Loading...
HomeMy WebLinkAboutASPHALT RESURFACING/FY2012/2011FY2012/ 2011 !7 -M19 - it r77-may- // 5 JkL - // Y,3 / py - (cu-ts/ - SreC,Zc--�-,c7ns, rrD{)vSa l art,--I ,a, l op a �e5p(tc t iw� 11— 170 se-WA9 a L);,- AeRrInq a'n U"n-f- 71 C7 a�-, p lG.h -S �-c. ; cca�: ur,s - o -r-n uf- Corr ra -c�- IIII p� CoSrr� �o r 41p, Cons4v vuc. 4, vim. ,- 44.,e- Ir- Y c2o /a A s -4ir,1 i--- l�2Sinr�r�c ;v�G 7:�Dfv�2C (-4, y r e ;4v 011ertz- 4 rt -�AS4 no-L- C,, o- Sa;c. komta ,V-L a'n d d' „re��;n� C,4 - Y-31hee�- 4o T1ac-.P- S0.',d ��CcriS ch l; 1� t0v �tc�1iC nSj,��C-4� D--L. c ¢ o-C 7K.L h c- �tar�s /r�.S�ec:��cw�.,v.�Sf �or"rt Dt Car�7rti QS�,ma Oo� Cas�- -tvv %� e CDns�vuc� uti. Rii B , es4-r k ;rii /E1 of- -L�,d S)ecurl; -ty _I /o ac/com1pa . e4c�, �:� cl/ \-17 1� @r� puLj,Sh /,vtiG¢ is 4J ;dd2rS g �.X „erg i,m2 �(ac(¢ XD,o reci, Y+ txC 4=,-As , N4 "ce +o — Troo'f c4 -PcJb 1� C0. -- :o" lr; r �' %C MIa,�Or �g S�9n Cincl -('-42 0;4V C le rK }o C,4,5 ` a_ Corc�-rkc -+ ✓for o ( Fy la- JLIL- it ai- Fr- - ,,;z L— a- Form. rm. a"7' �fQ£mtr� ; ` i +^'�o rmc..t�c� 10.61 RgsDf.,41Jn /a -5o acceP{'h9 fie �� aola Prvec4l OPINION OF PROBABLE COSTS FY 2012 TREET REHABILITATION PROJECT Dale'. 5/16/2011 ITEM NO. ITEM UNIT TOTAL DIVISION 1 TOTAL DIVISION 2 TOTAL UNIT PRICE EXTENDED TOTAL City of Iowa City Iowa DOT HMA Paving 1 /Resurfacing 1CLEAN &PREPARATION OF BASE MILE 0.68 20.00 _ 0.68 20.00 _ 15,895.00 - 4,000.00 $ 2,720.00 2 3 HMASURFPATCH _ _ _ PAVEMENT MILLING HMA (1M ESAL) BASE, 1 /2" TON _ _ 200.00 4.00 $ 4,000.00 $ 64,952.00 $ 83,680.00 SY __ 16,238.00 _ 1,046.00 1,416.00 _ 4 TON _543.00 1,046.00 _ 1,416.00 _ _ _ _ 152.00 _ - 250.00 _ _ 225.00 _ _ _ 4,745.00 36.00 6.00 - - - 2.00 5.00 _ 80.00_ _ _ 80.00 20.00 b 6 HMA (iM ESAL) SURF, 112 ", NO FRIG ASPHALT REMOVAL, DRIVEWAY AND ALLEY _ _ HMA PATCH, 8" _ _ COVERAGGREGATE BINDER BITUMEN ASPHALT PATCHING "COLD MIX" TON $ 113,280.00 $ --3,040M S 37,500.00 _S_ Y _ SY TON _ 152.00 250,00 225.00 4,74 0 36.00 7 _ I 1.50.00 _ _ _4.5.00 3,00 8 9 $ 10,125.00 $ 14,235.00 GAL TON 10 Wastewater _ 11 12 13 180.00 $ 8,4110.00 - - $ 8,800.00 MANHOLE ADJUSTMENT _ _ FA MEDIAN INTAKE TOP ADJUSTMENT EA REMOVAL OF EXISTING STRUCTURES EA SUBDRAIN, 6" LF_ _ 6.00 2.00 1,100.00 _ 2,000.00 2,500.00 $ 4,000.00 $ 12,500.00 $ 1,400.00 5.00 _140.00 1.00 14 15 _ _ 1_40.00 1.00_ - _ _ _10.00 6,500.00 5,500.00 STORMSEWER STRUCTURE, SW -401 STORM SEWER CTURE, SW -508 _ STRU STORM SEWER STRUCTURE, SW -541 EA $ 6,500.00 _ 16 EA 2.00 - 2.00 _ _ $ 11,000.00 $ 16,500.00 17 18 EA _ 3.00 188.00 - 3.00 188.00 2.00 5,500.00 STORM SEWER, 151N. DIA, -RCP CLASS III LF ty -- - - WATER VALVE ADJUSTMENT EA - - - 55.00 $ 10,340.00 Water _ - - _ -- - 19 20 2.00 - 2.00 125.00 1,500.00 $ 250.00 § 3,000.00 HYDRANT ASSEMBLY RELOCATION RMVL OF CURB & GUTTER RMVL OF MEDIAN PAVEMENT RMVL OF PCC SIDEWALK SIDEWALK, PCC, 4" SIDEWALK, PCC, 6" MEDIAN, PCC, 6" - - DETECTABLE WARNING PANEL,CAST IRON STANDARD CURB +GUTTER, PCC, 2.0' SQUARE CURB +GUTTER, PCC, 2.0' CURB GRINDING PCC BASE REPAIR SUBBASE REPAIR, CLASS A ROADSTONE -- - - -- - _- PAINTED PAV'T MARK, DURABLE TRAFFIC CONTROL EA 2.00 PCC Paving 21 - -- 1,132.00 - - _ 1,391.00 189.00 - 131.00 - 204.00 1,751.00 248.00 1.002.00 $ 317.00 100.00 300.00_ 5.00 $ 5,660.00 LF _ 1,13_.00 2 1,391.00 22 S _Y SY 15.00 20.00 S _ _ _ 2065.00 $ _ 3,780.00 $ 5,895.00 23 24 189.00 BY SY 131.00 204.00 45.00 __ 50.00 45.00 26 _ 26 $ 10,200.00 - $ 78,795.00 $ 12,400.00 SY 1,751.00 __- 248.00 $ 1,319.00 27 28 29 - - SF LF 0 50.00 35.00 40.00 $ 46,165.00 § 4,000.00_ $ 3,000.00 $ 23,340.00 $ 15,125.00 LF 100.00 30 31 � 52 LF SY _ _ 300.00 389.00 805.00 _ 19.05 1.00 10.00 389.00 - 80.00 25.00 TON _ 805.00 - - _ _ _12.71 6.34 0.55 _ 0.45 56.00 _ 0.55 _ 0.45 0.55 0.45 Traffic Control 33 _ 34 LS $ 2,857.50 150.00 - 15,000.00 295.00 $ 15,00 0.00 35 Erosion 3B -T- Mobilization 37 jMOBILI7ATION FLAGGER DAY Control _56.00 _ _ _ $ 16,520.00 1,200.00 TEMPORARY EROSION AND SEDIMENT CONTROL JLS _ LS 1.00 1.00 _3 _ 1,200.00 65,000.00 $ 65,000.00 Subtotal Construction 3 157,418.00 5% Contingency $ 29,224.33 S 7,870.90 Subtotal per Location $ 613,710.83 $ 165,288.90 N Total Opinion of Probable Construction Costs o $ 741,904.50 $ 37,095.23 $ 778,999.73 C-> : C-) tl fV i P a ` ri4M, CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION N O_ Q �M M a u N PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE FY 2012 ASPHALT RESURFACING PROJECT IOWA CITY, IOWA �a I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Dave A. Panos, P.E. Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2012 J n SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ....... NOTE TO BIDDERS FORM OF PROPOSAL............ FORM OF AGREEMENT PERFORMANCE AND PAYMENT BOND ................... CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS)........... GENERAL CONDITIONS Page Number N ............. I ...... ........... — AFB L1 . ............................... P 9n rn ....................`BB .. ............................... AG-`Y' Na CC -1 GC -1 SUPPLEMENTARY CONDITIONS .......................................... ............................... SC -1 CONTRACT PROVISION - TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION RESPONSIBILITIES ON NON - FEDERAL -AID PROJECTS ....... TSB -1 —TSB -8 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ..... __ ............ ............................... Section 01025 Measurement and Payment ............. ............................... Section 01310 Progress and Schedules .................. ............................... Section 01570 Traffic Control and Construction Facilities ....................... DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ....................... Section 02100 Site Preparation ................................... ............................... Section 02220 Earth Excavation, Backfill, Fill and Grading ........................ Section 02270 Slope Protection and Erosion Control .. ............................... Section 02510 Asphalt Cement Concrete Paving ........ ............................... Section 02520 Portland Cement Concrete Paving ....... ___ .................. __ Section 02524 Curb Ramps ......................................... ............................... Section02700 Sewers ................................................. ............................... Section 02900 Landscaping ............. ......................................................... 01010 -1 01025 -1 01310 -1 01570 -1 02050 -1 02100 -1 02220 -1 02270 -1 02510 -1 02520 -1 02524 -1 02700 -1 02900 -1 APPENDIX............................... .... __........................................................... AP -1 NOTICE TO BIDDERS FY 2012 ASPHALT RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 24h day of June 2011. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5h' day of July 2011, or at special meeting called for that purpose. The Project will involve the following: 2,462 tons of asphalt cement concrete, 16,238 sq. yards of pavement milling, 1,419 feet of PCC curb and gutter replacement, 15,800 sq. yards of chip sealing, 188 ft of 15" RCP, 150 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 hereto- fore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10 % of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish AF -1 �b r- I-TI r•. 77 T✓ J w a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Deadline: Milestone 1: Completion of work on Prentiss, Capitol, and Miami Drive by August 12, 2011. Milestone 2: Completion of work on remaining streets by August 31, 2011. Early Start Date: July 18, 2011 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. . Copies of said plans and specifi- cations 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 deposit is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to: 'Treasurer of the City of Iowa City, Iowa'. The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to AF -2 N Can n� c s? µ w 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 N O - <r- -0 • rTr � 3Y .c 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 ". I N 0 � 7�+ g y• W FORM OF PROPOSAL FY 2012 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 City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 N U Q Fri M CJ -13 57, nz --.- FP -1 SCHEDULE OF PRICES FEM VO. ITEM UNIT TOTAL DIVISION 1 TOTAL DIVISION 2 TOTAL UNIT PRICE EXTENDED TOTAL City of Iowa City Iowa DOT NA P ving lResurfacin- 1 CLEAN& PREPARATION_ OF BASE _ _ HMA SURF PATCH 0.68 - 0.68 2 20.00 20.00 3 4 5 _ 6 7 PAVEMENT MILLING TTON O N SY SY 15,695.00 5 43.00 _ 1 046.00 _ _- _ _ 1,416.00 - _ 152.00 - _ 250.00 - 16,238.00 t _- HMA H M ESAL) BASE, U2 HMA (1M ESAL�SURF 112', NO FRIG _ _ _ _ ASPHALT REMOVAL, DRIVEWAY AND ALLEY PATCH, 8" 1,046.00 1.41&00 - 152,00 250.00 ]HMA 8 9 COVER AGGREGATE BINDER BITUMEN TON GAL 225.00 - 4,745.00 225.00 4,745.00 _ 10 ASPHALT PATCHING "COLD MIX" TON 36,00 36.00 'astewater Utllf MANHOLE ADJUSTMENT EA -_- 11 6.00_ 6.00 12 13 MEDIAN INTAKE TOP ADJUSTMENT REMOVAL OF EXISTING STRUCTURES EA EA 2.00 2.00 5.00 5.00 14 15 SUBDRAIN, 6" STORM SEWER STRUCTURE, SW -401 LF EA 140.00 - 1.00 140.00 1.00 16 17 18 STORM SEWER STRUCTURE, SW -508 STORM SEWER STRUCTURE, SW -541 EA EA 2.00 - 3.00 _ 188.00 - _ _ 200_ - 2.00 3.00 _' STORM SEWER, 151N. CIA, RCP CLASS III, LF Utility WATER VALVE ADJUSTMENT EA 188.00 ater 2.00 19 __1 20 - HYDRANT ASSEMBLY RELOCATION _ EA �C Pa vin 21 RMVL OF CURB & GUTTER LF 200 _ 1,132.00 - 2.00 c� 1,132.00 C7 22 RMVL OF MEDIAN PAVEMENT RMVL OF PCC SIDEWALK SY BY 1,391.00 1B9.00 1,391.00 189.00 23 24 SIDEWALK, PCC, 4" SIDEWALK, PCC, 6" SY 131.00 - _- 131.00 204.00 - m 26 SY 204.00 26 MEDIAN, PCC, 6" DETECTABLE WARNING PANEL, CAST IRON BY SF - 1,751.00 248.00 - 1,751.00 248.00^ 27 gm_ 28 STANDARD CURB +GUTTER, PCC, 2.0' LF SQUARE CURB +GUTTER, PCC, 2.0' LF CURB GRINDING _ _ LF PCC BASE REPAIR SY SUBBASE REPAIR, CLASS A ROADSTONE TON 1,002.00 317.00 100.00 - - 300.00 389,00 - 605.00 1,319.00 29 100.00 300.00 389.00 605.00 } - 30 31 32 aff@.Control - PAINTED PAV'T MARK DURABLE �STA TRAFFIC CONTROL LS _ 12,71 6.34 0.55 0.45 - _ 33 _19.051 1.00 34 35 FLAGGER __- _ - - - - -_ _ D_AY Control 56.00 56.00 oslon 0.55 0.45 1.00 1.00 36 TEMPORARY EROSION AND SEDIMENT CONTRO) LS rbllization - -- -- - -- _ 0.55 0.45 - - - 37 BIL MOIZATION _ LS tat BID PRICE _ 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: Phone: Contact: FP -3 N Title: ` Address: t Phone: Contact: FP -3 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. '•c� NOW, THEREFORE, r rn 3 (a) If said Bid shall be rejected, or in the alternate, c _ (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ Witness Witness 6-MIC (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for the FY 2012 Asphalt Resurfacing Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; D i 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 9 The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this Y -TEST: Mayor ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office N 0 day of 20 n� �n �r- v M Contractor Mayor ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND t& (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 aprl severally. c "o` WHEREAS, Contractor has, as of entered into a (date) fir- - y written Agreement with Owner for the FY 2012 Asphalt Resurfacing Project; and WHEREAS, the Agreement requires execution of this Performance and Payment?tond, tf be completed by Contractor, in accordance with plans and specifications prepared by _, 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 r''a funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa are a part of this bond to the same extent as if it were expressly set out herein. r� �:n b SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) .� i'j -o 3 Cl� r. q• -a � 5 t -_� () Ilil V r8l CAI) CITY OF IOWA CITY N O A -tr�i -n T J! r () Ilil V r8l CAI) 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. ti b CJ r Km ti 117 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 ail 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 sue.) 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. CC-2 N G7 y CID r r CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 _o i? wry J r 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. 3. INSTRUCT STAFF N_ Your staff should be aware of and be required to abide by your Equal Employment-Opport0ity program. All employees authorized to hire, supervise, promote, or discharge employees or are ixwolvein suci0'j�ctions should be trained and required to comply with your policy and the current equal�rtiployrtlent opportunity laws. � r �r- 4. RECRUITMENT i M Tt -� (a) Let potential employees know you are an equal opportunity employerY =This cin be done by identifying yourself on all recruitment advertising as "an equal opportunity employer "F - (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 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. CC -5 N b L7 :v r F CC -5 2.3 -1 CHAPTER3 DISCRIMINATORY PRACTICES SECTION: 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. B. 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- Iowa City CC -6 N d � 8 - "• r -r'- -t Cr rn -n T 2 -3 -1 2-3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human Immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply If the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. 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- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 897 Iowa City CC-7 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation, (Ord. 95 -3697, 11 -7 -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. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability In those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or entefxise. The bona fide occupational qualification shall be interpreteER.49rrozly. (ere. 94- 3647, 11- 8- 1994)y =t —1C7 �r�„ s7 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 N O r j- GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION N o C) S -1 Definitions �= S -2 Limitations of Operations ter° S -3 Insurance -er— -fl S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations Cn S -7 Employment Practices S -8 Contract Compliance Program (Anti- Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, 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. Q CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: t� Type of Coverage t3 --7 Comprehensive General Liability Each Occurrence AggregatOJ —t Bodily Injury & Property Damage* $1,000,000 $2,000,000`!, '—r -are.i Automobile Liability Combined Single�ir�ilt Bodily Injury & Property Damage $1,000,000 ~ =? Excess Liability $1,000,000 $1,000,000 y x Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. CA *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self - insured retention. 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 Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or, is required to obtain replacement coverage from another carrier, Conleractbr Oall either (1) purchase "tail" coverage from its first carrier effective for a Rrimu— f f� two years after City Council acceptance of the work, or (2) purchasev'pt'fbr aot¢" insurance coverage from its new carrier, covering prior acts during t . period°of this Contract from and after its inception. " d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and SC -3 expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. 5-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: N c_7 CONTRACTOR shall maintain a qualified and responsible person availableZ;4 houg per—,,, day, seven days per week to respond to emergencies which may occur,`,df3er - -hpurs. " CONTRACTOR shall provide to ENGINEER the phone number and /or paginge°rf%iceD this= individual. n In S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. I" F� Add the following paragraph to 1108.01 of the ]DOT STANDARD SPECIFICATIONS:° u1 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: SC -4 To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the ]DOT 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. SC -5 N 4'J n k� r tip ri y' U1 SC -5 2. 4. 5. Targeted Small Business (TSB) Affirmative Action Responsibilities on Non - Federal -aid Projects (Third -party State - Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.1021 which is 51% or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for - profit small business enterprise under single management, is located in Iowa and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. TSB REQUIREMENTS In all State- assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. TSB DIRECTORY INFORMATION N c_! G Available from: Iowa Department of Inspections and Appeals 7 _ l –< o! , Targeted Small Business — Lucas Building J Des Moines, IA 50319 Phnne_ 515 - 2.81 -7102 Website: littp:Hdia.iowa.gov /page7.litml y ul THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result- oriented program. Therefore the contractor's TSB policy shall be It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State - assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State - assisted programs. CONTRACTOR SHALL APPOINT AN EQUAL. EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to cant' out and enforce the firm's EEO policy. The EEO officer shall be responsible (or developing, managing and implementing the program on a day -to -day basis. The officer shall also TARGETED SfvlALI. BUSINESS (TSB) TSB -I A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515-281-7102) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to lire time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans /specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of U materials /supplies, subcontracted work or other commercially useful function. — A. The bidder may count: (1) Planned expenditures for materials /supplies to be obtained front-,T6 n Pq suppliers and manufacturers, or ` PJ (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. c ul B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces /supplies goods manufactured from raw materials_ (2_) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (d) Work the Contracting Authority has determined that it involves a commercially useful function_ The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count_ TARGETED SMALL BUSINESS (fSB) TSB-2 REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS /CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS 9 C. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information ". form (2) (3) (4) (5) includes: Th Narne(s) of the TSB(s) contacted regarding subcontractable for Date of the contract. _-) Whether or not a TSB bid /quotation was received. c-) + Whether or riot the TSB's bid /quotation was used. —[� The dollar amount proposed to be subcontracted. ={rte Contractors Using Quotes From TSBs ti Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on [he Pre -bid Contact Information form. Contractors NOT Using Quotes From TSBs r� Jcm ur If there are no TSBs listed on the Pre -bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre - solicitation or pre -bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and /or minority- focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, Slate and Federal minority business assistance offices or any other organization providing such assistance_ The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the lama Department of Inspections and Appeals. TARGETED SMALL BUSINESS (TSB) TSB -3 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all Stale - assisted projects which are not assigned goals. Form 'TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. TARGETED SNIALL BUSINESS (TSB) TSBA 1J c� J _ cj Y M u7 TARGETED SNIALL BUSINESS (TSB) TSBA \\ \\ \/ \U ') z o = n e 2 { } \ \ � \ \ \ � \ �_� \ 0 \ } { { \ \ ;/ § 6 \ / / k /: \% \ \� \� - \ � \E \\ EO / 0 \\ �\ \\ \\ \} \\ \� ID LLJ ID 0 \/ z\ \\ \\ \\ / \ ( \� \. \� \) /[ \[ \� / \\ | rn y j \\ \\ \ \ \ \ \ \ \\ LU z o = n e 2 { } \ \ � \ \ \ � \ �_� \ 0 \ } { { \ \ ;/ § 6 \ / / k /: \% \ \� \� - \ � \E \\ EO / 0 \\ �\ \\ \\ \} \\ \� ID LLJ ID 0 \/ z\ \\ \\ \\ / \ ( \� \. \� \) /[ \[ \� / \ r \\ | rn y \\ \\ \ \\ LU )R W \ ( ao - : y \ 2G / \ \ (\ \ r ^ � _J \ / � // J \ ) g \ w\ \\ ? m \ \ \ \ r EO 2 9 \ \ \ \ \ : \ \ \ \ / 0 \ \\ \ r= r | rn y EO 2 9 \ \ \ \ \ : \ \ \ \ / 0 \ \\ \ r= r UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON - FEDERAL AID PROJECTS (THIRD -PARTY STATE - ASSISTED PROJECTS) In accordance with Iowa Code Section 1913 and 541 Iowa Administrative Code (AC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. N Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or `_-' proposals from TSB firms and to utilize TSB firms as contractors or consultants. The k@cipierity ° shall also ensure that the contractors or consultants make positive efforts to utilize TS 6r s subcontractors, subconsultants, suppliers, or participants in the work covered by this arneat� r� The Recipient's "positive efforts" shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspecriens an� Appeals (515 -281 -7102) or from its website at: httn://di w a.ioa.ctov /pageThtml. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area.. 5. For construction contracts: a) Including in the bid proposals a contract provision titled 'TSB Affirmative /fiction Responsibilities on Non - Federal Aid Projects (Third -Party Stale - Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on -line at: http: / /www.dot.state.ia.us /local_ systems / publications /tsb_contract_provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6 For consultant contracts a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that inoludes a list of TSB firms contacted, a list of TSB firms that responded with a subcontract proposal, and, if the consultant does not propose to use a TSB firm [fiat TARGETED SMALL BUSINESS I FSBI TSB- 6 submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and /or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. a. The attached "Checklist and Certification." 'Mis form shall be filled out upon completion of each project and foiwarded to: Iowa Deparhment of "I'ranspgrtation, EEO Administr ator; Office of Contracts, 800 Lincoln Way, Ames, lA 50010. -tC7 r r_ TARGETED SMALL BUSINESS (TSB) TSB_ 7 N O v ur seipient: )unty: CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non - Federal -aid Projects (Third -Party State - Assisted Projects) Project Number: _ Agreement Number: ___ Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ❑ YES ❑ NO If no, explain Were qualified TSB fines notified of project? iJ YES U NO If yes, by ❑ letter, ❑ telephone, ❑ personal contact, or FI other (specify) If no, explain Were bids or proposals solicited from qualified TSB firms? I! YES I NO If no, explain Was a goal or percentage established for TSB participation? `7 YES NO If yes, what was the goal or percentage? If no, explain why riot: Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? YES iNO If no, what action was taken by Recipient ?_ Is documentation in files? YES NO E� C') What was the dollar amount reimbursed to the Recipient c->- from the Iowa Department of Transportation? $ What was the final project cost? $ _ rTI What was the dollar amount performed by TSB firms? $_ Name(s) and address(es) of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? YES NO 'If no, explain __ J u� .�d s the duly authorized representative of the Recipient. I hereby certify that the Recipient used positive efforts to ilize TSB firms as participants in the Stale- assisted contracts associated with this project. Ile gnature 4RGET ED SkdALL BUSINESS (TSB) Date TSB -8 PART1- GENERAL vos SECTION 01010 SUMMARY OF THE WORK General description, not all inclusive. A. Base Bid Work: 1. Hot Mix Asphalt Paving, milling, bituminous seal coat and associated work. 2. Remove and replace Portland Cement Concrete curb and gutters. 3. Remove and replace Portland Cement Concrete ADA Curb Ramps. 4. Adjust manholes. 5. Furnish and install durable pavement markings. 6. Remove and replace Portland Cement Concrete medians 7. Provide traffic control during all phases of the project 01010 -1 N O J { r Il fTl n .0 �1 ui SECTION 01025 MEASUREMENT AND PAYMENT DART 1 - GENERAL. 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. t.a PART 2 - PRODUCTS �, - - f ] "_ 2.01 NONE c-) n rTI PART 3 - EXECUTION 3.01 PROCEDURE. i� c u� A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. 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 Council, provided no claims against the acceptance. Chapter 573 of the Code resolution of claims. 01025 -1 days after the project is accepted by the City project have been filed within 30 days of project of Iowa will govern the release of retainage and Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his /her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and /or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is 01025 -2 N CO 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment'jor the work to be done under the items listed in the FORM OF PROPOSAL. �l Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his /her Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and /or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is 01025 -2 deposited there as a result of any construction activity. The cost of- clean�r shal� -Ve incidental. `gin B. BID ITEM DESCRIPTIONS 1. Cleaning & Preparation of Base The unit price for this item (MILE -full width) shall constitute full pay`nertt for—•all labor, material, and equipment to clean and prepare the base for the %fell wicrth of the pavement in accordance with IDOT Standard Specifications Section 2212.04A. The City's street sweeping crew and equipment will be available to aid the Contractor with the sweeping operation prior to cleaning each street, on a one -time basis only. 2. HMA Surface Patch The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for the repair of an existing base deficiencies including surface sweeping and cleaning and minor partial depth HMA surface repair prior to placement of the asphalt base. 3. Pavement Milling The unit price for this item (SQUARE YARD) 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 the Mesquakie Park site south of McCollister Blvd. Temporary asphalt fillets are incidental to this item. 4. HMA (1 M ESAL), Base 1/2" The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the base course. Adjusting structures in the pavement shall be incidental unless specifically listed as a bid item. Tack coat and quality control management shall be incidental. Binder, Tack Coat, quality control management shall be incidental to this item. 6. HMA (1 M ESAL), Surface % ", No Friction The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the HMA surface course. Binder, Tack Coat, quality control management shall be incidental to this item. 6. Asphalt Removal, Driveway and Alley The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment for removal and disposal of existing asphalt removed at driveways alleys or general pcc approaches which require handwork to tie in new overlay HMA to match existing grades. Sawing, impact hammer removal or other means necessary to remove asphalt shall be incidental to this item. Asphalt removal by milling will not be included in this item. HMA Patch, 8" The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to remove and dispose of hot mix asphalt or deteriorated concrete, and any unsuitable subbase, replace and compact aggregate subbase, and replace HMA Concrete to a minimum 8" thickness. Sawing asphalt and tack shall be incidental to this item. Any brick removed under item shall be delivered to City Street 01025 -3 department stockpile for salvage or disposed of at the Engineers discretion. 8. Cover Aggregate The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment for placement of the 3/8 inch cover aggregate (gradation 21) as per IDOT Standard Specification Section 2307. 9. Binder Bitumen The unit price (GALLON) for this item shall constitute full payment for all labor, material and equipment necessary to apply MC -3000 binder as per ]DOT Standard Specification Section 2307. 10. Asphalt Patching "Cold Mix" The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment necessary to supply, place and compact asphalt cold mix in areas marked on the existing pavement surface by the Engineer. This item shall include all labor, materials and equipment necessary for removal of all existing loose or unsuitable materials and tack coat installation 11. Manhole Adjustment The unit price for this item (EACH) shall constitute full payment for all labor, material, including concrete, reinforcing steel, and equipment to adjust sanitary or storm sewer utility lid and frame to the final surface elevation. Item shall be completed per specifications of "Mr. Manhole" installatior[Aystem included in the Appendix of these specifications. New castings will be provided by the City. —+ 12. Median Intake Top Adjustment fire The unit price for this item (EACH) shall be full compensation for reub ufdi40iitakC,1 tops on in conjunction with new median installation on Highway 1. Item includes sawing, removal and replacement of top section of intake, includ g but not limited to, throat frame and lid. Work shall include field verification of existing dimensions and type. New intake tops installed will include throat and openings on the north side of intake only. New castings to will be provided by the City. 13. Removal of Existing Structures The unit price for this item (EACH) will be paid based on the excavation and removal of existing brick or pcc sewer manholes as indicated on the Prentiss and Dubuque street storm sewer plan. Item includes however is not limited to excavation, demolition, removal, disposal of debris and supply, placement and compaction of Class A Granular Backfill as required to backfill disturbed areas. Item also includes pipe removal as indicated on plans, work to abandon existing storm sewer as indicated along with required materials to complete abandonment including Plowable mortar and plugs. 14. Subdrain, 6" The unit price (LINEAL FOOT) shall be full compensation for furnishing all materials and labor for installing corrugated PVC — Type 1, 6" subdra]n. Item includes core drilling and collar connection to existing intake structure, trench excavation, disposal 01025 -4 of excess excavated material, furnishing and placing plugs, elbows, tees, grouted joints, special connections, furnishing and placing porous bedding, backfill and finishing the surface as directed by the Engineer. Furnish and installation of catch basin. Pipe and fittings shall be Polyvinyl Chloride (PVC) corrugated pipe manufactured by Contech Construction Products, Model: A -2000, Advanced Drainage Systems, Model: ADS N -12 or Hancor, Model: HI -Q as specified. Furnish and installation of the following item shall be considered incidental to this subdrain installation: Nyoplast 12" Diameter drainane basin 15. Storm Sewer Structure, SW -401 16. Storm Sewer Structure, SW -508 — 17. Storm Sewer Structure, SW -541 n The unit price for these items (EACH) will be paid based on the nurnQ of'�ach t7M of manhole or intake constructed (poured in place) and includes ex�Ation iform ng, reinforcing steel, dowels, supply, placement, compaction and finishfmg, of_ppncrfVJ supply, placement and compaction of Class A Granular BackfiUb.,finat -surfn elevations, providing stubs for drainage tiles and the frame and casting: Stoppers for stub connections are incidental. City of Iowa City castings with logtrwill b�upplied on all intakes where applicable. Location and elevations of intakes shall be verified in the field prior to construction. 18. Storm Sewer, RCP, 15" DIA, RCP Class III The unit price for this item (LINEAL FOOT) shall be considered full compensation for installation of pipe as indicated here. 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: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging required to determine location of existing structures or potential conflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of Class A Granular Roadstone as primary, secondary and final trench backfill for all pipe segments from pipe envelope to finished surface within the right of way. h. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. 01025 -5 I. Temporary support of existing utility mains and service lines. m. Temporary fencing. 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. 19. 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. 20. Hydrant Assembly Relocation The unit price (EACH) shall be full compensation for furnishing all materials and labor for relocation of a fire hydrant, tee and valve configuration as indicated on the plans and in these specifications. Item includes all appurtenances, bedding, concrete blocking, piping from the main to the hydrant, tie rods, bolts, and any extensions if required. This work shall include installation of additional or replacement piping matching size of the existing sections removed and approved repair sleeves as required to complete reconnection of Hydrant Assembly. See plan sheets for sequencing and any additional work required for this item. 21. Removal of Curb & Gutter The unit price for this item (LINEAL FOOT) shall constitute full payment for all labor, material, and equipment to saw, remove and dispose of existing curb and gutter marked in the field. N 22. Removal of Median Pavement The unit price for this item (SQUARE YARD) shall constitute full payn5erg)for_�I labor;, -� material, and equipment to saw, remove and dispose of either asphalj�rpc6mediann., Replacement of curb damaged during removal of the median pausnignt -shall I e— considered the responsibility of the Contractor. --+C -) :_<rn M 23. Removal of PCC Sidewalk The unit price for this item (SQUARE YARD) shall constitute full payment for #11 labor, material, and equipment to saw, remove and dispose of existing sidewalk including sidewalk curb ramps. 24. Sidewalk, PCC, 4" 25, Sidewalk, PCC, 6" The unit price for this item (SQUARE YARD) shall be full compensation for installing 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. 26. Median, PCC, 6" The unit price for this item (SQUARE YARD) shall be full compensation for Portland Cement Concrete median constructed at locations as indicated in the plans. Included with this item is subgrade preparation and compaction, subgrade treatments, granular 01025 -6 subbase supply according to Iowa DOT specifications, and install and compaction according to 2009 Iowa DOT specifications, forming, concrete placement and finishing, curing, standard and expansion joint installation, sawing and sealing. 27. Detectable Warning Panel, Cast Iron The unit price (SQUARE FEET) for this item shall be full compensation for all materials, work, and equipment necessary to install detectable warning panels 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. Color shall be approved by Engineer prior to installation. Brick red samples shall be submitted for Engineers approval. 28. Standard Curb + Gutter, PCC, 2.0' The unit price for this item (LINEAL FOOT) shall constitute full payment for all labor, material, and equipment to remove and dispose of existing square curb and gutter marked in the field and replacement with new square curb and gutter using a C -3 mix including a compacted rock subbase. The gutter section shall extend up to 24 inches from the back of curb. Saw cutting, backfilling, landscaping as per sectioff-302900 and clean -up shall be considered incidental to this item. -.n Curb installed for medians during median repair work shall be paid and Ns item. _a rn 29. Square Curb + Gutter, PCC, 2.0' %r ro The unit price for this item (LINEAL FOOT) shall constitute full paymeFif)9 alF_6orV --) material, and equipment to remove and dispose of existing square cii_ and utter marked in the field and replacement with new square curb and gutter using a Cc&mix including a compacted rock subbase. The gutter section shall extend up to 24 inches from the back of curb. Saw cutting, backfilling, landscaping as per section 02900 and clean -up shall be considered incidental to this item. 30. Curb Grinding The unit price for this item (LINEAL 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. 31. Portland Cement Concrete Base Repair, 7" The unit price for this item (SQUARE YARD) 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 not less than 7" thick using M -3 mix or M Mix as specified. Doweling will be required as an incidental item to PCC repairs and shall be in accordance with Iowa DOT Standard Road Plan RH -50 and RH -51. Temporary asphalt fillets provided over the surface of base repair shall be considered incidental to this item. 32. Subbase Repair, Class A Roadstone 1" The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment to install and compact stabilizing Class A Roadstone, 1" Nominal size at locations that require additional base stabilization as indicated by Engineer. Item quantity may vary according to conditions encountered. 33. Painted Pavement Markings, Durable The unit prices for this item (STATION) shall be full compensation for surface preparation, application of durable markings and beads, and for furnishing all 01025 -7 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, 34. Traffic Control The unit price for this item (LUMP SUM) shall constitute full payment for all labor, material, and equipment to install, maintain, and remove all traffic control devices for all divisions of this contract. Item shall include signage and facilities for detour and re- routing of pedestrian facilities during project as needed which may include installation of temporary non -slip walkways or ramps, dependent upon Contractors internal phasing of work. Contractor will be required as a part of the project and phasing to provide and remove temporary asphalt fillets along accessible routs to provide traversable surface for vehicles, bicycles and pedestrians crossing through the project work zone. 35. 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. 36. Temporary Erosion and Sediment Control The unit price shall (LUMP SUM) be full compensation for furnishing 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 SWPPP 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. 37. Mobilization The unit price for this item (LUMP SUM) includes all costs associated with mobilizing to and from the sites, lodging expenses, temporary restrooms, permits and all other overhead expenses. This item includes all efforts necessary for multiple mobiltzations to complete the project. M TM 04/08 n � '— •m~ oiozs.doc <M i7 Vi 01025 -8 SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY. A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a 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. r-> B. The Contractor shall submit updated construction schedules at two -week intervals throughout the project. `r' _C —il PART 2 - PRODUCTS =? , None. _J' _L t' s;r PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre- Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: Completion Date 1. Milestone 1 — Work for Prentiss Street, Capitol Street and Miami Drive shall be completed by August12, 2011 2. Milestone 2 — Work on remaining contracted work shall be completed by August 31, 2011 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 completed within the times specified in paragraph 3.02A above, plus any 01310 -1 3.03 extensions thereof allowed in accordance with the General 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 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 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. C. No work on DIVA 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. D. Work on DIV.2 shall be done between the hours of 7.00 p.m. and 7.00 a.m. Work on DIV 2 items will not be allowed outside of these hours 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 sequences hall be discussed and agreed upon prior to any work beginning. Prior to adU,�ncu to tF51 next phase or sub - phase, the existing phase or sub -phase sh+� e, sr icieng complete to allow reopening to the public, as determined by the Enai�eBr. G. Restoration activities such as pavement replacement will follow clos'€ V-beh-Md thy- j work even if multiple mobilizations are necessary. c� f H. The Contractor will become an active partner with the City in cmmunfd'ating project progress and delays and providing information to concerned residents and businesses as requested. Work will be staged to minimize the length of time parking spaces and parking revenue is lost. J. Contractor will be responsible for maintaining a safe and accessible work area for vehicles and pedestrians during times when accessibility is being provided or allowed through work area. This responsibility includes installation of temporary pavement as needed to provide a smooth and unobstructed transition in surfaces between pavements of differing elevations. When accessibility is restricted to vehicles or pedestrians during closure of sidewalk or roadway facilities, Contractor shall be responsible for maintaining closure devices. 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 01310 -2 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 AND SIDEWALK CLOSINGS: 11/00 A. Notify the Engineer four days in advance of street or sidewalk closings so that a press release can be issued and a plan for maintaining accessibility for pedestrians can be discussed and implemented. No street or sidewalk closure will be allowed without the Engineers approval and said notification. 01310 -3 r-> ..J UN C7P SECTION 01 570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1- GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 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. PART2- 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 Ohin 300 feet of residential dwellings, including apartments, between the hours of 4&00 p.m. and 7:00 a.m. d n J y-1 01570 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform w_ ith the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs, Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3,02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 shareadlenglneerlspec .IhO1570.doc 01570-2 N Q p :vl .. . C-) { �b 1� U� SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1- GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. ]DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. N CJ 1.04 SUBMITTALS: to A. Locations of disposal sites. >zn' � t PART 2 - PRODUCTS ;Cm —r) M T 2.01 MATERIALS: c371: zm .. r A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Scry tandard 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 ]DOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050 -1 Division 25. Miscella Section 2510 Section 2511 Section 2515 Section 2516, 3.02 INSPECTION: neous Construction. Removal of Old Pavement. Removal and Construction of Portland Cement Concrete Sidewalks. Removal and Construction of Paved Driveways. Removal and Construction of Retaining Walls and Steps. N P A. Limits of demolition shall be per 3.04 of this section. The EngineeR(6ervM the`3�i right to revise demolition limits if required by the nature of constructiof� � J 3.03 PROCEDURES :c� A. Utilities c 6= 1. Notify all corporations, companies, individuals and state or local authofes 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 rirci_imstances shall he at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non - working and non - active periods. 02050 -2 3.04 11/00 C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor - furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. DEMOLITION AND REMOVALS: c� A. Pavement and Sidewalk Removals I J Z:71 n 1. Removal shall be to the limits noted on the plans or as direvieW b�Ete Engineer. , 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Cone pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 02050 -3 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1-GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench 2$d rock excavation, addition of borrow and backfill, disposal of excavatt" matq *al, and topsoil, strip, salvage and spread. -Yr� ` 77 1.02 REFERENCES: ` �r v I A A. ]DOT Standard Specifications. ,.�rTJ 1.03 QUALITY ASSURANCE: �' F A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, 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 [DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity 02220 -1 of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General C —� 1. Excavate trench by machinery to, or just below, designatej__� �'�t gra e wlAG14•2 pipe is to be laid in granular bedding or concrete cradl,;- provi&d that" material remaining at bottom of trench is only slightly disturb6d. x- o� Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for 02220 -2 various types, sizes and classes of pipe. D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand 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. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. N 0 4. Contractor is responsible for completing and filing all nece a FeA,eral, . State and local government agency forms and applications. G. Care of Vegetation and Property 77i =� rn iM 1. Use excavating machinery and cranes of suitable type and z3pgrato--withO care to prevent injury to trees, particularly to overhanging (aanchea.and limbs and underground root systems. v, 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 1" 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. 02220 -3 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the 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 utilityT es encountered. The Contractor shall notify the Engineer whenever a ON is encountered and submit the proposed method of restoring t tilitVor review and approval. All utility repairs shall be made prior to backfilling the trench. S V ri - v H. Water Services �= r m 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commence- ment of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 02220 -4 3.05 ROCK EXCAVATION: 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. 3.06 BACKFILLING: o A. General mac) ,.e r— M rn 1. Do not place frozen materials in backfill or place backf 5gpon"�frozeNO material. Remove previously frozen material or treat as r - iaiPred Fefore new backfill is placed. m B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. All areas shall be backfilled with Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 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 shared \engineerlspecs- iiN02220.doo 02220 -5 SUCTION 02270 SLOPE PROTECTION AND EROSION CONTROL A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITY ASSURANCE: 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 ]DOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2- PRODUCTS 2.01 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 N d DART1- GENERAL = 1.01 SUMMARY: r. A. Placement of silt fence, erosion control mat, �� engineering fabric, r4entcstonm and erosion stone. °W ! ° 1.02 REFERENCES: m A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITY ASSURANCE: 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 ]DOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2- PRODUCTS 2.01 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 ]DOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. o and the following [DOT Standard Road Plans: RC -5 Wood Excelsior Matte — r RC -16 Silt Fence Grn o �1 wA 3.02 SCHEDULE: sx X_ A. Silt fence shall be installed at locations indicated on the plans I immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and 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. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U ", "L ", or 'T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up -slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along 02270 -2 a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 11/00 sharecRengineerlspees- IA02270.doc 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. 02270 -3 N O 1 s -,C-) SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING. PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. CD -c-) ?'• 1.02 REFERENCES: c-) A. IDOT Standard Specifications. =`F- _q B. IDOT Supplement Specification 01014. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART 2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137, Asphalt Binder. 02510 -1 I'ART 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 2122. Paved Shoulders, Division 22. Base Courses Section 2203. Hot Mix Asphalt Bases. Prentiss Street Capitol Street to Dubuque Street Capital Street Section 2212. Base Repair. Nevada Avenue to Hollywood Boulevard Ridge Road Ridgewood Lane to Whiting Avenue Section 2213. Base Widening. Division 23. Surface Courses. o N ci SS -01014 Hot Mix Asphalt Mixtures. T {� _= Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothnessi J �" Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. `7 Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be perrnitted 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 WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: A. Division I - Iowa City Streets - Asphalt Overlay NAME LIMITS Prentiss Street Capitol Street to Dubuque Street Capital Street Prentiss Street to Court Street Miami Drive Nevada Avenue to Hollywood Boulevard Ridge Road Ridgewood Lane to Whiting Avenue Oakland Cemetery Various Locations 02510 -2 3.05 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave.. 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. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one -time basis only. Any subsequent sweeping required will be at the Contractor's expense. ra 3.07 AGGREGATES_ A. Type. 1. Type B aggregates shall be used in base mixtures. r'rrn I 2. Type A aggregates shall be used in intermediate and surface mixturgsM- B. Gradation. 1. A'/ -inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to 'Ye" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed 02510 -3 necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 64 -22 on the surface and leveling course for all streets. . 3.10 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 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. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa (�i_w Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT =i s A. Lifts 1. 1'/" depth intermediate course followed by a 1'/" depth surfa�eBursC;- y. s- B. Compaction Class 1 B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK. A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be %" Gradation 21. Bituminous material shall be MC -3000. Primer shall be MC -70. 02510 -4 3.14 STREETS TO BE SEAL COATED: A. Division I - Iowa City Streets - Asphalt Overlay NAME LIMITS B'Jaysville Lane Dubuque Street to East Limits Hutchinson Lane South limits to Park Road Sycamore Street Kountry Lane to South City Limits 1.15 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 N u t7 -� - r 02510 -5 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. 2009 [DOT Standard Specifications. 1.03 QUALITY ASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: A] 1. Compressive Strength Tests. C-) 2. Entrained Air. 1> c 3. Slump. •gym -n m 4. Density Tests of Base and Subgrade.' PART2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. o Section 2512. Section 2111. Granular Subbase. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Division 22. Base Courses. Section 2530. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. fir- Fri Section 2213. Base Widening. t'� �,• oy V_..j Division 23. Surface Courses. r- Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310, Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 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 Coverinq 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. 02520 -2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and /or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90' F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 sharedlengineeAspeoa- 1602520.doc 02520 -3 N C7 ,r 1� SECTION 02524 CURB RAMPS PART 1- GENERAL 1.01 SUMMARY,• A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11A -4) D. ASTM C309 – Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITY ASSURANCE. A. Use adequate number 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 curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed ancteplaced at the Contractor's expense. c� _ 1.04 SUBMITTALS: C-) A. Comply with Section 01310., - e�2 B. Comply with Section 02520. r 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot - weather concrete work. B. Pre - Installation Meeting 02524 -1 PART2- PRODUCTS 2.01 MATERIALS: i A. Concrete: Reference Section 2520. - +�_ Vii- u FYI B. Water: Fresh, clean and potable. ;:, C. Cast -In -Place Tactile /Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5 % max. Warpage of Edge: +/- 0.5% max. 3. Cast Iron tiles shall be Neenah or East Jordan Iron Works PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) — (11A -4) and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. 3,03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed at all curb ramps unless otherwise directed by the Engineer. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6 -inch P.C.C. section, unless otherwise specified by the Engineer.. 02524 -2 3. 0A WIDTHS: A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 3 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may inclupe t%ese � or other curb ramp types not shown. Existing site conditions may - q}�ire, #hat i alterations be made to proposed curb ramp design in order to provid�raa- '!best= fit ". Quantity changes due to these alterations will be paid for per the unit 43ild6 quoted on the Form of Proposal. = s' J B. The 6 -inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and.is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 2/04 SSEnpiaster specs102524 -with Tiles.doc 02524 -3 SECTION 02700 SEWERS PART 1 -GENERAL 1.01 SUMMARY: A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI /AWWA- A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI /AWWA- A21.50/C150, latest edition, Thickness Design of Ductile - Iron Pipe. 3. ANSI /AWWA- A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 02700 -1 U *- C. _ 4r^ Ca :.Jr J A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI /AWWA- A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI /AWWA- A21.50/C150, latest edition, Thickness Design of Ductile - Iron Pipe. 3. ANSI /AWWA- A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 02700 -1 4. ANSI /AWWA- A21.11/C111, latest edition, Rubber - Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI /AWWA- A21.4/C104, latest edition, Cement - Mortar Lining for Ductile - Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe — For Sanitary Sewers ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile- Butadiene- Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping CJ - 4. ASTM F477, latest edition, Specification for Elastomeric ads ( (5isketbIn for Joining Plastic Pipe ` 4 G. Manholes FYI �rri c` - 1. ASTM C478, latest edition, Standard Specification for Precast f,{einforcaA Concrete Manhole Sections. - -J H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITY ASSURANCE: 02700 -2 A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will�-dot be reviewed for structural adequacy by the City. — PART 2 - PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers �� s 1. Joints: All joints will be confined O -ring gasket meeting frTM C3 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM 0361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding – Type B per ASTM C 12 with compacted granular material to the springline of the pipe. 02700 -3 B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O -ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198 -75, Type "B ". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of rrtanufac6e and ASTM class. If quadrant reinforcement is used, the top shall ke marked ondi the outside of the pipe. = i _a 5. Lift holes are not allowed. rn �� 6. Minimum Bedding — Type B per ASTM C 12 with com ae ed xjwnul`Zo material to the springline of the pipe. -J C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 02700 -A 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding - Type 5 per ANSI /AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe - For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding - Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. F. Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines N 1. All PVC pipe shall be manufactured in accordance with ASLI D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. ;m r°] , --n - 4. Minimum Bedding - Crushed stone encasement to 6" ae pipe. They €�-- minimum bedding depth shall be as specified on the plans.ylf not specified, the minimum bedding depth shall be 4" below the pipe. '-' G. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M -252 and M -294. 3. Minimum Bedding - Drainable stone encasement to 6" above pipe. H. Manholes 02700 -5 1. Joints: All joints will be confined O -ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in -place inverts must provide a channel at least one -half the depth of the pipe and match the full cross- sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R -1670, self - sealing, East Jordan 1117, self - sealing or approved equal. If in paved area, casting shall also be non - rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. Bedding: Granular bedding material shall consist of porous backfill material, [DOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION CH 3.01 INSTALLATION OF PIPE: < <'_ A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade = = M cars V V-7711 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with 02700 -6 pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A -LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. N 3. Suitable couplings shall be used for jointing dissimilar materi,&,B F. Backfill as specified in Section 02220. c->-� _ G. Clean pipeline upon completion. III H. Tolerances -% r- C3J 1. Any deviation in a sewer pipes section more than 118 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Enginocr, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall ". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE. A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install 02700 -7 bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low- pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low- pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed 4. Exfiltration or infiltration test performed on sections of approved length (maximum '/z -mile for sewers) and before connection to buildings. Low - pressure air tests performed on manhole -to- manhole sections of pipeline. 5. Low - pressure air test: a. Equipment (1) Designed for testing sewers using low- pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. rj b. Procedure r (1) Perform from manhole -to- manhole after backfill. -te' r-- -a 171 (2) Place pneumatic plugs: (a) sealing length: e3 to._or greater than pipe diameter, (b) capable of resis5dg inte- al test pressure without external bracing or blocking. CO (3) Introduce low- pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low- pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 02700 -8 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 2.1 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flowaline of the pipe. C. If pressure drop exceeds 1.0 psig during the test;pPMpd,`te testy shall be considered to have failed. Locate and r9af leas aqd- -- retest as required. -+C') 1f ti r� d 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. Cu b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. 02700 -9 d. Allowable exfiltration same as allowable infiltration. If thaverage head above the section being tested exceeds two.feet abWe top of pipe, then the allowable exfiltration can be incrlwq* b 5% fdri each additional foot of head. e. Modification to this test only as approved by the Emit %c _� ; FV1 _ t f. Locate and repair leaks and retest as required. �r� F C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follovA? The mandrel (go /no -go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ± .001 ". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short -term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all "sewer lines. Ary sections of the sewer not passing the inaildrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go /no -go mandrel until passing. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six -inch granular backfill material. B. Install O -ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one -half the depth of the pipe and match the full cross - sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. 02700 -10 E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM -NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. C) —6 H. Backfill as specified in Section 02220. I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal leru Repair leaks. r •F' �o 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand -by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of 'he Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and /or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. 02700 -I1 E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 06/03 sM1ered'engi�edsp:cs- ii102]OOdoe 02700 -12 N YI lLJ N O SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and /or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and /or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900 -t PART2- PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well- formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6 ") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Mix Proportion by Weight Lbsd Acre Lbs./ 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 Perennial Rygrass (fine leaf variety) 10% 18.0:4Ei Creeping Red Fescue 20% 35.0 RURAL MIX* Kentucky 31 Fescue 54% 25 Switchgrass (Black Well) 17% 8 ;.0 0$ -� Alfalfa (Northern Grown) 11% 5 -1.11 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 02900 -2 not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* -15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION rn c� 3,01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: 1. Trees: Spring — March 30 through May 15 Fall —Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with pasmission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. 02900 -3 G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one -third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE. A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH. 7 '- A. Apply lime by mechanical means at rate of 3,000 pounds per acre.` ir ---j �y B. Apply fertilizer at rate of 450 pounds per acre. -<rn � M C. Seed Areas: ° 1. Remove weeds or replace loam and reestablish finish grades if ar4Ddelays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical . means. Sow one -half of seed in one direction, and other one -half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than Y4 -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro- seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/ tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -year maintenance period. 02900 -4 3.04 SOU: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. e F. Roll sod to establish smooth, uniform surface. r� -< ice— n d G. Water area adequately at time of sodding and continue as necess roughoute­ maintenance period. r H. Sod during approximate time periods of April 1 to May 15 and August `1$ to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -year maintenance period. 3.05 MAINTENANCE- ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/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. 11/00 sharedlengineWspecs- H102900 .doc 02900-5 VIowa Department of Transportation 11 A -3 Office of Design Design Manual ADA Curb Ramp Compliance Chapter 11 Miscellaneous Originally issued: 07 -12 -96 Revision 41: 05 -23 -07 A public sidewalk curb ramp and level landing will be provided wherever a 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 permissible to construct a parallel o1- combined curb ramp. Illustrations and design guidelines are 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 established by state or local practice. The type of curb ramp used will be affected by site constraints, but when deciding what type of curb ramp to use, keep in mind the ADA Accessibility Guideline's specified orderof preference: 1. perpendicular 2. parallel or combined 3. diagonal (not recommended for use in new construction) New construction, as related to curb ramps, is defined by the Departulent as any project where new curbs are being constructed. The purpose of this section is to summarize the most recent design guidelines as set forth by the Arehileclurnl and Transportation Barriers Compliance Board. Included with each clesign criterion is a reference to the ADA ic(essibility Guidelines (ADAAG) sections for cross- reference. Also ,1.- ISHT0'c Guide for the Planning, Design, and Operation o/ Pcdestrimr 1-at ilities can be referred to for more detailed explanation. The Dcpartmenl's sl:nldeld curb ramp designs can be found on Standard Road Plan RB -6. N f_]t Page 1 of 4 -,J r —S r7 C —O q�.. yyP1 Y cn c� Page 1 of 4 Chapter it Miscellaneous Section 11A- 3— ADACurb Compliance Perpendicular Curb Ramps Figures 1 and 2 illustrate two types of pelpendieular curbs: o'ith returned sides, and with flared sides. landing 60" (1.5m) bo, WWV V N flare not recVTed 60" (1.5m) C-)1 Figure 1: Perpendicular ramp with returned sides. X01 ul 0 landing 60" (1.5m) 60 ». \ 10:1 maximum flare slope 60" (1.5m) flare required Figure 2: Perpendicular ramp with flared sides. Width The width of the ramp, not including flared sides, will be a mininnnn of 60 inches (1.5 meters). (ADAAG 4.7.3; Flared Sides Where a side of a perpendicular ramp is contiguous Nvith a public sidewalk, it will luixe flared sides with a ntaxii n in slope of 1:10 ( I0 "'6). If the ramp is not contiguous with a sidewalk, or it a railing or other ban ier projects it, jhe rump may ha%c returned sides or (laced sides of ant slope. l ADAAG 4.7.51 Page 2 of 4 Chapter 11— Miscellaneous Marked Crossings Section I1A -3—ADA Curb Compliance For areas with crosswalk markings, the bottom of the ramp run, exclusive of flared sides, will be wholly contained within the markings. {ADAAG 4.7.91 Ramp Slope The maxis nun running slope of the ramp will be 1:12 (3.33 %). The maxinnun cross slope of the ramp will be 1:50 (2 %). (ADAAG 4.5.21 Landings A level landing will be provided at the top of the ramp run. The landings will be a minimum of 60 inches (1.5 meters) square. The slope of the landing in any direction will not exceed 1:50 (2"G�). Transitions The transition from the roadway to the ramp will be flush and tree of abrupt changes. The slope of the roadway surface approaching a ramp will not exceed 1:20 (5 %) for a distance of 24 inches (0.6 meters) out from the ramp. Gratings and similar appurtenances will not be located in this area. Width transitions from aclioining sidewalk to landings will be a gradual transition. N Surfaces n The surface of the ramp will be stable, firm, and slip - resistant. Gratin &-:ayd 'similar appurtenances on ramps or landings are not allowed. {ADAAG 4.5.1 } e3�: — C� Parallel and Combination Curb Ramps 6M Figures 3 and 4 illustrate a combination ramp and a parallel ramp. Gn ca landing 60" (1.5m) Figure 3: Combination ramp. 0 flare not required 60" (1.5ni) Page 3 of 4 Chapter 11— Miscellaneous Section 11A -3—ADA Curb Compliance rigure 4: Parallel camp. If it is not possible to construct a perpendicular curb ramp because of right -of -tray conshaints, parallel or combination curb ramps nlay be used. All of the applicable guidelines outlinecl for perpendicular ramps, also apply to parallel and combination ramps, except for the bolluwing difference: Rarnp Slope Parallel ramps are not required to be any longer than 96 inches (2.5 meters) as measured from a level plane. If the ramp is built to at least 96 inches (2S meters), the rwming slope of the ramp may exceed the reconuncnded 1:12 slope. {ADAAG 4.3.21 Diagonal Curb Ramps ( notreconunen (leciforuseinnewconstruction) Dial-uu.il cu111 r.uupo, 11C figures 5, arc permitted in alterations only where other desigiss cannotbe accommodated. AV'Isere curb radii are less that 20 feet (6 meters) a diagonal ramp should be avoided, since nlor-iu, tialtic can encroach on the landing area. The applicable guidelines outlined for the perpendicular curb ramps will apply for these alterations except for 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 pedestrians space clear of through uaflic to maneuver into their desired crosswalk. ..�. /< / Y 4 f Ln CD Figure 5: Page 4 of 4 \I� r , < q / 2= ! ! \ \ »±717 §: ; ~ \ m �� k\ { \ ) CITYcl ° . as § ) _ ![2 @ )! \ SE ES § o! \/ , / /! ! »; §§ /!)\ \ / \( >» §}; - <!0 . ( /( )! §§ \ /" w | § [§ ` )( ;!� 3 � / § \§ / § ©/( ;«. ,c.\ § 4 ;;!) ! / / \! /! / \o \ pg © m D] ] z _ \ §} } ) f `/ / q q 2\ `!■!! ® -� 77777 P f, se , m ) x} \fyRE1J { »�& ![ m \ ( � � � .d; . mgr y g: % z §( (\ / \ \ / / q 0 q C�l) 777 m 50 :5 \ _ » %fycl m§ §® n \ ( _ \ »' CD | \ k � ! /kI� § /� �{ / / \ / � A kA C z \ \ § \ : , ! ui % @ f , ,� « /\ • . % �! e 88 N s E_ 0 0 E n@ a E / 1 2011 r, A Y 17 rN I: 50 ¢ 8 $ °z CITY CLERK g E a IOWA CITY, 10 ;?!r1 e e 0 E 4 E M y a� s d 4 0 i E w 6W @ n�N 0 - 3 i v y06 >> U T A •O. .mfr (( w E v 3 \ \ 9 C*4§ \ \ �oex. ! \ \ / E C3 : l 2 3! : r=y9 ; •s« : n! . ��iHJu yy - -- � \\ \ /§ ITI ` 9r Qg � s/ 2 \ Will hy §( ,! : � \R- E / . >\ / �§ ,n. \ \! / § � _ ( — -0 , \. m \ | ,! ){ § w �} § !� 7 \ � ! C } ) ! ! ! § , NU \\ //� \/ . \\ / w �} § !� 7 \ � ! C } ) ! ! ! § , NU \\ \ \/ 3 \\ / � § i w �} § !� 7 \ � ! C } ) ! ! ! § , NU \\ \ \/ 3 \\ / ! ! ! ~q q q q 0 F N N 3 E0 H p 9° ° Ep � ob mE s z X a - 9N s m - 9 s§ a --_ s-;ti am �n s E € ee U� L� its E 8 s� RK M °E& " 86899 0 goo �Fa = =2 IM O O �s� ❑° 8 9U� 8� °' €Q5 °3 BE B� FHE S ww 30 DES p5o 3 o H p I Ep � ob mE s z X am �n s E € ee 9 v z zg uw �' No d � N ' Q W ❑ 8 E li g 0 oQ R � a c a- d pC "1� a fn i� V o H p I ¢B ob X am �b d � N ' Q W ❑ 8 E li g 0 oQ R � a c a- d pC "1� a fn i� V o t p I ¢B ob X 2 am L� E 8 nb 0 4 �Fa O O U Z BE B� OY Ymd ❑W E'W~ WW c, y.a ma0 N m Qm 0 o � (�K ❑ Y-1 2Wv` 2• Z E a Z RJ 3J z $ s a, z 5.. wT °g o ., Wg Z 2 U O a g m � z ❑ o 5 a s o m w 3 u ❑ ¢° O ' O 2 5 9 d o zmz o � 5 G 8 �§ g=r G S �e6 ,R �Sm,ri,ri tY Q o �. �'. ^ N Tlis e n e $ fie $ 5 ti z F s s 7 b Z R-4"TL ol ¢¢ w •• rQj =s$ w C} 9 J TM2 9 3 9 F � � iw O K mi mW g1 a a a x m� a2' h ry 'v P f g CI a o < ) { \ \ ,- ■ ... ( ».- © \ »2 «» ( \\ ` \! !!) \ \ »�` �!\ ;\ ` �° \ ) Q !` :f / / 9y \ { ■!!- )� 71 i.,, © / ) { \ \ ,- ■ ... ( ».- © \ »2 «» \ ` ( \\ ` ; »�` �!\ ;\ ` \ ) \ ` ( _ ! ` ) »�` �!\ ` ( _ ! ` ) »�` ` \ ) /\ 7 71 / ` \ ) - § ° RKH d / # - x d e . . m\/ / )\ f R! \ BE SE cm$ d n Eqq v N p: r T En 5O S O q z w z i e F I E s � F!I F,ryI J F P w F a E I 4 e I § g a - ? t- ® )�; _ f / � ! {77\ )/ \ t }f \ § / ELU nn ® % \ %\ / ( . / / co ƒ � � ƒ � \ } u \ (\ /* 7§ §§ \\ is Qp _l S � 7 �\ / § A W\ / / \ j\ } � 0 o )§ / T \ \ \ \ T ]� I \ {�� � !■i ! ))\ / � ! - \\ \ \ [ I \ \ co lg / y / °S OOO OO O VI F a s = s P a _ e v D$ � b� 4Y d [u 8 4 I" I� S b b � $ y..'. g § J Iv �y ag9h o; 5a b� ett "s f Yf F m s E—u'n vii Teo 95g Cv q e�' CL' $d W 9 x o;z jq Ek Mall - n .• °vim - °� F -off � a � f E z 00 00 in xsa 26 z 3 a e C yl Qt yea 3Vi 4 Z q S Hi EF y N ° U ~ O ,W 1111111 � � 0 iii bg•o r`�� v+--- � R +iii � � rc � _ �- °•+� o ._� -� s •F- 'r w.�..t I1\ w F o a � I I+H Ire w So om F LL I�� p WO b CIO \ \) } [ IM Ord \^ \^ A � ( ®2 & j �- � P � —- \�. bl4 TT _D f -< I I \ � i o `x � o Q� �LL E L'�EE E y� cSE ti3o 3 aV F F�Eo �3c Ec E �3c[ ca�uE ca4 n 3 �r o 0 v b o ff1J � n Y =�ab ` \ )�� ! {\ 2! | ` 2! !2 gn a §� -�- �� / \/ /p e ®&Q� 9� «\ > { d . � 13 \} - e OmOM , � \ 2 m . > > >,a #44# } }}} q�p,= ` | \2 � �• }/ \\ \ ^- { \ \? » \ � ..� � . /! � /LM, � kl��� § 22 2 ! t c §§ \} ! { . a \_ § \ ; / 'l � / f � �[y/ N Ln 0 as I of g�� 'a �tl� x: \ �PF Ie ❑V P � 0 N s tj '0 y2 S < c� c �y r Og ¢. P I B _ MZ m 111I py r-- ji NO iU ' fr I � �r�f\ ac_ o � co a V w i YPQ O — _ E G O 1 Ln s- o a Td wls —r�.od —pis �iav :eod :wd ------ - -I_ — 9Ti 0 e, F m U o nao \ 380@ 00 e h x 3 J b g' N IL �, S- -emu t Ix E E wow e o s S £ PEI 3 c o f a9wo ° w ea J m$ eo e s � 2 6 Id-ln O 0 { �N I x� " x I O- w J � �N 0 J U C C � 6 WO f K w Z O LLOLL1 U p " I � M I I I 0- J W Wes° i� 0 � E gm �85 Z �O � as / so € o? � 6 WO f K w Z O LLOLL1 U p " I � M I I I 0- J W Wes° � s as _es so € @s8 gt aa' spa o x o ®a y a m V U l m 0 O L E Oo � 0 3V w E y l m m c c om jw� o oy o } c y a �L o pG uS �e N m � + N •L 0 E w L OL m N Nn U 0 T m c L o t ' c c a Ct ELL 3 03 C m+ nun E mE O om 9�o mwm E OQ' 0 0 L 0LV V L+ Ism � + mn Z m v t0 J 0 = 0 O O O i m0 V� C r'1 N.0 0 / U O O } O _ Y C K m � p_EE + \1 o t — L O P L O O } LL U d 3 F in N o � V W 1 I m 1 C N i' va i°o m N =L O" 3= d T OJ± � L ANC O �'p FIGURE6 10.50BSHEIT IOF 2 r yi li% 5 . N ary � � -c m ? o N L m o a E+p m w L ¢ OV m U +N W O S U¢+ C� L d V RRR a 1.1Qf mJE X +C N J y_5 G vF �w cOU LE.n xm�° Q .3 O a U U m N ¢ l L M m° p O • Y O E n J L N 0 Y L E L }ml Om m p ¢ CfLO C PLC L m1�N 4-i OL a c +'u L l00 O +OL �� a� ;Gm -moo E 0 0 �} w n n -E VE II II 00 II II } II II + NU c u N c +- s II W II m II II I N II y 11 II N II II II II II II I;y I II N O O II Pk= �t ==yFA I y II O O ✓ll -� N II = II = II � I II y If � o Q If o E — _ O Q io 9F 4: a• I 111 11 II �il Il ° II o L P it N c }II U v III y ¢ °II it og c wll - 11 o i E -II it t �m NII u N II 11 II II o � o L� c a '�- w oa o_ m m o F IGUREG010.508 SHEET 2 OF Z O L c c m ° _ n N m m m N VI N J C Q N E J C_ + W �➢ O a4 � t E� m P � f J a m O O m O 3 c m m O q LL V j O > c 0 y 0 0 0 m 10 � P c S r 0 0 d y } W 2 Q p0 N M M P +?+ r C N N c } N O J E W O N \. no s O � O a� Eyo� 0 E�- oPioNmO 0 o a O J } L E N O L qI L m O O CL Vm N O EC L aag t LLB Jd + L L o oNO CU OC N L ON+ n —x o0 U O O 7 0} 0 O E O al C_ Q wnYl ern pro � a .. v � a c 0 o � o m J D O 0 O ° O a o J � a + N E � T P C N J ' N O U Q T N 3 � gl N U � O � jjj O W d U a / E �O 0 O OCH T t b E O 0 L — L } d N V1 C N- 3 O O FIGURE6010.401 SHEET IOF I c 0 0 d y } W oa Q p0 N M M P N N y0j N \. no c a� Eyo� 0 E�- oPioNmO E N L qI L m O N Vm N O O C E p U5 - E ,cn \ /k {� ,\cm .! . 2 {in rr \ ok - - / \y / y . y \)� /\ ] Hill 111 3. f ( ) 44 1 % - -- — \/ \ �\ u u �y % t N 3t L 3 3 C� 00 ° aL qc �r m C JX N� +N LJ o+ Y Gov L N .L E- CN X Q + O U ¢ r10 O SUN O O O OL 0 00 a 0 0+ E LL� II /a � M w I �_ • \ U 3 U > Z E « 13- N � L o _ 11 Om 3T Nr I q O u z J LU O � N m U +X 3 C V ICE E E. ° o m moo: I° 7 N O Q=om o� V N �4 .C- 1-0 3 U > Z E « 13- o [ 3 K H O z J 0 ¢ ! o IM m m cn N N O Q=om o� V N �4 .C- 1-0 ¢ m m m N vOi VOi L �ooazoo� 4 �tlll�lll � tJ O Z C K O h N O O m V m 3 O O F F J Y L O V L U U V V E N O Q=om o� V N �4 .C- 1-0 fmY �O - CC_ LLj Y Ll (� — ry LJL Y FQ Q US N O_ 7� c II E O I.L. __ a m Z U C7 z �U Q a to IN Ln Lu LL = (_ W _ � U 9 7� c II E r H B J C3 J p Q p 0 W M w O op w O om U 0 o ° O 00 k U E ¢Ev r 1 M E Y 1 .l -ll c / ¢ � J � J Obi O I � b J 1 is aaoweoes L is olldv3 kNOSNIH� nib � TTOZ'VZ aunt. 31VG ONI1131 =Odd ONIOVAHnSM 11VHdSV ZTOZ U r __ a m N r H B J C3 J p Q p 0 W M w O op w O om U 0 o ° O 00 k U E ¢Ev r 1 M E Y 1 .l -ll c / ¢ � J � J Obi O I � b J 1 is aaoweoes L is olldv3 kNOSNIH� nib � TTOZ'VZ aunt. 31VG ONI1131 =Odd ONIOVAHnSM 11VHdSV ZTOZ U r FILED } \ } \ }}}c c! e - xg \ ) \9 \\ \ \ ;\ \ \ saw Oft it t A \\ low \\ is \ - 0 \ \\ 2\ \ \ \/ \ ( \ \ z 6 o © { [ ] - CaON 1bb3\39 -OC:: FILED 2011 pAY 17 Pit h 10 _cj �, w C!TY CLERK, 8 IOYfA CITY, u.lv w 'o a c� z x a a e z 0 J �e D »� O _27$ Wig-= g54 e�EVoii v- ad - mE€ E s 5=t $.a _ 5 - a2 t 0 _`-!f t° ._ _ _P3 { °mfr _ � �` _ _ AE= _ BE -` €x :E£y a3$ N men a4 €_ m _v at °c °3 EO£m ��•§ - - 3 m$a 5z o »m :�$ 72 E€ 0 48= -rcs sx s_ 38 m °. a °.°to° O _ _ y Y a._� ° €$ €- C3 E - -E tzi! T3 ° yP §E �Be ° E O `q9 - a »� `€ °¢ °ao€• s E€ frk £ 3h bL $n °v mSC�£ wn.$tr93 �$ E �E° E$ ° °c$'e 8Ea cod °° $c 'e €�oF o =SSc3 rp�E s off€ z c 9—NOIIN3A= d NOUf70d h3iVV NW CLS ° o d - - a E E E g t � 2J 8 "e S Q w Q E J }J E P' S Ss U z W W c � IL S 0 0 O N W CS SN0110355SC6'0 h01dA1� FIL U �m 211 f',dY I l P!1 l� 10 g z CITY CIEs t ^ueJACfiI'.lG'MA as LLI s �z o� ro c" U O _ - j (J Y K R O O r H Z U U Z H - �C � 1 x H n 2 _ H C7 Y LJ 6 4 N c Y rY Z � W r > > � a O _ F U W o Q c N w W 7J Z �� T F- Ol c U o 0 ' a y U � Z � LL W Z Q Z m W m W U Y Q U O j K O O U J C Z LJ O x - G _ - 3 LL > o > c w � O O Z p C S On O Z O � Z o W O w F O ✓, O 5 O, z � FILED }§ o r n; \/ m m Eoc a - mwmnc n: - �' ^\ I » - 22:( ` - � \ \t_ \ /} \ \\\c- \ / — © 01A�Vwm ONIS® FILED { § y±gnno }/ CLERK . 2K & &CITY, q; _ . , . . a - - :- - - --- , . - , , -- - - - - - - - - . -_ . _ , . .. . - _ . . . . . _. . . . _ . _ - - - , _ . - - _ - - - -- . - - - -. - �- . --- .. - - . - - ,- - _ - - - \ \` }} }� y 9'y A � - 2o \� - «. «>= 2` ( 6 \� %- 2 \ \ \\ \ \) i9011VtNHOd N17VH3h3E CNS'SNOIlY..nOVi'5311LNvno0 031V49liS3 ICI FILED 2olmn n N 1= la CITY CLERK,,q UDWA CITY, �Otiv,. I _T- I 1 1 o= og 0 z 0 w r u $ &Q�Q —_obo ic�i 5 L1 evoe °o s o= og 0 z 0 w r u i338iS 10ildVO Nrd Atlltl3AO �o FILED COoRT $TAEEI' m Z 1611 ftAY l l P't l � I 1 — �a3au i��o� � s CITY low,% civ, wF � I I I I, z � LL I I w I I I I i o r I U U Q I Y 60 LI Q C r j K O� Z W O C F Y � LL Z Z U1 O Y Z > W W K O O Q } LO Z F F F Q O O Y Q < LL N W C i Z I W c 6 (O vo 111 Z _ = Z OO �o Ols- G ttli r O Z `K 4 W X Q O L F O u O Z 0 �p >Q 4 2 6 z C� CO i'00 r zo i' ?C z 0 l � w o d ° zaE�lls sla Er _ _ r uC � r '1.33N1.5 siw3}]E N Q W i F gJ III_ _ I � 1.33315 SSUNSH - Wd AV133A0 E3i13 3110 °,5f1O 2onwar iT P� i� i i �' �- CIT�ITY.4C'�r- rli— CC iD'Ala of iCn.. i CY6 2�FR I III >JF a e wah z � I,I 35 y, s_ Y" < �- II ' ht °< I - I i it -- - "'N#1$ NCENTID 01 — 1 L Z fa/1 !l J6 C I r� c p � \I z w < - -G I� w '�SNLS lD_Id`:C J.. IL 0 z 0 C FILED alimm Il FM 1:11 CITY CLERK IOINA CITY - IOWA _J ?I 3NnH�1tlW CA=RlI4 REE I a i II I 3J �l N7W,DA W t o. z I I r O O I Go� fl 5 I J Z 3NHO wviw- WdnVIH3AO a 0 L -_7 . _� I —_m -� IIOL_YWOOD 30 ',= - I� _ w C y� Q b ]C' fl QOC.n,A]10' -1 Q _ L I U - I d K z J� J J y 2 Z tt I g r �' n�anv vrvcz�:' -lo I i I - 3NIlH�1tlW IA :ALI °O"+V R-7 �� i33ELL5 t.R8GcI1':J 0 U 0 0 LL U U O O avod 3�a�,e -Need nr�e3no ��' FILED i 2011 MkY I i P.1 1= I I a d CITY f;LrERfi. .� IOYiA CITY, iV"A EJ v `bm z E z I X0 IF TI - - - -- :1 r_ LL OD a I K � Q > U - } o \o J w 0 AH3_W3O ONVINVC- NVId nmF9AD =� _ ¢ w EILEL m m Y c=i m 201tM.4Y 1l PK I I I a z 3 v w z z CITY CLERK o z ¢ pti'p CITY.IJtiti'A z W` wo ti z m mo O Z C7 U NnO Y�za U'NO O U'c" i QoF 4'�m �vYivO N CC c7 Cl] w U coo J Q Q z U v o UI o ach a 4 ¢Z aco _� a �_ C7�� C7 �yN max` v Z Z o¢ Z F; ¢ Z.� ¢ Q w H v o ti m Q O J O O J O J z J Q x, CL (n ow ¢ J W i¢ J\ J a J J¢ J = Q J C O J W x O J W O¢ J W OIL W o J W HJ W vv =�D C2?OU =..�0 =�0 =�0:5O d�O� r Y b I 1 I } / z I _ o /I I J chi O ti �• � ��� � SO'9b w _ a I � C o F j w w w o o L07 w w 0 ';3AldC I IISH9A.H) NV d 1NAIADC ld9FJ NV 3--A 00d .B rf r I m I d z o w z i I ti w t. z _Z I C Z Z N F Z O 11111 � -I C� Cp C w0 W Q Q � 2 I \111111 �I YYY 1 1 pp Z IN C. R II yl I ^ ICI �I O \ F y I 0 _�alax;✓�.yH avow „�\� � m n r a0 a3Na OC Y � Y = SIJaf'.1S z z crs z y v _ a 0 o I w Z c� w 0 !9 A'dMHSIH) NV d II M3'SV. t3H NVI03W D3d.9 II z 2 F _a z � I 1332J1S 133x15 � � i 1?J�8�1� 3N11H'J1VW 1L'38�IJ - F N O Z d Ld i Q W JY u1e1e� — I I I OU O I Iy IyyI �'' I I I = II I zx 1 ° 1A32J1S 183211S o W C — 3NIlH'�1VIn W i t j I I a I Q z c li I I I I c I I I Z_ U � U 3 I 4 I o Y q I 0 L]AI80 341583%18) NV7d iN3V.K0 nd38 NV103W 03d „9 FILED a II 2011 HAY 1l PN 1',I _ _ 11 CI1, � I MATCHLINE I171p�A I' Oj c'� LI ICI z 3nv ry dMOI I y o° I / y III I ' v 4 Z a Iy J1r I _ F 11 U I W - 1 G" cc v a x I _ aw a� w I _ i d c yO/V < O — o 1 = 'I II N rli w 0 133HiS 10JIdHU- Nan ONINHHW 1NAMAN6. Z � CCJRT =1R = J :nuJ.s Jazm rc — U 0 O ZO i YO L 0 9 1 2 r III I YFry F < U I wa II 1 FI I w�` °a r � _ J . ihbJh� F£EI - �"Ii 4tIS5 A- OS{11NVH 0 I of I > � LL H Z IIIL I r�I�- = o Lj 1 0 w m� �p I PRLT -fISi RE < /D w IV v 13i�[65ILV31Id ~ Z o a�oy y�aie � Ivnd �mrevvd iNas ^dd,�ed �� 0 / _ z U y p/�ti� � 4 a �II v — a aunHplvW _ 1f I U O U N —. I El — - - -- d, I ig I s � 7— �_ L Z Z .'J z Z _U (ssllN3ea ONb = nOnsno) S1N3W3ADHd M 8TV,3S MM C- N a N Z � Z W w _ � (�e �i Y� r Sr0 a w— J LL W O g ra �i f u G wD %O O Y ti Y¢ Ta ) Y d2 CD Z O xF 3D m <ra iaagis anona?a Y _ N n]" h SC 6 "i L m ICI �U FC y — Y u T I LF 3 Z O w wCJN G 2 ) E C � Gw > — N £Y Tip U 'Ei OdWV •��FO [Y3 fd KW � p c m3i� m <w G U n Z m OUp�tl � <L 4 Yw > 6 =D_ w_= ti= O 4 Z c� N LJ `\ o S1N3N3ACHdNl tl3M3S NUC1S � A �LE o� ✓1 Z � V �I LL r iuu w -- c � y u TF e a 1 q u i �r O c r al I mr( C�RK o-:yCIf�101d?� + y4z _ I IV r m 0 z� is y =v way YZLL N j�Y NoQ I �tV 0 =NL II v o n W p?� OOWZ rZp CW d ZOQ _ z_an I I ------ iv 5� s is aa0ngrnc _ C C z w cam, `\ o S1N3N3ACHdNl tl3M3S NUC1S � A o� ✓1 Z � V �I LL r iuu w -- c � y u TF e a 1 q u i �r O c r al I + y4z _ I f � r m 0 0 II v o n W I U W z LL y a N L z o, C Ci Z (MiNMJ QNV 30OnGn ) S1N3VEAOJd WI H3P3S 1M US _ n 6 p z Z LL W I J v> L YO r U} w � }L LLa O rr U w L N d J z Ea > V o� ,x LLy xI I 7S _- � „ z _ U J Z K anansna � � 3�angna J kz u. C I � — Y F O Q J 2 _ 7 f, J N W � z W z = W ¢ 3 o_ N a r z ¢ o W z W 0 Wd NOLLVOOI IV9S dIHO g z L t j v uxi is 3J vans I 1 = z LL 0 a a CHiEW.R I a 'p m � ✓� �� _I mil$ 1� (1 11Q � I L 4LL�1 r1 �� ,L r �I X11 IF- 0 3d 4 Prepared by: Dave Panes, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. i t -170 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 7, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FY 2012 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. WHEREAS, funds for this project are available in the Pavement Rehabilitation account # 3824- 434710. 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 7t' day of June, 2011, 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 17th day of May 2011. i4 Mayor ATTEST: City Clerk Approved by: My Attorney's Office 5/8 �� Resolution No. 11 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 x x wpdata /glossa Wresolu bon- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE FY 2012 ASPHALT OVERLAY PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the FY 2012 Asphalt Resurfacing Project in said city at 7:00 p.m. on the 7h day of June, 2011, 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 Pee$' 9 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN PED.ID#42- 0330670 being duly sworn, say that I am the legal cleric 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 I tirac(s), on the following date(s): ly Legal Cler Subscribed . nd sworn to before nre this ei day of A.D. 20–/1—. Notary Public �a 1 *® LINDAKROTZ � � CommissialNumber732o9 NPy Conxllissiorl Expirels Janua 27,2010 OFFICIAIEPUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE FY2012ASPHALT OVERLAY PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the FY 2012 Asphalt Resurfacing Project In said city at 7:00 p.m. on the 7th day of June, 2011, 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 meet- ing is cancelled, at the next meet. Ing of the City Council thereafter as pasted 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 83203 May 24, 2011 lb /``D Prepared by: Dave Panes, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 11 -202 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FY 2012 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 thereon held. WHEREAS, funds for this project are available in the Pavement Rehabilitation account # 3824- 434710. 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 2:30 pm on the 24th day of June, 2011. 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 5th 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 7th day of June , 2011. Mayor Approved by: ATTEST: .irtit,) City Clerk City Attorney's Office 42.c if Resolution No. 11 -202 Page 2 It was moved by champion and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdaia/glossary/resol Won- ic.doo NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 being duly sworn, say that I ant the legal cleric 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 L_. thue(s), on the following date(s): Subscribed and sworn to before life this I144 flay of 20� 1 _. t L Ic r1�°6 1CO iI r j 27, 2414 i OFFICIAL PUBLICATION NOTICE TO BIDDERS FY 2012 ASPHALT RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 . P.M. on the 24h day of June 2011. Sealed proposals will be opened immedi -ately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a'sealed bid° for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the still day of July 2011, or at special meeting called for that purpose. The Project will involve the fol- lowing: 2,462 tons of asphalt cement concrete, 16,238 sq. yards of pavement milling, 1,419 feel of PCC curb and gutter replace- ment, 15,800 sq. yards of chip sealing, 188 If of 15" RCP, 150 stac of durable pavement mark- ing and related work. All work is to be done in strict compliance with the plans and specifica -tions prepared by the City of Iowa City Engineering Division which have hereto -tore been approved by the City Council, and are on file for public examination in the office of the City Clerk. Each proposal shall be complet- ed 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 cor- poration 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 pay -able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the success -ful bidder fails to enter Into a con- tract within ten (10) calendar days of the City Council's award of the contract and post bond satisfac- tory to the City ensuring the faith- ful performance of the contract and maintenance of said Project, if requied' Pursuant to the provi -sions of this notice and the other contract docu- ments. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejec -tion is made. Other bid bonds will be returned after the canvass and tabula -tion of bids Is completed and reported to the City Council. The successful bidder will be required to furnish a bond In an amount equal to one hundred percent (100 %) of the contract price, said bond to be Issued by a responsible surety ap- proved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the CitV from all claims and damages of any kind caused directly or Indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years) frcm and after its com-.pietion and for- mal acceptance by the City Council. The following limitations shall - apply to this Project: Completion Deadline: Milestone 1: Completion of work on Prentiss, Capitol, and Miami Drive by August 12, 2011. Milestone 2: Completion of work on remaining streets by August 31, 2011. Early Start Date: July 18, 2011 Liquidated Damages: $500 per. day The plans, specifications and proposed con -tract documents may be examined at the office of the City Clerk.. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of the City Engineer of Iowa City, Iowa, by bona fide bidders. A $50 deposit is required for each set of plans and specifica- tions provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to: "Treasurer of the City of Iowa City, Iowa ". The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract docu. merits are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited Prospective bidders are advised that the City of Iowa City desires to employ minority conbaotors and subcontractors on City proJ- acts. A listing of minority contrac- tors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon -tract This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the pro- posed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, pref- erence must be given to products and provi -sions grown and coal produced within the State of Iowa, and to Iowa domes- tic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bid- der preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technhcalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY 01 ERK 83267 June 14, 2011 12 Prepared by: Dave Panes, Sr. Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5145 RESOLUTION NO. 11 -232 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE FY2012 ASPHALT RESURFACING PROJECT. WHEREAS, L.L. Pelling Company of North Liberty, Iowa has submitted the lowest responsible bid of $717,737.10 for construction of the above -named project; and WHEREAS, funds for this project are available in the Pavement Rehabilitation account # 3824. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above -named project is hereby awarded to L.L. Pelting Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 5th day of July 20 11 MAYOR ATTEST: 'le . -e_z � CITY-CLERK Approved by /iP911 City Attorney's Office 69 agIll It was moved by trims and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES X X x X x Pweng/ res l20l2asphaltresurf- awrdwn.doc 6/11 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 Pellino Company Inc ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 17th day of May , 2012 , for the FY 2012 Asphalt Resurfacing Project ( "Project "), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; N O C. Plans; is *L., = `: 71 d. Specifications and Supplementary Conditions; -IC7 fV q—� a tl e. Notice to Bidders; P-1 a rn f. Note to Bidders; i cs g. Performance and Payment Bond; 0 h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; L Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and AG -0 k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit 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 Citv ATTEST: Mayor City Clerk URN r� ATTEST: % "J (Title) 7rC4)4Ji (Company Official) Approved By: City Attorney's Office SCHEDULE OF PRICES FP -2 TOTAL DIVISION TOTAL q DIVISION 2 TOTAL UNIT PRICE EXTENDED TOTAL ITEM ITEM NO. UNIT City of Iowa City Iowa DOT H81A Pavia, /Resod &cln 0.66 �:�1 39(19`3 1 CLEAN & PREPARATION OF BASE MILE 0.60 00 °CJ�r,q0C1 W-' J a - 2_ HMASURF PATCH TON 20,00 __ 20. _I,' IUe _ U 3 PAVEMENT MILLING _ SY _ 16,695 .00 643.00 _.00 18,238 1,046_00 r" _ 9�1i - 4 HMA(1MESAL) BASE, 112_' __ TON _ _ 1,048.00 ___ _� „_ ._ _5 Q _ 5 HMA (1M ESAL SURF, 112 ", NO FRIC TON 1,416.00 1,416,00 6 ASPHALT REMOVAL, DRIVEWAY AND ALLEY BY 152.00 152.00 7 HMA PATCH, 8" SY 250.00 - 250.00 ci 8 COVERAGGREGATE TON 225.00 - 225.00 - PJe%ryrrL `(I 9 BINDER BITUMEN GAL 4,745.00 4,745.00 ,. I ��{"'� `IYV `" 10 ASPHALT PATCHING "COLD MIX" TON 36,00 36.00 .�� . WastewateKUtlli 6,00 11 MANHOLE ADJUSTMENT EA 6.00 - 12 MEDIAN INTAKE TOP ADJUSTMENT EA 200 1l �t ' �� 13 REMOVAL OF EXISTING STRUCTURES EA 6,00 5.00 .�� 7 _ 14 SUBDRAIN,W F L1.00 .140.00 14 G ®S 4 �® 16 STORM SEWER STRUCTURE, SW -401 EA 1.00 ✓ 16 STORM SEWER STRUCTURE, SW -508 FA 2.06 _ 2.00 541 SW-541 17 STORM SEWER STRUCTURE, S EA 300 . 3.00 �• r CA _ 18 STORM SEWER, 151N. DR. RCP CLASS III LF 180.00 88.00 WP ter UI 19 WATER VALVE ADJUSTMENT EA 2 .00 2 .00 U� 20 HYDRANT ASSEMBLY RELOCATION EA 2.00 - 2.00 PCC Pav�'Ing 21 RMVL OF CURB & GUTTER LF 1,132.00 - 1,132.00 _ 22 RMVL OF MEDIAN PAVEMENT SY - 1,391.00 1,391.00 23 RMVL OF PCC SIDEWALK BY 189.00 189.00 24 SIDEWALK, PCC, 4 "� BY 131.00 131.00 25 SIDEWALK, PCC 6" BY 204.00 - 204.00 �- 26 MEDIAN, PCC,6° SY 1,751.00 1,751.00 27 DETECTABLE WARNING PANEL, CAST IRON SF 248.00 - 248.00 ry 3P, , 28 STANDARD CURB +GUTTER, PCC, 2.0' LF 1,002.00 317.00 1,319.00 29 SQUARE CURB+GUTTER, PCC, 2.0' LF 100.00 - 100.00 Gy 30 CURBGRINDING LF 300.00 300.00 31 PCC BASE REPAIR BY 389,00 389.00 ' - - ° 32 SUBBASE REPAIR, CLASS ROADSTONE TON 605.00 605.00 7rsfFo Control 12.71 6.34 19.05 33 PAINTED PAVT MARK, DURABLE STA 0 3 -70` 34 TRAFFIC CONTROL LS 0.55 0.45 SJ 35 FLAGGER DAY 56.00 56.00 6 Erosion Control � . 0.55 OA5 1.00 G ° 36 TEMPORARY EROSION AND SEDIME NT CONTRO LS ftfobillia ?1tln LS 0,65 0.45 1.00 ' 37 MOBILIZATION Addendum No "1 "® 38 WATER MAIN REPAIRS Ep, 1.00 LO-0-0 y p Total BID PRICE I FP -2 MBC Bond No.: IAC 65238 MC Bond No.: CMIFSU 0560285 PERrORMANCL: AND PAYMENT BOND L L Pellino Comoanv Inc as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company and (insert the legal title of the Surety) International Fidefity Insurance Company , 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 seven Hundred seventeen • housand, Seven Hundred Thirty Seven & 10/ t]ollars ($717,737.10 -------------------------- - - - - -- ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, joirAA and severally. c= WHEREAS, Contractor has, as of July 5 2011 ed iF0 a E 9 (date) Fri ,- � written Agreement with Owner for the FY 2012 Asphalt Resurfacing Project; and r_ U g La WHEREAS, the Agreement requires execution of this Performance and Payment BAd, to be completed by Contractor, in accordance with plans and specifications prepared by City of Iowa Citv, 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 �- d funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 5th DAY OF July 2011 IN THE PRESENCE OF: Witness A(,401 9jQ.(n1AVT_`_ Witness Lisa Lawson Merchants Bonding Company and Internatjonal Fidelity 1psurance Company /►- .c.'!'� � (Surety) Scott A. Bailey (Title) aYttomey -in -Fact 2100 Fleur Drive (Street) Des Moines, IA 50321 (City, State, Zip) 800. 678 -8171 (Phone) PB -2 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Bond 0: IAC65238 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 Scott A. Bailey 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 6 - 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 11, 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 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 30th day of March , 2010 . o: v0 9�•? •z: y�. 1933 ; c; • 4 STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By f/ 77�- Presi On this 30th day of March , 2010 . 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 instrument was signed and sealed In behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. r♦ CINDY SMYTH Commission Number 173504 vvv"" •••- %%%°°°rr/ Y My Commission Expires March 16, 2012 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. 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), 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 5th day of July 2011 ,.•G' ••, o�0 \N'P 0 009 `. z: y; 1933 .•y, POA 0005 EMP (1/09) Secretary and 17 its true and lawful alto riey(s)-in fact to execute seal and deliver for and on its behalf as surety, any ......... and all bonds and undertakings, contracts of indemnity and .other writings obligatory, in the nature thereof, which are or may be allowed, required or permitted by law, stature ale, regulation contract or otherwise, and the execution. of such instrument(s) in pursuance of these presents, shall be as binding upon the 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 Attorney is executed, and tray be revoked, pursuant to and by autlority'of Article 3-Section 3, of die By Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and field on the 7th day of Febmary, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority ' (1) To appoint Attorneys -iii -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 indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any timed any such attorney-in-fact and revoke the authority: given. Further, this Power of Attorney 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 die signatures of such officers and die 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 bearing such facsimile signatures or facsimile seal shall be valid and bindingg upon die Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in tiie future with respect to any bond or undertaking to which it is attached. s 5 s 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 Hall day of October, A.D. 2007. INTERNATIONAL FIDELITY INSURANCE COMPANY STATE OF NEW JERSEY County of Essex he is the therein describ is the Corporate Seal o. 10"", j '�IN TE Q& 16 at die ..Secretary ... my Official Seal, of Attorney and affidavit and the copy or me aecnon or ire oy A aws at anm,cui p y • + +• -�. -° -- _.__ ..__._.. -- - - — ,.,..... -- .., -. _ u,P —r —A of the whole of the saidinnumals, and that ,d is now in full to have hereunto set / ou 02 -21 -12 5d(2) Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 12 -so RESOLUTION ACCEPTING THE FY2012 ASPHALT RESURFACING PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the FY2012 Asphalt Resurfacing Project, as included in a contract between the City of Iowa City and L.L. Felling Company, Inc. of North Liberty, Iowa, dated July 5, 2011, 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 $ 753,660.79. 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 21st day of February 2012. A-%_6 Mayor ATTEST: 2 City Jerk Approved by: M `c�Wl AM',, se -7 1 J City Attorney's Office P ((0 Resolution No. 12 -50 Page 2 It was moved by Champion and seconded by ThroQmorton the Resolution be adopted, and upon roll call there were: AYES: x —x x X x x x NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton