of compaction
procedures.
The number of density core samples obtained for the test strip will be increased by one and
the low core result will not be used in the Quality Index (Q.I.) density formula for payment for
the test strip quantity.
2. Class II Compaction.
For all rollers, the initial contact with the hot mixture shall be made by the power driven wheels or
http://165.206.203.3 7/ APR _2006/SS/content/SS-0 1 0 14.htm 4/1 0/2006
- _.~
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 12 of21
roll.
The initial rolling shall be done at a temperature so the mixture will compact without excessive
distortion. Except on longitudinal joints and super-elevated curves, rolling with the initial roller shall
begin at the outer edges of the pavement, and each successive pass shall progress inward toward
the center line. Each reverse trip shall lap all but 4 to 6 inches (100 mm to 150 mm) of the previous
N trac.!&:When reversing direction, the initial roller shall stop at an angle with th~ longitudinal direction
..;r
C> 5:
" x: ~l@ing the initial rolling, the layer shall be given an intermediate rolling with a pneumatic tired
L-J ...,; r!illeT,)nd before the temperature falls below 2250F (1100C). The intermediate roller shall cover the
W ~iitarea not less than six times. A finish, steel tired roller shall be used to smooth out all marks
-3 en
- a ai5ughness In the surface.
LL = >-
a... c-<:
"'" ~nical tampers shall be used for areas inaccessible to the rollers.
~ 6
=
=
<"-" 3. Joints.
Longitudinal joints for courses on resurfacing projects shall be constructed directly above the
longitudinal joint in the existing pavement. The offset distance between longitudinal joints in
succeeding courses of full depth HMA paving shall be not more than 3 inches (75 mm). Transverse
construction joints in succeeding courses shall be separated by not less than 6 feet (1.6 m). The
spreading of hot mixtures along longitudinal joints shall be adjusted to secure complete joint closure
and full compression of the mixture with a smooth surface and joint after compaction. At transverse
joints, the cold mixture of the layer shall be sawed to a straight line at right angles to the center line
so that a full thickness, a true surface, and a vertical edge will be provided.
The Contractor shall provide a 10 foot (3 m) straightedge for checking transverse joints for
smoothness. Variations in the surface at transverse joints, as indicated by the straightedge, shall be
corrected by hand methods before compaction.
Suitable paper or burlap should be used under the taper at end-of-day's run transverse joints to
prevent adhesion. Sand, dirt, or wood shall not be used for this purpose. Use of wood or metal
headers to form the edge of the joint during rolling of the fresh mixture will not be permitted.
When temporary transverse construction joints will be open to traffic for periods greater than 4
weeks, the Contractor may reduce the amount of top size aggregate in the transition taper.
E, Miscellaneous Operations.
1. Leveling and Strengthening Courses.
The contract documents will show the thickness of the courses to be placed. Strengthening and
leveling courses will be placed as indicated in the contract documents. These courses shall be of
the same mixture specified for the base or intermediate course.
When the width of any strengthening or leveling layer is 8 feet (2.4 m) or more, the layer shall be
spread by a finishing machine.
Leveling courses shall be compacted using Class II compaction procedures with a pneumatic roller.
2. Wedge Courses.
Wedge courses used to secure desired super-elevation of curves shall be constructed of the base or
intermediate mixture, and insofar as possible, shall be spread by a finishing machine. In placing
wedge course, the maximum thickness of individual layers, when compacted, shall not exceed 3
inches (75 mm), and care shall be used to avoid crushing the coarse aggregate. Wedge courses
shall be placed to the full width of pavement.
3. Fixtures in the Pavement Surface.
All utility accesses, catch basins, valve holes, or other fixtures encountered within the area to be
http://165.206.203.37 1 APR _ 2006/SS/content/SS-01014.htm . 4/1 0/2006
SS-O I 0 14 HOT MIX ASPHALT CGYRA TORY MIX DESIGN FOR LOCAL SYSTE... Page 13 of21
covered by HMA shall be adjusted to conform to the final adjacent finished surface. Unless
otherwise indicated in the plans, the Contractor shall have the option of adjusting' fixtures between
placement of the surface course and the layer preceding the surface course, or adjusting the fixture
after placement of the surface course using a composite patch or PCC patch.
PCC and HMA patch material shall conform to the requirements of Section 2529 of the Standard
(") Specifications. Patches shall be of sufficient size to accommodate the structure being adjusted.
~ patc~ shall be square in shape and oriented diagonally to the direction of traffic flow. Elevation of
" 6 the a sted fixture and patch shall not be higher than or more than 1/4 inch (6 mm) below that of
'--i :c th~ounding pavement surface. . .
W .~ L.u-
-1 ~ 4cf.ID:ets for Intersecting Roads and Driveways.
- - V)Ifi~lIets are designated in the contract documents for driveways to homesteads and commercial
lL. a:: ~b ishments and at intersecting roads, the surface adjacent to the pavement being surfaced shall
a...
"'" I@j~ped, cleaned of loose material, and tack coated. On this coated surface, the hot mixture shall
'-':> be ced and compacted in layers equal to the adjacent layer and extended from the edge of
=
=
c--, pavement as shown in the plans. Fillets at intersecting roads shall be placed and compacted at the
same time as the adjacent layer. Entrance fillets that are 8 feet (2.4 m) or wider may be placed as a
separate operation. Paving of fillets 8 feet (2.4 m) or more in width shall be with a self propelled
finishing machine described in Article 2001.19 of the Standard Specifications. The Engineer may
approve other equipment for placement of fillets, based on a demonstration of satisfactory results.
01014.04 QUALITY CONTROL PROGRAM
A. Mix Design - Job Mix Formula (JMF).
The JMF for each mixture shall be the responsibility of the Contractor.
The Contractor shall submit completed JMF using the computer format of Form 956 to the materials
laboratory designated by the Contracting Authority for approval. The Contractor shall submit supporting
documentation demonstrating the design process was followed and how the recommended JMF was
determined, including an economic evaluation when required. Documentation shall include trial and final
proposed aggregate proportions (Form 955) and corresponding gyratory data. The Contractor shall also
submit sufficient loose mixture and individual' material samples for approval of the design.
The JMF shall be prepared by personnel who are Iowa DOT certified in bituminous mix design.
If the JMF is not satisfactory, the Contractor shall submit another JMF for review. An approved JMF will be
required prior to beginning plant production. The Contractor will be charged $500 .for each JMF approval
requested and performed which exceeds two per mix size, type, and proposal item on any individual
project or group of tied projects.
B. Plant Production.
The Contractor shall perform the sampling and testing to provide the quality control of the mixture during
plant production. Certified Plant Inspection according to Section 2521 of the Standard Specifications will be
required. All personnel performing production quality control testing shall be certified by the Department.
Easy and safe access shall be provided to the location in the plant where samples are to be taken.
"A significant mix change" is defined as a single occurrence of an aggregate interchange of greater than
5%, a single occurrence of an asphalt content change greater than 0.2%, or any deletion or introduction of
a new aggregate into the mix.
1. Sampling and Testing.
Aggregate gradation control shall be based on cold feed gradation.
The hot HMA mixture shall be sampled, at random, from the roadway, behind the paver, prior to
compaction, in accordance with Materials I.M. 322.
hltp://165.206.203 .371 APR _ 2006/SS/content/SS-0 I 014.htm 4/1 0/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 14 of21
Each day's production shall be considered a lot. When the anticipated quantity for the day is 2000
tons (2000 Mg) or more, that day's production shall be divided into four sublots, the first sublot of
each day shall be the first 500 tons (500 Mg) produced. The remaining anticipated quantity for the
day shall be divided into three sublots of equal size.
When the anticipated quantity for the day is less than 2000 tons (2000 Mg), the first daily sublot
shall be the first 500 tons (500 Mg) produced. Additional daily sublots of 750 tons (750 Mg) each will
be established for mix production exceeding the first 500 tons (500 Mg).
The maximum number of samples required for a day's production will not exceed four.
Samples shall not be taken from the first 100 tons (100 Mg) of mix. produced each day or the first
100 tons (100 Mg) of mix following a significant mix change
Each production sample shall be tested as follows:
a) Two gyratory specimens shall be prepared and compacted in accordance with AASHTO
PP28-97 and the results averaged to determine sample results. .
C'? <( b) Density shall be determined for each specimen in accordance with Materials I.M. 321.
-
-" ,-",5: .
0
C'l ~ 0: Q c) The Contractor's field quality control laboratory compaction shall be used for field density
:::I >-"control. The laboratory density for field control will be the bulk specific gravity of compacted
W CT> o t:: mixture (Gmb) at Ndesign' Bulk specific gravity at Ndesign will be determined by compacting
-1 - ;::: ~specimens to Nmax and back calculating the bulk specific gravity at Ndesign'
-
U- IX'
n- O~) The Theoretical Maximum Specific Gravity of the uncompacted mixture shall be
"""
'-'"
=
= -determined in accordance with Materials I.M. 350 or other test methods recognized by
c-o AASHTO or ASTM.
e) The laboratory air voids shall be determined in accordance with Materials I.M. 508 and
510.
2. Production Control.
After the JMF is established, the combined aggregate furnished for the project, the quantity of
asphalt binder and laboratory air voids should consistently conform to the JMF, as target values,
and shall be controlled within the production tolerances given in the table below. Plant production
must be controlled such that the plant produced HMA mixture will meet mixture design criteria for Air
Voids and VMA at Ndes;gn gyrations of the gyratory compactor within the single test tolerances given
in the table.
The mix design gradation control points for the size mixture designated in the project plans will not
apply to plant production control.
I Production Tolerances I
IMeasured Characteristic IITarget valuellSpecification Tolerancel
ICold feed gradation NO.4 (475 mm) and largerll by JMF IIi: 7.0 I
ICold feed gradation No.8 (2.36 mm) II by JMF IIi: 5.0 I
ICold feed gradation No. 30 (600 /olm) II by JMF IIi: 4.0 I
ICOld feed gradation No. 200 (75 /olm) by JMF IIi: 20(1) I
IDaily asphalt binder content by JMF IIi: 0.3 I
IField laboratory air voids (2) 11-0.5 I +1.0 (3) I
I II I
http://165.206.203.3 71 APR _ 2006/S S/contentlSS-O 1 0 14.htm 4/10/2006
---.--- -
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page IS of21
.
(") IIVM~(4) . II by JMF II:!: 1.0 (5) II'.'
-:I"
Q s:' ..
(; ::0:: if 0 (1!- The filler/binder ratio of the plant produced mixture will be maintained between 06 and
/1J cQ; ::J >-' 1.4.
-i 0'\ U f- (2L As specified for the level of HMA mixture.
- ?-: U (3!- Based on the moving average of four test values
LL a::
a.. -= <::( (4L Restricted to an asphalt film thickness as specified for the level of HMA mixture design.
.q Us: (5L Based on the daily lot average
-=
= 0
=
'"
The Contractor shall strive for the target value of the percent air void and asphalt binder by adjusting
gradation and asphalt binder content.
The Contractor shall produce a mixture of uniform composition conforming to the JMF. If, during
production, the Contractor determines from quality control testing that adjustments are necessary to
the JMF to achieve the specified properties, adjustments to the JMF target gradation and asphalt
binder content values may be made.
Adjustments to the JMF aggregate proportions and asphalt binder content shall be made as a result
of the interactive process between the Contractor and the Engineer. The Contractor's adjustment
recommendations shall prevail, provided all specifications and established mix design criteria are
being met for plant production.
The voids in the mineral aggregate (VMA) and. estimated film thickness shall be measured for
specification compliance every day of HMA production.
Quality control charts shall be available and kept current showing both individuai test results and
moving average values. Moving averages shall be based on four consecutive test results. Control
charts shall include a target value and specification tolerances. As a minimum, the following values
shall be plotted on Iowa DOT Materials approved control charts as indicated below:
Laboratory density (each point being an average of two specimens).
Laboratory air voids (plotted to nearest 0.1%)
Asphalt binder content (piotted to nearest 0.1%)
Cold feed gradation (No.4, No.8, No. 30, and No. 200 (4.75 mm, 2.36 mm, 600 ~m, 75 ~m
sieves)
Maximum specific gravity (Rice) (Materials I.M. 350).
Laboratory voids for individual tests shall be calculated according to Materials I.M. 510, using the
individual density and individual maximum specific gravity determined for each sample. The moving
average of laboratory voids 'shall be the average of the last four individual laboratory voids.
The Contractor shall monitor the test results and to make mix adjustments, when appropriate, to
keep the mixture near the target values. The Contractor shall notify the Engineer whenever the
process approaches a specification tolerance limit. One moving average point for laboratory air
voids outside the specification tolerance iimit shall be cause to cease operations. The Contractor
shall assume the responsibility to cease operations, including not incorporating produced material
which has not been placed. The process shall not be started again until the Contractor notifies the
Engineer of the corrective action proposed.
C. Construction.
I http://165.206.203.37/APR_2006/SS/content/SS-01 0 14 .htm 4/10/2006
SS-O 1 014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 16 of21
1. Density.
Density samples shall be taken from the compacted mixture and tested not later than the next
working day following placement and compaction.
A lot shall be considered as one layer of one mixture placed during a day's operation. The Engineer
may approve classifying multiple layers of construction placed during a single day as a lot provided
only one mixture was used. When the day's operation is 2500 square yards (2500 m2) or less, or
the day's operation is 500 tons (500 Mg) or less, or when the mixture is being placed in irregular
areas, or for wedge, leveling, or strengthening courses, the Engineer may waive sampling for
density provided compaction has been thorough and effective.
Seven density samples will be taken for each lot. The length laid in each lot shall be divided into
seven approximately equal sections and one sample will be obtained at a random location in each
section.
If a sample is damaged or measures less than 70% or more than 150% of the intended thickness,
an alternate sampling location will be determined and used. Samples shall not be taken less than 1
I foot (300 mm) from the edge of a given pass of the placing equipment or from run-outs or areas
adjacent to day's work joints or structures.
("). ThE!:lQuality index for density of each lot shall be determined by the following formula:
_:r
6 oL~
,.., :ll: ~ );I!lInIY ~ (Average G~,)Jm.I] WI - ((%Density )"""IPll!D x (Average G~, )"""101 )
L-l <IX
W De:' (Std Dev G ~')Jm.I] 101
-1 0'\
- 0
U- 0:: 5 ~ where Gmb = bulk Specific Gravity of the mixture
0-
"'"
oJ:> 0
=
= Whenthe quality index falls below 0.00, the Engineer may declare the lot or parts of the lot
c--J
defective.
If one of the density test values from a lot is an outlier, identified in accordance with the procedure
described in Materials 1M. 508, the outlier value shall not be used to determine the quality index.
The quality index shall be determined using the remaining density test values.
If only one laboratory density value is obtained that day, combine that value with the next day's test
I results to evaluate both days' production. If two or more laboratory density values are obtained that
day, then the average of those tests alone shall be used. If a significant mix change has been made,
I only the appropriate laboratory density values should be used with the corresponding density cores.
I 2. Thickness.
I The thickness of the completed course will be measured to the nearest 1/8 inch (3 mm), exclusive of
seal coat, by measurement of cores. All areas of uniform and similar thickness and width for the
project will be divided into lots.
The frequency specified for taking density samples from the surface lift will be used when measuring
for completed thickness. However; samples that may not be tesied for density because they are less
than 70% of the intended thickness shall be used for thickness, and in these particular instances,
the additional samples of sufficient thickness that are used for density tests shall not be measured
for thickness. Thickness samples will be taken full depth of the completed course and after
measurement, the density samples for the top layer shall be removed by the Contractor from the
core. If any of the measurements for a lot is less than the designated thickness, the quality index for
thickness of that lot will be determined by the following formula:
Q ITIIlcRNESs ~ Average Thickness MEASURED - (Thickness PLJIN - O. so )
Maximum Thickness MEASURED -:Minimum Thicknes s lllEASllRED
I http://165.206.203.37 1 APR 2006/SS/contentlSS-0 1 0 14.htm 4/1 0/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 17 of 21
When the day's operation is 2500 square yards (2500 m2) or less, or the mixture is being placed in
irregular areas or next to structures, the Engineer may waive sampling for thickness provided there
is reasonable assurance that the pavement conforms to the required thickness. When the quality
index falls below 000, the Engineer may declare the lot or parts of the lot defective.
D. Sampling and Testing.
The Contractor shall calibrate and correlate the testing equipment with prescribed procedures. Sampling
and testing shall conform with specified testing procedures as listed in the Materials I.M. and applicable
Specifications. When the results from a lab are used for product acceptance, the lab shall be qualified.
All samples shall be identified, stored and retained by the Contractor for the Contracting Authority until the
lot is accepted. The Contracting Authority may acquire these samples for comparative, verification, or
assurance testing.
All samples shall be identified by a system approved by the Engineer.
1. Loose Material Requirements.
All samples of asphalt binder and tack coat material, shall be identified and promptly delivered to the
appropriate laboratory, as designated by the Engineer.
(") Samples of loose HMA mixture shall be taken behind the paver, weigh at least 50 pounds (25 kg),
.:s an~all be transported to the test facility in a way to retain heat to facilitate sample splitting
6 ~~ures. The tests for mixture properties shall be conducted on representative portions of the
f'1 x: ~@lit from the larger sample of mix. After splitting of the sample is completed in the Contractor's
.a: ' -AJaboratory, the remainder of the sample, approximateiy 30 pounds (15 kg) shall be retained
W for,1anoratory testing by the laboratory designated by the Contracting Authority.
-.i C3' '--' '--
- ,-U
LL = VI1AeQCequested by the Engineer, normally. once per day, an additional 50 pounds (25 kg) box
~ sllJ]ll~ will be required for correlation and validation testing.
""'" 0
= -
~ Samples shall be split in accordance with Materials I.M. 357.
All test results and calculations shall be recorded and documented on data sheets approved by the
Contracting Authority. Specific test results shall be recorded on a daily summary sheet approved by
the Contracting Authority. The Daily Quality Control Summary Sheet shall also include a description
of quality controi actions taken (adjustment of cold feed percentages, changes in JMF, etc.). The
Contractor shall FAX, or by other method approved by the Engineer, the daily quality control
summary sheet to the appropriate Iowa DOT District Materials Engineer or Engineer daily. A copy of
the electronic file containing project information generated during the progress of the work shall be
furnished to the Engineer at project completion.
2. Finished Pavement Requirements.
The Contractor shall cut samples from any course or finished pavement for tests of density,
thickness, or composition, by sawing with a power driven masonry saw or by drilling a minimum 4
inch (100 mm) nominal diameter core. The surfaces shall be restored by the Contractor the same
day. The core holes shall be dried, filled with the same type of material, and the material properly
compacted. Pavement core samples shall be identified and delivered to the Contractor's quality
control field laboratory.
The compacted HMA pavement shall be tested by Contractor's personnel who are Iowa DOT
Certified in QM-A bituminous quality control.
The minimum number of cores taken shall be in accordance with the following Materials I.M. 204,.
Appendix A-V, and Materials I.M. 204 SURRlemental.
The core locations will be determined by the Engineer.
http://165.206.203.37/APR_2006/SS/contentlSS-01 0 14 .htm 4/10/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 18 of21
,
The cores shall be prepared and tested in accordance with the following Materials I.M. 320, 321,
and 337.
3, Acceptance, Correlation, and Quality Assurance Testing.
The Contractor's quality control test resuits will be compared and correlated to the Engineer's test
('") resuits on a regular basis using guidelines and tolerances set forth in Materials I.M. 208,.A!ljlendix
_:t" Q; 216; and 511.
.. s:
o ~ If~~actory correlation exists between the Contractor's test results and the Engineer tests, the
LlJ "<0: @tractor's results will be used. Disputes between the Contractor's and Engineer's test results, on
~ 0'\ e~mple or one test of one sample, will be resolved by repeated testing of the same sample or
LL - a~=nal testing of another sample. When repeated and/or additional sampling farls to resolve a
It ;!!!s te, a third materials laboratory designated by the Contracting Authority will act as a reference
~ ~b:iiratory and perform additional testing as necessary to resolve the dispute.
<g ;$
~ T~ Engineer will select, at random, a split portion of one or more of the daily hot mix production
samples. Some or all of the samples selected will be tested in the materials laboratory designated
by the Engineer. The Engineer will test as many of the samples as necessary to establish a
correlation.
The Engineer will seiect one daily set of cores at random each week. These wili be tested at the
materials laboratory designated by the Engineer. Cores from the initial production will also be tested
by the Contractor and the Engineer for correlation and validation of results.
01014.05 METHOD OF MEASUREMENT
The Engineer will measure the quantities of the various items of work involved in placement of bituminous
mixtures in accordance with the following provisions:
A. Hot Mix Asphalt Mixture.
1. Measurement by Weight (Mass).
When measurement is by weight (mass), the quantity of mixture will be expressed in tons
(megagrams) and determined from the weight (mass) of individual loads measured to the nearest
001 tons (0.1 Mg). Loads may be weighed in trucks, weigh hoppers, or from the weight (mass)
from batch plants computed by count of batches in each truck and batch weight (mass). Article
2001.07 of the Standard Specifications applies. The weights (mass) of various loads shall be
segregated into the quantities for each pay item.
2. Measurement by Area.
When payment is based on square yards (square meter), the area of each lot will be computed to
the nearest 0.1 square yard (0.1 m2) from surface dimensions measured to the nearest 0.1 foot (30
mm). When the average measured width of the lot is equal to or greater than the plan width, the
computed area wilrbe based on the plan width. When the average measured width is less than plan
width, the computed area will be based on the measured width.
When constructing shoulders on a basis of payment of square yards (square meters), inspection of
the profile and elevation will be based on the completed work relative to the pavement edge; the
Contractor shall be responsible for the profile and elevation of the subgrade and for thickness.
B. Asphalt Binder.
The amount of asphalt binder used from batch plants, continuous plants, or drum m'rxing plants, shall be by
stick measurement in the Contractor's storage tank or by in.line flow meter reading. The asphalt binder
quantity added to the storage tank shall be computed from a supplier certified transport ticket
accompanying each load. The quantity of asphalt binder not used in the work will be deducted.
When the quantity of asphalt binder in a batch is measured by weight (mass) and is separately identified by
http://165.206.203.37/APR 2006/SS/contentlSS-0 I 0 14.htm 4/10/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 19 of21
automatic or semi-automatic printout, the Engineer may compute from this printout the quantity of asphalt
binder used.
By mutual agreement, this method may be modified when small quantities or intermittent operations are
involved.
The Engineer will calculate and exclude the quantity of asphalt binder used in mixtures in excess of the
tolerance specified in Article 01014.04 B. 2, of this Supplemental Specification.
When payment for HMA is based on area, the quantity of asphalt binder used will not be measured
separately for payment.
C. Recycled Asphalt Pavement.
The quantity of asphalt binder in RAP, which is incorporated into the mix, will be calculated in tons
(megagrams) of asphalt binder in the RAP, based on an assumed asphalt binder content of 5% of the dry
RAP weight (mass). i
. The quantity of asphalt binder in RAP, which is incorporated into the mix, will be included in the quantity of I
asphalt binder used. I
The quantity of asphalt binder in unclassified RAP will not be measured for payment. I
D. Hydrated Lime.
Hydrated lime incorporated in HMA mixtures shall be considered incidental to HMA and will not be
measured.
E. Tack Coat.
Tack Coat shall be considered incidental to HMA, and will not be measured separately.
F. Fabric Reinforcement.
The Engineer will calculate to the nearest 0.1 square yards (0.1 m2) on the roadway surface dimensions
measured to the nearest 0.1 foot (30 mm) for the fabric reinforcement placed in acceptable conditione
tG. AdjU~ment of Fixtures. .
~e Eng er will count the number of fixtures adjusted to the finished grade.
S ~O
~' _
o ~ H OCMix.Asphalt Pavement Samples. .
uJ A PF"~ent Samples of any finished pavement furnished according to Article 01014.04. D., of this
...J Sl!Jllplem'e@1 SpeCification, or reqUired elsewhere In the contract documents, Will not be IndiVidually
_ c?Jfnteqj9ryayment. .
U--~
Cl- -Z
""" 0=
01014.06.d3ASIS OF PAYMENT
= -
=
<"-'
The costs of designing, producing, placing, and testing bituminous mixtures and the cost of furnishing and
equipping the QM-A field laboratory shall not be paid for separately, but shall be included in the contract unit price
for the HMA mixes used. The application of hydrated lime, tack coat, and sand cover aggregate are incidental and
will not be paid for separately. Any pollution control testing shall be at the Contracto~s expense.
A. Hot Mix Asphalt Mixture.
For the quantity of each class and category of mixture, including fillets, the Contractor will be paid the
respective contract unit price. Payment will be adjusted by the following percentages for the quality index
for density determined for the lot:
IQuality Index (Density) 7 Samples (11[lpercent of Fult Payment[
I greater than 0.72 II 100 I
I II I
http://165.206.203.37/APR_2006/SS/contentlSS-01014.htm 4/1 0/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCALSYSTE... Page 20 of21
,
M I 0.40 to 0.72 II 95 I
-::- ~ I 0.00 to 0.39 II 85 I
6 'v">
r", - ceC I less than 0.00 II 75 Maximum. I
~_l ;;c
W <C W 1(1) Or 6 samples and 1 outlier (Only one outlier will be allowed). I
di::-
-.i 0"
u... - 0 .
~n tile: ~iS of payment is by area, payment will be further adjusted by the appropriate percentage
a~rdiQ9~ he quality index for thickness determined for that lot and the following table:
~ 0
[Quality Index (Thickness) 7 SamplesllPercent of Payment (Previously Adjusted for Density)1
I greater than 0.34 II 100 I
I 0.14 to 0.34 II 95 I
I 0.00 to 0.13 II 85 I
I less than 0.00 II 75 Maximum I
Courses for which quality index (thickness) is not determined because of size or shape, and courses which
are found to be deficient in average width, will be paid for according to Article 1105.04 of the Standard
Specifications.
B. Asphalt Binder,
For the number of tons of asphalt binder used in the work, measured as provided in Article 01014.05. B, of
this Supplemental Specification, the Contractor will be paid the contract unit price per ton (megagram).
Payment for asphalt binder will be for all new asphalt binder and the asphalt binder in RAP salvaged from
the project, the Contracting Authority owned stockpile, or certified Contractor owned stockpiles, which is
incorporated in the mixture.
When scarification of asphalt material is required and is paid for on the basis of square yards (square
meters) and no other use of the RAP is specified, the RAP shall become the property of the Contractor,
and the Contractor shall not be charged for the asphalt binder in that material.
When the basis of payment for HMA is in square yards (square meters), compensation for asphalt binder
will be included in the contract unit price per square yard (square meter).
C. Recycled Asphalt Pavement.
RAP which is owned by the Contracting Authority will be made available to the Contractor for the recycled
mixture at no cost to the Contractor other than loading, hauling, and processing as required for
incorporation into the mix.
D. Fabric Reinforcement.
For the number of square yards (square meters) of fabric reinforcement installed, the Contractor will be
paid the contract unit price. This payment shall be full compensation for furnishing all materials, labor, and
equipment necessary for installing the fabric as required, including the adhesive or heavy tack coat of
asphalt binder used as the adhesive.
E. Adjustment of Fixtures.
For the number of fixtures adjusted to the finished grade line, the Contractor will be paid the contract unit
. price for each. If the contract contains no price for adjustment of fixtures, this work will be paid for as
provided in Article 1109.03, B, of the Standard Specifications.
F. Hot Mix Asphalt Pavement Samples.
For cutting HMA pavement samples to determine density or thickness according to the specifications,
when either of these is the responsibility of the Contractor, and elsewhere when required by the contract
documents, the Contractor will be paid the lump sum contract price. This lump sum payment shall be full
http://165.206.203.37 1 APR _ 2006/SS/contentlSS-0 1 014.htm 4/10/2006
SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 21 of21
compensation for furnishing all such sampies for all courses or items of work, and for delivery of samples
as specified in Article 01014.04, D, of this Supplemental Specification.
C")
..:r ~~
n 8
;z: ifC
LLJ "<l: Ll.J
-! '" -.Ii::
0_
LL - >-0
Q::
CL I-
<( O~
~
= 0
=
.'" -
http://165.206.203.37/APR_2006/SS/contentlSS-01 0 14.htm 4/10/2006
.
~ _... ~<D
.." i -. <!Ie
i. uS ij,..., .." r: It) ~II)" d,
- . C I: ~ U In. 0 I ~_8_
... ......... 0 = -j OJ "" ;'
t f. a:: :&i !:. {l~ +:i __ ii! C!i
"'C "0 .,' to ...
IS ..,: ~~ ~ ii.g :. ES-> ~ ~ V CI:: .....
;:: "B ~ ~:: " .s,' ....-g 5 ~
., """E 0.<:; ;S ..GO 01; c.. c: _
t: 1:!~ ~ :: ~ ~ 52 '2 ~ ~.2 Z t;:
~ ,;;.z 16 .; g : 2,- : ~.~ d. -<
~ ii ~~ tii ,~ ;S Ii ~ "51: ~ O....;;J ~ ct:
..Cl ...;:;'0 ~ ...;J .. - ~ a.. z I-
~ "II' l5 ~,; .... u "- ~o; b ~ 0 ).., en Z
ii ~ ~ln ~ _, :I ~ ~ ~ii ~ :::, - . +-> C .. !i 8
- !-> 1!~.c. ~.t ~ e'Oi :g,g' ro ai ~ 9 I_
~ 1lI" n -.. e f = <:( - _ .. 0 LU
" 'It <i.L -' 2.,:;;"',' !l! 0> :. r I- .Do - 0 E.~ 0 l -HI)
"'C .."'C.. _ ! C'\ t: p-ti '$ - ..... :x: a:
L- ';;! is:! '0 "0 ~:!.. "'v - .. L.. ~ ~l UJ
E ....,03 - .c. &. ~ 'Ol! ~ ,,' ~!< ;; :>
~ ,.;.,.< 2-~." .KJ ,; - , '" ~! . II)
If'...... .. .c II> C - Vl "" - '" 0 - >- Z
~ .... "'1:!: -50!! E' ..;" ~.. " ~ .. ('lI Cl:: .. <I(
<:..;::.2:_ii :s.'i..!o!ll~i: -~ a:: ::>0 c:::c~ .a:
10:;:; ~;;;'i ....-a..e'=:<. .., '<( -..... ::> .. t:
a:: ~::: ..5!ii..., oa6:i;18.~ f&oi ro t;:\ ~tQg~ g Cl~ 0
v .. ~ .... ~ ~ _ ~ 0<"> .... ;!! ~ '0 .g!a ",;:; ~ z:! .
. 0- '. , .. _ - ....,..
~ il ~ = ~ ~i:~.s~~~~.D..,~ c.... ~ c::(~ '"
~] ~ ~ .fi ~ 1l ~ i~ oS ~ r~;i i li,: ~. t; ~
.. 0 _ ~ 'E g'c..> .c. .. E '-
S '0 E-'c ...~.. s..~ ~~:: EJ!$.
~ '- -0: 9,8 il..-; S:~..8"!!! :: ~ ~ .2,~f:
~ ' l" - - ~'{' ~ -c :ii~ .!! f ~. 1:
. 'p'-":I: ~~c -"0 c:'!.t:::'I t::~8
a:: 0 mc:: UJ c II :'0.. => --b' 4:
Gee e e e e e e
~ c ~
~ ~ B
~ s ....
;; '5 ~ CT ~ Z
~ ~ ~ OJ ';: w
tl g> ~ ~ eX ~
, '" >
~ a:: 4: :l::::i!! ~ ""
oJ<: :J.. ~ ~ .. .. "f a..
O"JiO"IOOO ;~ fo~ ~tt f <~
"0 I" "" ~ - u .. ~ 4: Z
.J'ii .J"L = 0 UJ
~6 ~: "" ;:8
I-~ T?: I-i::r?: ~ ow
C"") ~~ 'l~ ~e '1:';; c ~I-
-"I _ u 'ii.. i=.c'" ""
". ,., 1: . :I' ..J
,.:.:.. ~ t. a .D ~~ ~ , ~..",::It c _
~ ~O 0 ! -c ::E: ::E: '-;I ""
r-'" - ;:~...J ~ a- E .... , ~:J 11 1:~.. l-
I . ~ ~_ c..> ...J 0 Iii ::It -"'.... E.. j,!C UJ
L-J ~ Ui1 i'i'l::'" - -;.. 1..1,5; .e OJ 1::<3 C
~ ...._..: eo .. c..>-'
W \-........: '" LO :I '" c..>-, ~ '" ..
~,/' u, I , . i
; 0"\ WI-- ~ ~ ~ ~ :
--'"C' ~
>-
LL l<{
03 .
~ ~
o e .D ~
.~~ e r;:;. .
:i.t....~ -r ij'? ~ .=
Iii "i u ~:: "" ~ c..>
li}:! ;.. rB1"' rB1.!:J c .
fe- - - ,~~u ~ ~ , 0 ~
~ ~ p ~b: ~ g';-' ~ 1-> t- ii
cO ls ~;f !:1ii 0 :-'~ 0 ls ffi~
i: ~ z:!i .., ~1il.., b CD 7:. t:
9 .!!! f-~:: I- ~ ) I- ~ ~ ~~
N =LU '" c ffi ::E: ZUJ U <-5
0> i: lJJ.... c..> ...J 0
h~"'~ LJ ~ bffi ..ffit- '0 1i= 0..::
. )...~o:: ": 0 p::~ tr>o! ~I- a:~
... "......0 .. UJ e OJ'=' 0 0 Iii G.. .. "" c:; z ""
!r.o' ~S!~ "~ C) a..Ci: ;0 CD!
~ i e ~rr ~ v o. .0 ~ e ;! ~ a ~ .., ;t ~
: ': 0 ~ '00:0 j l- ~ u Q'ii
~ OJ e z ! "CJ;I'.. e l- t;;;\ l-" .. a.. 0
o.."i $:!! c.. .0..O::lt... ~ ~~... >-..
:!.. '00<-" m OJ J:D 0 I~ ....,
~ :J~ "" ~< 15 100i i
.. ! ... OJ ~.., -<
Jl B .! J:,g
.
..
F :I: ~ ~ 'iJe ....
rB1 11). . . r01 m. '"
.... m 0 (> f- 0 .... OJlii c
u <:c. :c. z .=t: ....
, ffi' . 0 l- 01.5 of:
OJ l- S ' :5 ~'i-.. 0
OJ ..... t z.. 0 - :.:
~ f- ffi C 0 C ~ ' g-.; ~
.. Z:l: ~, .... z) 0
-w t; 0 e
0> Z _..
..,-c ..0 b~ ~f- :sl-
. : f:Dza.. fJ~ foll- fJ~ p~
.00," :<C) ~ G is Q: t;\ ~
":0 <10 ..J 25 a: "=/ u o. .... o. ~
'ct,?',o 0.. ... ... e 0 "0 ~ 0 ~ e ~
o~.~: I- ~ fi3 .0:0 0.:0 0::
. Q. e 16 e<> G -' .0' e 0 o' e ~
0'00, <01( w a. o. o. o.
.' . 0 OJ :: B ::a '" 0'0 :J!!:! '0. 0." ~ (I)
i ~ ~ ~ g .~ I- :z ;..
~ u. ~ ~ ~ J ~
. E: ...... ~;;
.9 an "~2
.... I -""
._ B :c ~;; z
~ ~ . 5 D::: 0
f,f ~ e R-l: ~
" ~ II> . co'" u
10 ~! b~] ~:t;; Z ~ ~
~ t! i r .... ~ UJ~ t.E S f ~
~ 0 ell ~.r. 1: J:::E~ 0 c:::a a.. '" 5
:, ~ ~:e!: ~~ ....~ f ~u
. ~ ~~ > l ~ <~ m~Q~ Z...J
:-;!'; L Cl - 2. -l"'..c: _... ......
-.. -< 0... ~ "'"2 0..-5 E Ol _ 8. 0 ~
, ,_ ~ c '_ ~ ..,
" ~ : ..:(..... ~.!! ~ -' 0:::::; ~::c 2'" ....
.l "'" P 0 J2 g ~.i ~~ Ii Ji ~ g
l~ z. ,.. s" I-
o O.oJ 8 Cl .= ~ e J" -' UJ:l ~ e!:!. (:;
.... ~ "C ~,,_, ~ ~ ..... c; tu .- ~ \~
o 00 -< UUJ ;~~ 1!~'T '.~:.o~:Q,;: ce; ~ 5
00 ~ UJ stg~ SgD!;;: O,O-...J"" 0 Qt:l.. -'
~ U) ~ i; 8. 1 ~ :-7'7 'a,o"O.o(: ~-. :z !~ ......
N "_~ ~ g -a ;!.:;;.:;; ".6 0 ~ :: i> c:c ~
M ..... ... 1:_'= . l?' ,,"T"" o' 0...... J.....;'l
>- ~ i;& ~i & l' :2-~~.o ?.)..~ - '" rii
3: . '-O-Y..~"''T,7 " ....!t
1: '5 ~ ~ u ~ !:i:;;!;;: t;;; .
/' 0 O~:!UOC~--'
~O 0- ~--2:i ~ l1':2
O a: '" ,. 11 0 , .
W- J: ,g~::u J; J: ;:
LLJ -1 >-= e e eee
, Gll-
--' ~u
LL &<{ 0
{])'3 ~
:::~ 0 r r r '
:,:,_~ m <<l ~ II QI .'S
....... ! '--") ~ c tOt t ~'.j ::;!.: ~
tI)"" M III GI E ell II ...<..l 0 ~'S _<n
I..cUj..U u "0 "0 <..:l
.:-3 t- 0 ~.:l Go " <> 0" 0 ,,- ... ~ to
II '0 b ~ In 1 00 00 0 "0" f- f"'"t :;
"C1l~M~NM~"" ~ " -< ...J
c: CP.... co, ...J .....
III ...J '+J ~...-J +-' ~ +' ~ 00 0 0 0 <) Of GO :( ..:(
~ "...Jill... l'lJ IlJ I .. 00.. t- ~ t-
N...~ ....0.... "0"0", T~~t-...G" liJ
~ t- ~ t- ~ ~" '- 0 l 10"""0 0
~ 0 0 0 I I 0 ....~..
_ ~ f 8...J ~ 8...J 8...J f ~' ! ~
;< QI I> ~ ~.. : .. : ;::: u t%.. ~
" ).J :i ~ ~ ~ ~ ~ ~ ~ :gE
~ '" Jl ~~
,
] ] c W
o _
~B ;-' ~ t-
o ~~ !:::! 1;i ~ '"' ~ <n N N
~ _ 0 . ,~" :;, '"
1\..../-1 "'~ cJ'lI\..../_lr~ >-io f QI f f _.
N .. '" "'<-> liJ Gl L Gl 41 -<;>i!::"
..... : DO.. ~~ ..... """"~ ::w:: c:: tOt t (J'J-
c....... '" -10_ c,..... 001'--"'-1 I III Gl E 41 Gl Z
4141L c"" .!!fZl.c .t: U L U U 0
~~~ ~jj .g~~ ~~ ~t- ~ 0 ~ .. U)~'-_
...>~ O>~....'" i5:::~0 "0 ~lll ~-><."la,
:...(/)~n. ....c~O~n.... -,~7M Cc~M 7- :2:~~:ij
J,5"O~ ;il~5"O~ I-,,~~ ~~;; ~~ C~5:
~""4I ",~(I)""4I z...~ ~ ~ !;:,::
~ .... ~ ~ :i-. ~ ..... ~ ~ ~ 0) t- 0) 0) ~ ~ a, ...J
C 0 U -10 - C OU liJ t- 6 6 6 ~ <L
.........---. ...~.---< > III 9...J f 9...J 8...J >-
.... Ocl...... o. ocL.. -C:f:.D IUD Q liJ
"") ijf9 "0"") ij$ u a. IJ 0:: .t: 0:: 0:: ~ II>
a: ~ a::: l . ",;i"0 ~..O..O !<;"'E,.
.0 0 Z ~M ~M ~M :-g t
.. . _ z z Z .. .. '"
<=> . ~.. II> ~t:z
_~ '" ffi U> ""
~ ~ ..:(
" ,
r ~~
~~ -~
"'i>:~ ...,
~ ~ liJ
1::.;::..... ;;:: t:: (I)
-- c- m
~ ." 0 .,~ 0 ~ ""
1 \..../-I..c Ci 41 """'1_\..../-1 - I """"-1 ...J
c "" ~ _;" ~ c ~ ~~ '" ~ ~ _ ~ _ '"
in ~~ I '--'" - I Q:: Cb 0 41 mm (2 f 41 41 Q] 41 - f
......;"~ I ~ t E tOO lOt t C t ~ 0
c.. ..c. Cb L 41 .... c E 41 41" fZl c liJ E
I- 4.l:::: ~ I- tJ 0 tJ ....:: ~ ~ L U U ~ U.. ~ L
Z ~ -10" 0 1'1 ~ ~ ~ #-to Ln _ 0 .. : "") 0
0> ..., ,,~O CONO - O..~O~ln ~~O 0..
~""Ill j7M ,,1M "")007M1- CIILPM ~..:(Q,
..0" !O z Q... I- t-....... lD +> . c t- 1'1 1-..... 1-..... ...J I- +' ~ a::: 1'1
""~,,,' :( 0) ~ ~ p:l 19 1-" III :00 ~ aJ...!O III p:110 ~ to III ~ _
0:0 ". ...J.5 ::E ~ l:JI 9. a-:2: I- f.> I-
.0;:)".0 Q... +> W t- C ".0 OJ eel- C - J-
Po 0,' 0 . ~ ;c m e ~ 0 ,.., '" ..0'. > II 0 0 0 - Z II
- .,,~.o...c a... f:. -l .t: -l ~ ~ '.~:.o _:. i ...J ...J f ...J ~ i5 1;
"'0 o. ..:( lb ..:: :J; ~ '- '- o. o'..c. IJ ~ "") ..c.
c ".0 L 0.0' ~ :i~~ CD ~;::.::"o,o'o C):J;..:i. I> 0 o~
O - I> M I>~" Z N N N ...
.. u.".o t:: oJ: i.-'>~ ~ ~
::l .,;..'-.. 5" ~
OJ eme.... In
00( ~1i~~-C:
--
. 6 C'?lii~lf'
.. g'~ ;!~~E" c~...:~ 1;1' :p ..A~.....~$
~liJ ~~ ~cg~-6 ~~8.~ ~~ ~5 c.:::~ ;~
~ ~ >..~._> .~~ o~ 0'.
"" 1 o<ijSuE -g5~~ E- 0.'5: 5tnJ:
~>LSi .. !5 ~~ g'-rj ~):.~.;:. ~"l~ r-.:E ~o o~~
~~~ ~ T~ ~I~:I;: ~:€, HP...~ .l;~;;~;; l!'E:Z ~-'Z
C1"~ ~.::: --ID"'C..c&le ,=V_I> 3;0 ~ l\.I S O-......J W
'" "'C..1i E>J;;c, o:>E"~ C .... E NZ W....J
.. III ... 0 01-.. ~ -); 0 0::
'~io gE. ..~.";:; -:5...~.8 00 g. a.. ~~ a::lZ
t I o;"tl ~.2~'::oo g~."E"ll,1j{i ~Qj 0 a:::g-
"i:.~ QIII ''02'''' -_"tiE! ~c: Ql> Q l-..:.JW
.., . .JJ._:I _ CI ._2 ".,,1:";;'2' IV Z u....J
<8>CQ ~~ _D'" .!:..c.!::!:l::o -:5",tnD'""::'" EO ct 0-
':;~':r 2" -.,,- E'>ijf ~o6,'E~~ ...._g'.;;;e I.U] 1: 0 :I: uw:I:
is "'" ~:., E E.... 11.8 ";;;,::; >-.. .. 0 .... ~ E ro ti IIl:III::: Z z
~ :g8~ ....o.....D-=- .~{i-:5~ ~~ 3-'~ ~<~
's.J!.l! 2__g-=~o g>....c "-1;1 oe Q" lL.....J
Ga.c .,~o >Gl .....-"'>-5 '..<:: a.. CIC:;~ ,l.L Z
< I '0.,0 c>~.!:.!'-:E 0<=.-2-0 c- ~ c:( ~ '" <l5<
<$> ~ g>i~ ;;!o;gg-g ='~.€~ .~.2 0 Q ~ g:u..~
. ."~ !l ~ i'~ g:I: l 3' .. 0 ~ ~ E 8 8, 1i - z::i ~
~ 2~g -.- Etl"'C .'E.~tn]..cE (;1: :5 5l~ t;:I, c:(.
. '"!:t ~~2" ~E'~c6E o.~~E!:g~ ,..... ~
III ...0._ V4Io>....- o."'E- E II) 'II!
o c; J:' . 0. E 1:.!: 00 'x ~ -0:5
~.:~ ~~3J~E ~~oC ~'"
I .;;:..c; oPo 111111 _E.~:l:o
. 'C ij ~ m ~;€ ~ ~ -= ~ ~4 -E ",-g
.E..eU . c:l:eEc ~EEE ~'3
u ~ ~ ~ ~
~
.
o
<
C') .1 ~ ri c... i ' .~ 0'" ~ .
:t..A" J: ';;; ~ ~ ~ -E .., g ':t: .~ ~ :;: i 13 .!.
_ :--... il ~ ~:~ 2 .: _'~ .!: ~ ~:l ~ .2 l!!-E
...:::::> ___ ~ ti .. 0 0 0 ~ '" .. 0
0,-/> .-., ~ ~-otl-g p02-o= 1:JJ:1: c;.2
_ _ -"-0 .!:: - c; c; J M_ 8 0 E 0 ti E
, . rv- => I) g,~ '- 0 C;O o~ "'0'" = .~ 00
L-.J .:E: w-- tr "'P~ 00 riO ;j "'0 .;;; 'C.~
_ WI f! ~.<> J e~ 2..eM ..c 0 e 41 &. ~..
W _ . .... - ~ o......eO"' c;"'
I~ 0 I ..r:. 0 NO 41 ~ -= . E JJ 0 0 "'.. 0. 0.. .-];1 ~
.-J /_ ~ ... 0 o:l..c.. 0 - - f! ... 0 '" ..r:. 0 -..r:.$
i Q"\ U 1--" :E \l'l - ti = &. 8 ..!! ..E ] 5 c 8.."" -0 - ];1 0 ~ E
I _ - ~ ~.i:- .;: g.o1", .~ .!!!.!!! ...e-t: 2~ ~ E-i ]"E_
_ >- () l ~:5 := -0 ~:1 -0 .2 '3 .~ 8 ~ c -: Ji l ~ g ~ 0
I L1- a::: f--< :I: t:! i ~"i.~.~ go ]'8 ~-5 fII ,!:'5 ~ ~~ '.g a~
a.. _~ 55 ~ c. i;.~:8 .... -o~=..,!:: "' :.r.o ";;0'=
""" 0.> -..c;"'5 oC!-o-g Ii l~ g''Q'Q ,~~ ~ g;>Q. 0-,0
::> f;= 0 ..c 0 01 2:l'- ~ c; c - 0 ..c g-=
""'= 0 OQl -5. >-'~.!:-t lJ ...i3..:.!:!ee -o.,g g' J1ti =oti
c::J _ "O~ 0 oEgJ:'~ -5 ]o&~c.g 01'" :. Gl2 1~,;:
.. 0 _ III ..,. c; 1: lJ c; P:l I:: "I" ..e ..e .. -.:: 0
c-...: ,,_ 1:-.;1 0 ....,1::., 0 00"'0-6", '.."0 - -.. ..~Ol
;. _ ~ Ol 2: .6!!: 6 -= c> ~ ,!;!.!;! t -5 0 >- 'i 0 g. 6 8, 0
"'~ f'E 0 ~~6c; '5o.,g.,g1iD'!:~ C;E ~ -:;;~ g'~lil
lJ~ ~~ If! ~~ :5 :!ai1 ~~ee1i.~~l 1e. i ~$ ::,~o
I S~~ ,~t 0..0 Ol .!:lJ"'~ _''''.......'C.2.. ~'E~ t:..E ~-=~
I ~EE::;:<lII z:5 6 :.E :.S~%~ 2 oii..E]-o 0 o'E g. '~.2 0 tl .Q'j: ~
~...z -' ~~ 0 :gaOl'€: :!!:.,8oooc;&-= Ol - =1: g2 :sao
!:'~_ <4'. ~tf 0. c; c;Gl Gl_N\l'lN<<(..!:!C; .!:<Gl -o,t: c... -Oc;.z:;,
.. _:::; I: ffi 0 E! 0 .2 0:..i2 1: t:Ilo ...... .- :::. -= ".. c;: c; 0 '::I -
f 1: ~ z v - z v,g.E 8 c; -s O'":o-u'Q 0.0, c; 8..:5 ~., c; e 01
'" ~.... Cl ~ ~..; ~ ---- ": M .- V),... ~ -= <(... ,;:
:;~ L ---to ~ ~ ~ ,;
-""
'i: lij~
.c"
~"'~ '"
..<::'-:1 0
.. 0'" ..... u-
> - "
<~~ ~ u -+0 1~
~~~ ~~
E" <;' f..... t'c
<5 c 5: 8 ~:
_ e~
~I H ~
o I:: g',;5 '"
z;;; ..- "" '"
w -= '" ~
o l!l, ~~ - ...
~ '" ~ ~~ ! ~
1 ~~H~~
, I m
g ~ . . .
"" g 8 8
t t- P 'i' 'i' <;'
_ ~ - 888
h; <$>" ~ . H ~ ~ ~
.;::cl;'i:.<: ....-. ;;; 0 0. "~~R8
__<0 I ~ , c ~ . . ""-
~:B~ · III 5, !",:I:
~ ~ c~H~ ., 1< . [".. "
o~'i:~.5~o>E~ .s~..gg8
<{ !:;; &;;; O-n"3C ::;-9 " "";:; ,., ,., ':"
O!:::1: g.~~""'~.."'lII :ioCl . E' >ZbbO
'" ~".".,._'c I ~ <8>." ~ ,.oog
It" .. ... '" V> c.... ....."""= N .. ll"I .... -
w "'" ~~"Esg'....o:;:~ i!3'" ~ ;,,!!!
~ ~ k]]8~~~~~ n 0 .
~ ~ ~ \7 u 1<8> ' ~ U
:3: 15 ...~
I- 0'" "", 0
rs '" ~~....... I --- S?~~:il -
~ .,~ lE~~ ~ 01- '"
"" w.......o:
w:L g l'i !C ~
Bi::i t
5 :X~~9UJ
. 'ti ~""~ ~ a:: z ii)
g ~ ~"\ ~ l-:,e:
.. ICII:: 1I! i; ~ Ul.., 0
Oz_
~ I ~ c. -' UJ'"
VI O...J<
CO 0:
~:~ z: ffi ~=~
....>d 1< 0
....._....;;j - ..J IJ./
00 a... ~...J \.!)
>. '" a::.....z
<8> 1:'" 00:>:-
"'" , ClJ ~ Q LJ... >
~,gl i T~ I ~ 1.~lj: E], OCC .! -,:::t~
"'~... ~ ..... ~ ~;, ~ J: . 0 z
g ~ ('3 ICII: ~ ~~ g: -< ~
a. ~. '" Z::Z:: l.L.
""' ~~~.~8~w
<B> t I;~g ;; CC 1 ~ u i'! ffi
'Oc I ;:;..0 oQ~ :7'<<
""'Si'" . 0'" - ,.. .... I-
.....o!J:' ,"; --.- :::~<o ~. %1' u.w....
~"'<t ~ ~'".. .1 c:t - <:a::=>
<> ~ ..as +.? ..... ~ a: C) ~
~ iR~ &n Iii I-
i~~; '; I t- . ~.. ~,,,,,,,.x ,H.e ~..O ..
3{ . 6 ~ 0 ~~ocp:~1 g ~.~~ ~~~g_ ~[
o 3: ., Olrl-<( . Xl ""0, Q U ~...<:"<t " "
-c ;tv ~u o~= OJ OOl- ~ "'", E-;;;
3 g>~ ~ ~~E-:;;~ E ..~ ;~ E~ .!l2~~ ,,~
N " ''''..I:, ..g"~o -0 .,--zo., ::;::-c '- d
_ _ I ., :> - ""'.... = Q) - w - '" - 0 2-0" N <=
....J ., 0 "O"j..:: <:,...<.r)E>~ ~ .B-oiig '::"E"D :;0
_ ~ ~C; e -0",'0 :Jl'aN<l)02 g a..,c --=Oe ,c;
.. >:z Q.Ii _~ ~ c ! 0 ,...; 8 a. 1:1 ~.~ g.!;" ~..8 -:.; 01
o v> ., 5~ s{'" -8';~1l..,~ if ~t-C1: o~e>g ;S'"
r--.. - .-.A-O 0 ~'o .,.!!f .,e-:5<:5"E ",~--g-!;" --55~ rg,
, ; :%!: rr_ ;z 0l0- .D'!:":; 'i"~l--:~oo ~ ~e~l l:'l.~t:;>- <C,;;;
t---' ~ W -=,... ~Ef ~~qo~u 0.- ~gE", :S.="''5 ffi"O
W....J~ -,+ ~~ EE.... "O..-:~.5.Qj., ,!! eulP~ ~ci1!.Cl (91
U /-, -e..r ...,~ .,6.2oCig 0'" ";;.!:!..o.E ,~~I-~ 9i;;-
-3 ......... ;0. 0) ., U 0 ~ .L" 0Il- v::t:= '" ~. ~. ~
~. _ '- :.;: .'::!C_ _.:{"''''.... .;;; ".gC"'6 j:CII-;;e u..lP
_ U 1: ~ ~ -a '" a '5 ~ ~ ~~ .. ~ "0 ~ Il :.-.:d~ ~ .-E
>- ~ '30 " III 0 !"_ E CII,!::' - c>< -E.1?o-E tl a....$. '" 0
0:: L- C'" E CII Ii; ~ 0; 0 ~i'"d: -g.2 '" 0 -."= E '., '5-.-; .~-
L1- ..... ,~ e.", '.5..t:.u E=C'i::;::'2,,'~l!! ueg.e "OIl-tci ",2
~ 0:::;'; c '" .,0- =3"> E cl-1<oi? '::!::;uo ggo' OI~
~:> i' :,S ..og ~a~ 2tr)-g~~:'a.2.;~o.'::!l!! ~~-c~ ~'"
..0 O!\;'OJu ;:. I UE ;:: a "'0) sC'i o~'o 0 "'u 3':::U~ c ~1lii..E 16-'5
c::::J ~::c::: l(] Ee ~~ ijo,!"i: :!"o.l:OE.!"i:~.,g~~':::5 <",tl-c..; E"
~ ~~~ t 5:2 ~ ~ g.E~ '~6~3 ~gl..2~;.Q-!1 ~ N-E lii~l1 1 ~
gag' cr:~ g~ ~e2 o.:iiNg~e..2~~5~o~ ~~i..g1" iO
'-:=.:-g j Clog "tiB.,g oog~~~lP:' _- -.- 1""i
~co ;:: "< tT E.L"U u.. "-ECI~u-E.E. e I-~
1)~: :;:3 " ~ Q ~ ~ ~
sslij =:d is
~-" g> a.. 4- _
1: ~ ~ ; ci J.. VI <I> ->t. _ .-0 .1..: II> . ....
ov c .J! g' <I>"'-..c .... 0 0 g ,,"'.... c 0 "-
O-iQ ] 6 ~f~ ~ .8 ~ij 'f g. ~ J ~~
~ v ~~b-:; og~~~ "<-;~..; .2"
e 3'" 0 <I> .c. M.- 0,- . -= E 6 U E
'5 -0 ~~ ~ go ,,8 J:-g g s ~ ii ~g
go ~ T ~ '" ..o~m l? 1M ~g o-u lP g, ~;J
~E~ .. NO~-g -E :1'" 'a,a. ~: ~ Il~ ~].<d
~"> ~ "" ii g.2 ~~ 8 8 J! e oll --;., -c -=}1 0 ~l
1'03 H -+ i . <.0 0.-00 Cl 'S; .!!";;; e":;:;: -C-C J}. E-f ];:.=
U ....i" E ::; ~-{ii a {l !l VI ~ J: ::E.2 il .g ~ 'i5 ~ 0
I 00 1: 1l1\!~"<:: Dl "'6=5 ~~ is!''.E .!!~ E~3:
i-< ~5 OIl 1!i.~~ j ee].{j ~~ ; ~o tosJl
H "8 ..E.,g ::g ~~"tj ~ ~<I>:", 8-_~ ~ !g. ~04
- f.E .1 ..D.2 0) 0 '5 => ~ . ~.!"i: .2 ~ 0> ~ to :=!! to
>-< b Co> '" :'-8'~~ ..c ~V~O.J:! 0" ~ ""0 iCe
~ It> "'Q~ ., EO:::Oo ~i.E]a-::~ .0)" ~+- "'-to'S
.,0';;; _<I>~ oO<::"vo<: ,Sc.c. _Il '-00)
"E:" &. ~.'1~" <:r>=g.~S....:!.2 :Jl# 0 0.6 :g,~o
r4-- ~O) 0.- .!='~O~ <::-5"el;:lv VOl _ 0_ ClolO
55 <'1 VI ~.~ ~ -8gu~ 'vc..cl~~o ~g j ~Ji ~~5
c;~ ~ e-u o. Ol~cH~ ~J:~eo8~. 01-5 E!, -5g g~~
:i:~ 0 ~~ g> .~~.Sl., e=ai-i..2!l~-'3 .=~ E'~ 0;1;1 ,g'i~
.... N :; ~.Q {1co.i ~~cco~~~ 10 =~ gg :gg,lP
- ~ -g.'::! 0.- "Og'., goN<.OS::!3:oo eE 1:to "'" c..,-E
.. 015 0 1"~C: CJ_~__ .1=> 0>': lP.iic;Be>>
_ I ~ '0 Z u..= z u ~ .E e -= 15 -2-~.ll..~ U E J} 8 ~ ~ <( b.S
~~ : ~.-: N M"f .....; ..Q ~ ro
e_ _
"
~~ ~ 0
-0 ~ -
, 0 0
....- . ';'
~;~ I ~ -. ~: a
,- t-" it : ~ is is is
~ ~, ~j &. ~~~:
3 - ~C> '" u" -':000
o I ---- .....~.:::.;: t-" i' - - N
C3 ~ _ ~~;;: ~;- ~~ E
: ~ h!~~ cVrL ~ <B> ~l i , ~ ~ is
z ,,"~'" L< ~t ",,'NO_
:J S. ~'; ..~{; 0 &. g'a3
I ----' l: :;;.g.k ~ ~ Z v; ..-..
o 0 _.w_u ~J, <8>"" w ~. 0"
- .... co "'...... I ---- ~i!5w '" o!i!: r-
3: j:: ... :> "'~;;: 'i W & E>- -t: W..... ~
~ ... @ ~ <0 ~ .5:; ~ W::r: g \!: ~ ::::
~ D.:] 0
____....H ~ (./) 0
BJ t: O::C"
~ : 0 ~
-"----. ~~ i: +:i ~ il~~
I g "\ fl J""
I g ~ FIL--') 8. ~
: tL ~:~ ~ j ~ ~ i
,+-'~..;;;iIl. ~ ~x.
oOa...~ !i ...d3
o g .. ~ 2006 APR I 9 AM 10: I; 3 ~ ~ CJ i . ~ ~
_~~ E~c:t1 :r: iUJ
J: t:.- 01 }:..,J5!
<8>,' CITY CLEFiK 11 J: eo: 'I ~l ... E
~~~!~ IOWA CiTY IOWA ~ ~ J. i: h
~ ~ ~ U
g'-j ~, <t;; .
u>:Z , ... ~
. ~"
~ \
I I
I ;: c: E.s :g 5
~ '.z:. .., >-"","5 g 2 '!l!
... 13 ~:~ 2 ~ ~ ~ '" .s ",.",~..,&
.. "' c.. t5 I- l!! . '" e It),s <l> p: :ll to
1:: .5 <II e :;E"'o e -8 "'_S~~o<i
:l: 5 a; g>i': ~ -::::; ~ E Co. "0; 1"' g I;> U .,
E C:.- 0 .Q "'0 to" f! CI... .5 It>.Q 11 .0
t 1< ..!!!i:i;l: ~W P "'.r. -.,:>...- >
'" ~ '" _ ~ $ ..<::W S 1l.e c: '" &!l !l!.5 coE
"" '" .. "'[l... c: = 1)"' Ill.., 0 It
~ ..,_!!~ ~ l'J~ ~ ~.II>"i ]!"'fi9!8"'
:I: g:~.&: '- E<;; ;I: ,: :g- _~Q,'l;.",.8
"" .~->~ 0 ::>iii"'"1:; '" "" ~&.u8.'li~
.c n ~ -a :g.':: ~ '- l!! g "<:: ~ 1l.8 "'0
j "'.!!' E ~~ :> -g ~ ~ ls.i <: - g>
i': "' 0 <: ~ 8 8-tJ e - == '" 8 ~"'iii "N
g~~ ~ -;\ij~~~~~ B i".~i:~
_ _ ,J::" <II::> _ - c:
(1-_"'0 ._ ,s_~> ES<>'" .. 0.-. 8...
::>~'" ~ 'sGi$o ",- III e 't5 .,o~ -5fit:!
B g~ 1i .gi!'~~ :6.~ ~ '"'.8 ~ .E~':~~", 5
!!!!!"' c..o,=1:.i~_m>- a::s=o-o>'<:'<:
:t!!"' fi) :g_!!!E_ 1 ~ ~.. 0 ",~lI= ~.~~.~
..Q"'~ ..." 8'1!!::1ii ~ eC E., lJ... ~~'i'.~=e:!"t'
<r ~j- ... ",::>",,<: C ~w ~'" lJ... .,og-il:g::>P
.. 0 .. E ~ o.n3v:: 8"''25 <:o!!! :i. 5n.;:;"'O:i,g~
'Ii I ~ Il~: ~ ~<:l~g, 10"&"'15 ~5 0 ~~~.g>"5C>.g'
c -' l$.g.~ ~ ~t;~;:~;; g~ ~"liE ~ 8 8i~ ~~-6
o . -' o.n <:'" +:l C <: W c;;
'" 0 8;;: ~]-8 ~ fBt.gt:-,~.!!~8 .E~ ~ !~_i~~8
--t ..~ .~,g.g'" !;' ~-;;.s~<:g'~ ~_c t.!! ~ !i1!~'5lS g~
o.-a-~: . 1i ~ 8~"~fi3l~] t~ ~l 5 ~.~;~~.~!
'!l.2 1., iiI ~-i!! ~oE-9>~o~~ -o::~"i 0:: ~ ~!!!~'ii-6.ii
I ""- .2:...,.<:", opa:S"'lnc<:(u!R.", ",2i. 0"
.. (.) ",O.c lJ...:C ..E' u "i> ~,s <0:" lJ...:!
c 5 c:;"': N ,.;
o it -- - ,... -
S
"
"
1>< o~2".5 ~ 8. ~ l!!1j! 'E' ..86
>< 10'~ g: 0> . S ~ ~:o {g >- ~
'" -; I- [E J:! 8 g>-g 8' :S ~ S ~ <:
>< lia ~ '" ~ "~.e>~ ~ .!! ~ ~ :c ~
"J\ ~a:..~-g ~ ~ E~ ~ Ii! il; J?-g
:2 ~ln .. ~ "s...! = _5'" i!! .8 5
. ~.<:~11 c.. 'ii_s.e~.,,;~ _..00
;::: !<!"~~"E .'!I g!l2.!!! Q ~ :ll~ ~ E
I - - ~"C '" '" l$...."' ~., :5 '" ...-'"
g c 68"''''- -5 {j.>'E-5 -:5 ~-o..82
It> ~ ~ li@1O' .s ...- ~= g lij.S i:g E-
.s '3 'i >ln~ '" '0 Ql"i G>~ <: m m
i:> ~ 81i1gl:5'~ E:s;~.i~! ~8551
!lID < 0- .,; SJ!o~~ -8 ~ ~'" Ii: -o.~.c ]~"E:::>o:i
D !:I ~';;W~i Cl "E~:5", g:Qjli\ 'jg gocj:i5
-1 ~ !,oz.. ...B" 1;.'.- ~~
- J:! <~:s'S ~.b" -5.,.8 ",~'i5 l,!S: .g>.~~
I ..::"U"1l~"~25S 2_ 5<:a1...m "':
, W'.E IE... ~II:' "'t:! -l! _50 <:8'" "? .0.-
0" ~ ~ qp. ,; ~ ~1l11'.~ {;. B I. ~ '2~!' ~l:1 t~
. '" 1>< .e >-....,s "'..c: - 0-.<: 11 ~.. fl l;\ 9! f-
_ ~ w ",' ~ ""; -g 0 r'i. "10 1ii 01'"'.. ... B '" c: -g .Q s::-
.. ::;;; ~~!l"'~"ti8go~Bi'''' li5ig"'~I-~
~ w~~o~ %~ i ~~ l ~~% ~~ li~~
_ . ~B!! vOl S F""t;l .<:"'''' om .t::~.9
I .!!!. <~ "'- +:l.g E 51:! 01 "'0.0 ~~ ';.B_~
< :; .,g"'ii'O ~-6 .. Eft ~ "''<:_1ii G>l!! -oS
~ -S",@1:8 ~~ ~ "~:::.~ ~15~ ~a: ~~.e
_ Cr:;Ul_<:.,"" C E.o -00'" '" -s;""'~
~ .. "O,,~ c. ~,~ ~.E c~ .,,~
< ;. ^6 f=~jc3-5i",8jDl!:-5in 1-8~;:'&<(ilE.
~~; ~:..A---- U U ..... ...: N ..-;.,..; <J:i r-- cO 0;
:z:o""" ....
. I
~ j ~ _ _ i:> _ . 0;
J- ",e Q~gcg~ <:
It> '" ~ N N ,., :.
,8 Iii t; u -of OJ
l;!>< --- ..... ii -l< :: 0 b - - , i u_
~ ..~ ",u.....",,:il:il:ili 1: f-'
I .!!:g ~ ~ ! ~
'::;.... 5=~~gcbe ~ c.
_ ~ _ r- _ 0 -
<-< '" -NIeI............ S-Ol;
N 1t:.8 .! '3 E
<3> ~ 'gb'gbll" 0 c ~ ,<
lo "'" 0 ~ z '" <: ....,
S!~~ 2: ___ ___ M It> .... ~ - ~ OJ"" ~ '" ~ ~
~..~ "'.. ." 8 l!! - E ""
.. 0 1-. .. .... 2 ii ~
~~llC ~ ~ J:l ~ ! -' ~ co! K 1
&l--' .., . ..... x 0 -..a.. ~ ~
I
.
~ BJ~ .~~ S .cD it ~
~ ffio 2~ i:i ~ ~~~
I g "' fl I ii Ii
I ~ FIL _.~ ~ ~ "' >-
~ .1:: E~ i ~~
. 2:~Zl ffi ffil
1-.. S. ~ 0",
. 2006 AP '5 Cl a.. ' d s:
o !d~ R /9 Adil1 I.d Ii.lil
>-~ E~<li 48
. 1::'- 0'" ..J >
~,' ' CITY,CLE 'g;J: ...! S~
~'; IOWA CiTY, I N ~ i -'0
o 0 C1~"
_I ~- :z.1
~!~ +, :! ~ ~
J: i en it!
I .'
_0
]j
I ~Bf 1ll '" 0 li CD Xl9iE-="'C:
"is ~~'3 o. ~ l!! -g (;; ~ '5 o2"riE~
z ~ ~.. :E"'i;~" .s..-c_:l~
I 0 ' 0 ~~ ~ .~.' ~" ~" ~ · ~,
Jl i ~ ~ 3: ..Q ~c -to i!! 'iit:5 ~.s ~ c.g Co
~ i!:; s ~ ~~ ! ~ .9 j i: ~ m E ~ 1l
_ -c--Iii e!. Sl~ ~]: ~ G> ~&"'8"'"
::I: g~.J': 01 1":1'9 3: '" :0 2 ~ i: E.- E
I ... '"'::;; 3= 6 ::> '" "C '" ::> 0 '" U., >! '"
.3 ti lID a ~_s l'" .j; : CJ ;; ~ ~ a ~ 8
a;"'~ E u~ ~ :g ;;; ~ ~!5~&!'~
~ is S l5 ~ ~ _ ~1:i ~ i .~ ~ ~ "2 1l "C
B3:,g '0 "ilii..'6~'<::~ ~::> t:.;8[l5.~
ft~-g .~ ~i~~ l;! ~ ~~!l8.-$i~
~ u E -. -1-' ~., 0 e - ~ F ~ '
<:s ",::> ~ o.s...:::; '"...: Ll .. "C Co 0' ijj. '"
'" ~ ,,_'" """~ _ 01 W .. 0 - .<::
nee !! 0. fg.., 'i.5ol!:! iO'.,; (J) c::~.~Q1",<.J~
.... livE lot ~,!!z~~ 13~",g> el1 n:;;<':o,s"~"i!
. 0 ~j~ E.~~" ~l<~~ 8" ~ .~~8~F~
~ .1 E.,1ii 8. :g.Q~~ ~~-gg .lii-a. tt~~X'~"il~~
% Q _ :r.s'" ... I-<>~'" <;;0.<<1" lnE 0 <:ue"goil:
.. .. 1:1=8 ~ol'iii ,sE <:2"60 a. ,g",,,,,,,,,.co
.' ".5 "" '" '" 0 1il"" -- -I:: ., <: "" <:
~ 0 -i - . 0 " ~li, ~ .~ E c ~. Ii! ~ '''. u ~.,
t ~.2 ~ @j t: lf~ 15 8 .E W 0 8 8 'ii ~ :g -6
r--.......... 1", :e~oB-g ~ ~~~~f2>j~c:~:;: ~ a:~!.€.;.~~
c< _ .~ ~"c..~~o~- _'~u.~
o.!:~ ~!I!~l3:g ee';;;@!tt1:l': g>1l 8. u:: ~~J2<>Bg~
'1;..... glit<:a. "'i.-' "'i<:u.J",,"~J!Ol '" 3 n'E-~O-"''-
~ I d5 _ -'" ]! '" '- = ^ .2'"a. u==; 8 '"' a; ....,. t:-.; - €I.'" Ol
'" u- .. 00 ~ ,"00<:"1; .t::'"'~" ~(>",_E<:E
~ 0 , . . u ~ ~. ":0 " " ~.. ~ e ~ = 6 , e. il ..
.. 0 R. ~:: ~ ~ 2t
~ "
x
~ .
. XI
ll. )( 0 W iL;"".E"' 0- GI ~
~ )( CD ~~ 0 :1l: ~ r. ~ ~ ~ E E
" t::! _ <: .,"'. r. € ~ -0 >-..
X -1 .,,~.. Q "m~~ sjj Ji-e
<>-t')l!?N'; 5.~iI:~..!!!'" VI Ell
~ iE_ .~~ ~ ! ~]"; ~:3 ~ ~.:
_ ~ .~~ '" i ~ ~ e ~ .~: ~ Ii ~
!.1[ I c~-.., , ~ - e" " 0 .. 00
o",:EE", <:.,1:- 03: ~'iij~E
.s 0""'2....... :; .. e..." <b 8'" ........."tS'
_ ~l:lc>- <: -5~~-s ~= ~-o1l5
o ~~~~.;; ::-o"2~ "'~ ~:gi
!!ill -< Ol-oO"tl B og><t;a: ~.""" ",<: '"
'" g:: 13 2 __ -~ ~ ~ I} ~ .!< ~ . ~ ~ l5 3l
-1 · "~of u · ~~ ~ ~<{i ".. E~.
~ I E 5]~='t:; .~, ~ ~:s.~ P:::; -il: Fl'~
_ w ' 1! <( ...JOOl =~ .. uo; u__..!!!O- 'iii
~ ~ F _ _ _ _, ~ i i" . ~ ~. ~ .:,:, ~ !!! ~ ~ ill { ·
~~.. <@>'"" .~""'. ii!:'!~ g5B.~ 1l'l' .~.
. ~ . _ ", -" ~ ~ ':; ... . E ~ B" ~ II ~ = 'gl -" ~
II> a: .iii"'~.&tl"~.:g g>;" .!!loa. ~-g 1l~:;;;
~ ~~VI:S~ B~ c .jilJ!!!l ;5] ~'" !ij~5
I .~ ~~~'2~ !! K I}.~'~ 1ij 2.a ~~ ~~B
-0; .'" ~~:;;l:lJ::..!<: s E~ 't:I J::."'1l C1U) J::.....~
j ~~~.a1i ~~ !ii _~8: ~. ::g= ~'; .i.eE
<%> .i ~~~.8~ "'& ~ ~i ~; ~~~ ft~ ~l~
c ' .. Ol ",0= <l> <: -00" 05 J::.""'~
2"'~ *: _ ~ ~ ~ I' H d ~ i .H ~ n i'l t n ~ ~:i q ~
~d!!i ":' ~ N. " - e::: 4(., t=-
. I ~~~~~ ~~
g -<: ~
::: !:! ~ ~
_ J ~ m . ' ·
2 ,,:; c~gg~g III
...... -5 Ii. N N M ...
~ I i ~., ~ r
'" fi;U~:ilgObi E ~
II> a:J "" 1: ~
~ ~ in,.._A1 :- ~
~ ~ ~-",,,,~i''''' u,~"
5 NII>.....,. 0 >" N ., ..
, ~ _ .!i. " g
. 5iI~c ~!:o ... -'. - - 1: 0... 1:-<
~~~ !,~ ~ < < g ~ R ~ ~ . ffi & ~ l ~ ~ .
. --" lil~ ~..=~l:
rrJt:': 0: ..Jf~''''''';'-t:
. i!'i!;i~~"''''J; '" _'06' $ ~ ~
I -"- . . ·
~Xo~~~
-
:. URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAl
,
.
I SAME WIDTH
AS RAMP
I
I ~
URBI.>'
I ~~
4B"IoAIN.
I SEE DE T AIL 'B'
FLARE REOUIRED
I PERPENDICULAR RAMP
PERPENDICULAR RAMP (FOR CLASS "S" 8< "C" SIDEWALK)
I (FOR CLASS 'A'SIDEWALK)
.::r
I _:r:<3::
6 S
I 0 - ~C
::Ie cr:_
I W <=:: :::J,.
i en C
I - - c
LL 0:::
J ~;<:( 48" IoAIN. SEE DETAIL 'B'
J g _ PARALLEL RAMP COMSINATION RAMP
I '" (FOR CLASS "A" SIDEWALK) (FOR CLASS "S" 8c' "C" SIDEWALK)
(FOR USE WITH RESTRICTED RIGHT-OF-WAY) (FOR USE WITH RESTRICTED RIGHT-OF-WAY)
I (PART OF RAMP SLOPE PARALLEL TO
. (ALL RAMP SLOPE WITHIN SIDEWALK) SIDEWALK AND PART PERPENDICULAR TO
I SIOEWALK)
. BACK OF CURB lZ" BOTH SIDES 48"IoAIN.
I VARIABLE
I ,- ~ <D __NORIoAAL
SEE SLOPE I
I DETAIL . ...-
I 'A' \rZ JOINT (NEW PAVEIoAENTl
I BT-;5 JOINT (EXISTING PAVEIoAENTl
TYPICAL SECTION ACCESS AT CURSED MEDIANS
I (PERPENDICULAR 80 COMSINATlON RAMPS) ~RAMP SLOPE 112"MAX) ~~:::lllDETECTABLE
~ ...-. WARNINGS
I BACK OF CURB7':1,~" ~FLoIRE SLOPE 11O'IIoAAX) ~',','~GRASS
I GUTTER LINE lIZ" NOTES'
I NORIoAAL SLOPE .r F CROSSWALKS ARE MARKED, THE RAIolPS, EXCLUSIVE or FLARE
-. MUST BE WHOlLY LOCATED WITHIN THE CROSSWALK MARKINGS.
I . -LI:VEL LINE (j)MAXINUIA R_ SLOPE IS 12" (8.331.). lDOES NOT APPLY AT
. ROfoDWAY PAVEIoAENT MIll,BLOCK CROSSINGS FOR PARALLEL R~ OR THE:
I PARALLEL PORTION OF COIIBINATION RAlFS)
_. 'A' <Z> MAXllIUlI LN<<lING SLOPE IN NlY DIRECTION IS 21..
... lDOES NOT APPLY TO MIll-BLOCK CROSSINGS)
I Q) FLNlE REOUIRED F RAMP IS CONTIGUOUS WITH S8>EWALK.
KT-Z OR SIDEWALK @PROVIDE 21. CROSS SLOPE ACROSS lIEDIAN FOR ORAlNAGE.
I FOR WIDE lIEOINIS 02' OR GREATER), CURB RAIolPS lIAY BE
. USED AT BOTH SIDES WITH A 48" X 48" MIN. LNONG IN
, BETWEEN.
,'@A24"WIDEIWI.)STRIPOFDETECTABLEWNlNlNGSSHALLI
INSTALLED AT THE BOHOII or RAMP. DETECTABLE WARNING
. SUlf' ACES SHALL CONTRAST VISUALLY WITH ADJACENT
, WALKING SURFACE, EITHER LIGHT ON DARK OR DARK ON
GUTTER LINE LIGHT. lREFER TO FIG~ 7030.14)
It ROfoDWAY PAVEIoAENT
DE T AIL 'B' @ FOR CROS.SlNGS CONTROLLED BY SIGNALS AND TIllED FOR
.. (CURB RETURN) FlU CROSSING. DETECT ABLE WARNINGS ARE NOT REOUIREO
.. AT MEDIANS
.. <:z) lIAXIMUlI ALLOWoIBLE GRADE BREAK BETWEEN CURB RAMP
I!' 4 10/21/03 NlD GUTTER SHALL BE 131..
t REV, DATE BY TYPES OF PEDESTRIAN RAMPS FIGOOE: 7030,9
t DATE: 01-01-98 OUTSIDE OF INTERSECTION RADIUS StEET 1 or 1
It
,
.
.
URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL .
2006 APR I 9 AM I ;
CI1Y CLER BACK OF CURB
F ACE OF CURB 1/2" EXPANSION JOINT
IOWA CII, ,
0 PROPERTY
c LINE ,
~. I
6 I ,
'"
RADIUS POINT ,
rCLI>SS "A"
. SIDEWALK ,
'" ,
<i
;: ,
Vl
Vl RAMPS SHALL BE
0 PERPENDICUL ,
a::
u TO RADIUS
6" MIN. ,
6" MAX. i
;-
;
,-
'1 ,.
- ..
o TSIDE FLARE .-
CROSSWALK ..
,-
..
..
24" (MIN.) DETECTABLE WARNINGS SLOPE '2" IJ,,.;}.. SLOPE 2/. ..
(REFER TO FIGURE 7030.14) =r"
SET DETECT ABLE WARNING BACK '4. . .... ...
6"-6" FROM BACK OF CURB 7.5" 0:1':.
. :.9 . 0:1 . ",-:f' ~..
MAXIMUM ALLOW.'BLE ",':4" '0':4' . ..
. ..
GRADE BREAK BETWEEN ... . ... ..,
:;--;~ ,.....
CURB RAMP AND GUTTER ..
SLOPE SHALL .BE 137.. PAVEMENT .:%, 1/2" EXPANSION ;
"":'
... JOINT MATERIAL
'KT-2' JOINT (NEW PAV'T> 18" PROVIDE MIN. 2" CLEARANCE
'BT-3' JOINT (EXIST. PAV'T> AROUND REINFORCING ~
100 NOT SAW & SEAL) SECTION A-A
~
THIS DETAIL SHALL BE FOLLOWED WHENEVER SUFFICIENT RIGHT-OF'WAY IS ~
AVAILABLE. IF SITE CONDITIONS DO NOT PERMIT USE OF THIS DETAIL,
FIGURE 7030.11 MAY BE USED. CONTRACTOR SHALL FIELD VERIFY LAYOUT ~
2 01/29/03 PRIOR TO CONSTRUCTION.
REV. DATE BY PREFERRED PEDESTRIAN RAMP FIGURE: 7030.10
DATE: 01-01-98 WITHIN INTERSECTION RADIUS
FOR CLASS "A" SIDEWALK SHEET 1 OF 1
..
-
.
.. URBAN 5T ANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL
,
~
~ 4" (MIN.l PCC
~
I! 0,0
<"1>
I! 1';-
I! (~
~
I!
I!
I!
I!
I!
I!
I!
I!
8
I!
8
j! ~
z
j! '"
'"
.0-
j!
., ,...,
., ~o =
=
0"'
., ".
'2" SLOPE MAX. "" -n
)>::::j :xl
., 24" (MIN. WIDTH) DETECTABLE WARNING. 0-< -
- \
SET BACK 6-8" FROM BACK OF CURB. -0 \.0 m
., IREFER. TO FIGURE 7030.14) ~~
NEW PAVING 5: r!
It . :%' -::D '-/
lo~ ~ .:~ .,fl".'.q ~7Z <?
It . .. ",p, o. . .'! b. ... t.. .'! b
I. ';> .: l>' ,.' )1,:. )> +-""
',~,: : ,..,. ...,. ..." ~
It 18"
It .1.. 'KT-2' JOINT (NEW PAVEMENT>
'BT-3 JOINT (EXISTING PAVEMENT>
It <DO NOT SAW 80 SEAL) 12" SLOPE MAX.
It SECTION A-A 24" (MIN) DETECT ABLE WARNINC
(RAMP PROFILE FOR NEW PAVING> REFER TO FIGURE 7030.14.
It --. CD
It - .:!-; ~
CD THE MAXIMUM ALLOWABLE GRADE BREAK io ~ ';':4' .,J-....q .. ~.,EXISTING
::E ... ':'P. . ','
It . BETWEEN CURB RAMP AND GUTTER SLOPE .:.".. PAV'T
SHALL BE 137.. 0 ~~~.
It 18" 12"
It NOTE: 'BT -3' JOINT
It USE OF THIS RAMP IS ACCEPT ABLE ONLY IF <DO NOT SAW 80 SEAL)
RIGHT-OF-WAY RESTRICTIONS PROHIBIT USE SECTION A-A
.. OF RAMP SHOWN ON FIGURE 7030.10
<RAMP PROFILE FOR GROUND/
.. SAWED CURB DROP)
.. REV. DATE BY OPTIONAL PEDESTRIAN RAMP FIGURE: 7030,11
I DATE: 01-01-96 WITHIN INTERSECTION RADIUS FOR
CLASS "A" SIDEWALK SHEET 1 OF 1
I
II
. URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAl II
r
..
II
..:r II ,
-~ ~
2> ::':::0 II
" x. 0:-
, , uJ Q
'--' .::
u.: ..-l~ 'f'f
en 0_ .
- - >-0
0.:: t;~ 'f .
0-
ca: :>
...c .
=
=
"" g
Ql
.
Q1
Q1
Q1
Q1
4" MIN. 4iil
4" MIN 51 ANDARD
. GRADE
MAXIMUM AlLOWABLE 4' MIN. __'2" \I."~'_'" .~" 'SIDEWAlK
GRADE BREAK BETWEEN 2/. />MP ~"P, ., P.
CURB RAMP AND GUTTER .....- . .......<; R ..
SLOPE SHAlL BE 1.3/:. .~: :i~"" LANDING ;f,!.:~~ :'P
,'4 .. P.
. R~ Q
;~~ PAV'r 6" MIN. pl>Rfol-LEL'iI>R\ESl
lLEtlG11-1 ii
YAY/, PROVIDE MIN. 2" CLEARANCE AROUND REINFORCING ill
'KT-2' JOINT (NEW PAVTJ 12" 18" SECTION A-A ill
'BT-.3' JOINT I EXIST. PAVT.l SIDEWAlK AND CURB DROP
COO N01 SAW AND SEAl) FOR NEW PAVING ill
ii
ill
NOTES: ii
<D COMBINATION RAMP' IF NORMAl SIDEWAlK ELEVATION CANNOT BE ACHEIVED WITH RAMP BETWEEN
STREET AND L~DING DUE TO LIMITED RAMP LENGTH, A COMBINATION RAMP MUST BE PROVIDED TO ii
MAKE UP THE ELEVATION DIFFERENCE. THE LENGTH OF PARAlLEL RAMP MAY VARY; HOWEVER, IT
SHAlL NOT BE REOUIRED TO EXCEED 15', REGARDLESS OF THE RESULTING SLOPE. il
12> UNLESS CURB RAMP IS AliGNED PERPENDICULAR TO THE STREET RADIUS, AN AREA OF SPECiAl il
SHAPING MUST BE PROVIDED AT THE BOTTOM OF THE RAMP. THIS AREA SHAlL AlLOW THE GRADE
BREAK AT THE BOTTOM OF THE RAMP TO BE PERPENDICULAR TO THE RAMP AND SHAlL PROVIDE A Ii
SMOOTH TRANSITION TO THE GUTTERLlNE FOR WHEELCHAIR ACCESS. NO CURB LIP AlLOWED IN
.THIS AREA. MAXIMUM CROSS SLOPE SHAlL BE U. ii
13> PROVIDE 1/2" EXPANSION JOINT ON EITHER SIDE OF LANDING Ii
@) PROVIDE 24" WIDTH IMINJ DETECTABLE WARNING ACROSS FULL WIDTH OF RAMP. DETECTABLE i)
WARNINGS SHAlL BE SET BACK 6-8" FROM THE BOTTOM OF RAMP. REFER TO FIGURE 7030.14.
is> MINIMUM WIDTH OF ISLAND SHAlL BE 5' AT STREET. IF LESS THAN 5', REFER TO OPTIONAl RAMP il
FIGURE 7030..13 i)
4 10/19/04 .
REV. DATE BY PREFERRED RAMP WITHIN FIGURE: 7030.12
DATE: 01-01-98 INTERSECTION RADIUS FOR
CLASS "8" OR "C" SIDEWALK SHEET 1 OF 1
...
.
. URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL
.' FACE OF CURB I_ STD. PARKING SLOPE ..
~. /4'(CLASS B) I
. 1'-0" MIN. TRANSITION I ,v. -" "S' (CLASS Cl' ~
'SECTlON (AT EXISTING I .... T A
. CURB a. GUTTER VI .4% TYPICAl c:i
LOCATIONS, REMOVE d Ivv . tii
. CURB a. BUILO ..... ....
TRANSITION SECTION) g I
. al I 1/2" EXPANSION "
. JOINT MATERiAl 4'-0 MIN. R.O.W. LINE
. I v- v-
. .m.
GRADE
....:r ~ x~
. -~ <J.:: <i. . ~o
<' z ...J
. 0 :::<:::____ ~ ~ ",V>
. C~'\ i: 0:0 VI Nv>
~ W 0 ~V>
. W <a: ...Ji?: 5 ~
I en Uc u
. ~ - U
LL 0:: ~ 1/2" EXPANSION
. ~ U ~ JOINT MATERiAl
. 0&> 0 V- Of
g - ROLLED EDGE
. '" <TYP.)
V- V-
. 4 4' MIN. '... 4' MIN..
. 112;~, U MINI U MAX IVARIE ',> _ BAC~~ CUR~
. ~:i, 't" ;;'.~~ I YAY),.); " l' STD. CURB
. y)\ J" a.. I
12" 18"
. 'KT ,2' JOINT
. 1O0 NOT SAW a. SEAl)
MIN. RAMP CONDITION CROSSWAlK
. (fOR SIDEWAlKS/ TRAILS SLOPING
. AWAY FROM ROADWAY)
.
. 24" (MIN.) DETECT ABLE WARNINGS
(REFER TO fiGURE 7030.14)
. SET DETECTABLE 4" MIN.
I WARNING BACK 6"-8" 1/2" EXPANSION JOINT T NolOARD
fROM BACK Of CURB MATERIAL 4" MIN. S GRADE
I MAXIMUM ALLOWABLE "ARIES 12;1lJ,A~,.... ~~"'SIOEWALK~!\'~.
GRADE BREAK BETWEEN _ U ~ Rp.,lJ,P ';'P. '. 'p,
I CURB RAMP AND GUTTER . ~,..'. .~~.
SLOPE SHAlL BE 131. 75" 12'1 \I.~ ,,: ~~.~. LNolOlNG. :'P. .
. '" - . .:. ','ro
\<p.,lJ,P
. 6" MIN \..Rp.,lJ,P
I ;;"oif PAV'T ....~I!-. '.1. . P ARp,LLE.
. .... .... 'Ii' ~.
, y." ~"P',,' PROVIDE MIN. 2" CLEARANCE AROUND REINfORCING
....~y 1
. 'KT-2' JOINT (NEW PAVT.> . SECTION A-A
'BT-3' JOINT (EXIST. PAVT.) SIDEWALK AND CURB DROP
. <DO NOT SAW AND SEAl) FOR NEW PAVING
I
NOTE'
I THE LENGTH Of THE PARAlLEL RAMP SHAlL NOT BE REQUIRED
I 3 10/19/04 TO EXCEED 15'. REGARDLESS OF THE RESULTING SLOPE.
. REV. DATE BY . OPTIONAL RAMP WITHIN FIGURE: 7030.13
· INTERSECTION RADIUS
. DATE: 01-01-98 FOR CLASS "B" OR "C" SIDEWALK SHEET 1 OF 1
.
4
URBAN STANDARD SPECifiCATIONS for PUBLIC IMPROVEMENT MANUAL 4
1.6"~2.4"
I--l ,
r:-~-~ SO-6St OF ,
1.6"-2,4" 'T" 'T" . . BASE OIAM. _
. , . I_ II ,
, -~-~ (' ~0.2" ,
SO-6St OF L~-<t>,~ 0.9" TO 1.4" ,
BASE OIAM. 1"" ,
-; <( r -f /-0.9" TO 1.4"
'6 ",5 DETECTABLE WARNING ALIGNUENT DETECTABLE WARNINGS ,
;c ceO (TOP VIEW) (PROFILE>,
.a ::l T
"" O~ PRE-MANUFACTURED PANEL ,
- >- '-' CTHICKNESS VARIES) ,
U &: t:::;:f --\ 6"-8"
""'" 05." ,
"'" ; ''''.; TU SUBGRADE
c:=::t ~._.:. ,. ' E ("1 ,
= ....'. . T
"""ROADWAY PAVEMENT ,..',. . CHAIR SUPPOR
I " RE-ROD OR ,
PRE-UANUFACTURED DETECTABLE WARNING PANEL INSTALLATION '
PRE-MANUFACTURED DETECTABLE WARNING PANELS SHALL BE FIRMLY SUPPORTED AT ALL CORNERS '
ON RE-ROD OR CHAIR SUPPORTS AND PLACED I,,!TO PLASTIC CONCRETE SIDEWALK RAMP. ,
II
1/2" (MAlU CAULKED JOINT
MODULAR PAVERS " t.lIN .
(THICKNESS VARIES) 24' II
-"i 6"-8"
;:;';: ..,.....;:.. 3/4" SAND OR ASPHALT ·
.;';.. '.;':::.' . SETTING BED .
'<ROADWAY PAVEMENT " '). .' 18" .
. 12" EARTl'I SUBGRADE
. .
MODULAR DETECTABLE WARNING PAVED (BRICK PAVER) INSTALLATION
INST ALL MODULAR PAVERS AS SPECIFIED IN SECTION 7030. 3.14 .
.
DETECTABLE WARNING SHALL BE STAMPED .
IN FRESH INTEGRALL Y COLORED CONCRETE 6"
OR CONCRETE COLORED WITH A "DRY SHAKE" --I .
ST AlN. (RAMP AREA OUTSIDE OF I-:::- 24" MIN'
DETECTABLE WARNING SHALL " , ..,.. .
NOT BE COLORED) --\6}..".;...~. CONCRETE .;.
"~'~~ .
. . ,,:.., :,:-:. RADE
<k~ADWAY PAVEMENT ;,:{':: .a" EARTH SUBG .
. ~ .
. \.
STAMPED DETECTABLE WARNING INSTALLATION .
NOTES: .
A 24" WIDE STRIP OF DETECTABLE WARNINGS SHALL BE INSTALLED AT THE BOTTOM OF RAMP,6"-8" _
BEHIND THE BACK OF CURB. THE DETECT ABLE WARNINGS SHALL EXTEND ACROSS THE FULL WIDTH -
OF THE RAMP. DETECT ABLE WARNING SURF ACES SHALL CONTRAST VISUALLY WITH ADJACENT .
WALKING SURF ACES EITHER LIGHT ON DARK OR DARK ON LIGHT.
.
1
REV. BY DETECTABLE WARNINGS FJGmE: 7030.14 .
DATE: OV29/03 CTRUNCATED DOMES) HET 1 qF 1 .
A I .
.
-
,
NOTICE OF PUBLIC HEARING ON
PLANS, SPECIFICATIONS, FORM OF
CONTRACT AND ESTIMATED COST
FOR TIlE 2006 ASPHALT OVERLAY
PROJECT IN THE CITY OF lOW A CITY,
IOWA
TO ALL TAXPAYERS OF THE CITY OF
lOW A CITY, lOW A, AND TO OTIfER
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 2006 Asphalt
Overiat Project in said City at 7:00 p.m. on
the 2nd day of May, 2006, said meeting to be
held in the Emma J. Harvat Hall in the City
Hall 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 conunents
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/owa City, Iowa and as
provided by law.
. MARIAN K. KARR, CITY CLERK
peoS
.. 0 r05~~06 I
Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356,5144
RESOLUTION NO. 06-141
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2006
ASPHALT OVERLAY PROJECT, ESTABLISHING AMOUNT OF BID SECURITY
TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH
ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT
OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA THAT:
1. The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above-
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City
of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for
the construction of the above-named project in a newspaper published at least once
weekly and having a general circulation in the city.
4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the
Office of the City Clerk, at the City Hall, until 10:30 a.m. on the 23m day of May, 2006, or at
a later date and/or time as determined by the Director of Public Works or designee, with
notice of said later date and/or time to be published as required by law. Thereafter the bids
will be opened by the City Engineer or his designee, and thereupon referred to the Council
of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the
Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 13'h day of June, 2006,
or at a later date and/or time as determined by the Director of Public Works or designee,
with notice of said later date and/or time to be published as required by law, or if said
meeting is cancelled, at the next meeting of the City Council thereafter as posted by the
City Clerk.
P"red ,od 'pp~"'~i, '"' ''Yof ~( ~ ~
MAYOR
_ _ App,""" by ~
ATTEST: );,-,. '''oJ-/!' ~A) ~ '1,,6.<+/4.
CITY~RK Ci&rney'S 0 Ice
pweng\res\2OO6asphalt-over1ay.doc
. Resolution No. 06-141
. Page 2
It was moved by Vanderhoef and seconded by Bailey the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Correia
x Elliott
x O'Donnell
11 Vanderhoef
x Wilburn
.-'
ADVERTISEMENT FOR BIDS
2006 ASPHALT OVERLAY PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 1 0:30 A.M.
on the 23rd day of May, 2006, or at a later date and/or time as determined by the Director of Public
Works or designee, with notice of said later date and/or time to be published as required by law.
Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids sub-
mitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals
will be aeled ugon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00
P.M. on the 13 day of June, 2006, or at such later time and place as may be scheduled.
The Project will involve the following:
4550 tons of asphalt, 17,700 sq. yards of pavement milling, 880 feet of PCC curb and gutter
replacement, chip sealing and related work.
All work is to be done in strict compliance with the plans and specifications prepared by the City of
Iowa City Engineering Division, which have heretofore been approved by the City Council, and are
on file for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be accompanied in a
sealed envelope, separate from the one containing the proposal, by a bid bond executed by a
corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The
bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and
shall be .forfeited to the City of Iowa City in the event the successful bidder fails to enter into a
contract within ten (10) calendar days of the City Council's award of the contract and post bond
satisfactory to the City ensuring the faithful performance of the contract and maintenance of said
Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid
bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15)
calendar days following award of the contract, or until rejection is made. Other bid bonds will be
returned after the canvass and tabulation of bids is completed and reported to the City Council.
The successful bidder will be required to furnish a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to be issued by a responsible surety approved by
the City, and shall guarantee the prompt payment of all materials and labor, and also protect and
save harmless the City from all claims and damages of any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee the maintenance of the improvement for a period
of two (2) year(s) from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Liquidated Damages: $400/day
Completion Date: August 25, 2006
The plans, specifications and proposed contract documents may be examined at the office of the
City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at
the Office of the City Engineer of Iowa City, Iowa, by bona fide bidders.
A $10 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 the
TREASURER OF THE CITY OF lOW A CITY, IOWA.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa
Department of Economic Development at (515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties
with whom the bidder intends to subcontract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
,
----
. .
.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
OFFICIAL PUBLICATION
ADVERTISEMENT FOR BIDS Prospective bidders are advised that the
5'-1 ,) I 2006 ASPHALT OVERLAY PROJECT C~ty ?' Iowa City desires to employ
Printer's Fee $ Sealed proposals will be received by the mlnonty contrac-tors and subcontractors
City Clerk of the City of Iowa City, Iowa, on City projects. A listing of minority con-
until 10:30 A.M. on the 23rd day of May, tractors can be ob-tained from the" Iowa
CERTIFICATE OF PUBLICATION 2006, or at a later date and/or time as Department of Economic Development at
determined by the Director of Public (515) 242-4721 and the Iowa Department
STATE OF IOWA, Works or designee, with notice of said of Transportation Contracts Office at
later date and/or time to be published as (515) 239-1422.
required by law. Sealed propos-als will be Bidders shall list on the Form of
JOHNSON COUNTY, SS: opened immedi-ate-Iy there-after by the Proposa.1 the names of persons, firms,
THE IOWA CITY PRESS-CITIZEN City Engineer or designee. Bids sub-mit- companies or other parties with whom
ted by fax machine shall not be deemed the bidder intends to subcon-tract This
FED. ID # 42-0330670 a "sealed bid" for purposes of this list shall include the type of work and
Project. Pro-posals will be acted upon by approximate_subcontract amount{s).
the City Council at a meeting to be held in The. Contractor awarded the contract
the Emma J. Harvat Hall at 7:00 P.M. on shall submit a list on the Form of
the 13th day of June, 2006, or at such Agreement of the proposed subcontrac-
I, later time and place as may be sched- tors, together with quanti-ties, unit prices
uled. and extended dollar amounts.
Diana Becicka, being duly sworn, say The Project will involve the following: By virtue of statutory authority, pref-
4550 tons of asphalt, 17,700 eren?e. must be given to products and
sq. yards of pavement milling, 880 feet of provl-Slons grown and coal produced
that I am the legal clerk of the IOWA pcc curb and gutter replacement, chip within the State of Iowa and, to Iowa
sealing and related work: " domestic labor, to the extent lawfully re-
CITY PRESS-CITIZEN, a newspaper All work is to be done in strict compli- quired under Iowa Statutes. The Iowa
ance,,-WiIl1 :the:-ptans'"ana' speclTlca-tlons recipro-cal resident bidder preference
prepare a by the City of Iowa City law applies to this Project. .
published in said county, and that a Engineering Division, which have hereto- l!1e City reserves the right to reject any
fore been approved by the City Council, or all proposals, and also reserves the
notice, and are on file for public exar'ni-nation in . right to waive techni-calities- and irragu-
a printed copy of which is the Office of the City ClerK. lamies.
Each proposal shall be completed on a Published upon order of the City Council
hereto attached, was pnblished in said form fumished by the City and must be of Iowa City, Iowa. .
accomp~nied in a sealed envelope, sep- MARIAN K. KARR, CITY CLERK
paper~ arate from the one containing the propos- 69661
time(s }, on the aI, by a bid bond executed by a corpora- May 10, 2006
tion authorized to contract as a surety in
following date(s}: the State of Iowa, in the sum of 10% of
the bid. The bid security shall be made
J\'\n -^6 I/') I ;JOO! () pay-able to the TREASURER OF THE
CITY OF IOWA CITY, IOWA, and shall be
forteited to the City of Iowa City in the
event the success-ful bidder fails to enter
into a contract within ten (10) calendar
days of the City Council's award of the
V contract-and pcl$t bond satisfactory to the
Citje"nsuring the-faithful pertorrilance of
Legal Clerk the contract and mainte-nance of said
Project, if required, pursuant to the provi-
sions of this notice and the other contract
Subscribed and sworn to before me docu-ments. Bid bonds of the lowest two
or niore bidders may De retained for a
this Iq...J....... dayof~ period of not to ex.ceed fift~en (15) calen-
dar days following;award of the contract,
or until rejec-tion.' is m'ade. Other bid
A.D. 20o{ " bondS will be retumed after the canvass
. and tabula-tion of bids is completed and
reported to the City Council.
The sllccessful bidder.will be required to
furnish a bond in an amount equal to one
y~~~ hun-dred percent (100%) of the cOntract
prh;:e, said bond to be issued by a
respon.sible surety ap-provecl by the
City, and shall guarantee the prompt pay-
ment of all materials and labor, and also
Notary Public protect and save harmless the City from
all claims_and damages..of..any.Adnd
.. ..... . iff . causea direetlro(ln-difectiY DY the o~pera-
tii COI,.,....., ~ 732S19 tion of the contract, and shall also guar-
antee the'mainte-nance of the improve-
Myeo.,........., ElcpIres ment for a period of two (2) year(s) from
and after its com-pletion and formal
.la1u8ry ZT, 2llO8 accep-tance by the City Council.
The following limitations shall apply to
this Project:
Uquidated Damages: $400/day
Completion Date: August -25,
2006
The plans, specifications and proposed
con-tract documents may be examined at
the office of the City Clerk. Copies of said
plans and specifi-cations and form of pro-
posal blanks may be secured at the
Office of the City Engineer of Iowa City,
Iowa, by'bona fide bidders.
- A$10 non-refliridaoh:i fee.isrequired for:
each set of plans and specifications pro-
vided to bidders or other interested per-
sons. The fee shall be in the form of a
check, made payable to the TREASUR-
Efl. OF THE CITY OF IOWA CITY, IOWA.
P"2J - ~5
.
Prepared by; Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144
RESOLUTION NO. 06-197
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO' ATTEST A CONTRACT FOR CONSTRUCTION
OF THE 2006 ASPHALT OVERLAY PROJECT,
WHEREAS, L.L. Pelling Co., Inc. of North Liberty, Iowa, has submitted the lowest responsible bid
of $456,253.30 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY,
IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to L.L.
Pelling Co., 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.
Passed and approved this 11th ~y~ lJ ,2006.
MAYOR
Approved by
ATTEST: ~~ . AI. ~~ lief!!::! ~ &/(,(0(,
City Attorney s Office
CI LERK
It was moved by Elliott and seconded by O'Donnell the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
x Champion
x Correia
x EJliott
x O'Donnell
x Vanderhoef
x Wilburn
pwenglresl06asphalt-awrdcon. doc
D6f06
.
J FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and L,L. ~P; \ \ iN-'\ Cl C ("Contractor").
I \J
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated 4luJ O/g , for the 2006 Asphalt Resurfacing 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 D
b. "Standard Specifications for Highway and Bridge Construction," Series of
2001, Iowa Department of Transportation, as amended;
c. Plans;
d. Specifications and Supplementary Conditions;
e. Advertisement for Bids;
f. Note to Bidders;
g. Performance and Payment Bond;
h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
i. Contract Compliance Program (Anti-Discrimination Requirements);
. j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
3. The names of subcontractors approved by City, together with quantities, unit
AG-1
I
.
-. 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 7011<- day of ~- ,20t'l V.
. Citv Contractor
B04U~oc B/~ n.p H: i 'a"""
(Title) V~;,.o _~JJJiA ~
- "
ATTEST:.' , ~- - ATTEST:
.
,.\ .
211 \'. .'.' ~.. ~ (Title)
e--- ) '. a1.J
City Clerk (Company Official)
Approved By:
A~ 7 A--I&~
Ity om y S Ice
AG-2
.,
Bond No. lAC 47870
I PERFORMANCE AND PAYMENT BOND
!
L.L. Pelling Company Inc. , as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual)
(insert the legal title of the Surety)
2100 Fleur Drive, Des Moines, Iowa 50321-1158 , 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 Four Hundred Fifty Six Thousand Two Hundred Fifty Three and 30n,
( $456,253.30 ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of (,/13/0(, , entered into a
. (dale)
written Agreement with Owner for 2006 Asphalt Resurfacing Project : and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to I
be completed by Contractor, in accordance with plans and specifications prepared Ross Spitz,
i
P.E., Civil Engineer for the City of Iowa City, Iowa, 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 Ihe default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
PB-1
CON 0572 IA (4/05)
.
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 2 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 16th DAY OF June
20~
L.L. Pelling Company Inc.
IN THE PRESENCE OF: i-
n~' ~
11 - "ri,ci~" 4
-Y"jS2.;:J1" u\ 'U/,'?~ld..uk-
Witness (Title)
..-~~-. ~...":: -'..
.9 ,\....--~...Ij-...,
.... ~...""~'" "'" ] ~.'/ ~
:.-.F.::......-...~.;,... .....:.:::f~
(Surety) g ~:-,,-~~ ~_---::
) ~~:~ ~... 2 ~~~
~C'\ ~ 'G '" (H, '" Attorney-In-Fact ,,:::0:':;: ::.~~ g,..2
Witness (Title) %.~~..::;....~. - ...":...... i
~- - .......... ~
Stacy Venn ~.. ..~ ~",~...~, ~
2100 Fleur Drive ;..... :.. .. ....~.;,... $"
~ ..:' .....-' ,,,,,,-
(Street) .. .~._...,
Des Moines, IA 50321.1158
(City, State, Zip)
5[5-243.8171
(Phone)
PB-2
. .
Merchants Bonding Company
(Mutual)
POWER OF ATTORNEY
for Company Employees Bond #: lAC 47870
Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under
the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made,
constituted and appointed, and does by these presents make, constitute and appoint the following company employees
Michael P. Foster
of Des Moines and State of Iowa its true and lawful Attomey-fn-Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any
and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such
instrument shall not exceed the amount of;
Unlimited
and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of
said Attorney-in-Fact. pursuant to the authority herein given, are hereby ratified and confirmed.
This Power~of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By.
Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002.
ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof.
ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile
to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,
recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the
same force and effect as though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and
its corporate seal to be hereto affixed, this 15t day of January 2006
.......
..~\lG CO'. MERCHANTS BONDING COMPANY (MUTUAL),
..~~.,.......~IO...
"'b~..~y.PO.-9.,.."~ '. ~ /6';"t"<c':4;\
..~ ,...4'.~.
.c.,;:~ ""..
.1-.- -0- 0:-.
:~\ 1933 :3: By f t(~ ~. \~~
"~'. .'~. j "~t; ~.. i~..~
. v&-:. .'~:
.. ".:J;V.......'\.."\~.. ~~:."t...- - ;:-'-~
... {{ ...
STATE OF IOWA ...... President /' .....-4 -".. ~
COUNTY OF POLK ss. ~ ~~. ..._______/:.~.....-i$'
'... a_ '"\~ ~
"'''..,,~-....'_..:'.;~' ~\....-..-"~
On this I st day of January 2006 ,before me appeared Larry-Ta~'lor;.to,..)."'\.
me personaUy known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL),
the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said
Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
@- CINDY SMYTH &~~
. . Commission Number 173504
o .. My Commission E11res
'" March 16, 200 Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK 55.
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing
is a true and correct copy of the POWER-OF-ATIORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is
still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on
this 16th day of June 2006_....:~-... ":~..!""':'f.. I '. .t/~~~~,
~. '...~\\\"'-CO;"'~. .
-:l! '.'~ .~:~..~. :,0,.
~ ,..". "y.PO.-9" <?!.
;;; ~.~<Q)~~:~' If',...~.: Secretary
:: . ~,"o",) ,A.'.'."l.:..
::::.;,..eo,:~ ""':'.
=~.z..~:- ""Q-, c:~::-
:::. :~~:.. .1.933 .: c;-.:
~"'..~'.. -:;:..;.~ .,c:.:."t:~
~-~. (t,.. ..-.\.....
....... .. '.;l1i.......\:7\ ..
POA 0005 EMP (1/06) ":r....~.~~~~ ::~':;. ..~.
"..)..--,-
- ....... .
Contract
Compliance Program
~"""-.
CITY OF IOWA CITY
I
.
,
SECTION 1- 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, maritai status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
. PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equai 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.
Regardiess of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are ,responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
CC-1
.
, .
,
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
payor other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity empioyer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. S 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?
LL Pd\\~q C,c. \ Ll ~7'> \0...) .Q,:",^,... ~1 ~\",\.L l , b<"Y +--.
" \
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print) G A'f' ~ u.. ~e.r( \... +-
:')1"1- la:l(o-llloDG \42~ Wfel\ll'l ~\ol~k L bv\-IA-
Phone number Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federai and state law for the duration of the contract NOTE: The City can provide assistance in
obtaining the necessary posters.
CC-2
.
. .
, 6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
Lc.c...l 'PA?c;;:"~ :ro In 'SlSU'<...b , Web ,:,.-l'F
,
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
L, L.Y~\\I\.[. ~ C)c, '?Jt~-t';)!n-- ~
Business Name Phone Number
DAOtkiM^~CV- 1f(UJ ?r~~~oe.dt
Signature Title
'bc-('I.-\+ -hvt V\.e-'~"",.d Ce - \ "6- 0,-,,-
Print Name Date
CC-3
.
, .
.
\
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. 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 responsibiiity 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 responsibiiity 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 yourEqual Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and 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 accurateiy reflect major job functions. Review
education and experience requirements to make sure they accurately reflect the requirements for
successful job performance.
(I) 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?" Oniy 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.
CC-4
-- -
I ~ 1
--= -~!t
--....
!~W!:
'-~~=.,
..,.. ..
CITY OF IOWA CITY
410 East Washington Street
Iowa City. Iowa S2240~ [826
1319) 356-5000
1319) 356.5009 FAX
www.icgov.org
ENGINEER'S REPORT ,....,
0 =
=
:2:0 ""
z
>-j =
November 15, 2006 0-< -< 11
- ~-
:::;'''--1 -.J ,
" ,
~--< I rTi
m -0
"-1 :0 - ~
..... '-.....J
"-:7=::
City Clerk ~ -
..
City of Iowa City, Iowa w
w
Re: 2006 Asphalt Overlay Project
Dear City Clerk:
I hereby certify that the construction of the 2006 Asphalt Overlay Project has been completed by
L.L. Pel ling Company of North Liberty, Iowa in substantial accordance with the plans and
specifications prepared by the Iowa City Engineering Division.
The final contract price is $546,017.53.
I recommend that the above-referenced improvements be accepted by the City of Iowa City.
Sincerely,
1ZJ7Z- ~~ L.
Ronald R. Knoche, P.E.
City Engineer
pweng\lelters\eflgrpl- 06asphaltoverlay.doc
PfUJ rnr
I
Prepared by:Sarah Okerlund, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149
RESOLUTION NO. 06-357
RESOLUTION ACCEPTING THE WORK FOR THE 2006 ASPHALT OVERLAY
PROJECT.
WHEREAS, the Engineering Division has recommended that the work for construction of the
2005 Asphalt Resurfacing Project, as included in a contract between the City of Iowa City and
L. L. Pelling Co., Inc. of North Liberty, Iowa, dated June 13,2006, 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, the final contract price is $546,017.53.
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 28th day of November ,20 06
(~~
MAYOR
Approved by
ATTEST:/J~'4/:"'~ cJ.(. ~ ' r/~l&~
CIT -CLERK
It was moved by Bailey and seconded by Correia the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X Champion
]{ Correia
X Elliott
X O'Donnell
X Vanderhoef
X Wilburn
pweng\res\06asphaJt-overJay.doc
11/15/06
_u____________