Loading...
HomeMy WebLinkAboutASPHALT RESURFACING/2011UI -no 2011 /p.MA� F0{ AsekCClk Re&tr -J-ar-;n5 / %y -2•ol1 1"a5e- ( J,_ -E- &so a-) ID -- -ZI-61 &Q,4I -,"c c. P,, )I mc,r,q dr J ne I� do >c7 on r'an51 Spec C;c� ores /U;< J form o1 Car4vc, esL,ma�e o� Cc>S- E-_-or F 2sur�rccr c� "/ ,ec- / �, reL41 rj ��-�y I�5' I�IsPJ�ICZI� l f�er`� t0 ,p..�.� � � S.h r1t7f1 -; c e_ op sc ;,4 I�rDJ _h2arirq E d�f -LCI, h ciJ /ci'� C ;4 �n�;rwr -�--0 ft4c� SRr�L. ��ns on �-l-I %e- 2-- J uL- I_v '04;Le of ►^'�61c� eQr;n� Illo-kce w - P"Ll ;c 4eCLr:v,.5 - of- so ( v,4-: o r,. FD- o29'lf' Ci�rfro%Jtr�g p(�km-S,, ao11 _A((s�kalIl� Tzp s�1�r Face nc� �D�e��� e5�/�l�l;si /,;YL G1��17It1h7 bZ �;C Se�Kri7y �`J R/cC,A //vlfi7CtnJt/ (Qac -4 &, / <4',-e4 L3 Ci }y l �e (✓u L� hFV� ce1 �o t+. YeYlS /C —t x i �tq ' i rr.t 4incl ,lace �Or r�[C¢i�l o-F tlS. J Acl 2w _r ®V�r l °�� [ c2� i vr� K2S „lu.. -t -,'ova /�'J�� Qcvard,h.�'( 'l-�n cLC?-ecnc� ar.- �her;zrnq AG Mayor A'o S gn i,,J --k C -,Aj � ((fok �O C -f Cz-co vt — a - 7 jail nLSLi tyL ro�)'�CTi II RR-e a --l'! — J f b r o? 49 t ✓ -'JOk 1 � , 41 -0(.T-- /7 D /L.(tt c 1RDr, Z,ra-) 4 � !v1 ccU—prv' ad}QSIr cvti �wL - iw v'4�sO l PSovi-o�ch LA � o h G Asfkct -- k,2Su_At-c ry Prop 3d 2 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 10 -248 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 1, 2010 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FY 2011 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: 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 1st day of June, 2010, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this loth day of May 2010. Mayor ATTEST: City Jerk Approved by: City Attorney's Office s /-�� Resolution No. 10 -248 Page 2 It was moved by Mims and seconded by wri ght- the Resolution be adopted, and upon roll call there were: AYES: x —x x x x x x wpdatafglossa ryhesolutiomic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright W, -W- CITY OF IOWA CITY PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE FY 2011 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: `�D Dave A. Panos, P.E. Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 201 0. DATE: i- 10 -2.oy0 N O C G m D -t r �n DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 0 _i PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE FY 2011 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: `�D Dave A. Panos, P.E. Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 201 0. DATE: i- 10 -2.oy0 OPINION OF PROBABLE COSTS FY 2011 ASPHALT RESURFACING PROJECT Dale: 5/10/2010 N O Q i �j A7 y l0 C.D Ul 6� V e d FinalEslimale _Clerk Page 1 Division 1 Division 2 ITEM NO. ITEM UNIT QUANTITY UNITPRICE TOTAL COST Iowa City Streets Dodge Street HMA Paving /Resurfacing 1 CLEAN & PREPARATION OF BASE MILE 2.15 1.17 132 4,000.00 $ 13,280.00 2 HMA SURF PATCH TON 80.00 10.00 90.00 250.00 $ 22,500.00 3 PAVEMENT MILLING SY 26,816.00 21,211.00 48,027.00 4.00 $ 192.108.00 4 SAW CUT, FULL -DEPTH LF 8,300.00 - 8,300.00 4.00 5 33.200.00_ 5 CRACK & SEAT OF PCC PAV'T SY 13,700.00 - 14700.00 200 S 29,400.00 6 HMA(I M ESAL) BASE, 112" TON 3,808.00 1,750.00 5.558.00 50.00 5 277900.00 7 HMA(1 M ESAL) SURF, 112 ", NO ERIC TON 4,213.40 1,750.00 5,96140 50.00 $ 298,170.00 8 ASPH BINDER, PG 58 -28 TON 408.10 210.00 61810 500.00 $ 309,050.00 9' ASPH BINDER, PG 64 -22 TON 75.00 - 75:00 500.00 $ 37,500.00 10 FABRIC REINFORCEMENT SY 971.00 - 971.00 5.00 $ 4,855.00 11 ASPHALT REMOVAL SY 500.00 200.00 70D.00 5.00 S 3,500.00 12 LIMA REPAIR SY 300.00 100.00 400.00 60.00 $ 24,000.00 13 CLASS 13 EXCAVATION, UNSUITABLE CY 1,450.00 - 1,450.00 10.00 S 14,500.00 Asphalt Sealcoat 14 COVERAGGREGATE TON 1.079.00 - 1,079.00 40.00 $ 43.160.00 15 BINDER BITUMEN GAL 21.564.00 - 21.564.00 2.80 $ 60,379.20 16 ASPHALT PATCHING "COLD MIX" TON 195.00 - 195.00 130.00 $ 25,350.00 Wastewater Utility 17 MANHOLE ADJUSTMENT EA 22.00 27.00 49:00 800.00 5 39,200.00 18 REMOVAL OF EXISTING STRUCTURES LS 1.00 1.00 7,500.00 5 7,500.00 19 WATER MAIN ADJUSTMENT EA 1.00 - 1.00 6,000.00 5 6,000.00 20 SANITARY SEWER ADJUSTMENT EA 1.00 - 1.00 6,000.00 $ 6,000.00 21 MANHOLE, STORM SEWER, SW -401, 841N. EA 1.00 - 1.00 7,000.00 S 7,000.00 22 MANHOLE. STORM SEWER., SW -405 EA 1A0 - 1.00 3 ,000.00 $ 3,000.00 23 INTAKE, SW- 506,MODIFIED EA 1.00 - 1.00 12,000.00 S 12,000.00 24 INTAKE, REBUILD EA 4.00 2.00 6.00 2.500.00 S 15,000.00 25 SEWER PIPE, 2000D STORM, 481N. DIA. LF _45.00 - 45.00 85.00 $ 3,825.00 PCC Paving 26 RMVL OF CURB &GUTTER LF 2,557.20 - 2,557.20 5.00 $ 12,786.00 27 REMOVAL OF PORTLAND CEMENT CONCRETE SY 373.40 382.80 75620 10.00 $ 7,562.00 28 SIDEWALK, PCC, 4" SY 202.00 38.30 240.30 30.00 $ 7,209.00 29 SIDEWALK, PCC, 6" SY 176.90 382.80 559.70 40.00 5 22,388.00 30 DETECTABLE WARNING PANEL SF 352.00 928.00 1,280.00 35.00 $ 44,800.00 31 CURB +GUTTER, PCC. 2.0' LF 2,331.00 - 2,331.00 35.00 $ 81,585.00 32 CURB GRINDING LF 120.00 - 120.00 10.00 5 1,200.00 33 PORTLAND CEMENT CONCRETE REPAIR SY 1.881.00 1,061.00 2.942.00 100.00 $ 294,200.00 34 SUBBASE REPAIR, CLASS A ROADSTONE TON 2.246.00 53.00 2,209.00 20.00 $ 45.980.00 35 GEOGRID STABILIZATION SY 3.116.00 3.116.00 6.00 $ 18.696.00 Traffic Control 36 PAINTED PAV`T MARK, DURABLE STA 169.90 32.16 202.08 70.00 S 14,145.60 37 PAINTED SYMBOL +LEGEND. DURABLE EA 16.00 - 16.00 140.00 S 2,240.00 38 TRAFFIC CONTROL LS 0,75 0.25 1.00 55,000..00 $ 55,000.00 39 FLAGGER DAY 164.00 59.00 223.00 295.00 S 65,785.00 Traffic Control 40 MOBILIZATION LS 0,75 0.25 L00 100.000.00 $ 100,000.00 Water Utility 41 WATER. VALVE ADJUSTMENT EA 19.00 - 19.00 200.00 $ 3,800.00 Traffic Control 42 TEMPORARY EROSION AND SEDIMENT CONTROL LS 0.75 0.25 100 4,527.00 $ 4.527.00 Total Opinion of Probable Construction Costs $ 2,270,280.80 N O Q i �j A7 y l0 C.D Ul 6� V e d FinalEslimale _Clerk Page 1 `1 Iowa Department of Transportation 11A -3 ,i Office of Design Design Manual ADA Curb Ramp Compliance Chapter 11 Miscellaneous Originally Issued: 07 -12 -96 Recision, ;L 05- _13-07 A public sidewalk curb ramp and level landing will be provided wherever it public sidewalk crosses a curb or other abrupt change in elevation. A perpendicular curb ramp will be constructed except in locations where there is insufficient right -of -way width, in which case it is penuissible to construct a parallel or combined curb rnnp- Illustrations and design guidelines arc given on the following pages for these three types of curb ramps. Application of the guidelines does not require greater right -of- way width than that eslablished by stale or local practice. The type of curt) ramp used will be affected by site constraints, but when decidinLl what type of curb ramp to use, keep in mind the ADA Accessibilin Guideline's specified order ofpreference: L perpendicular 2. parallel or combined 3. diagonal (not recommended for use in new construction) NeNF Construction, as related to curb ramps, is defined by the Department as any project where new curbs are beine constructed. The purpose of this section is to summarize the most recent design guidelines as set forth by the Architectural and Transportation Barriers Compliance Board. Included with each design criterion is a reference to the ADA hcc.vsibiGn Guirlelores (.ADAAG) sections for cross - reference. Also .- La.SIf17)'c Guide lin the Pkmrting, Design, mul Operation uJ YrderLicrn Facilitire' can be referred to lit- more detailed explanation. The Department's standard curb ramp designs can be found on Snmdard Road Plan RB -6. ry 0 CD c� {m 171 ..0 Page 1 of 4 Chapter 11— Miscellaneous Seclian 1103 —ADA AN Compliance Perpendicular Curb Ramps Figures I and 2 illustrate two s ?'pes of perpendicular curbs: with resumed sides, and with hared sides. landing 60" (1.5m) e bo - flare not required 60" (1.5m) FQmv 1: Perpendicular ramp with returned sides. landing 60" (1.5m) bo, x -- flare maximum flare slope 60" (1.5m) flare required HgwT 2: Perpendicular ramp with flared sides. Width The width of the ramp, 1101 including (hared sides" will be a minimum or 60 inches (I.5 meters). ;ADAAG 4 TI Flared Sides "Inv a side of a perpendicular rmnp is contiguous "kh a public A walk_ it Trill We hared Sides l rith it maximum slope or 1:10 (10451 Ifthe ramp is not coringuous wish a sidewalk of iQ railing or usher homier protects it, the I:rmp Inay hitv c resumed sides or hared sides of am slope. I ADAAG 0.75; Page 2 of 4 Chapter I I— N- liscellaneous Marked Crossings Section I IA- 3 —ADA. Curb Compliance For areas with crosswalk markings, the houom ofthe ramp run, exclusive of flared sides, will be wholly contained within the markings. (ADAAG 4.7.9; Ramp Slope "file maxinnun lmming slope ofthe ramp will be 1:12 (9.33 %,). The maximum cross slope ofthe ramp will be 1:50 (2 %,). IADAAG 4.8.2 Landings A level landing will he pi-oN ided at the top of the ramp run. The landinl-Is will be a minimum of 60 inches (1.5 meters) square. The slope ofthe landing in any direction will not exceed 1:50 (2 %,). Transitions The transition from the 1oadxrav to the ramp will be flush and fine of abrupt changes. The slope ofthe ruadwac surface approaching a ramp will not exceed 1:20 (S',,) for a distance of 24 inches (0.6 meters) out from the 1111111. Gratings and similar appurtenances will not be located ill this area. Width transitions (iom adjoining sidewalk to landings will be it gradual transition. Surfaces r U Tile surlace of the tamp will be stable, Bon, and slip - resistant. Gratings an(!J:�imilar appurtenances on mops or landings are not allowed. {ADAAG 4.5.1 Parallel and Combination Curb Ramps` Figures 3 and 4 illusn-ate a combination ramp and a parallel ramp. r W landing 60 "(1.5m) flare not required - -- 60" (1.5m) Figure 3: Combination rmnp. Page 3 cf 4 Chapter It - Mmcellaneous Smw 1 *3—ADA Curb Compliance Figure 4l: Parallel ramp. If it is not possible to construct a perpendicular curb ramp because of riht- of-way constrain s. parallel of combination curb ramps may be used. All of the applicable guidelines outlined hir perpendicular ramps, also apph to parallel and combination ramps, except fur the Following difference: Ramp Slope Parallel ramps are not rapped to be any longer than 96 inches (25 meters) as measured bout a level plane. If the runp is built to at least 96 inches (25 meters), the running slope of the ramp may exceed the recommended 1:12 slope {ADAAG 4.5.2 Diagonal Curb Ramps (not recomn,ende(l foruseill new con,ttncdun) Diagonal curb ramps, sce Figures j, arc permitted in alterations onh= where other designs cannot be accommodated. Where curb radii an Ims that 20 feet (6 meters) a diagonal ramp should be avoided. since moving tfaf c can encroach on the landing area. The applicable guidelines outlined for the perpendicular curb ramps will apply tier these alterations except fix the following difference: Landings An additional clear level space should be marked as part of the crosswalk at the base of the ramp to give pedesmans space clear of through trafhe to maneuver into their desired crosswalk. Fipure 5: Di Page 4 of 4 NH �! / \E z @\. /a\ ! § s 2 ) ' ) I ®E \ mrgYII D $& \ ^` \\ }� ) { CITY RE$t \ j \ § \/ \ \ ) $WA eI& , (\ \ °! §2'EpE )/ \R/\ �) \ \\ \ . u .- 0 . \ / / at §§ 5| 0 \ ) . / §( � @( \ \/) Z , ,, f /\ :Ecl- \ ( \\ {k k! | \E §2 C3 | ! E; E' ) \ \ \ \ \\ §| . .,, m! \^ \ § . \ � \ � y § . a E ! \ ! \ / /\ , i m NIB N» I| A $ G { / | ! \ 1 (& �- Y @I CLERK IOWA %l% $.R ;; 2 | § / \� cn) \ � � I . � .d! w�. »Z: \, ! ��® . !)� §� ! ) ! ! C'4; in �(\ |\ § ° §\ 3{ \\ \ > . \# � \ ^ ( y\ \ - § !] ] § E \ • I L ! | ! ; = \7 20 )y¥H A$G . a- 22 / |!§ -/ . \ Cl u*¥L mK- E ! r WA m(3 $QA ! ! n= ! \ - � ! | - �2 /) \| |ƒ ( \}m // <? ! / ~ \ a s � ) � \} � q - l22; C! \\ ) \ \ ` \ !, . . # §/ §§ \§ { , % \{ \ { \ } LU � > \ _ ! IS . IS ) g,: ! / I $3 ® { - \ If w\ TABLE OF CONTENTS TITLE SHEET TABLE 0FCONTENTS Page Numbe ADVERTISEMENT FOR BIDS .................................................... ........................... AF-1 NOTE T(} BIDDERS .................. ............................................... ..... ...................... NB-1 FORM {)F PROPOSAL ....................... ~~ ..... ....................... ................................ FP-1 BIDBOND ........................................................................................ ........... ........... B8'1 FORMOF AGREEMENT ........................................................................... .......... /\G4 PERFORMANCE AND PAYMENT BOND ....................... ........................... .......... P8-1 CONTRACT COMPLIANCE A\NT|'D|SCR|K8|N/\T|[}K1 REQUIREMENTS) ............................................... cu�i "o GENERAL CONDITIONS ;P!~{GC� 1 ..................... .............................................................. SUPPLE��EN77\RY(�[)ND|T|(}NS—,---'—.—.—.—.—.--.—..,--,. S{�� ��� o"o RESTRICTION ON NON-RESIDENT BIDDING ()NNON'FEDERAL-A|D PROJECTS....... .............. ....... --...... ................ .................. --............. R-1�� E SPECIFICATIONS DIVISION 1' GENERAL REQUIREMENTS Section 01010 Summary of the Work .................................................... .... 01010'1 Section O1025 Measurement and Payment ........................................... —. 01025'1 Section O131O Progress and Schedules ........... ................. ................ ...... 01310`1 Section 0157O Traffic Control and Construction Facilities .... ...................... 01570`1 DIVISION 2- SITE WORK Section U2D60 Demolitions, Removals and /\haDdOU8l8ntS...................... 03050'1 Section 82220 Earth Excavation, Baukf|L Fill and Grading ..................... 02220'1 Section 8227O Slope Protection and Erosion Control ..................... 02270-1 Section O251O Hot Mix Asphalt Paving, Bituminous Seat Coat & Milling .... 035104 Section 0752U Portland Cement Concrete Paving ...................................... 07520-1 Section 02900 Landscaping ..........—.....---.~------- 82900'1 APPENDIX.............................................................................................................. /\P-1 6 I @ E ADVERTISEMENT FOR BIDS 2010W I I „ Sealed proposals will be received by the City GI -f GLI -1'`i` . Clerk of the City of Iowa City, Iowa, before 10:00 IOWA CIT ,10,• AM. on the 30th day of June, 2010. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12th day of July, 2010, or at a special meeting called for that purpose. The Project will involve the following: 11,697 tons of asphalt cement concrete, 14,700 sq. yards of crack and seat PCC pavement, 49,627 sq. yards of pavement milling, 2,331 feet of PCC curb and gutter replacement, 63,348 sq. yards of chip sealing, 45 ft of 48" RCP, 204.9 sta. of durable pavement marking 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. W 9; 0.1 2011 ASPHALT RESURFACING PROJECT AF -1 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of 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 (all Divisions): $800 /d Calendar Day Count shall start on July 19th, 2010 and continue thru the completion of all work for the project on October 8, 2010. Milestone 1: Work on Jefferson Street and Dodge Street shall be completed on or before August 13, 2010 to reduce the impact on traffic. Jefferson Street shall be open to normal traffic on August 14, 2010. 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 $50 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. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s), The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. M9% By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 r 0 -x Q L L GHQ o O 0 N By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal 0 fJ C_lJ 4 � FORM OF PROPOSAL FY 2011 ASPHALT RESURFACING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 r- a I�� tin 0 O N FP -1 FORM OF PROPOSAL FY 2011 ASPHALT OVERLAY PROJECT CITY OF IOWA CITY SCHEDULE OF PRICES ITEM NO. DESCRIPTION UNIT EST. QUANITITY TOTAL ESTIMATED QUANITITY UNIT PRICE TOTAL EXTENDED AMOUNT Division 1 Division 2 Iowa City Streets Dodge Street HMA Paving /Resurfacing 1 (CLEAN & PREPARATION OF BASE 2 HMA SURF PATCH _ _3 .PAVEMENT MILLING _ _ _ 4 SAW CUT, FULL -DEPTH 2.15 _ 1.17 10.00 _ 3,32 _ 90.00 48,027.00 _ 8,300.00 14,700.00 5,558.00 $ $ _ _. - - - _ MILE TON _ 80.00 26,816.00 SY 21,211.00 LF SY _ 8,300.00 14,700.00 3,808.00 _ - 5 CRACK & SEAT OF PCC PAV'T 6 HMA (1M ESAL) BASE, 1/2" 7 HMA (1M ESAL) SURF, 1/2 , NO FRIG 6 �ASPH BINDER, PG 58 -28 _ 9 ,ASPH BINDER, PG 64 -22 _ ETON 10 FABRIC REINFORCEMENT _ _ _ _ _ 11 ASPHALT REMOVAL _ 12 HMA REPAIR 13 CLASS 13 EXCAVATION, UNSUITABLE - TON _ 1,750.00 1,750.00 210.00 _ -. 1 - 200_.00 100.00 - - -- - TON TON 4,213.40 408.10 _ 75.00.E 920.22 500.00 _ 5,963.40 618.10 75.00 920.22 ISY SY _ _ SY ICY _ 700.00 400.00 1,450.00 _ 300.00 1,450.00 Asphalt Sealcoat - 14 COVERAGGREGATE TON _ 15 BINDER BITUMEN _ GAL 16 ASPHALT PATCHING "COLD MIX" _ _ _ TON Wastewater Utility 17 MANHOLE ADJUSTMENT OF FIXTURE EA 18 REMOVAL OF EXISTING STRUCTURES LS 19 _ WATER MAIN ADJUSTMENT _ EA 20 SANITARY SEWER ADJUSTMENT EA _ 21 _MANHOLE, STORM SEWER, SW -401, 84 IN. EA 22 MANHOLE, STORM SEWER, SW -405 EA _ 23 INTAKE, SW- 506,MODIFIED EA 24 INTAKE, REBUILD EA _ _ 25 SEWER PIPE, 2000D STORM, 48 IN. DIA. LF PCCPaving _ 26 RMVL OF CURB &GUTTER iLF 27 REMOVAL OF PORTLAND CEMENT CONCRET SY 28 SIDEWALK, PCC, 4" _ _ _ SY 29 SIDEWALK, PCC, 6" 'SY 30 ­DETECTABLE WARNING-PANEL SF 31 CUR GUTTER, PCC, 2.0' _ LF 32 CURB GRINDING _ _ _ LF _ 33 PORTLAND CEMENT CONCRETE REPAIR SY 34 SUBBASE REPAIR, CLASS A ROAD_ST_O_ NE TON 35 GEOGRI_D STABILIZATION SY - 1,079.00 1,079.00 21,564.00_ _21,564.00 195.00 _ _ - 195.00 22.00 27.00 49.0_0_ 1.00 _ j�Tl g C-) �� y _ 1.00 1.00 _- _ - _ - 2.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 _ _ _ 1.00 6.00 45.00 _ _ 4.00 45.00 2,557.20 _ 373.40 ,_ 202.00 _ 176.90 352.00 2,331.00 120.00 2,557.20 756.20 240.30 559.70_ 1,280.00 2,331.00 J �� - 382.80 38.30 382.80 928.00 _ - 1,061.00 120.00 1,681.00 _ _ 2,942.00 2,299.00 2,246.00 _ 53.00 _ 3_,116.00 - -- 202.08 16.00 1.00 223.00 1.00 _ Traffic Control 36 PAINTED PAV'T MARK, DURABLE STA 31 (PAINTED SYMBOL +LEGEND, DURABLE EA. 38 _ - TRAFFIC CONTROL _ LS 39 iFLAGGER _ DAY _Traffic Control _ 40 MOBILIZATION _ LS Water Utility 41 I WATER VALVE ADJUSTMENT EA Traffic Control 42 TEMPORARY EROSION AND SEDIMENT CON L$ 1 169.90 16.00 0.75 32.18 - 0.25 59.00 _ 164.00 0.75 0.25 - 19.00 19.00 -- - _- 0.75 0.25 1 1.00 TOTAL BASE BID OF ITEMS $ FP -2 rvrcm yr rrcU1,'U0 ,L FY 2011 ASPHALT OVERLAY PROJECT CITY OF IOWA CITY FP -2 SCHEDULE OF PRICES EST. QUANITITY ITEM TOTAL TOTAL EXT DED Division 1 Division 2 NO. DE CRIPTION UNIT ESTIMATED UNIT PRICE AM T Iowa City Dodge Street QUANITITY Streets HMA Paving /Resurfacing '.. 1 CLEAN & PREPARATION ILE 2.15 1.17 3.32 S $ 2 HMA SURF PATCH ON 80.00 10.00 90.00 3 PAVEMENT MILLING _SY 28,416.00 21,2.11.00 49,627.00 4 'SAW CUT, FULL -DEPTH 8,300.00 - 8,300.00 5 CRACK &SEAT OF PCC Y 14,700.00 - 14,700.00 6 HMA (1M ESAL) BASE, 1/N 3,808.00 1,750.00 5,558. 7 HMA (1M ESAL) SURF, 1lON 4,213.40 1,750.00 5,9 .40 \FRN 8 ASPH BINDER, PG 58 -28 ON 408.10 210.00 18.10 9 ASPH BINDER, PG 64 -22 ON 75.00 - 75.00 10 FABRIC REINFORCEMENY 971.00 - 971.00 11 ASPHALT REMOVAL Y 50000 200.00 700.00 12 HMA REPAIR Y 300.00 100. 400.00 13 CLASS 13 EXCAVATION, 1,450.00 - 1,450.00 Asphalt Sealcoat 14 COVER AGGREGATE TON 1,07900 : 1,079.00 15 BINDER BITUMEN GAL 21,564.00 - 21,564 00 16 ASPHALT PATCHING COLD MIX TON 195 00 195,00 Wastewater Utility 17 MANHOLE ADJUSTMENT OF FIXTURE EA 00 27,00 49.00 r�> 18 REMOVAL OF EXISTING STRUCTURES LS .00 1.00 r , 19 WATER MAIN ADJUSTMENT EA 1. 0 1.00 20 SANITARY SEWER ADJUSTMENT EA 1.0 1.00 21 ,MANHOLE, STORM SEWER, SW-401,84 IN. .EA 1.00 - 1.00 22 MANHOLE, STORM SEWER, SW -405 E 1.00 - 1.00 23 INTAKE, SW -506, MODIFIED A 1.00 - 1.00 24 INTAKE, REBUILD EA 4.00 2.00 6.00 25 ,SEWER PIPE, 2000D STORM, 481N. DIA. LF 4500 - 45.00 " PCC Paving _._. 1 _.__._. 26 'RMVL OF CURB & GUTTER LF 2,557.20 - 2,557.20 _ 27 REMOVAL OF PORTLAND CEMENT NCRET SY 373.40. 382. 0 756.20 _ 28 SIDEWALK, PCC, 4" SY 202.00 38.3 240.30 29 SIDEWALK, PCC, 6" SY 176.90 382.80 559.70 30 DETECTABLE WARNING PANE SF 352.00 928.00 1,280.00 31 CURB +GUTTER, PCC, 2.0' LF 2,331.00 - 2,331.00 32 CURB GRINDING LF 120.00 - 120.00 33 PORTLAND CEMENT CO PETE REPAIR SY _ 1,881.00 1,061.00 ,942.00 34 ,SUBBASE REPAIR, CLA S A ROADSTONE _TON 2,246.00 53.00 2, 99.00 35 GEOGRID STABILIZAT ON SY 3,116.00 3,1 .00 - - Traffic Control - 36 PAINTED PAV'T M K, DURABLE 'STA _ 169.90 32.18 202. 37 PAINTED SYMB +LEGEND, DURABLE EA 16.00 - 16.00 38 _TRAFFIC CONT OL LS 0.75 0.25 1.00 39 FLAGGER DAY 164.00. 59.00 223.00 Traffic Control 40 MOBILIZA ON LS 0.75 0.25 1.00 Water Utility 41 WATER AL ADJUSTMENT EA 19.00 - I 19.00 Traffic Control _. _. 42 TEMPORARY EROSION AND SEDIMENT CONTLS 0.75. 0.25 1.00 1\ TOTAL BASE BID OF ITEMS $ 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: Contact: FP -3 r— 0 {�k Cn .r __J� fl 0 O N Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 f-I17- IiUT11 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 the FY 2011 Asphalt Resurfacing Project. for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a.contract in the form specified, and the Principal shall then furnish a bond for the Priricipal's y faithful performance of said Project, and for the payment of all persons, performing- labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness Ma day of (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "). and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated , for the FY 2011 Asphalt Resurfacing Project ( "Project "), Tare 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 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; n c._ ° = Plans; Specifications and Supplementary Conditions; a �r —p -� la- c-) Advertisement for Bids; ao Note to Bidders; g. Performance and Payment Bond; I h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; i. Contract Compliance Program (Anti - Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of g9 a., City Contractor ATTEST: Mayor ATTEST: City Clerk (Company Official) Approved By: City Attorney's Office AG -2 PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the FY 2011 Asphalt Resurfacing Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by 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 CD 2. Obtain a bid or bids for submission to Owner for completing the Project in Jrtt_i µc �cpordance with the terms and conditions of the Agreement; and upon determina- �� — Nor§4 by Owner and Surety of the lowest responsible bidder, arrange for a contract Y beb&een such bidder and Owner, and make available, as work progresses (even fs. ­� Z c thaajgh there may be a default or a succession of defaults under the Agreement or 0 subsequent contracts of completion arranged under this paragraph), sufficient h: 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 other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20_ SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness NAM DAY OF (Principal)__' =' �' 1 (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 'II tlLE'lt:. 201011AY I I AH 91 00 CITY CLBX IOWA CITY.10!IA (Go n, moll G CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 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 c, c, 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 pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et se .) 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. r_n a; U_ �p CC -2 0 0 N 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 r-� c_. P1 i 1 J cJ 2. 3. 9 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF 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. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer ". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal intq'rviews can be a major source of discrimination. (h) IMprove .hiring and selection procedures and use non - biased promotion, transfer and training fr policies- to, increase and/or improve the diversity of your workforce representation. Companies must rij'alFe sure procedures for selecting candidates for promotion, transfer and training are based- -:uton a fair assessment of an employee's ability and work record. Furthermore, all comp'anfes should post and otherwise publicize all job promotional opportunities and encourage l gda7it6d employees to bid on them. o ` N CC -4 I � � A ) / J P City of Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. I CC -5 2 -3 -1 € !.m E V1 2010 MAY I I fill T 0£, i\ SECT , CHAPTER 3 DISCRIMINATORY PRACTICES 2 -3 -1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions 2 -3-4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train - Ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2 -3.1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following:. 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job - related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 997 Iowa city CC -6 23 -1 F. 897 n � spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An 241.40;' ment between an employer, employ- ment agency, labor organization their employees, agents or menlWq� ; and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a lest for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- glous institution shall be presumed to be a bona fide occupational qualifica- tion.(Ord. 94 -3647, 11 -6 -1994) Iowa City CC-7 2 -3 -1 An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord, 95- 3697,11 -7 -1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. S. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94 -3647, 11.8 -1994) GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 0] 0 flu N GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti - Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements GF. >9 These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, 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 2001, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S -3 INSURANCE. a. 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 10\111\ IC "'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: TvDe of Coveraae Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. 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 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 Cont�aytor's insurance coverage is canceled, during the contract period or within- A%,� tears.'gfter. City's acceptance of the work, Contractor agrees to immediately notify t 1ch(y'of'such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising 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 thed , . !. �0�0 hC, rt{gctorlip hor;,,4nd shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPS )fASRT4\bNl),SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person on site while work is commencing to coordinate between personnel on site and shall be available by phone 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the [DOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following 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 SC -4 because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS, S -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. 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. SC -5 no 17 1 C.] SC -5 RESTRICTION ON NON - RESIDENT t31DDING ON NON - FEDERAL -AID PROJECTS PROJECT NAME: FY 2011 Asphalt Resurfacing Project TYPE OF WORK: Asphalt Paving DATE OF LETTING: June 30th, 2010 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: 5/10 data on cAynVEny rMasterSpecsllrontenddoc R -1 cU V1 .r o 0 N R -1 r'. q e _ �i �t u� ., ... nnq� � LUt' Iir,l I � !,, �,. nr� t � � i �` t U i f t o l �, � SECTION 01010 SUMMARY OF THE WORK PART1- GENERAL General description, not all inclusive. A. Base [aid Work: I . Hot Mix Asphalt Paving, milling, bituminous seal coat and associated work. 2. Remove and replace Portland Cement Concrete curb and gutters. 3. Remove and replace Portland Cement Concrete ADA Curb Ramps, 4. Adjust manholes. 5. Furnish and install durable pavement markings. 6. Provide traffic control during all phases of the project -n c� «i - 15- =� G N 4/09 01010 d., SECTION 01025 MEASUREMENT AND PAYMENT 2010;;6; (l �J PART I - GENERAL 1.01 SUMi11ARY A. procedures and submittal requirements for schedule of values, applications far payment, and unit prices. 1.02 STANDARD OFAIEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT., A. The Contactor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sums or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2- PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025 -1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused 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 backfil I. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces fiom 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, forming, drying, watering and compaction of fill material, and all such work as ,__may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in,tIvzE0RM OF PROPOSAL. �f rli � retractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking `— tie`kv$ei The Contractor must figure these costs into their bid prices. The City will not waive parking few fuses. Permits paid for by the Contractor will be issued only for construction vehicles, not perscmal vehicles. o N 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 constriction activity, The cost of clean up shall be incidental. 01025 -2 13. 1311) ITEM DESCRIPTIONS 1. Cleaning & Preparation of Base I 1 1, The unit price for this item (miles -full width) shall consiitutc full pajanent for all labor, material, and equipment to clean and prepare the base for the full %%idth of the pavement in accordance with IDOT Standard Specifications See T . Th� City's street sweeping crew and equipment will be available to aid the Contractoi'wi h thds 'c�j)hiooperation prior to cleaning each street, on a one -time basis only. f; '- r -.�, r,1 +c r� err icji/ 2. HMA Surface Patch The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment for the repair of an existing base dificienceis including surface sweeping and cleaning and minor partial depth 11N4A surface repair prior to placement of the asphalt base. 3. 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 are incidental to this item. 4. Saw Cut, Full -depth The unit price for this item will be paid based on linear feet. The contractor will only be paid for this item on Court Street where the cracking and seating procedure will be used. Full -depth saw cut shall be required to separate integral curb and gutter sections from existing pavement. 5. Crack +Seat of PCC Pavement Measurement shall be per square yard. Iowa D.O,T. Standard Specification 2216 shall apply except as modified by these plans. Curb and gutter sections separated from existing pavement by saw cut shall not be included for payment under this item. 6. HMA (11VI ESAL), Base W' The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment for construction of the base course. Adjusting structures in the pavement shall be incidental to these items unless specifically listed as a bid item. Tack coat and quality control management shall be incidental to these items. 7. HMA (1M ESAL), Surface 1/2", No Friction The unit price (tons) for these items shall constitute fill payment for all labor, materials, and equipment for construction of the HMA surface course. Adjusting structures in the pavement shall be incidental to these items unless specifically listed as a bid item. Tack coat and quality control management shall be incidental to these items. 8. Asphalt Binder , PG 58 -28 The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment for installation of Binder. Quality control management shall be incidental to these items. This binder shall be used for surface and base courses for all streets except Scott Boulevard, which will use PG 64 -22 for surface and PG 58 -28 for base course. 9. Asphalt Binder , PG 64 -22 'The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment for installation of Binder. Quality control management shall be incidental to these items. This item shall be used for surface course of Scott Boulevard only. 01025 -3 10. Fabric Reinforcement Measurement shall be per square yard (SY).Unit price shall be complete payment for surface preparation, plus furnishing and placing fabric reinforcement. 11. 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. 12. HMA Repair 'file unit price for this item (square yards) shall constitute full 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 1INIA Concrete to the level and thickness of the asphalt base or brick with base. Sawing asphalt and tack shall be incidental to this item. Any brick removed under item shall be delivered to City Street department stockpile for salvage or disposed of at the Engineers discretion. 13, Class 13 Excavation, Unsuitable 'file unit price for this item will be paid based on the number of cubic yards (CY) excavated for locations of subbase repair beyond removals not identified in HMA repair locations such as located on chipseal repair locations. The unit price shall be full compensation for furnishing all materials; labor and equipment necessary for excavation of unsuitable or unstable material for areas not identified or paid for with other plan items. This material includes but is not limited to removal of unsuitable soft clay, chipseal, aggregate base, boulders, or debris within unsuitable base material. Excavation shall be completed only as needed for installation of improvements, at the Engineers discretion. 14. Cover Aggregate The unit price (tons) for this item shall constitute full payment for all labor, material, and equipment for placement of the 3/8 inch cover aggregate (gradation 21) as pot- IDOT Standard Specification Section 2307. 15. Binder Bitumen The unit price for this item (gallons) shall constitute fall payment for all labor, material and equipment necessary to apply MC -3000 binder as per IDOT Standard Specification Section 2307. 16. c.Molialt Patching "Cold Mix" LAU 1'1jqUZ unit price for this item (tons) shall constitute fill] payment for all labor, material, and mil `- Iipnicnt necessary to supply, place and compact asphalt cold mix in areas marked on the f-Msting pavement surface by the Engineer. This item shall include all labor, materials and P� Lesliipment necessary for removal of all existing loose or unsuitable materials and tack coat i�tal lation N 17. Manhole Adjustment The unit price for this item (each) shall constitute full payment for all labor, material, including concrete, and equipment to adjust sanitary or storm sewer manhole to the final 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. 01025 -4 18. Removal of Existing Structure The lump sum price for this item will be paid based on the full rcmoval of the existing limestone box storm sewer to be removed and includes excavation; demolition, removal, disposal of debris and supply, placement and compa��hqq pecifie I backfill. Pipe lengths needed to be removed in conjunction with structure re1hYha shhlllble con idcrdd'incidental. 19. Water Main Adjustment � s t I i I�'. Unit price (each) includes all fittings, water main pipe, harn69se. h- e�alhigs� stainless steel tie rods w/ ss nuts, polyethylene encasement, tracer wire, thrust blocking, removal and disposal of existing water main pipe and appurtenances, excavation, dewatering, granular bedding and granular trench backfill as necessary to adjust the existing water main in conflict with the proposed storm sewer as directed by the Engineer. Measurement will be based upon the number of water train adjustments completed. 20. Sanitary Sewer Adjustment Unit price (each) includes all fittings, DIP sanitary sewer pipe, removal and disposal of existing, sanitary sewer pipe and appurtenances, excavation, dewatering, granular bedding and granular trench backfill as necessary to adjust the existing sanitary sewer in conflict with the proposed storm sewer as directed by the Engineer. Measurement will be based upon the number of sanitary sewer adjustments completed. 21 —23. Intakes /Manholes The unit prices for these items will be paid based on the number of each type of manhole or intake constructed and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of specified backfill, providing stubs for drainage tiles and the frame and casting. Construction of larger than standard intakes to fit over large storm sewers and intake throats shall be considered incidental. Stoppers for stub connections are incidental, City of Iowa City logo castings shall be used on all intakes where applicable. Location and elevations of intakes shall be verified in the field prior to construction. 24. Intake, Rebuild The unit price (each) shall be full compensation for furnishing all materials and labor to complete the work as indicated on the plans and in these specifications. Item includes sawing, removal and replacement of top section of intake, including but not limited to, throat frame and lid. 25. Construction of Storm Sewers The unit prices for these items will be paid based on the number of linear feet installed. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends. Measurement shall exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: I . Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. C. "french boxes required for safety and to minimize disturbance to features to be saved. 01025 -5 d. Exploratory digging required to determine location of existing structures or potential conflicts. C. Furnishing pipe, wyes, tees, fittings,joint materials, and appurtenances. f Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of standard backfill and granular backfill material. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. cn h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. 9 Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. —U Testing of sewers as required. �k. L _ I. Temporary support of existing utility mains and service lines. c� m . Tem fencing. Temporary P ) g. " n. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 26. Remove 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. 27. Removal of Portland Cement Concrete The unit price for this item (square yard) shall constitute fill payment for all labor, material, and equipment to saw, remove and dispose of existing PCC sidewalk, curb ramps and pavement panels as needed to match overlay into existing PCC areas. 28. Sidewalk, PCC, 41N 29. Sidewalk, PCC, 6 I The unit price for these items will be paid based on the number of square yards of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, jointing and joint sealing. Backfilling and seeding as per section 02900 and clean -up shall be considered incidental to this item. Iowa DOT Standard Road Plan MI -22 shall apply to curb ramp installation. 30. Detectable Warning Panel (Cast L•on) Detectable warning panels shall consist of ADA compliant panels. The unit price for this item will be based on the number of square feet of detectable warning panels installed. This item includes all materials, work, and equipment necessary to install detectable warning panic to ADA standards. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, or equivalent. 01025 -6 31. Curb & Gutter, PCC, 2.0' The unit In for this item (linear foot) shall constitute full paymentfor all .labor, material, and equipment to rennove and dispose of' existing curb and gutter marked; in the field and replacement kith new curb and gutter using a C -3 mix including a compacted rock subbase. The gutter section extends up to 24 inches brom the back o7f`0�t�Ie��n�nval.and. replacement beyond 24 inches from the back or curb shall be paid for as Portland cenncilt' lunciclo repair. 0 Saw cutting, backfilling, landscaping as per section 02900 and ilfbpshall be considered incidental to this item. Ul 32. Curb Grinding The unit price for this item (linear foot) shall constitute full payment for all labor, material, and equipment to complete grinding to provide approved curb drops for ADA curb ramps as marked in the field. 33. 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 RI 1 -51, which can be found in the appendix of these specifications. Temporary asphalt fillets are incidental to this item. 34. Subbase Repair, Class A Roadstone 1" The unit price for this item (TON) shall constitute fill payment for all labor, material, and equipment to install and compact stabilizing Class A Roadstone, I" Nominal size at locations that require additional base stabilization as indicated by Engineer. Item quantity may vary according to conditions encountered. 35. Geogrid Stabilization The unit price for this item (SY) shall constitute full payment for all labor, material, and equipment required to install geogrid stabilization at locations as indicated by Engineer. Item quantity may vary according to conditions encountered. Geogrid Stabilization shall be Tensar T iaxial Grid TX160 or equivelant. 36. Painters Pavement Markings, Durable The unit prices for these items will be paid based on the number of stations installed based on a 4 -inch width placed. The payment shall be full compensation for surface preparation, application of durable markings and beads, and fior furnishing all materials, equipment, and labor. Durable pavement markings shall be in accordance to the Iowa D.O.T. Materials IM 483.04 and Standard Specifications 2527. 37. Painted Symbol & Legend, Durable The unit prices for these items will be paid based on the number of pavement symbols placed with durable paint. Payment for this item shall be full compensation for surface preparation, application of durable marking material and beads, and for furnishing all materials, equipment, and labor. Durable pavement markings shall be in accordance to the lows D.O.T. Materials IM 483.04 and Standard Specifications 2527. 38. Traffic Control The lump sum price for this item shall constitute fall payment for all labor, material, and equipment to install, maintain, and remove all traffic control devices for all divisions of this contract. Item shall include detour and closure for Jefferson Street as indicated in plans and (2) closures and detours for Taft Avenue. 01025 -7 39. Flaggers 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 day, 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. 40. Mobilization The lump sum price for this item includes all costs associated with mobilizing to and fiom the sites, lodging expenses, temporary restrooms, permits and all other overhead expenses. This item includes all efforts necessary for multiple mobilizations to complete the project. 41. Water Valve Adjustment The unit price for this item (each) shall constitute full payment for all labor, material, including and equipment to adjust the water valve to the final surface elevation. New valve adjustment rings will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer. 42. Temporary Erosion and Sediment Control The unit price shall be fill compensation for finishing all materials, labor, and equipment necessary to maintain erosion control during construction. Bid item includes maintenance of site erosion according to guidelines provided with the Storm Water Pollution Prevention Plan included with project plans. Payment for this item will be made at 50% and 100% of substantial completion. In addition to the SWI'PP provided with the project documents, Contractor shall also reference the `Iowa Construction Site Control Manual" for guidelines and procedures in reducing silt erosion from work locations. 01025 -8 (I C N 01025 -8 U -UUH OIO_i dn: 01025 -9 IU�t �i it �I ILIU }1!i� 20101iJ`3II IOWA CIIY,1O'::' SECTION 01310 PART 1- GENERAL 1.01 SUMMARY: ��^^�ul ( e IUpi,�' CI i Y, ii A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 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. PART2- PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre - Construction meeting will be held prior to beginning work. 01310 -1 3.02 PROGRESS OF WORK: A. Calendar Days for Completion Date and Final Payment t. Work will be completed and ready for final payment within 71 calendar days, in accordance with the General Conditions. 2. Calendar Day Count shall start on July 19th, 2010 and continue thru the completion of all work for the project on October 8, 2010. B. Important Project Restriction Date and Milestone Date - Jefferson Street and Dodge Street Milestone 1: Work on Jefferson Street and Dodge Street shall be completed on or before August 13, 2010 to reduce the impact on traffic. Jefferson Street shall be open to normal traffic on August 14, 2010. C. Liquidated Damages 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not C� completed within the times specified in paragraph 3.02A and 3.02B above, plus any extensions thereof allowed in accordance with the General U.° + i Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof. Owner and Contractor agree that as U Uci liquidated damages for delay (but not as penalty), Contractor shall pay Owner $800 for each day that expires after the time specified in paragraph 3.02A and 3.02B until the Work is complete and ready for final payment. 2. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. D. 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. E. 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. F. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub - phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. G. Restoration activities such as pavement replacement will follow closely behind the 01310 -2 work even if multiple mobilizations are necessary. H. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. I. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub - drainage, ballast, sub - ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: 11/00 A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 01310 -3 N 4 `1 y c.? 2010 Fl, °,l' I I I:hl 0 CITY IOVIA CITY, SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION�I�� IS<<: 09 PART I - GENERAL CI ! 1 CLt:i;;; 10V A 0i f 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. MOT Standard Specifications. B. U.S. Department of Transportation Federal Ilighway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2003 Edition, or current edition. 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. PART 2- PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.- A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3- EXECUTION 3.01 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 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINT FRANCE OF FACILMES. A. The Contractor shall monitor the condition of traffic control and construction facilities at all tines, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 Auc4kngmme ,pe -i 0 1570,6c 01570-2 l_) t C— � _ C C� N 01570-2 SECTION 02050 Y: DEMOLITIONS, REMOVALS AND ABANPiONMEI�I 3 PART1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitap, sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFEREA'CES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and focal ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting fi,om work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 240 L Removal of Existing Structures. 02050 -1 Division 25. Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions fiom the Engineer. Generally, the respective utility owners shall _ r be responsible to perform relocation work for their facilities. The Contractor shall Q 1 cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. -R. ate Protection Measures Refer to Traffic Control Sheets for details. N 2. Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non - working and non- active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050 -2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maxinuun extent possible. D. Disposals 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 cun'ent tipping fee all the landfill. 3.04 DEMOLITION AND REMOVALS: 1 1 /00 A. Pavement and Sidewalk Removals Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawculs shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below Paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrinkflowable 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. 02050 -3 C, r: y> o 2010 HA 'I I I [A �; U CITYGL�: ? IOWA CITY. IC; SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART1- GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and, topsoil, strip, salvage and spread. -- c� _ 1.02 REFERENCES: A. IDOT Standard Specifications. ;� P 1.03 QUALITYASSURAA'CE: o J c, A. Whenever a percentage of compaction is indicated or specified, use percent of tiraximum density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Str'uctuTs. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220 -1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEN'ATERING: A. provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or chained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, orjusl below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. _ 2. 'l Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat ui"- or shaped bottom, true to grade, so that pipe will have a uniform and continuous —ice bearing. Support on firm and undisturbed material between joints, except for [V k limited areas where use of pipe slings have disturbed bottom. cJ e_ C) Protection I. Barricade and fence open excavations or depressions resulting from work during non - working horns and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation I foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220 -2 Place fill material to final grade or to a minimum height of G feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Struchues Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. 'fhe Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavyutlon. 2. Soil disposal and remediation method shall be an option outlir ;@" jug the IDOf Construction Manual Section 10.22, and approved by the Iowa DN9 niid City.' l he Contractor is not to proceed with soil removal and remediation,nleasurO-s; until, instructed by the Engineer. 1 3. Disposal site to be provided by the Contractor and approved by lho,Engineer and Iowa DNR. -- 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots I" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and /or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks of rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220 -3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. S. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered, The Contractor shall notity the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and :approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services I. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. r7 2. In any excavation where existing lead or galvanized iron water services are in the -� excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe fi'om the R water main to the curb box. The Contractor will be paid per the applicable bid - ?-U item. If there is no bid item, the unit price for the replacement of the water service °<t shall be negotiated prior to commencement of the work. c� p N _ 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCKCXCAVATCON: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220 -4 3.06 BACICEILLING., A. General 2�t7rf�Y I r • n. I Do not place fiozen materials in backfill or place bacI kfilP'r'ipon frdzen material. Remove previously frozen material or treat ag :�¢'(Jfipetdrbgfpre new backfill is IV �,1R i Placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The lop 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crashed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 share&engmCCe specs -ii,02220. doc 02220 -5 10i0i1nY I I G,i; CITY CI_ Fii ;; 10L' A CI'i l; I SECTION 02270 i SLOPE PROTECTION AND EROSION C>rONT904 I 0 ��I T 'r C� PART 1 - GENERAL 1.01 SUJIMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Ilighway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITYASSUR21NCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and Nvith the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270 -1 PART 3- EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete R Stone Revetment. and the following MOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Pence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of svales immediately following seeding. 3.03 GEOTEXT7LE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. 'file geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manulactmer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U ", "L ", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. "file upstream or up- slope line will be inserted through both layers along a line through approximately U _ the midpoint of the overlap. At horizontal laps and across slope laps, securing pins ut° will be inserted through the bottom layer only. Securing pins will be placed along t —� a line approximately 2 inches in from the edge of the placed geotextile at intervals v not to exceed 12 feet unless otherwise specified Additional pins will be installed 0 N 02270 -2 as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backlill around the damaged or displaced area will be removed and restored to the original approve(] condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile Geotextile panelsjoined by overlap will have the patch extend a minimum of 2 feet fi"om the edge of any damaged area. 4. the geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11/00 shared t g infer spe.n -IT 02270 doc 02270 -3 r� 0 e� FILLF : 20101�;iY I I nii �: ► I) CITY Cl.,_;,;; SECTION 02510 .1 1, HOT MIX ASPHALT PAVING, BITUMINOUNISEATIC194T AND MILLING. ro4' /A erri, PARTI- GENERAL 1.01 SUitIMARY, 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. 1.02 REFERENCES: A. IDOT Standard Specifications, B. IDOT Supplement Specification 01014. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained anti 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: As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 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. 02510 -I PART 3 - EXECUTION 3.01 TECHNIQUE'S: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 2 L Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF IVORK: 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 OVERLAYED: A. Division I - Iowa City Streets - Asphalt Overlay NAME Section 2203. Hot Mix Asphalt Bases. Dubuque Street to Dodge Street Section 2212. Base Repair. Muscatine Ave + Evans Street Section 2213. Base Widening. Court Street to Muscatine Avenue Scott Boulevard Rochester Avenue to Court Street Dodge Street Division 23. Surface Courses. f -" SS -01014 Hot Mix Asphalt Mixtures. L Section 2307. Bituminous Seal Coat. _y _;- Section 2316. Pavement Smoothness .�. — ti E5 Division 25, Miscellaneous Construction Section 2529, Full Depth Finish Patches. N Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF IVORK: 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 OVERLAYED: A. Division I - Iowa City Streets - Asphalt Overlay NAME LIMITS Jefferson Street Dubuque Street to Dodge Street Burlington Street Summit Street to Muscatine Avenue Muscatine Ave + Evans Street Jefferson Street to Court Street 7th Avenue Court Street to Muscatine Avenue Scott Boulevard Rochester Avenue to Court Street Dodge Street Governor Street to Burlington Street City Park Parking Lot at Lift Station Park Trails Riverside Drive 1200' North of McCollister Blvd. intersection Airport Parking and Loop Drive 02510 -2 ?ulOt;t;'r I I All 3.05 PA IlEIYIENT MILLING (� ('cav CS IG4`,'A Y: i A. All existing asphalt pavement shall be milled to the elevation oftheo'i-lginal 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 on Hebl 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 S feet. Tbis 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 A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 1. A' /z -inch mix shall be used on all sheets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. 'File 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 over the casting will be removed 02510-3 and the casting will be adjusted to '' /a' below the final finished grade. 'file 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 fi'om the Contractor's final payment. Adjustment to 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 bones. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 64 -28 on the surface course of Scott Boulevard. K Asphalt binder shall be PG 58 -22 on all streets and divisions of this project. 3.10 EXISTING STREETSURFACES 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. 3.11 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. Nlultiple lifts tnay be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered -� t6140 Iowa City Street Department located at 3800 Napoleon Lane. 3: i2 LCOTA �iy S PHA L T P L A CE A f E N T o A� Lifts Division I -A 1' /z" depth intermediate course followed by a 1' /" depth surface course. 2. Division 2 — Base course depth varies between 2 "- 3" followed by a varying surface course of 2 "- Y% 3. Division 4 — In the widening areas, a 3" and 2" depth base course followed by a 2" depth surface course. B. Compaction Class 1 B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUSSEAL COATAND 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 material shall be MC -3000. Primer shall be MC -70. 025 1 0 -4 26101 „rrii 334 STREETS TO BE SEAL COATED; ci i Division 3 - Iowa City Streets —Chip Seal C� 3.15 PAVEMENT 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 02510 -5 Width Length Area NAME DESCRIPTION (ft) (ft) (s p) South \VWTP Entrance Rd Patch areas with cold mix and single chip seal. 22 3,960 9,680 Patch areas with cold mix and single chip seal. 22 2,450 6,000 Napoleon St. Sycamore Street East/West (Sycamore South to Sand Road) Patch areas with cold mix and single chip seal. 24 5,600 14,935 Slothower Road Landfill (Hebl Ave I Interior Patch areas with cold mix and single chip seal. 12 4,200 5,600 Pads) Hebl Ave. (Landfill Entrance.) Patch areas with cold mix and single chips 1. 25 2635 7319 Taft Avenue (Lower West Branch to Court) Patch areas with cold mix and single chip seal. 22 6,300 15,400 Maier Avenue (Rohret to City Limits) Patch areas with cold mix and single chip seal. 22 420 1,027 Riverside Drive (1,200' South of McCollister) Patch areas with cold mix and single chip seal. 24 1,270 3,387 3.15 PAVEMENT 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 02510 -5 2010 MW" I ► r,i► ; 10 1MNA SECTION 02520 i I. PORTLAND CEMENT CONCRETE CI � Y CI.Ir -i1j� PARTI - 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. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. I 3. Slump. I 4. Density Tests of Base and Subgrade. PART2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 On 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 21 1 I. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212, Base Repair. Section 2213, Base Widening. A. Curing Compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS., A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520 -2 Division 23. Surface Cowles. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. s -� Section 2316. Pavement Smoothness. Division 25. Miscellaneous COaStrilcti011. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. f Section 2517. Concrete Meader Slab. -'- v Section 2529. Frill Depth Finish Patches. ° Section 2530. Partial Depth Finish Patches. t-j N 3.02 CURING AND PROTECTION OF PAVEMENT. A. Curing Compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS., A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520 -2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessaiy to maintain the temperature of the concrete as it is placed below 90° F. _3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. Q. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 shared zngiiieedspecs- ii�02520 d.c 02520 -3 r -? c-a v �C7 _ 3 U 2010iin'( I I Li 110 Cil `{ 10 WA U l'i Y. I GV".". SECTION 02900 LANDSCAPING PART 1- GENERAL 1.01 SUMMARY.- C11'Y CLi: R I'k 10VVA CI7Y, IOi�d,� 10 A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and /or the City Forester with the following requirements: I. 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 thejudgment 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 tree 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 binning 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 weatherconditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 111ml l PART2- PRODUCTS 2.01 TREF.SANDSHRUBS: A. "frees and shrubs shall be vigorous, healthy, well- formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: Free of branches to a point at 50 % of their height. u 2. Contain a minimum of six (6) well placed branches, not including the leader. Trees shall be measured when branches are in their normal position. Caliper measurement A'bai l be taken at a point on the trunk six inches (6 ") above ground. vf- `' E:— :'Ti',ees which have no leader or have a damaged or crooked leader, or multiple leaders, C jigvss specified, will be rejected. c. Trees shall be freshly dug. CD 2.02 SEED: <V 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. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900 -2 2.04 LIMEANDFERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total caihobRiek. B. Fertilizer shall contain the following percentages by weight or 1py F t igyer: Nitrogen* - 15% Phosphorus - 15% PGituslj jM0 /L i i t *At least 50 percent of nitrogen derived fi-om nahual organic sources of ureaform. PART 3- EXECUTION 3.01 PLANTING TREES AND SHR UBS: A. Planting Season and Completion Date: Trees: Spring— March 30 through May 15 Fall —Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a mininwm of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one -third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900 -3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch Which has been approved by the City Forester. 3.02 PLANTING SOIL AU TURF: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, fi-iable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LLUE AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: I. Remove weeds or replace loans and reestablish finish grades if anv delays in seeding lawn areas allow weeds to grow on surfitce or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2.= ; SOw seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one -half of seed in one direction, and other one -half at right angles to original t, 1 (_i,- direction. .. 1,3 -• Rake seed lightly into loam to depth of not more than '/4 -inch and compact by t — r—) means of an acceptable lawn roller weighing 100 to 150 potmds per linear foot of Pw width. 4— Hydro - seeding may be used upon approval of the Engineer. D. Water lawn area adequately at lime of solving and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April I to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. 1 . All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately I''/ 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 Budching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900 -4 C. Apply fertilizer at a rate of 450 pound per acre. D. Remove Nveeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. E. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. If, 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. Apply additional care as necessary to ensure a hearty stand of grass at the end of the oue- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2% inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. r• � 11/00 z n 1 Y�7 sharsdengineer �pecs i02900 doc a' _ Y' 02900 -5 C IT `f ! h.G IGti'M C 11 Y, tUt,A APPENDIX • IDOT SS -01014 Hot Mix Asphalt • IDOT Standard Road Plan PV -1 • IDOT Standard Road Plan PV -2 • IDOT Standard Road Plan RR -3 • IDO "I' Standard Road Plan RR -4 • IDOT Standard Road Plan RR -10 • IDOT Standard Road Plan TC -213 • IDOT Standard Road Plan TC -214 • IDOT Standard Road Plan TC -251 • IDOT Standard Road Plan TC -252 • IDOT Standard Road Plan TC -418 • IDO'I' Standard Road Plan TC -419 • ADA Pedestrain Curb Ramp Compliance (Design Manual I 1 A -3) • IDOT Standard Road Plan MI -220 • � 41 ZT_a� ... 1816 SS- 0101=4 HOT NIIX ASPHALT (GYRATORY NIIX DESIGN FOR LOCAL SYSTFM4 ) Page I of 20 SS -01014 (Replaces SS- 01002) x`8'1 Iowa Department of Transportation Ap'a Y. SUPPLEMENTAL SPECIFICATIONS , FOR HOT MIX ASPHALT FB , (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) L Effective Date April 30, 2002 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. Quality Management - Asphalt (QM -A) shall apply to contracts with HMA quantities of 5000 tons (5000 Mg) or greater. The Contractor shall meet the requirements of Section 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 quality 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" 11nn-1/wA nv irnvmint unv /o1 l /a1-rl1iN;Vgi0rt 7(1(15 /,CR /rnntenf /,niS- 01014 -11I111 .5/5/2010 SS -01014 HOT MIX ASP HAI:I` (GYRATORY N,IIX DESIGN FOR LOC'AI. SYSTFNIS) Pagc 2 of 20 "ESAL level and mix size" was "mix type and class' E °f�4m.i 01014.02 MATERIALS AND EQUIPMENT. Materials used in these mixtures shall meet the following requirements: A. Asphalt Binder. 1014 I�+ , The Performance Graded asphalt binder, PG XX -XX, will be specif ed i� tld Cpjitrac( 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 Appendix A, shall be used unless specified in the plans. Virgin mineral aggregate shall meet the following requirements: VIRGIN MINERAL AGGREGATES Mixture Aggregate Type Aggregate Requirement Base B Section 4126M Intermediate and Surface B Section 4126 Intermediate and Surface A Section 4127 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. Aggregate Gradation Control Points Mix size - Control Points % assin 1 inch 1 3/4 inch 1/2 inch 318 inch (25 mm) (19 mm) (12.5 mm (9.5 mm) Sieve size J min Imax Fmin. max. min. max. 11 min. 11 max. 1 1/2 in (37.5 100 ❑ ❑ ❑ ❑ ❑ ❑❑ 1 inch (25 mm) 90 100 I 100 F -1 3/4 inch (19 mm IF -9o][1 -o0 100 ❑❑❑ 112 inch (12.5 mm ❑ ❑❑ 90 90 100 100 ❑ 3/8 inch (9.5 mm ) ❑ ❑ ❑ ❑❑ 90 90 10 0 Na 4 (4.75 mm)E:1= = =F] == 90 1— ___________ _____ I _. _ -- _, ...i ,_.. _i_:. _.- .,.,.. "Ingot I ...... __. ion n1IN, I i_..__ cicnnrn SS -01014 HOT MIX ASPHALT (GYRATORY MIX DI {SI(iN FOR LOCAL SYS "fENIS) Page 3 of20 Ko . 812 36 mm)I 10 45 23 49 28 58 32 67 No. 200 (75 unif 1 7 2 IF8 22 10 2� 10 Consensus Properties Desi n Minimum Fine a r Sand Flat & ( ESAgs) Layer Percent Angularity Equivalent Elongated millions Crushed <0.1 all (1) 0 40 surface � intermediate 1 O 40 base surface 40 intermediate (1) 40 40 10 base (1) - The Gontfaeting Atithofity will speeifV the target value, The minimum percent crushed shown in Materials I.M. 510 Appendix 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 the 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 documents will indicate quantity of RAP expected to be available. The Contractor is responsible for salvaging this material unless otherwise specified in the contract documents. The RAP not used shall be incorporated into other parts of the project or placed in active stockpiles as directed in the contract documents. The Contracting Authority will test samples of this material. For mix design purposes, the amount of asphalt binder in the RAP will be based on extraction tests. The Contractor shall designate the exact proportions of RAP material in the hot mix within the allowable range. -When the work is completed, the Contractor shall return unused material to the stockpile or other u designated location, rebuild the stockpile, and restore the area, in accordance with Article 1104.08 (' of the;5_fonclard Specifications. i Test <infMflation, if known, will be included in the contract documents. . ce, 2. Ce tified RAP. The 17AFJnust be from a known source and of the proper quality for the intended use, with no rateriar`added from other sources during the time in stockpile. The Contractor 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. 1"t ...... /•.u- ��6ivFC /r) "t 7(1115 /CC /onnft'nt /CC- (11(114111111 5/5/7010 SS -01014 1 [OT NIIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL. SYSTE \ /IS) Page 4 of-20 b. Unclassified RAP shall not be used in intermediate or base mixtures containing designated or certified RAP. c. The Engineer must inspect the unclassified RAP stockpile visually f,pQr uniformity. Unclassified RAP stockpiles containing concrete chunks, grass, dirt, bblylpn etal, coal tar, or Other foreign or environmentally restricted materials shall not be used, unlessra p4oved byy the Engineer. If foreign material is discovered in any unclassified stockpile the Engi6c6r hia$ It stop the continued use of the pile. t d. Representative samples will be taken by the Engineer. These samples are to be'teYi�'djior gradation 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 evaluation 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. BASIC ASPHALT BINDER CONTENT ( %) Mixture Size Aggregate 1 inch 3/4 inch 112 inch 318 inch) Type (25 mm) (19 mm) (12.5 mm) (9.5 mm Intermediate and Surface F4 .75 IF5 .50 6.00 6.00 Intermediate and Surface �� 5.25 5.75 6.00 6.25 Base © 5 25--IF600 I 6.00 6:25 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. hlfn. /hvww inwvint 101411) tin 5 /5!J010 COMPACTION REQUIRED DENSITY DESIGN LEVELS ( % of Gmm) FILM ESALs (million) LAYER Nini Ndes Nmax Nini Ndes (target) Nmax (max) [air voids) (max) VFAItI THICK (pm) LFB <o 1-1 M7 68 104 92.5 97.0 [3.0) ][68.5]F75 85 8 -13 0.6 -1.4 F01 .3 [InternrifecliaJe Sacn n68 [10 4 92.0 [96.5 [3.5] 98.0 70 -gp [8-13] [06 -1.4 hlfn. /hvww inwvint 101411) tin 5 /5!J010 SS -01014 HOT NII\ ASPI[ALT (GYR,�VFORY MI\ DGSIGN FOR LOCAL SYSTEN,IS) Pagc 5 of20 (1) VFA is recommended criteria, but no required for mix design approval.. I Base UJ _JU 92.0 97.0 [3.0] L98.5 75 -85 "J (25 mm) fulinimum VMA ( ° /a) 15.0 Surface 13.0 12.0 96.0 [4.0) 65 -78 0.3 -1.0 Intermediate N1716HIU99 96 4 03 98.0 6ye-8B 70 -80 8 -15 0.6 -1.4 Base 07 68 104 92.0 96.5 [3.Sj (1) VFA is recommended criteria, but no required for mix design approval.. 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 LIMA 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 play be SS -1, SS -1 H, CSS -1, or CSS -1 H. 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. -Z Hydrated Lime. -- . TTydrittedlime shall meet the requirements of AASHTO M 17, except that the gradation shall be F _deter• -66'd in accordance with AASHTO T 11. Section 4193 of the Standard Specifications shall Tot a�iy; Hydrated lime will not be considered part of the aggregate when determining the JMF `end the-fitler /bitumen ratio. 1v 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 LIMA 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 LIMA mixture as specified. Equipment shall meet requirements of Section 2001 of the Standard Specifications with the following Ming %www inwold"I an% /rrl /nrrhiv,,0CVt 014 htm VV?010 3/8 inch 1/2 inch 3/4 inch 1 inch Max Size (9.5 mm) (12.5 mm) (19 mm) (25 mm) fulinimum VMA ( ° /a) 15.0 14.0 13.0 12.0 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 LIMA 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 play be SS -1, SS -1 H, CSS -1, or CSS -1 H. 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. -Z Hydrated Lime. -- . TTydrittedlime shall meet the requirements of AASHTO M 17, except that the gradation shall be F _deter• -66'd in accordance with AASHTO T 11. Section 4193 of the Standard Specifications shall Tot a�iy; Hydrated lime will not be considered part of the aggregate when determining the JMF `end the-fitler /bitumen ratio. 1v 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 LIMA 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 LIMA mixture as specified. Equipment shall meet requirements of Section 2001 of the Standard Specifications with the following Ming %www inwold"I an% /rrl /nrrhiv,,0CVt 014 htm VV?010 SS -01014 HOT vtt\ ASPHALT (G)'RAl'OR)1 NII\ DESIGN FOR LOCAL SYSTEv[S) Page G ot'20 modifications: F, rw 1. Plant Calibration. When the plant is completely assembled and before any mixture is pro rd, each aggregate feed shall be calibrated throughout an operating range wide enough to covet 'propq'rtlon of that r. material required in the JMF. z; For continuous and drum mixing plants, the asphalt binder metering pump :Iall�be1 calibrated at the operating temperature and with the outlet under pressure equal to that occurring in norhiaL. operations. Each plant scale and metering syslern shall be calibrated before work on a contract begins. The Engineer may waive calibration of permanent plant scales 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 B, G or F 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 B or F of the Standard Specifications, shall be used. 4. Scales. Article 2001.07, B, 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 I,n „-u .... ..... i ........ l..r "hivoQ1 "t 1014 hhn 5/5/2010 SS -01014 f10T N4lR ASPHALT (GYRATORY N41\ DFSIGN FOR LOCAL SYSTLNIS) Pagc 7 of 20 moisture. They shall not be applied when the temperature on the surface being covered is less than 25T ( -4 °C). 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 LlI . The tack coat emulsion may be diluted with water to improve application. A light applipation:oCsand cover may also be required, but this is anticipated only for excessive application rates, break owns, 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 vehiLigs shall be a controlling factor. Tack coat shall be adequately cured prior to placement of the HIM.,-Tack coat applications shall be limited in length, to minimize inconvenience to the public. THeyGSAaltbe kept within the hot mixture placing work area that is controlled by flaggers at each end, ant -3hall be planned so that they will be covered with hot mixture when the work area is `ripened 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 L /1112). 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 50'F (10° 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 L /m2) and at a temperature between 295 °F and 315 °F (145 °C to 160 °C). 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 coal 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. Fabric that is damaged or soiled prior to HMA overlay shall be repaired at no additional cost to the Contracting Authority, when directed by the Engineer. Sanding, at no additional cost to the Contracting Authority, may also be required by the Engineer during this period. B. Handling, Production, and Delivery 1. Hot Mix Asphalt Plant Operation. The plant operation shall comply with the following requirements: t. a,...;r .........:...-- 1 ... ...... hhn 1 O SS -01 UI 1 I IOT \ -tIX ASPI IALT (GYKA "CORY NHX DESIGN FOR LOCAL SYSTFNIS) Page S of20 a. Handling Mineral Aggregate and RAP. r -„ The various aggregate products used shall be kept sepfirLte, hd- a�dequate provisions shall be made to prevent intermingling. Stockpiling and proceSmq' liall be handled in a manner that will ensure uniform incorporation of the aggegate into the mix. The various aggregate products used shall bdaljSdypgr te, .ntd adequate provisions shall be made to prevent intermingling. Stockpiling and proces�sin' 5haIf bikliandled in a manner that will ensure uniform incorporation of the aggreW tgy F 1 1.th1_!�itii ir . The various aggregates shall be separately fed by feeders fd elevator in their proper proportions and at a rate to permit correct and uniform temperature control of heating and drying operations. b. Handling Asphalt Binder. The asphalt binder shall be brought to a temperature of 260 °F to 330 °F (125 °C to 165 °C) 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 260 °F to 330 °F (125 °C to 165 °C) 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 The lime must be accurately proportioned by a method acceptable to the Engineer. 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 aggregate (virgin and RAP). The hydrated lime shall be added to a drum mixer by one of the following methods: 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 angering. 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 following methods: a) Placed on the recycle belt which leads directly into the weigh hopper. b) Added directly into the pugmill. 11 - .........:...__- 1— ._._..i --- I i__.. J. . gnnt,OC In 111', t,. ... C 111110 SS -01014 HOT \4I\ ASPHALT (GYRATORY \41l DESIGN FOR LOCAL SYSTEMS) Page 9 of 20 c) Added directly into the hot aggregate elevator into the hot aggregate stream. In any case, the time must be introduced prior to the start of the dry mix cycle. When any of the above methods for a batch plant is used, the hydrated lime will be considered part of the JMF. d. Production of Hot Mix Asphalt Mixture. 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 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 u_:*@lin the first 30% of the length of the mixer box In drum mixing plants, the asphalt binder >_@ all be sprayed evenly into the aggregate by a positive pressure spray. Coating aids may p� -.be added, subject to approval of the Engineer. 4� Z,, fi1ie 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 (1 VC). 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 6�t,. /......... ...... /a rrh n:rc!rlrt �Il(151CCMnntrnt /C'C -(11 (ltd hhn S/50010 SS -01014 110T1\4 I X ASPHALT (GYRATORY MlX DESIGN FOR LOCAL SYSTE... Page 10 o Q 0 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. HNIA mixtures shall not be placed after November 15, except with approval of the Engineer. ALL BASE AND INTERMEDIATE COURSE LIFTS OF HMA MIXTURES Nominal Thickness Road Surface Inches (mm) °F ( °C) o 1 1/2 (40) 40 (4) o �•� 2-3(60-80) 35 (2) Over 3 (80) 25(-4) ALL SURFACE COURSE LIFTS OF HMA i / "" ? =' vA Nominal Thickness Road Surface Inches (mm) °F ( °C) •_ 1 (30) 50 (10) r 1 1/2(40) 45 (7) 2 (50) and greater 40 (4) When 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 Stich 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 riot 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 frill width before succeeding layers are placed. At the close of each working clay, 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 clumped 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. 1_. �... iI ...... ...: ........ 1 "t-- i ... 1,...- ,.I.;,— Irl..f nnn�!Q Qi,.,.,rtc.,. +iQC _ rt 10 1A hnn C /S IN) Ir1 SS -01014 HOT IA1IX ASPHAL-I (GYRATORY NIIX DESIGN FOR LOCAL SYSTE... Page I I of20 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 riot specified. For Class I compaction, the roadway density (percent of laboratory density) will be based on the density obtained from the Quality Control Program for that day's mixture. 1. Class I Compaction. a. Class IA Compaction. Compaction shall be a minimum of 90% of laboratory density. The average air void level of the roadway density specimens shall not exceed 8.0 %. b. Class IB Compaction.Class IB compaction shall be used when Class IA compaction is not specified. Compaction shall be to a minimum of 95% of laboratory density. The average air void level of the roadway density specimens shall not exceed 8.0 %. c. Class IC 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 IB are not specified. Compaction shall be a minimum of 94% of laboratory density. The average air void level of the roadway density specimens shall riot 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 IB compaction prior to the start of surface course placement, the Contractor shall construct atest 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 1 112 inches (40 nun) 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 tri shall be applied to each mixture which has a Ian quantity of at least 1500 tons 1500 �-; c`� P PP P q Y c - tvIg). N 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. Al 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 (0.I.) density fornuda 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 roll. 1, t.-- I4 ........ ;- ,,,..,I"r,..... /0. -1 /.,,,.6:..,.,.! /1,.f 10o,;' @Q'.•,n.t „nh:Ce -n 101-1 1, t... SIS'2(11() SS-01014110'F N,lIX ASPHALT (GYRA'FORY NI IX DESIGN FOR LOCAL SYSTE... Page 12 of 20 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 track. When reversing direction, the initial roller shall stop at an angle with the longitudinal direction. Following the initial rolling, the layer shall be given an intermediate rolling with a pneumatic tired roller, and before the temperature falls below 225 °F (110 °C). The intermediate roller shall cover the entire area not less than six times. A finish, steel tired roller shall be used to smooth out all marks and roughness in the surface. N O Mechanical tampers shall be used for areas inaccessible to the rollers. �n 3. Joints. Longitudinal joints for courses on resurfacing projects shall be constructed directly_)56ve the i longitudinal joint in the existing pavement. The offset distance between longitudinal joints in 'r succeeding courses of full depth HMA paving shall be not more than 3 inches (75 min): 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 join( &losure and full compression of the mixture with a smooth surface and joint after compaction. At trapsverse 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 maxinuim 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 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 I,II— /I .... ..... ; -,,.,, I,,1 .,r ,1m41- »v.1, ;1 — /",If Inny cc I.", � ...... 1 /QQ 0 InI n I,fn etc /7nin SS -01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page I i of20 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 Speoificatior� ?Patches shall be of sufficient size to accommodate the structure being adjusted. Votches shall be square in shape and oriented diagonally to the direction of traffic flow. Elevation of the adjusted fixture and patch shall not be higher than or more than 114 irich (0 mm) below that of i O'Ilia sUrro ](4y 'g pavement surface. rj +\ � 4. Fillets for Intersecting Roads and Driveways. When fillets are designated in the contract documents for driveways to homesteads and commercial establishments and at intersecting roads, the surface adjacent to the pavement being surfaced shall be shaped, cleaned of loose material, and tack coated. On this coated surface, the hot mixture shall be placed and compacted in layers equal to the adjacent layer and extended from the edge of 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 (24 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 02 %, 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. 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 sublets, the first sublet of r.,,._. u......... :........L., /,...16,...,1, irr,., �(IW; /C C,...... I- I rC C 0 1 M 4 t. n,, flV)nI rl SS- 01014 HOT iA4IX ASPHALT (GYRATORY NMIX DESIGN FOR LOCAL SYSTF.... Page 14 of 20 each day shall be the first 500 tons (500 Mg) produced. The remaining anticipated quantity for the day shall be divided into three SUbletS of equal size. When the anticipated quantity for the day is less than 2000 tons (20 Ole the first dally sublet shall be the first 500 tons (500 Mg) produced. Additional daily sublots of 705i1'fbN4 �7�0/ Mg) each will be established for mix production exceeding the first 500 tons (500 Mg). n, The maximum number of samples required for a day's production wilt /ttoLxe �d o4r,.;1 Samples shall not betaken from the first 100 tons (100 Mg) of mix produced each day or the first 100 tons (100 Nlg) 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 -07 and the results averaged to determine sample results. b) Density shall be determined for each specimen in accordance with Materials I.M. 321. c) The Contractor's field quality control laboratory compaction shall be used for field density control. The laboratory density for field control will be the bulk specific gravity of compacted mixture (G,,,n) at Ndesign Bulk specific gravity at Ndesi9n will be determined by compacting specimens to Nmax and back calculating the bulk specific gravity at Ndesign d) 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 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 Ndesi9n 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. Production Tolerances Measured Characteristic Target value ISpecification Tolerance Cold feed gradation No. 4 (4.75 mm) and largerIl by JMF ± 7.0 Cold feed gradation No. 8 (2.36 mm) 1± 5.0 Cold feed gradation No. 30 (600 pn F by JMF]± 4.0 Cold feed gradation No. 200 (75 pm) by JMF + 2.0( 0 Daily asphalt binder content IL by ME ± 073 Field laboratory air voids 2l _0 5 / +1 0 (3) I IVNIA (4r) - by JMF ± 1.0 ON , -{ s.. n. I I......... n.. -A ,.- ..1....I lo.- ..l......... n.N lhf)C�Cc L.x!......... icc nrn,n r,1.,. vcnnrn SS- 01014 HOT MIX ASPHALT (GYRATORY iMIX DESIGN FOR LOCAL Sl'STP.... Pa -c 15 of)0 l'l- The filler /binder ratio of the plant produced mixture will be maintained between 0.6 and 1A. i �1- As specified for the level of HNIA mixture. P- Based on the moving average of four test values t4l- Restricted to an asphalt film thickness as specified for the level of HMA mixture design. (5)- Based on the daily lot average 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 individual 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: C' J - Laboratory density (each point being an average of two specimens). e Laboratory air voids (plotted to nearest 0.1 %) R �9 Asphalt binder content (plotted to nearest 0.1 %) - _ E3P-#d feed gradation (No. 4, No. 8, No. 30, and No. 200 (4.75 min, 2.36 mm, 600 pm, 75 pm 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 limit 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. 1. Density. Density samples shall be taken from the compacted mixture and tested not later than the next working clay following placement and compaction. 1.u.,.0 .........:........1..e ..,...L...I L.,... 1.:..... nini.r 1_1. -- .-: e.vnn SS- 01014 1101 \41\ ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTI. Page 16 of 20 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 clay as a lot provided only one mixture was used. When the clay's operation is 2500 square yards (2500 (112) or less, or the day's operation Is 500 tons (500 Nlg) 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 I foot (300 rum) 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 quality index for density of each lot shall he determined by the following formula: , v, -rage G c JMYT `'Z)ellslt' t x (�aVtid�C G irl ( I DHiNR' — I O a =15 where Gmb = bulk Specific Gravity of the mixture When the quality index falls below 0.00, the Engineer may declare the lot or parts-0j+t(i e Iqt =f G defective. If one of the density test values from a lot is an outlier, identified in accordance with -the proEftl e described in Materials I.M. 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 results to evaluate both clays' 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, only the appropriate laboratory density values should be used with the corresponding density cores. 2. Thickness. The thickness of the completed course will be measured to the nearest 1/8 inch (3 nun), 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 tested 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: I = rr e 'Muck ,es_: - (`lluc },less - tl Iv1axitnwn ' luckness UL-,Sue.II, - P'Aum,uun Tluc}:u-,ess MF `,U£r, When the day's operation is 2500 square yards (2500 nl2) 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 I, H. v// ......... ; ... ...,.i.,r...... Q /. .... 1_ , /QQ Mill 6t"„ C', 11nln SS -01014 HOT \,IlX tASPH;ALT (G)'RATORY \,IIX DESIGN FOR LOCAL SYSTF... Page l7 of20 index falls below 0.00, 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 lack 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), and shall be transported to the test facility in a way to retain heat to facilitate sample splitting procedures. The tests for mixture properties shall be conducted on representative portions of the mix, split from the larger sample of mix. After splitting of the sample is completed in the Contractor's QM -A laboratory, the remainder of the sample, approximately 30 pounds (15 kg) shall be retained for laboratory testing by the laboratory designated by the Contracting Authority. When requested by the Engineer, normally once per day, an additional 50 pounds (25 kg) box sample will be required for correlation and validation testing. f - _ "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 - Contracfing Authority. Specific test results shall be recorded on a daily summary sheet approved by I 'the; Q'driracting Authority. The Daily Quality Control Summary Sheet shall also include a description -:of qt olity control actions taken (adjustment of cold feed percentages, changes in JMF, etc.). The Conlrbstor shall FAX, or by other method approved by the Engineer, the daily quality control sunun'ary, 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 AN, and Materials I.M. 204 Supplemental. The core locations will be determined by the Engineer. The cores shall be prepared and tested in accordance with the following Materials I.M. 320, 321, and 337 . t.,,... rr ......... :.... .1.., ......r... -i r..:...i.:......rn... 11)11:10c1..,... —, r00 01(114 1.,... crc until SS -01014 HOT IYdI\ ASPHAIA (GYRATORY tvilX DESIGN FOR LOCAL SYSTE-... Page IS of-20 3. Acceptance, Correlation, and Quality Assurance Testing. The Contractor's quality control test results will be compared and correlated to the Engineer's test results on a regular basis using guidelines and tolerances set forth In Materials I.M. 208 Appendix C: 210; and 511. If satisfactory correlation exists between the Contractor's test results and the Engineer tests, the Contractor's results will be used. Disputes between the Contractor's and Engineer's lest results, on one sample or one test of one sample, will be resolved by repeated testing of the same sample or additional testing of another sample. When repealed and /or additional sampling fails to resolve a dispute, a third materials laboratory designated by the Contracting Authority will act as a reference laboratory and perform additional testing as necessary to resolve the dispute. The Engineer will select, at random, a split portion of one or more of the daily hot mix production samples. Some or ail 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 select one daily set of cores at random each week. These will 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 ti _11 The Engineer will measure the quantities of the various items of work involved in placement of "inc; tj mixtures in accordance with the following provisions: A. Hot Mix Asphalt Mixtures `~ 1. Measurement by Weight (Mass). When measurement is by weight (mass), the quantity of mixture will be expressed to tons r� (megagrams) and determined from the weight (mass) of individual loads measured to the nearest 0.01 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 hatch 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 (01 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 will be 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 mixing 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 automatic or semi - automatic printout, the Engineer may compute from this printout the quantity of asphalt hinder used. By mutual agreement, this method may be modified when small quantities or intermittent operations are 6if - -0- - ... , ...... ,, 1­f ,.,..'i"A ...,,, /rl, t "7 r1r1S!gC I.- nntrnt /oq_0101A htnl S /S0010 SS -01014 I I0T \,II\ ASPIIALT (GYRA 'I-0RY \dl\ RESIGN FOR LOCAL. SYS FE... Pack 19 uf20 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 Oils 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). The quantity of asphalt binder in RAP, which is incorporated into the mix, will be included in the quantity of asphalt binder used. The quantity of asphalt binder in unclassified RAP will not be measured for payment. 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. c� 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 Mearest 0.1 foot (30 mm) for the fabric reinforcement placed in acceptable condition. G Adjustrnerht-of Fixtures. TJ,ie Erigtneer,WD count the number of fixtures adjusted to the finished grade. H. Hot Mix Ai.6halt Pavement Samples. HMA F?3vemeiit- Samples of any finished pavement furnished according to Article 01014.04, D, of this SuploWliental Specification, or required elsewhere in the contract documents, will not be individually counted for payment. 01014.06 BASIS 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 Contractor'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: Quality Index (Density) 7 Samples l l Percent of Full Payment greater than 0.72 100 0.40 to 0.72 95 0.00 to 0.39 85 less than 0.00 75 Maximum �I 1,'..' I'� ....... .:... ..... i.'� ...... i —,i rcc noun t, r,,, G/r "MI n SS -0I0I4 HO-t- \,II\ ASPI tALT (GYRATORY \4l\ DESIGN FOR LOCAL SYSTE... Pagc 20 of tll Or 0 samples and 1 outlier (Only one outlier will be allowed). II When the basis of payment is by area, payment will be further adjusted by the appropriate percentage according to the quality index for thickness determined for that lot and the following table: Quality Index (Thickness) 7 Samples lPercent of Payment (Previously Adjusted for Density) greater than 0.34 1 100 0.14 to 0.34 �� 95 0.00 to 0.13 85 less than 0.00 75 Maximum 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). a C. Recycled Asphalt Pavement. RAP which is owned by the Contracting Authority will be made available to the Con T air r for the r`l cy°pled mixture at no cost to the Contractor other than loading, hauling, and processing as �ulredior d t�.. incorporation into the mix. D. Fabric Reinforcement. For the number of square yards (square meters) of fabric reinforcement installed, the Contraclor will be paid the contract unit price. This payment shall be full compensation for furnishing all materi€ l.%, labor, and equipment necessary for installing the fabric as required, including the adhesive or heavy tack coal 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 compensation for furnishing all such samples for all courses or items of work, and for delivery of samples as specified in Article 01014.04 D. of this Supplemental Specification. i.. «... n —.,,.,. L..,,,,,1 „f -”' i... I,.,. ,.1.;. , ",1(1.t nnnc rcc ,...., t,,,,rccn 101 d hip„ S:S:v010 6> [9 �J f \ E ! ! � \) ? ) { E ^ © \ ! , 9 ) & { _ §/ J ; { ` - k ! \ � � § ;) ,l�e> /S E , §! \ �\ { §( . . ! \ § / ; \! ( �§ /E ■| / � / E \ \) \ !§ /! ` !!200pka;bE ¥ � \) ? ) { E ^ © \ ! , 9 ) & { _ §/ J ; { ` - k ! \ � � § ;) ,l�e> /S E , §! \ �\ { §( . . ! \ § / ; � \) ? ) { E ^ © \ ! , 9 ) & { _ J ; { ` , t, § ;) ,l�e> E , §! \ _ ._.. . ! \ § ; � \) ? ) { E ^ © \ ! , 9 ) & { _ J ; { ` , !! t, § t E , , \ _ \ § ; ( �§ ■| L |® \ ` ¥ -- .. _ >\ \ ` ¥ -- .. _ ° 0 a >\ {! lcn m0G¥H pile CITY «E11 !@ CIT3$Vz 9 \AI (° °` ) \ . ;;. >. .. )I � \ \��� \ } :; !_} Q ;!: }\ ! { n ] ` ')) , 0 ). I , \ II ; ! oo .1 ) lE� 11 w \ z x \ !e { ! } § i \ It m 1 - (�_, : !fl R F i z � 3 !! ! ! §i ;. u 3 \| \ , , \� // !_ * 4l ;t: `� - §� \ ! §.,: \o \,! , \) \\ \\ \ }\ \ !{ ! ! : \! \{ \ I 2 \) j < §\ ( \ \� ` \. ( !!: § ��\ � !| ,! ): ;� \\ 5G1 7H $ k . ;a! of cTx:if9` ! G' Gii , ` \. ( !!: § ��\ � !| ,! ): \� ;|! l!! \,z !) :L) ow \\ 2 / :./ $ k . of ! \! ! \� ;|! l!! \,z !) :L) ow \\ 2 / :./ , \ / \� ;|! l!! \,z !) :L) ow \\ 2 / :./ 0 0ry. 9+ 1. BE E 8n 5 6 EC EIQ�q {$'�i�g, I'l �t� o.:e- {❑ae O R t Q tj & n N 2 E8 5 �Y om p w U 2 All M1 w_aLl El �g s °i fl �� m ��8 •" � q P I I vW a€ I I s 7 m Fi - J ` �n d 2 vsmi a f S O o 1 € NI G ° a+_ z - F a 5`NI p4 4 a �I c I ry m q i" P fP 1 ° !« � ~ \! @TYC x (t k! § \ { $; eTQ10 ®¢ ! $ ��) \ % \ ° � �§ ! \ § ( \ � ` `! \ maRYH All CITY GLERG g VIA el3m' ' k| ! . , \ . \ \ \ \ PO ! \§ \ / ¢ y ! , OW W b° ,0 } � ` } _! ;,l�!lE1f. -; 'W1 *5 (, ); :; :.1,,,! §/ . \ 'y ! � ! \ f� } } ` : { ) ) / � � § j\ � \ \ \ ] J G I 7 CL !.& ET«I _! ;,l�!lE1f. -; 'W1 *5 (, ); :; :.1,,,! §/ . \ 'y ! � ! \ f� } } ` : { ) ) / � � § j\ � d 0 4 w jit IU MAY I I AN 9: 13 a v -° a aoy E19 cm =o0 ap gQe i d CLFR;h Do CITY 101i'r, E F P;g o pg Pa N Pt G LL N bq IDx m� i E Ede a F �:a o 41 � Q e w of i - a g � / s \\ ry vi 2 r t O y S e+ ® 6 © " 3 II\ 10 Q I I s I� g \ aas€ 3r v ,9 a m mcS - - n G a a 5 5 n n S S 8 6 6� •• m m �o ?= « « C 2 CO d�Ew p E s s o os � �; k kJvm e p '€ 0 C) E o ova E E g g ^ ^so o oll m mKEE e e p , F F 8� ` `e o g gar 8� W � �o $ F; 8 rill a0 ( (D G G 0 0° s s n n LIE f?� E`o Z 3 p T L i U {N {iHH y, r 9 IHHH � i C 0 a � o -I < J Z o EQ s C k � z FF F2 & y�g a b� k b b r C a - L�., F a s �" R 54 E a a a n� 1111 �e U r Z r � � 0 d 6 ^ 6 y W a s n a N i s I�I P�v�iu a' H 00 i U {N {iHH y, r 9 IHHH � i C 0 a � o -I < J Z o EQ s C k � z FF F2 & y�g a b� k b b r C a - L�., F a s �" R 54 E a a a n� 1111 �e U r Z r � � 0 d 6 ^ 6 y W a s n a N i s I�I P�v�iu a' H 00 a � o -I < J Z o EQ s C k � z FF F2 & y�g a b� k b b r C a - L�., F a s �" R 54 E a a a n� 1111 �e U r Z r � � 0 d 6 ^ 6 y W a s n a N i s I�I P�v�iu a' H 00 y�g a b� k b b r C a - L�., F a s �" R 54 E a a a n� 1111 �e U r Z r � � 0 d 6 ^ 6 y W a s n a N i s I�I P�v�iu a' H 00 r C a - L�., F a s �" R 54 E a a a n� 1111 �e U r Z r � � 0 d 6 ^ 6 y W a s n a N i s I�I P�v�iu a' H 00 FILED n am 1UID 1'1�1I I I f XII J` 13 yo g S`Oxmw o CITY v =; fOYV CITY, 10,,,,, 1.dz 3t. ee £ 0 s m Z 5 � � � J W �•� Q == J - aN= a's ¢ o I m Z i s _ F O � O C Wo > J I LF� aK F�` %\ > I y j ■ � . jt �\ .� � ®� \{ l� p T -T T � E s 2010 MAY �1 � 1 {[ AN aM 9: 13 CITY CLERK aE �r _ a10lNA CITY, IOWA, D�iPflln o r P Zs a°a o O _ O L LL $�So o$o s o$o e�sos s srye�s�gs�e � #Z � � ; � � � 6 � � � 4 � . � . � 22 y<H d ? G Z o Slwr; 1�!! \� \�! / / _ ` ° 519 Sy || D $ / 2 i mIY RER; ( : s $' CITY %` \§ . § !; m | ! j �{\ 2 \; � � . >!) r ! , \< w z - : — ! �} k� � { !if - !!; ©� 9 Ur \ k [| 21-11, OR 2 e |�} ,! . !. - ; 2 --- - - -_ -- |" � - , 3 kj ( )) / \{ (j \ \ r- «� p ® - -. ) g q »_ r \� f i – a - -S } � f f ] §\ { !\ _!!\. ) } {f \} 2� [%\ } «� ! / --- - - ® -, :--- - - - - – -- - - - - - - -a \!y �- : m : q(� .\ kj ( )) / \{ (j \ \ r- «� p ® - -. ) g q »_ r \� f i – a - -S } � f f ] §\ { !\ _!!\. ) } {f \} 2� [%\ �a z a FILE 20f �ly I I All 9� 13 0- a vo �; o cl Y CLE;; CITY P 'I` � 0VIA CITY, I All Hui- d 71' I crjE _ � � Ffotl ni 15 0 E� 8� a � 0 _ a a •% % a.V o 3pS & ao o55 0 - O oosm3a gY U .} w s w mE �s a� s. Iuo, t Ia�lnl�, r �II� - ° a II� Dr id 1 KxY �T g 711 -iD 'IIJ } �t N c f� a� E � o � a� - _ I I /" -- — i x I f� 1 M2 O �m c 3 cE Q � c m�a g3 ag d ° s s ao = o= B °i E " 6 S mm �� m S o E E - n T LU 0 dJ- �r W w r � � u 103road NNiovdans3a ill?H ev TLOZ x3 I Q � a i z v �I 3 e? c n - W o o= H a t•RR w - V V J Z Q v Iwo ti Y W W r W LL v°n Q Q 0 J p Q p O W OM U 00~ m O Q J LL c� �7, y V SCOTT BLVD 75 ILL W 4R 7th AVE La ,y of �J 7 DDOCBSr "� z �- _ z a t s t a g _ r RIVERSIDE DR a IL L73ro8d DNIOtldtlo53M 1ldHd SV TTOZM .�o E.«.....�,o�s,�r -«� s- 6,., P, �, �����,.e va, �•. �. �o��w� , >wa��,���.��nd,a���,3�,s a aam a L1 w _ - � a 4oz .�o E.«.....�,o�s,�r -«� s- 6,., P, �, �����,.e va, �•. �. �o��w� , >wa��,���.��nd,a���,3�,s , —maw: ---- 777 \ \ ^ \ma \\ \ } }\) \ } }}\}} _ \ } \ \ \\ \ } \ \\ Li L / lu - z \ \ \ \ \ zR: - / e31cN �vy3n3e � z o LL 0 s a x a z 0 0 z 0 z x c cfr 3 n.$ �8tl ° gfr o f E! g HQC °go $s a E o ig IL A z i9 to E_ $g8 2E O d fr v °s mo cE Y£ e, ac ny °.€ d N oaee€ oz3- il ° »� ° °Aw � 5 o.r d €�� va E.° o�Zg =gab is xEl_ €zoes o��J = I. EI , , %I _ a,: C 5 o_ �1'1.11 - .}sans H.f Fa. I OfOZti !- AYE..p M'n51%Wi5 u:p1:IP Snei-diST�oiv�34YU5- nvak]V. `.9N3��5 NYd N011NIA3Hd NCiinTCd d3_V,b1Nd01S O e 3 a II E { F _ E k II V E k y d F tY < € 3 9 £ f. Z v Z € 2 1 S Of EE 8 % P.- Z f i J j J E < 3 0 0 s FE a S SF m E i � w _ gY fr S O c 2 _ iE33� k 4 _ q E �r _ Z fJ n i W O H.f Fa. I OfOZti !- AYE..p M'n51%Wi5 u:p1:IP Snei-diST�oiv�34YU5- nvak]V. `.9N3��5 S:,v k ygnr+w }\ : \ - \ ®�` \ \ \:\ s �Z \ \ ~ E \ \ ) y 2 - - - \ \ \\ \ \ \ \ \. /( ( \} \� \ c .�( ( - \ \ \ \\ \\ \ 3N'J'.193S SSOo0 IVDIJki °a$ Z C Z {{ r T 1- U O Z J 6 3 N W H a a r z ,;✓ � � �' _ "' ice/ C_ - - o J� _ L� U- LLJ Lv � K Li IIIY LL LP �J 2 3 } _ IjI w w Z F - _ 1 � C fL fi �I 'mil C O U 1 _Z - VW 1 P. F U Q NOIIVWH03NI lVJ3N3O ONV SNOIPll09V1 '01111NVOO 30 31VW11S3 !n uA N -U O q d 5ki0q� R Tih h -4i3 -. h't -IS,kthkk 6 - R SEfr' I�RRIR KI�n SRr- IAI ISIS ll a R R-- o. .hI 0 �I I T _ n R ill a snip. _ ays. Altl a le IN n k Li b a uRF Illa�ai � n F oy T c I? -VIOl6 ° IT, e it i0 yj. e SI LL n, L I` v a 0 0 C K D Q 61 L= Y LJ J� T - � n LL V ll ULL LL LL m� O O� r Zv_ J_ O ¢O U p� C FO ¢ 0 2 'IS 0 ofz T W x U V: Uj O C7 Q LL n a a T Z D z O Z e .I O b G VO�1VNk133611VE3V 3'J ONN SNOIlb'f1BVl'531111NVf1N d0 31VW 1S3 SRS �p k _ Ij le I 3 3 k g�r� tt zz_ G T�. 31� 0 Alm, �I. d_ O D N Z 0 z w z u J i O C r C I O NO 1eN!y 0 -V1 3�N383i =t 3_tlW 153 '�z c - LL rto z E LJ Z J Z I JZr z - - o w LL s H w > c s cw _ o _ a oLL � c - g C - _ D s � �J v r - _ L F Z W - J J W _ C �' V O _ l m rCC C - n � OUp zo W F o _ . Z lO� _ 'GV ¢ I r S - C 1�- l � u:J N I L NDIIVAdc3N 37NM333N 31YW1S3 LQIU ?_ LL W Y Q - 6 O i m U _ O Q y Jo - ' o - r ° Hz a G r t: 3 S o Cz c _ Ij jc W - _ LL W r w L - o J z r _ JJ < t o $ C r_ Ll G �I e < 0 NOLVWl103NI'1VH3N3O ONV 9NOIIV- ..119`,1 S31111NVf10 30 31vIN11S3 �a0.�1� 11 ..9 9 � z 2p10?i�Y 0 r � w _ C _wy pw J ,, z � F = LUW - O fcJ ITS O n - O G Q Y Q F � I W Q ZZ� 2 Y OIVC i9LUU" � [9 ..LOC a Z O _ U.. Z y Z F q O Z z _ W Q L Q 1 _ O Z Z _ K _ - IS � Fl O a - _ z Z to a zzz zz z cs z 'zoc � � ZZ G I Q rjjsp C� Ol i] vJ '� O�OOS00000 Q,JJ C Is o���OJG "U'J ui ..ICI yz G u ti a i C _ i' O r� J C% .._ 6br_'s 5 _�iaun b -. u mV'Arv95 Ha0 i n�uc�I.S :O3' SAP'.] YS¢ a— SUteaacuee'. ofIue [mmn�SA'�a��TV'.YS.1Y<WYJ�9M314 7 n5 ddl 11 11 is WTc ILL Ha0 i n�uc�I.S :O3' SAP'.] YS¢ a— SUteaacuee'. ofIue [mmn�SA'�a��TV'.YS.1Y<WYJ�9M314 NcIS9Pdd0dN IV HINAD ON' SFOI_71neV_ siiii-N Mf C do 3- Hwlls3 MY CLEN o iGI MAY I I Al 9 I LL y Ia4F ..CIFY.(0AA w 'o z U 3 C O 6 !n C N C L^ Z. Z C7 Z J O LL C H a _ I n — - � I � I t r, I - �.3 1 I ..1> =✓. ..__ 9 . 4 Ie.orO f _7 eon , _. "e \: 5 c I o- I I_n-r I I r i I _. "e \: 5 NO -11A10 LJOSU5JAP N��c N— 2MKyI1 _ aw C i C'-CL:, 15 J -nH Vb; I III _C Wy - W s is H-3 ° ILI I o s z _ � i r ` r LL LL Z r - W L - - T �1Z l —ci -ill w 7LIL — IyIII � c xs L � a w sz Jo v a lu n - - -I { o is i N T W o :a - ,-., ]ILI" a 111,11Y.' , I � NQISIAIa I i333_s 40Se3JJY Wd I 1 f �— IAN = IS ^hSNNJf - ILI 'I I 0 - 11 - .:,,:tee �,,,,� Z, IC, '_21.1 � (v-s,I: I CtVA9709 W003-Wd I°BqC-- LL LX n O N ¢N �I i f� i F U � v II _ l Z I . w M1' I I 1 1 Z K pY I W 11 II I a r i I 4 G I C II lyyi U lal �I I I I ly'J.JCIII - i f� 1. I I/itw ii I� v -- u a c. Z Q N x 3 ti LL T z C C Z_ C i Y U � v Q INV l Z I . Q Q H 2 Ij y G I 1 1 � I xa4 �y 1 I Q II I a r i I 4 G I C II lyyi U n � R� 9✓I 4 C '� „ � ly'J.JCIII - II QI 11 z + 1. I I/itw ii I� v -- u a c. Z Q N x 3 ti LL T z C C Z_ C Y y ' JI l I . Q I L � I I I Q 4 G I l m IOI U C 2 II � U z + W F I' yr G] U O 1. I I/itw ii I� v -- u a c. Z Q N x 3 ti LL T z C C Z_ C - -- y ' I I . �Aly I I W I Q - I z O l m C 2 I' yr O �l - -- ..e:zm � \ \\ y \ y / } / z \\ ` i\- ----- �� � ' \ - ?\\ »� - _ § - » Noisima advAllnos iioos Wt �1 a 4K rJJrJ-- z v; _ Y 1 Z 44 Z A _ I I y I � � i e Y_ - _ Z J z h =, 1 { I I I+ i� � II rylt_i� j y � H yy i 6 v �I w t Noisvda 3MsAV 3NILVO9n..- v17J �A \ ' O '.�� ✓f .r' II 14 Li FFL n - w i / z LL o x I i t\ J� az cw z L j�� � eJ .b F z J R z _ VA � -a '�U, w •. �F— ��71 _ a 4 NOIS'MO L =3H15 NmNlHns-N7j LIZ LE � z o `e� z w o I I m a � d 0 � 1 11 as I I > z I I4 2 III II n I c I � y a 11 I, z 3 o ha "I,,I� 1 11. 'I, I 1111,11W 61111, . E. 111 I tlz:_..-M. uu ov.ouw_ .'.IQo �.9e3'. Ncr P,C -nNand u�t -NV�a I—?K:I r s w z i'- c� Q wt m� ic? 1 N CJ 0 z L J II ,I III w cn — I — r 1r I \ I W p v I o o' 3 a r LL 0 � Q W Ib �_ r I L _ O i — o I L° 1snGJ °— � Q W iaOdJI ,U:)VAU — ' o o p L J iw U:n U � I 9 U cc N Q V U z a W o z µt¢ u LU g a a (S o >0 s > O I m 00 U I a N ~Z w m � I J W \\\ X - -�� w a¢ - - - - -- o L LU m z 0 U IN ; = I I — ": 11 111 �. s 11111TI "1 —115 1 L l 3`J >I V-ki C F. 0 lY w > 0 IG94S anbnqnCl w -i LU F. 0 lY II J CL Z �j < < 0 w as z < < F-L V r O w > 0 II J CL Z �j < < 0 w as z < < F-L V r O w NO1SIA43 3PIHC 301Stl3�liJ-ftitlld 3 "J 210 �Vi IJWt,O c w a o N o �w< ^ � I \ I J Y sl C. . O r B C 1 � z o O _ l\ I ��O 3j J J i e a 3 0 0 y a1,11[Ot0i5 - ,, f ._ll] ou —J'.2 llv"" 3 "J 210 �Vi IJWt,O c N o �w< 3j J J i e a 3 0 0 y a1,11[Ot0i5 - ,, f ._ll] ou —J'.2 llv"" anv uv_ �— 3ttl r am xnol I L ap —F II � s ilrvrvrls � � LI � I T L II �` —�- 1--11 -- I' 'vv • - J�jS 15S1Yr�\ ��; �L r 1 - � � Nl.il Nf Wtlpll�r � •� �' _ _ I � 5 111 •.. - ' .-d u3MC11 Lp'� U i I _I �C f SNO_VOOI IVIS dIH- =p - -ice h MINIM z6 4'v, TIG r - I � pt oHVs I a Y �r ui en 1 T�z a T J L' D Q 2 C' � p Z LD � LL F z J � e LLI � V 7 O J - z 4 2 ( O LL Ci G <� - a F J � I r am xnol I L ap —F II � s ilrvrvrls � � LI � I T L II �` —�- 1--11 -- I' 'vv • - J�jS 15S1Yr�\ ��; �L r 1 - � � Nl.il Nf Wtlpll�r � •� �' _ _ I � 5 111 •.. - ' .-d u3MC11 Lp'� U i I _I �C f SNO_VOOI IVIS dIH- =p - -ice h MINIM z6 4'v, TIG r - I � pt oHVs I a Y �r ui en 1 T�z a T J L' D Q 2 C' � p Z LD � LL F z J � e LLI � V 7 O J - z 4 2 ( O LL Ci G a NoISIAIa I -eu s ina02 vma � I IN) o J, T J JI J - \ - II t iaM�l �I — a U I If I I — _ J J Ikb- LJ a I �4 0 — d y c o F mz o U w 1S 1 -N8�VV Z m a rq I w J — ¢ y J, T J JI J - \ - II t iaM�l �I — a U I If I I — _ J 'o w T°..T, I tea- 121, D111 ' n 1I f LJ I �4 — d y F 1S 1 -N8�VV a rq I w J — ¢ I m °. —J — I z o 1S NCSHI -aif IL - ° U .- 4 i ICI °� wco.°ood l l LrIJH I s-w < — 'o w T°..T, I tea- 121, D111 ' n L NOISINQ iD3d15 30000 -NV7d -1 2GaH °Y I I AEI 9' Ifi TI J ITI CITYA - s T ', f I, U n III "iw N - 1 r rI, r � 1S H- dnH.. i 0 I � - V i jL o 1 — — c 1n l�lli T � U _ � s c9 LL' L H I AT ...:'.: C:i2 S "oo_..z 'E', 9:s POI. -umi 11 1,11 , :� I Z NO15.:A 133ais 30000 -�Nld It � A✓ � I I'' I I I I I I; I I; � � i U � I � I I I' d I - � I I C= II - I I > 2 Ij I I I .- 1- I II I I I I I I _ z I I I J I Z YY 1 I 7 4 0 I U `F e� C F {G Z � T D ? O - H I s I / Z p % J Z z - - O U v, �ce_NOO 311 ,di ll.v O IIOVis WC MAY II AM S 16 c4iY >LLR=S IG'$A CIiY.IGViA e _ H s L — kp R � R k C S z €5- < z q O ucns 1 . Or 14'1 .. � , . _, 1 <.z 4 < lul J 3 9m �C n _ tIIII E� C� _ l V p sw ak 3 r F _ e _ H s L — kp R � R k C S z €5- < z q O ucns 1 . Or 14'1 .. � , . _, 1 <.z I T�IBFIAY 11, I I I I — w I � Il III �I III JIB— IIII I — `I n �! LI IS V I II _i of Eo I I Ilal � IIII I I el I r LLL Imo J �= IIII II � p I z lip It - l i I III,. c I I I ° o N I r 0 o I I I I p y I - I I - °w i I I 00 I I I J I it III - - - - - - I I I I I — II I �I I I I, I I p I �w � • I I I o I II o %IIII II IIII I = N�� s ! I ILI � +N y � I 1 U Q — — c I I o II I U z. I z I II WJ I KAj-_'o L 1S N3J!'.A N7P. 1 m III 1 a I t 1 � I i { I � z 1 I! LS SIN I -— z 1331_S N33S3d = -- SSNIN8VW1NgA3Abd =e�l L L 10101��" I I AN 9 16 owa. c�rr, iera:; � I ' f i �L I M w 0 U C � � 2 � 2 < L^ L o ? { k z c� w 0 Noi"�, ---------- -AV3NIIV-SPIN. GNC N0LM417d A 2 SC'J InedPV iNdiJIWd :!!F1 1� � , 1 �lp ........... �, .1, - 1, " 1, 11 11 E 11 , ,= .11 z a - . . . 6..._ ....a... ,,.� -3. o.�u3„ '3NH 3NIl'dCSCN ONY Wi9N,I'df SI)NINUVA 1N3MIVd 1 � ii yy — CIiYC_E'rc. IO41A CITY. i0'r'J4� z z J I 1 4 III } III III F Z C — — III z O z Doll 'J ¢ \ _ M i z_ i r F I z I � .11 z a - . . . 6..._ ....a... ,,.� -3. o.�u3„ 1141 , 11 > "I l ...... .. •11 - %E,,3 F I L. E DR 26 10 HAY I I All 9: 1 7 CITY, IM F� III 1 III I e III ca III w. 1141 , 11 > "I l ...... .. •11 - %E,,3 FILED All 9� 1 cj'f- io V,A C1 (Y !U1V ---------------------- ----------- CC Vl CC JI U c5 1= 0 O N, — ice 1 L Ll I/ - Its 3e_ o�) a i — /FIT — !; Noisoua) i3AHB3�aoa- sgi.NyVhiN2V.3Md Nao� -{- I I 1 S 1 9 IF �I + 1� Fl z z v z 0 + y 7CIO Pf I�il I I it 1 L Ll I/ - Its 3e_ o�) a i — /FIT — !; Noisoua) i3AHB3�aoa- sgi.NyVhiN2V.3Md Nao� -{- I I 1 S 1 9 IF �I + 1� Fl z z v z 0 133H15 _9C':C - EONIAUV N _P,3AWvd 2ZI9tjAY I I Ul. 9: 1 CITY Ci ERK i 1 IOVIA CITY, ! V"A � �Im is 1oir <) 1 I I{ G ST {� I W,l I c oIl .7 I- - -7-. NPCFT CT �1 Yan i � Ll W C� jai I I, II �X Ji /'. X i y LL w a 0 w 0 z L: 0 > o I <Z ElL E' � WWI myl s 2:m ®' � � % \ =� \ «2/ ? <Z � - -\ � \ . \ �� \\ \ ;I _ « \� _� \\ - �/ - 'j�j� ^/ 6. - �'� � \ �2\ - ®� g, / ., / I[.¢0 .. n .... - 111: ",1 — -1'5 iy3'a_s nosd- dd3r;i33dis__vddvd- a3n�ds waois °� r 2010MAY I I All 9: 17 Wy CITY CLERK 101YA CITY IOW' y v III i oN F I L < a ¢ti o c I Lij y - —_— I Q rte'= P — e \r wov .vim m va® O 5 - a a _ s y x s Jj s y Yi t YY c O (� S -U� Z L � O K6 � € m ^� n p 0 W _ w a Exw I `3 my LLo I Les `CU c K a I III Ni III I � \ O — W it 6 r z w z \\\ I I I � o r Z ° x J �Pa c c w o I z - - es' - - - n y- y. LLw i - w r F � °w qm I ., / I[.¢0 .. n .... - 111: ",1 — -1'5 PUBLISH, MAY 17 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE FY 2011 ASPHALT RESURFACING PROJECT IN THE CIT O A CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the FY 2011 Asphalt Resurfacing Project in said city at 7:00 p.m. on the 1st day of June, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Printer's Fee $ 1 `0.1 'd CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 I, 2066 P 5t ~, 7_ MINNOW being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ time(s), on the following date(s): Legal Clg, Subscribed and sworn to a ore me this / %41, day of A.D. 20 14) Notary Public ao•' ° °t LINDA KRDTZ Commission Number: a� My Commission'Exi OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTI- MATED COST FOR THE FY 2011 ASPHALT 13�SURFACIhfG RRV JECT IN THE CIT —Y0 ACITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the FY 2011 Asphalt Resurfacing Project In said city at 7:00 p.m. on the fat day of June, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting !seen. celled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file In the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any Interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con. cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 80419 May 17, 2010 ()'rq; Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. to -tea RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FY 2011 ASPHALT RESURFACING PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereor held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract, and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the office of the City Clerk at the City Hall, before 10:00 am on the 30"' day of June, 2010. At that time, the bids will be opened by the City Engineer or his designee, and thereupon refered to the City 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 12th day of July, 2010, or at a later date and /or time as determined by the Director of Public Works or designee. Passed and approved this 1st day of June '2010. ATTEST: 242�CrJ City 'Clerk Mayor 4 Approved by: Attorney's Office S /�s �/� Resolution No. 10 -294 Page 2 It was moved by Mims and seconded by wri ghr the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata /glossary/resolution -io.do NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee ,per CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED. ID # 42.0 0°330670 Rims "-@Wm, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper 1 .time(s), on the following date(s): �UNG ,.oto •. Legal Cler Subscribed and sworn to before me this V'-- day of� w A.D. 20 I G) (/ Q_�� otary Public IAL =;MC0MMi8Si70nE1Zxpir2e's .;,619 es OFFICIAL PUBLICATION ADVE RTISEMENT FOR BIDS FY 2011 ASPHALT RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 10:00 A.M. on the 30th day of June, 2010. Sealed pro- posals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 12th day of July, 2010, or at a special meeting called for that purpose. The Project will involve the follow - t11,,697 tons of asphalt cement con- crete, 14,700 sq. yards of crack and seat PCC pavement, 49,627 sq. yards of pavement milling, 2,331 feel of PCC curb and gutter 'apiece. ment, 63,348 sq. yards of chip seal- ing, 45 it of 48" RCP, 204.9 sta. of durable pavement marking and related work. All work is to be done in strict com- pliance with the plans and specili- cations 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 Stale 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 satisfac- tory 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 can- vass and tabulation of bids is com- pleted and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100 %) of the contract price, said bond to be issued by a respon- sible 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 dam- ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment 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 (all Divisions): $800 /day Calendar Day Count shall start on July 191h, 2010 and continue thru the completion of all work for the project on October 8, 2010. Milestone 1: Work on Jefferson Street and Dodge Street shall be completed on or before August 13, 2010 to reduce the impact on traffic. Jefferson Street shall be open to normal traffic on August 14, 2010. The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks maybe secured al the Office of the City Engineer of Iowa City, Iowa, by bona fide bidders. A $50 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 contrac -tors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721. 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 win- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documenta- tion of all reasonable, good faith efforts to recruit MBE's. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the Stale of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent 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 techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 80202 June 8, 2010 p- 28 Prepared by: Dave Panes, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 10 -356 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE FY 2011 ASPHALT RESURFACING PROJECT. WHEREAS, L.L. Pelling Company, Inc. of North Liberty, Iowa has submitted the lowest responsible bid of $2,199,318.22 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The contract for the construction of the above -named project is hereby awarded to L.L. Pelling Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 12th day of July 2010. Mayor Z01- ved by: ATTEST: . /lit (�eh City erk City Attorney's Office Resolution No. 10 -356 Page 2 It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: x x x x x wpdata/glossaryfresolubon- io.doe NAYS:' ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and L.L. Pelling Company. Inc. ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated May 10, 2010 , for the FY 2011 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 1 b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; N CJ C. Plans; 77�� r- d. Specifications and Supplementary Conditions; (7) N e. Advertisement for Bids; o f. Note to Bidders; _m —_ cn g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; i. Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this '2-1Sf Cit day of L'c .20/0 . Mayor ATTEST: •1� City Clerk Contractor L, C W',,) L B (Title).y 1 C 2 (c,- iI evi ATTEST: [ aI"nee (Title) TfCOS U��r (Company Official) Approved By: City Attorney's Office N CJ ' o AG -2 IFIC Bond #CMIFSU 0533064 MBC Bond # IAC 103900 PERFORMANCE AND PAYMENT BOND L. L. Pelling Company Inc., 1425 W. Penn Street, North Liberty, IA 52317 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) International Fidelity Insurance Company , as Surety, hereinafter Called the Surety, are held and finely botjnd�l11io ,e o � nonw� Xr��4tW�te3 lgR�eiapee, hereinafter called the Owner, in the amount of and 221100 Dollars ($2,199,318.22 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. u �> WHEREAS, Contractor has, as of entered intcLd ry (date) written Agreement with Owner for the FY 2011 Asphalt Resurfacing Project; and ; r WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by tfte 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 Noll 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 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. 2010 SIGNED AND SEALED THIS IN THE PRESENCE OF: 15tH L, D) A Q 0 - Witness 0 Des Moines, IA 50321 (City, State, Zip) 515- 243 -8171 (Phone) ci <� _ DAY OF July Yi Cl- d =� -� N �m I TT ry L. L. Pelting Company Inc. C� (Principal) (/1 Dill itle) rco res dos, } Merchants Bonding Company Mutual) & International Fidelity Insurance Company (Surety) Tayl • tto— - rney -m -Pact 2100 Fleur Drive (Street) Des Moines, IA 50321 (City, State, Zip) 515- 243 -8171 (Phone) MERCHANTS BONDING COMPANY POWER OF ATTORNEY for Company Employees 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 Larry Taylor of Des Moines and State of Iowa its true and lawful Attorney -in -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 I st day of January , 2009 STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By / n I-e-7-7esiddent`�� On this 1st day of January , 2009 before me appeared Larry Taylor, to me personally 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 Instrumentwas 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 My Commission Expires U5� !_ -. March 16, 2012 Notary Pab{c„/olk Comfy, lowg STATE OF IOWA COUNTY OF POLK ss. f 7 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- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL)y 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 15th day of July 2010 ••. 00 ��P P 0 y9�9y� Secretary _ -o' 01..x• •z: 1933 c: POA 0005 EMP (1/09) �'•.y \ 1933 MERCHANTS BONDING COMPANY (MUTUAL) By / n I-e-7-7esiddent`�� On this 1st day of January , 2009 before me appeared Larry Taylor, to me personally 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 Instrumentwas 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 My Commission Expires U5� !_ -. March 16, 2012 Notary Pab{c„/olk Comfy, lowg STATE OF IOWA COUNTY OF POLK ss. f 7 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- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL)y 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 15th day of July 2010 ••. 00 ��P P 0 y9�9y� Secretary _ -o' 01..x• •z: 1933 c: POA 0005 EMP (1/09) �'•.y \ Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR ' NEWARK, NEW JERSEY 07102 5207 KNOW ALL MEN BY'1'HESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing Imes of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint LARRY TAYLOR, WILLIAM WARNER JR., MICHAEL P. FOS'T'ER Des Moines, IA. its (me and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, at n and all bonds and undertakings, contracts of indenmityand other writings obligatory in the nature thereof, which are or truly be allowed, required or Permitted byy laiv, stature, rule, reggulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon tiie said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorny> is executed, and trial be revoked, pursuant to and by authority of Article 3- Section 3, of the By -Lams adopted by the Board of Directors of INTh:RNr1' TONAL FIDELITY NSURANCE COMPANY at a meeting called and meld on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) 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, contracts of indenmity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attoniq is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the Poture with respect to any bond or undertaking to which it is attached. I /nIJ, (0) IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. V SEAL c1i INTERNATIONAL FIDELITY INSURANCE COMPANY y 19 C15 !• 1ER`'� `�`4 STATE OF NEW JERSEY County of Essex Secretary On this 16th day of October 2007, before me cane the individual who executed the precedingg instrument, to me personal) Imo�vd, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is Ilse Corporate Seal of said Company; that One said Corporate Seal and his signature were duly affixed by order of due Board.of Directors of said Company. - - IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, P-• �� at the City of Newark, New Jersey the day and year first above written. - O NOTARY PUBLIC dEFS� A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 L the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby: certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 15 th day of July, 2010'A'�( Assistant Secretary ` PC 19 Prepared by: Dave Panos, Project Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356 -5145 RESOLUTION NO. i0-44o RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST AN IOWA DEPARTMENT OF TRANSPORTATION FUNDING AGREEMENT FOR THE DODGE STREET RESURFACING PROJECT STPN -1- 5(94)-- 2J -52. WHEREAS, the City of Iowa City, Iowa has negotiated an agreement with the Iowa Department of Transportation, said agreement being attached to this Resolution and by this reference made a part hereof; and WHEREAS, the City Council deems it is in the public interest to enter into said agreement with the Iowa Department of Transportation for reimbursement of costs to resurface a portion of Dodge Street during the FY 2011 Asphalt Resurfacing Project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: It is in the public interest to enter into the above - mentioned agreement, and the agreement is hereby approved as to form and content. 2. The Mayor is authorized to sign and the City Clerk to attest the agreement between the City of Iowa City and the Iowa Department of Transportation in duplicate. 3. The City Clerk shall furnish copies of said agreement to any citizen requesting same. Passed and approved this 11th day of October 20 10 MA��. ATTEST: tt ct —A-). CITY ERK It was moved by Wilburn and seconded by adopted, and upon roll call there were: AYES: NAYS: i7 x x x x c x F'Aw4,. /dodge ..uff.d c A d by e / / City Attorney's Office Dickens the Resolution be ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright March 2010 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Johnson City Iowa City Project No. STPN -1- 5(94)- -2J -52 Iowa DOT Agreement No. 2011 - 16.017 Staff Action No. S -2011 -0298 This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT ", and the city of Iowa City, Iowa, a Local Public Agency, hereafter designated the "LPA" In accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The LPA proposes to establish or make improvements to Iowa 1 within Johnson County, Iowa; and The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided; and This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The LPA shall be the lead local governmental agency for carrying out the provisions of this agreement. b. All notices required under this agreement shall be made in writing to the DOT's and /or the LPA's contact person. The DOT's contact person shall be the District 6 Local Systems Engineer. The LPA's contact person shall be the City Engineer. c. The LPA shall be responsible for the development and completion of the following described primary highway project: Iowa 1 (North Dodge Street) will be Hot Mix Asphalt (HMA) resurfaced from the intersection with Burlington Street to the intersection with Governor Street. d. The DOT has requested to include 3 -inch milling and resurfacing on Iowa 1 in the LPA's larger Iowa City group project. See Exhibit A for costs and Exhibit B for location. 2. Project Costs a. The LPA will bear all costs except those allocated to the DOT under other terms of this Agreement. b. The DOT shall reimburse the LPA an estimated $625,000 for Division 2 costs no sooner than July 1, 2011. The amount paid by the DOT upon completion of construction and proper billing by the LPA will be determined by the actual quantities in place and the accepted bid at the contract letting. 3. Environmental, Right -of -Way, Permits and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Right to 2011.16- 017_lowaCity.docx March 2010 Occupy and /or Perform Work Within the Right-of-Way, Permit of Access, Utility Accommodation, Right to install and Maintain Traffic Control Devices, or other construction permits required for the project prior to the start of construction. Neither the approval of funding nor the signing of this Agreement shall be construed as approval of any required permit from the DOT. b. The LPA shall obtain all project permits and / or approvals, when necessary, from the Iowa Department of Cultural Affairs (Stale Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers, or other State or Federal agencies as may be required. G. If there is a railroad crossing within or near the project work area, the LPA shall obtain the necessary approvals or agreements from the railroad to allow the proposed work to be completed on or around the railroad crossing and / or right -of -way. d. If the project requires utility relocations, subject to the approval of and without expense to the DOT, the LPA agrees to perform or cause to be performed all relocations, alterations, adjustments or removals of existing utility facilities, Including but not limited to power, telephone lines, fiber optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water Intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of the project and the clear zone. All utility relocations shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. e. If the LPA has completed a Flood Insurance Study (FIS) for an area which Is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood. Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the FIS to the DOT. A. Project Design a. The LPA or its consultant shall be responsible for the design of all proposed improvements. b. The project plans, specifications and engineer's cost estimate shall be prepared and certified by a Professional Engineer licensed to practice in the State of Iowa. c. All proposed highway or street improvements shall be designed using good engineering judgment and the American Association of State Highway and Transportation Officials (AASHTO) "Policy on Geometric Design of Highways and Streets ", (latest edition). d. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and Highways ", by the Federal Highway Administration, as adopted by DOT, as per 761 Iowa Administrative Code, Chapter 130. 5. Bid Letting a. The LPA shall submit the plans, specifications, and all other contract documents for review and approval prior to letting by the LPA. The project may be submitted for letting in phases, in the order of preference as determined by the LPA. The DOT shall review said submittal(s) recognizing the LPA's development schedule and shall, after satisfactory review, authorize in writing the LPA to proceed with implementation of the project. 2011- 16- 017_lowaCity.docx March 2010 b. For portions of the project let to bid, the LPA shall conduct the project bid letting in compliance with applicable laws, ordinances, and administrative rules. The LPA shall advertise for bidders, make a good faith effort to get at least three (3) bidders, hold a public letting and award contracts for the project work. DOT concurrence in the award must be obtained prior to the award. The LPA shall provide the DOT file copies of project letting documents within five (5) days after letting. G. The LPA shall include in their Notice to Bidders that Sales Tax Exemption Certificates will be issued, as provided for by Iowa Code section 423.3, subsection 80. The LPA shall be responsible for obtaining the sales tax exemption certificates through the Iowa Department of Revenue and Finance. The LPA shall issue these certificates to the successful bidder and any subcontractors to enable them to purchase qualifying materials for the project free of sales tax. 6. Construction & Maintenance a. The LPA shall be responsible for the dally Inspection of the project, including the compilation of a daily log of materials, equipment, and labor used on the project. b. The LPA shall comply with the procedures and responsibilities for materials testing and construction inspection according to DOT's Materials Instructional Memorandums (I.M.'s) and the Construction Manual. If requested, the DOT may be able to perform some testing services. If performed, the DOT will bill the LPA for testing services according to its normal policy. a. The work on this project shall be In accordance with the approved plans and specifications. Any substantial modification of these plans and specifications must be approved by the DOT prior.to the modification being put Into effect. b. The LPA, in cooperation with the DOT, will take whatever steps may be required with respect to alteration of the grade lines of the new highway facilities constructed under the project In accordance with Iowa Code section 364.15. The DOT and LPA will work together to minimize potential impacts to properties that may occur as a result of the project. c. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code sections 150.3(1)c and 150.4(2) will remove or cause to be removed all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and /or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. d. With the exception of service connections no new or future utility occupancy of project right -of -way, nor any future relocations of or alterations to existing utilities within said right -of -way (except service connections), will be permitted or undertaken by the LPA without the prior written approval of the DOT. All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. e. New lighting and /or traffic signal construction for this project shall be provided under guidelines established in 761 Iowa Administrative Code Chapter 150. The LPA shall construct traffic signal installations all at no cost to the DOT. If constructed, the LPA shall accept ownership of and responsibility for future energy and maintenance costs of those lighting and /or traffic signal units which lie within the corporate boundaries. f. Upon completion of the project, no changes in the physical features thereof will be undertaken or permitted without the prior written approval of the DOT. 2011- 16- 017_lowaCity.docx 3 March 2010 g. After the project construction is complete and prior to final acceptance of the project by the DOT, the LPA shall furnish three sets of "as- built" plans to the DOT's contact person. h. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150. 7. Traffic Control a. Iowa 1 through- traffic will be maintained during the construction. b. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" as per 761 Iowa Administrative Code, Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 8. Payments and Reimbursements a. The LPA shall be responsible for making initial payments for all project costs Incurred In the development and construction of the project. After payments have been made, the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project activities. Reimbursement claims shall include certification by a Professional Engineer licensed to practice in the State of Iowa that all eligible project activities for which reimbursement is requested have been paid in full and completed in substantial compliance with the terms of this agreement. b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project activity costs, less a withholding of 5% of the Federal and / or State share of construction costs, either by state warrant or by crediting other accounts from which payment may have been initially made. If upon final audit, the DOT determines the LPA has been overpaid, the LPA shall reimburse the overpaid amount to the DOT. After the final audit or review Is complete and after the LPA has provided all required paperwork, the DOT will release the Federal or State funds withheld. c. Upon completion of the project, a Professional Engineer licensed to practice In the State of Iowa shall certify in writing to the DOT that the project activities were completed in substantial compliance with the plans and specifications set out in this agreement. Final reimbursement of State and / or Federal funds shall be made only after the DOT accepts the project as complete. 9. General Provisions a. The LPA shall maintain records, documents, and other evidence in support of the work performed under the terms of this agreement. All accounting practices applied and all records maintained will be in accordance with generally accepted accounting principles and procedures. Documentation shall be made available for Inspection and audit by authorized representatives of the DOT and / or the Federal Highway Administration (FHWA), or their designees at all reasonable times.. The LPA shall provide copies of said records and documents to the DOT upon request. The LPA shall also require its contractors to permit authorized representatives of the DOT and / or the FHWA to inspect all work materials, records, and any other data with regard to agreement related costs, revenues and operating sources. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final amendment / modification to the project in the FHWA's Fiscal Management Information System (FMIS). Upon receipt of such approval by FHWA, the DOT will notify the LPA of the record retention date. b. In accordance with Iowa Code Chapter 216, the LPA shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national origin, religion, 2011- 16- 017_lowaCity.docx 4 March 2010 pregnancy, or disability. c. The LPA shall use positive efforts to solicit proposals or bids from and to utilize Targeted Small Business (TSB) enterprises as consultants or contractors and ensure that the consultants or contractors make positive efforts to utilize these enterprises as subconsultants, subcontractors, suppliers or participants in the work covered by this agreement. Efforts shall be made and documented in accordance with Exhibit C which is attached hereto and by this reference incorporated Into this agreement. d. The LPA agrees to indemnify, defend and hold the DOT harmless from any action or liability arising out of the design, construction, maintenance, placement of traffic control devices, Inspection, or use of this project. This agreement to indemnify, defend and hold harmless applies to all aspects of the DOT's application review and approval process, plan and construction reviews, and funding participation. e. If any part of this agreement is found to be void and unenforceable then the remaining provisions of this agreement shall remain in effect. f. This agreement is not assignable without the prior written consent of the DOT. g. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. h. In case of dispute concerning the terms of this agreement, the parties shall submit the matter to arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written notice must include a precise statement of the disputed question. The DOT and the LPA agree to be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the State or Federal courts absent exhaustion of the provisions of this paragraph for arbitration. i. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. j. This Agreement, as well as the unaffected provisions of any previous agreement(s), addendum(s), and /or amendment(s); represents the entire Agreement between the LPA and DOT regarding this project. All previously executed agreements will remain in effect except as amended herein. Any subsequent change or modification to the terms of this Agreement will be In the form of a duly executed amendment to this document. IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2011 -16 -017 as of the date shown opposite its signature below. CITY OF IOWA CITY: By: -..� � d • t� "' Data aG r 2-2 , 20 /O. Title: Mayor / 2011- 16- 017_I0waCity.docx March 2010 I, flgar'%Gc -n Xa e r certify that I am the Clerk of the City, and that who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the Z"L day of Qc--AodP_ r 20/0, Signed: r� < City Llerk of lowla City, Iowa. IOWA DEPARTMENT OF TRANSPORTATION: 1 By: 96 Data 20_. ames R. 8chnoebelen District Engineer District 6 2011- 16- 017_lowaCi ly.docx Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 12 -264 RESOLUTION ACCEPTING THE FY2011 ASPHALT RESURFACING PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the FY2011 Asphalt Resurfacing Project, as included in a contract between the City of Iowa City and L.L. Pelling Company, Inc. of North Liberty, Iowa, dated July 12, 2010, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Pavement Rehabilitation account #3824:and WHEREAS, the final contract price is $1,913,838.76. 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 5th day of June 2012. Mayor ` ATTEST: City 'Clerk Approved , iby: City A 4d(4) WMENNEEM Resolution No. 12 -264 Page 2 It was moved by Payne and seconded by Resolution be adopted, and upon roll call there were: AYES: x x x x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton