HomeMy WebLinkAboutASPHALT RESURFACING/FY2013/2012RESURFACING/
FY2013/
2012
Aspkro -F .Q�s�r�QU P 4-0)S
f>a�q - I
Ir
E
k n r
R,Sotu- ,; 12, 334, se �1;
a P lalie
kerr- x9 a,
� �
-�orm
cP con4+'tc-l-
E Qs`i`,m,C�
Q-T rosy{-
i s cons4rur--t;&,, ng 4ie- P('
/a
.%0 /3 ��,k)
Re S �r��c r
c�lreci.n� C�y rn;heav
Q(acr S2.e
P(anS
+.
�wblic_ ^inSPec��,Fn -� ,
/\JortcE- tF PtAgi-C uaAziN Co
,
k�
ii
P�pSO)w- }- <ITn /o'�'-'35g mPPro��nq _Pl(CtirtS� )�4� -, Jns rtorr,,y,�
�Jr�rc an�.rnr (c o� ca /S� 7a✓ plc COr,Struc vyi tS� n�
ref 4013 /
Seckr,'4y �p Ccccomp o eo-rk -L d—1
L�-o rS ��ilec S �cnc�
I
X / bs,
' �! r rt9
'ro Sr n C�he1 4L- C�
( ao�3 Pie a of a
,A,fk,14- Resar, -(c�c nq �
c6, 4 ✓ u
I
�j
I
ii
I�
i,
i
li t
1�
i
j_
�I
I
i1
o c
I i
p
3
u
o m
C
m O
2 D
2
2 m 2
0
2 R
m GIU
fN-m�
3
mW
T_yD
'm O
°pC>y�D2
D 19
Zmm�rt9�r
o o
r22p
D
z m
Z 0
m
3 m
D v
v
3
IDDmDD
3 D 3
<
r
m
0
j
> A
D O
m O
A D
F f
O O
O �
wN
a �c�i
o >Vi
p
s.
m
M
D U
o
O
pOA
<Zm'
Ip
Nr
OmTv
_T. SnC
D U
D
c0
?my'T,M'
Om
4m y
o
B
Z
(A
m-1
RC
>
A
D'
000m
O O
N
'p P
SA
C 2
K Iplt�
m
Z
9
O""
G
rr
N>w>-ODp
f. y
r
OOA
i
m
o ZIm
A
N o
D
y Z
D
5`0
p Z
O
>> :-1t
y
Ml
O
m
.A
I_.
0
DI
O
N:
mUy
p
Islm
im
O
O
<13�
G
mo
_Z
.Z
�1 m
D'
Z
m
IY'
0
of
Ig
.8�
x
Dp
K
h
4 y
0
0
0
O
>
O
z
m
p
Z
0:
C
O
r
00
C
3 2
Z
Y' Z<
Z
Z< Z
m -I
w
SOUTH PLANT
ACCESSROAD
o
I
'
$
a
w
a
u W
o
°
+
°o
S100
$I
NAPOLEON
STREET
w
A
TAFTAVE
N
O
N
w
m
j
O
N N
O
.b
N
I
o
N
m
of
! HE BEI AVE
0
$
im
l
m
w
o
w
N A
N
°.
W
�N)
DUBUOUEROAD
0
o
I
y,
m
° +
o o
CALIFORNIA
w
0
N
w
a m
AVENUE
m
�oNUOOwN��olw
+�I�
p,
!I
"0o NEVADA AVENUE
O
w
A
P W
m
NPOIOOSO
AmUNSN
OJ�JOO
7TH AVENUE
O
O N
O O
S S
O O
O O
O I
jS
O O
O
O10 O
J
O
p�
+ OI
++
NOmgmWNW
O O
+ N
N A
N
W W
N N
N O
N
+NJ
O O
m m
m
N b
N N
m
S A
S N
N
9$
N N
Z D
O O
S S
S O
O O
O O
0 0
O O
0 0
O O
0 O.0
O O
O m
O O
41 O
O m
W
I
I
W ~
O NO
S S
wNiWiA
fli lli
+
° +
S O
A
m
m
$
O N
............
O O
'O
N N
OiO
N m
O O
6 A
O
J
m O
S S
W N
4) o
O
m N
p P
O
N W
� �O
O
A 0
UOO
O O
0 D
m
O
fq N
w w
w w
w w
w w
w w
w w
w w
w w
N
w w N
w
w w
i
m
z
pp
o
O 10
N N+
m
N
N N
m m
O N
D N
41 p+
W
U 0I O
IJ
m
0
S S
0 S
0 0
0.
m S
S O
S
S
J$N
$
S S
r
< O
9
N Z
� w O
D z
0 O
v
N y O
m D
O W
A m
Q O
m
v N
0
4
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
FY 2013 ASPHALT RESURFACING PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
Dave A. Panos, P.E.
Civil Engineer
Iowa Reg. No. 15579
My license renewal date is December 31, 2012
DATE:
SPECIFICATIONS
TABLE OF CONTENTS
..!
Pa6b NUmbe
TITLE SHEET
TABLE ()FCONTENTS
NOTICE T[> BIDDERS ...........................................................................................
/\F-1
NOTE l'{} BIDDERS ........................................................ ......... ........................
NB-1
FORM{}F PROPOSAL ...........................................................................................
FP-1
BIDBOND ...............................................................................................................
8B^1
FORM {)F AGREEMENT ........................................................................................
/\G'1
�
PERFORMANCE AND PAYMENT BOND ........... ....................... ., ......... .............
P8`1
CONTRACT COMPLIANCE
(AKlTI'D|SCR|M|N/\T|()N REQUIREMENTS) ...................................................
CC-1
GENERAL CONDITIONS .... ................... ..............................................................
GC-1
SUPPLEMENTARY CONDITIONS .................. ............ ........ .......... ....................
S[-1
TECHNICAL SECTION
DIVISION 1^ GENERAL REQUIREMENTS
Section D1O1O Summary Of the Work .........................................................
01010`1
Section U1025Measurement and Payment ................................................
01025^1
Section O1310 Progress and Schedules ..................................... .............
. 01310^1
Section O157O Traffic Control and Construction Facilities ...........................
01570^1
DIVISION 2'SITE WORK
Section &2050 Demolitions, Removals and Abandonments .......................
02050^1
Section 0210O Site Preparation ........... ...................................................
_ 02100'1
Section 022y0 Earth Excavation, B8:kƒil|. Fill and Grading ........................
02220'1
Section 02270 Slope Protection and Erosion Control .................................
02270-1
Section U2510 Asphalt Cement Concrete Paving .......................................
02510'1
Section 02520 Portland Cement Concrete Paving ................. ...................
02520'1
Section 07574 Curb Ramps ................ .......................................................
02524^1
Section 02Q0}Landscaping ..........--....................
02900'1
APPENDIX......................................................... ........................................ /\P^1
NOTICE TO BIDDERS
FY 2013 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 15'" day of August 2012. 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 21't day of
August 2012, or at special meeting called for that
purpose.
The Project will involve the following:
1,367 tons of asphalt cement concrete, 8,292
sq. yards of pavement milling, 1,182 feet of
pcc curb and gutter replacement, 523 sq.
yards of pcc sidewalk and curb ramp
pavement removal and replacement, 16,200
GAL. of chip sealing binder, 670 tons of chip
seal cover aggregate, traffic control, other
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.
AF -1
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100 %) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of .
any kind caused directly or indirectly by the,
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of five (5) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Completion Deadline:
Early Start Date: August 29, 2012
Working Days: 40
Liquidated Damages: $500 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of 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
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
AF -2
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
P�
NOTE TO BIDDERS
The successful bidder and all subcontractors are required to submit at least 4 days, prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be de ied if sufficient
favorable references are not verified or may be denied based on:, pasre�per`ience, on
projects with the City of Iowa City.
2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3. Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
a s
FORM OF PROPOSAL
FY 2013 ASPHALT RESURFACING PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN, THL BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS.PROPbSAL 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
SCHEDULE OF PRICES
ITEM
NO.
ITEM
UNIT
TOTAL
UNIT PRICE
EXTENDED TOTAL
1
CLEAN & PREPARATION OF BASE
MLE
0.53
2
HMA SURF PATCH
TON
30.0
3
PAVEMENT MILLING
BY
8,292.3
4
HW(1M ESAL) BASE, 11T
TON
676.2
5
HMA(1M ESAL) SURF, i/2", NO FRIG
TON
692.7
6
ASPHALT REMOVAL, DRIVEWAY AND ALLEY
SY
284.8
7
HMA PATCH, 8"
SY
200.0
8
COVER AGGREGATE
TON
669.0
9
BINDER BITUMEN
GAL
16,179.0
10
ASPHALT PATCHING 'COLD MX' TON
250.0
11
MANHOLE ADJUSTMENT
EA
10
12
RMVL OF CURB &GUTTER
LF
1,182
13
RMVL OF PCC SIDEWALK
SY
522.6
14
SIDEWALK, PCC, 4"
BY
233.7
15
SIDEWALK, PCC, 6"
SY
88.1
16
DETECTABLE WARNING PANEL,CAST IRON
SF
264.0
17
STANDARD CURB +GUTTER, PCC, 2.0'
LF
1,182
18
PCC PATCH, 9"
BY
100.0
19
SUBBASE REPNR, CLASS A ROADSTONE, 1
TON
50.0
20
TRAFFIC CONTROL
LS
1
21
TEMP EROSION AND SEDIME=LS
22
FLAGGER
69.00
23
MOBILIZATION
1
Total 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:
Title:
Address:
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 thesetobligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated
Project.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
for
(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
I_wUMMI M
Witness
Witness
GT:-Ii
day of
(Seal)
Principal
By (Title)
(Seal)
Surety
By
(Attorney -in -fact)
Attach Power -of- Attorney
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
( "City "), and ( "tr�ntractor ).
Whereas the City has prepared certain plans, specifications proposal and bid documents
dated the day of 20_, for the FY 2013 Asphalt Resurfacing Project ( "Project "),
1 i ,
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. Iowa Department of Transportation Design Manual, Chapter 12: Sidewalks
and Bicycle Facilities, Dated 4 -17 -12
d. Plans;
e. Specifications and Supplementary Conditions;
f. Notice to Bidders;
g. Note to Bidders;
h. Performance and Payment Bond;
L Restriction on Non - Resident Bidding on Non - Federal -Aid Projects;
j. Contract Compliance Program (Anti- Discrimination Requirements);
k. Proposal and Bid Documents; and
I. This Instrument.
AG -1
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
city
ATTEST:
Mayor
Contractor
(Title)
ATTEST:
20
City Clerk (Company Official)
AG -2
Approved By:
City Attorney's Office
l » :77i7 7VUe1�[N _1►1�7 _�'It�il ��� 101k t7
as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal ti41e'of the'SUrety)
as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee; hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of
(date)
entered into a
written Agreement with Owner for the FY 2013 Asphalt Resurfacing Project; and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by
_, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter
referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the. total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and /or amendments thereto, less the amount properly -patd `,by -Qwnef to,
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of five (5) years from the date of formal
acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
20
SIGNED AND SEALED THIS DAY OF ,
IN THE PRESENCE OF:
Witness
Witness
M
(Principal)
(Title)
(Surety)
(Title)
(Street)
(City, State, Zip)
(Phone)
AMMMM4
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 tequires,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.
CC -1
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.. .
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: "
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.);
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. § 1608 et sec.) 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
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
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
COMPANY POLICY
Determine your company's policy regarding equal employment opportunitiesi I 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 , rtdn
oupoity in all your
employment practices. In regard to dissemination of this policy, this can be done, for exAiriple, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer ".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they 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
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
2 -3 -1
CHAPTER 3
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-
897
Iowa City
CC -6
2 -3 -1
2 -3 -1
spective employee a test for the press i
2. An employer or employment agency
ence of the antibody to the human
which chooses to offer employment or
immunodeficiency virus. An ' agree-
advertise for employment to only the
ment between an employer, ` employ-
" disabled or elderly. Any such employ-
ment agency, labor organization or—
ment or offer of employment shall not
their employees, agents or members'
discriminate among the disabled or
and an employee or prospective
em' '" '
"elderly on the basis of age, color,
ployee concerning employment, pay
creed, disability, gender identity, mari-
or benefits to an employee or pro-
tal status, national origin, race, reli-
spective employee in return for taking
gion, sex or sexual orientation. (Ord.
a test for the presence of the antibody
95 -3697, 11 -7 -1995)
to the human immunodeficiency virus,
Is prohibited. The prohibitions of this
3. The employment of individuals for
subsection do not apply if the State
work within the home of the employer
epidemiologist determines and the
if the employer or members of the
Director of Public Health declares
family reside therein during such em-
through the utilization of guidelines
ployment.
established by the Center for Disease
Control of the United States Depart-
4. The employment of individuals to
ment of Health and Human Services,
render personal service to the person
that a person with a condition related
of the employer or members of the
to acquired Immune deficiency syn-
employer's family,
drome poses a significant risk of
transmission of the human immunode-
5. To employ on the basis of sex in
ficiency virus to other persons in a
those certain instances where sex is a
specific occupation.
bona fide occupational qualification
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)
697
Iowa City
CC -7
reasonably necessary to the normal
operation of a particular business or
enterprise. The bona fide occupational
qualification shall be interpreted nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
in those certain Instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shall be interpreted narrowly. (Ord.
94 -3647, 11 -8 -1994)
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department:oi Tr6nsbbrt#bn
"Standard Specifications for Highway and Bridge Construction," Series of 2009'�49 amended,
shall apply except as amended in the Supplementary Conditions.
GC -1
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
S -1 Definitions
S -2 Limitations of Operations
S -3 Insurance
S -4 Supervision and Superintendence
S -5 Concerning Subcontractors, Suppliers and Others
3-6 Compliance with OSHA Regulations
S -7 Employment Practices
S -8 Contract Compliance Program (Anti- Discrimination Requirements)
S -9 Measurement and Payment
S -10 Taxes
S -11 Construction Stakes
S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects
Caption and Introductory Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 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.
0
91
CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone numbor lof the insurance,
company and agent must accompany the certificate. The liability limits "required
hereunder must apply to this Project only.
i
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:
Tyne of Coverage
Comprehensive General Liability Each Occurrence Aggregate
Bodily Injury & Property Damage" $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
Excess Liability $1,000,000 $1,000,000
Workers Compensation Insurance as required by Chapter 85, Code of Iowa.
`Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
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" Iability',irsurance
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 rs ajter 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.
G. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self- insured
retention than the insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements herein provided.
The City also reserves the right to reject Contractor's insurance if not in compliance
with the requirements herein provided, and on that basis to either award the contract to
the next low bidder, or declare a default and pursue any and all remedies available to
the City.
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
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.
S -4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this
individual.
S -6 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the [DOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes /intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
S -6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the [DOT 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 61'6ployee
S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS).;
For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC -1.
S -9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
all pay items and methods of measurement. The provisions of this section will supersede
applicable sections in the IDOT STANDARD SPECIFICATIONS.
S -10 TAXES.
Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to
purchase building materials, supplies, or equipment in the performance of the contract. The Contractor
shall submit the information necessary for the certificates to be issued.
S -11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
The Contractor shall be responsible for the preservation of stakes and marks. Any
necessary re- staking will be at the Contractor's expense and will be charged at a rate
of $75 per hour.
SC -5
PART 1- GENERAL
4/08
01010.d.
SECTION 01010
SUMMARY OF THE WORK
General description, not all inclusive.
A. Base Bid Work:
1. Complete chip seal resurfacing
2. Hot Mix Asphalt Milling, HMA Base and associated work.
3. Remove and replace Portland Cement Concrete curb and gutters.
4. Remove and replace Portland Cement Concrete ADA Curb Ramps.
5. Adjust manholes.
6. Install HMA Surface
7. Provide traffic control during all phases of the project
01010-1
t�
1. Complete chip seal resurfacing
2. Hot Mix Asphalt Milling, HMA Base and associated work.
3. Remove and replace Portland Cement Concrete curb and gutters.
4. Remove and replace Portland Cement Concrete ADA Curb Ramps.
5. Adjust manholes.
6. Install HMA Surface
7. Provide traffic control during all phases of the project
01010-1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 -GENERAL
1.01 SUMMARY:
V
C.
A. Procedures and submittal requirements for schedule of values, applications for payment, and unit
prices.
1.02 STANDARD OFMEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be based on
the actual quantity of work performed according to the various classes of work specified unless
noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during
measurement.
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.
PART 2- PRODUCTS
2.01 NONE
PART 3 - EXECUTION
3.01 PROCEDURE:
A. Payment under this contract shall occur no more than once per month for work completed by the
Contractor. It is not the City's policy to pay for materials and equipment stored or furnishings
fabricated off site.
The 5% retainage will be released 31 days after the project is accepted by the City Council, provided
no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of
the Code of Iowa will govern the release of retainage and resolution of claims.
3.02 BID ITEMS:
A. GENERAL
The following subsections describe the measurement of and payment for the work to be done under
the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each item of
01025 -1
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' he protected;'
removed, relocated, replaced, reinstalled or modified is considered incidental urlless it is listed as an
item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for 'rolocation or
reinstallation will be replaced with like item and painted, if necessary, at the Cdntiactor'siezpense.'
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 deposited there as a
result of any construction activity. The cost of clean up shall be incidental.
B. BID ITEM DESCRIPTIONS
1. Cleaning & Preparation of Base
The unit price for this item (MILE -full width) shall constitute full payment for all labor, material,
and equipment to clean and prepare the base for the full width of the pavement in accordance
with 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.
01025 -2
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. Milled headers at the interface between new and existing
pavement shall be considered incidental to this item.
Asphalt millings will remain the property of the City and shall be delivered by, the contractor to
the Iowa City Landfill and stockpiled at the specific location as coordinate d[ With be City.
Temporary asphalt fillets are incidental to this item.
4. HMA (1M ESAL), Base 1 /z"
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, and quality control management shall be incidental to this item.
5. HMA (1 M ESAL), Surface 1 /z ", 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, and 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 paid with 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 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 [DOT 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
01025 -3
to the final surface elevation.
Item shall be completed per specifications of "Mr. Manhole" installation system: included in the
Appendix of these specifications.
New castings will be provided by the City.
12. Removal of Curb & Gutter
The unit price for this item (LINEAL FOOT) shall constitute full payment for'ali labor
material, and equipment to saw, remove and dispose of existing curb and gutter .f marked
in the field.
13. Removal of PCC Sidewalk
The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material,
and equipment to saw, remove and dispose of existing sidewalk including sidewalk curb ramps.
14. Sidewalk, PCC, 4"
15. 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, tie bar reinforcement, and or expansion
jointing, and joint sealing.
Topsoil backfill, 2 seeding applications (1 Temporary in Fall 2012 + 1 Permanent in Spring
2013) as per section 02900, and clean -up shall be considered incidental to this item.
Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities (Dated
4- 17 -12) Standard Road Plan MI -22 shall apply to curb ramp installation.
16. 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, Dynamis (Metadome). Color shall be approved by Engineer
prior to installation. Brick red samples shall be submitted for Engineers approval.
17. 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 curb and gutter marked in the field and
replacement with new curb and gutter using a C -3 mix including a compacted rock subbase.
The gutter section shall extend up to 24 inches from the back of curb. Saw cutting, backfilling,
seed, mulch, and fertilizer as per section 02900 and clean -up shall be considered incidental to
this item.
18. Portland Cement Concrete (PCC) Patch, 9"
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,
recompact existing base, and replace P.C. Concrete to the level and thickness of abutting
concrete not less than 9" thick using M -3 mix or M Mix as specified. The use of aggregate
base will be determined by the Engineer and will be paid separately under the Subbase Repair
Class A Roadstone item if needed. Doweling will be required as an incidental item to PCC
repairs and shall be in accordance with Iowa DOT Standard Road Plan PV -101. Temporary
asphalt fillets provided over the surface of base repair if needed shall be considered incidental
to this item.
01025 -4
19. Subbase Repair, Class A Roadstone 1"
The unit price for this item (TON) shall constitute full payment for all labor, material, and
equipment to excavate and dispose of existing base material and 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.
20. 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 fof,all: divisions of this
contract. Item shall include signage and facilities for detour and re- Pouting 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.
21. 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. Contractor
will be required to maintain heavy duty (Mulch filled) erosion silt socks on site to
prevent migration of saw slurry during removal of pavements. 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.
22. 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.
23. 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 mobilizations to complete the
project.
01025 -5
SECTION 01310
PROGRESS AND SCHEDULES
PART 1 - GENERAL
nfitO jl
1.01 SUMMARY:
A. Prepare, submit and update as necessary a schedule of the work. i
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:
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.
The Contractor shall submit updated construction schedules at two week intervals throughout the project.
PART 2- PRODUCTS
None.
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:
A. Project phasing and completion
• Phase 1 — Chipseal resurfacing shall begin immediately upon starting contract
work and shall be completed by September 14, 2012
Phase 2 — Complete Street Mill and Overlay, and PCC Replacement within 40
Working Days. This work may begin concurrently with chipseal resurfacing
work.
B. Liquidated Damages
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 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.
01310 -1
3.03
3.04
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 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 will proceed in a well organized and continuous manner to mipitnize,the disruption to
the general public (both pedestrian and vehicular) and the local busihesses,�and residents.
Access to businesses and residences shall be maintained at all times.
E. Construction will proceed in phases. The particular phasing sequence shall be discussed
and agreed upon prior to any work beginning. Prior to advancing to the next phase or sub -
phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to
the public, as determined by the Engineer.
F. Restoration activities such as pavement replacement will follow closely behind the work
even if multiple mobilizations are necessary.
G. The Contractor will become an active partner with the City in communicating project
progress and delays and providing information to concerned residents and businesses as
requested.
H. Work will be staged to minimize the length of time parking spaces and parking revenue is
lost.
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 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.
STREET AND SIDEWALK CLOSINGS:
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 -2
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
r
PART 1- GENERAL
1.01 SUMMARY:
i -
A. Furnish, install and maintain traffic control and construction facilities required for the work.
Remove when work is completed.
1.02 REFERENCES:
A. MOT Standard Specifications.
B. U.S. Department of Transportation Federal 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.
PART 2- PRODUCTS
2.01 MATERIALS:
A. Traffic control devices may be new or used, but must meet the requirements of the ]DOT
Standard Specifications.
B. All construction fence shall be new and securely fastened to approved posts and installed as
directed by the Engineer.
2.02 EQUIPMENT:
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 - EXECUTION
101 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the following
divisions and sections of the MOT Standard Specifications:
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
01570 -1
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:
x
A. The Contractor shall monitor the condition of traffic control and construction facddies'at aiI
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.
01570 -2
SECTION 02050
DEMOLITIONS, REMOVALS AND ABANDONMENTS
PART 1 — GENERAL I ,
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as
indicated and specified.
B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary
sewer pipes, intakes, and drainage structures as indicated and specified.
1.02 REFERENCES:
A. IDOT Standard Specifications.
1.03 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.
1.04 SUBMITTALS:
A. Locations of disposal sites.
PART 2 — PRODUCTS
2.01 MATERIALS:
A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
B. Explosives shall not be used for demolition.
02050 -t
PART 3 — EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform With the following ; i
divisions and sections of the IDOT Standard Specifications:
Division 24. Structures.
Section 2401. Removal of Existing Structures.
Division 25. Miscellaneous Construction.
Section 2510. Removal of Old Pavement.
Section 2511. Removal and Construction of Portland Cement Concrete Side-
walks.
Section 2515. Removal and Construction of Paved Driveways.
Section 2516. Removal and Construction of Retaining Walls and Steps.
3.02 INSPECTION:
A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to
revise demolition limits if required by the nature of construction.
3.03 PROCEDURES:
A. Utilities
1. Notify all corporations, companies, individuals and state or local authorities owning
pipelines, water lines, gas mains, buried and overhead electric facilities, telephone,
cable television, fiber optic, and other public or private utilities shown on the
drawings or otherwise known or discovered to be in the project area.
2. When active utilities are encountered, promptly take necessary measures to
support and protect said utilities and maintain them in service.
3. If active utilities are damaged or interrupted as a result of work on the project, take
appropriate measures to restore service immediately. Restoration of utility services
under these circumstances shall be at the Contractor's expense.
4. Active utilities shown on the drawings to be relocated, or which require relocation
due to unforeseen circumstances or conditions, shall be relocated in accordance
with instructions from the Engineer. Generally, the respective utility owners shall be
responsible to perform relocation work for their facilities. The Contractor shall
cooperate with these efforts in every reasonable way and shall not be entitled to
additional compensation for delays resulting from such relocations.
B. Site Protection Measures
Refer to Traffic Control Sheets for details.
2. Barricade and fence open excavations or depressions resulting from work during
non - working hours and when not working in immediate area. Provide suitable
warning devices adjacent to excavations and work areas.
3. Warning devices shall be kept operational during all non - working and non - active
periods.
02050 -2
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,tjiO En'gineen
2. Contractor shall perform demolition and removal operations so as to maintain
vehicular access to adjacent properties and businesses to the maximum extent
possible.
D. Disposals
No material or debris shall be buried within the project work area. All unsuitable
material resulting from demolitions and removals shall be hauled to and disposed of
at a Contractor - furnished site approved by the Engineer or to the landfill. The
Contractor shall pay the current tipping fee at the landfill.
3.04 DEMOLITION AND REMOVALS:
A. Pavement and Sidewalk Removals
1. Removal shall be to the limits noted on the plans or as directed by the Engineer.
2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete
pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or
aggregate surfaces is not considered pavement removal.
1 Sawcuts shall be approved by the Engineer.
4. Removal operations shall conform to construction phasing noted on the plans or as
directed by the Engineer.
B. Sewer Abandonment and Removal
1. Removal shall be at the locations and to the limits noted on the plans or as directed
by the Engineer.
2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone
compacted to 95% Standard Proctor Density. The top 12 inches directly below
paved surfaces shall be Class A crushed stone compacted to 98% Standard
Proctor Density. Other excavations shall be backfilled with suitable excavated
material, compacted to 90% Standard Proctor Density.
3. Sewers to be abandoned, but not removed, shall be filled with an approved non -
shrink flowable mortar and bulkheaded at each end with concrete.
4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton
Street as directed by the Engineer.
02050 -3
SECTION 02100
SITE PREPARATION
PART 1- GENERAL
1.01 SUMMARY:
A. Furnish labor, material, tools and equipment to prepare site as indicated and 'specifibd
1.02 REFERENCES:
A. IDOT Standard Specifications.
PART 2- PRODUCTS
None.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the following
divisions and sections of the IDOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
Section 2101. Clearing and Grubbing.
Division 25. Miscellaneous Construction.
Section 2519. Fence Construction.
3.02 EXISTING TREES, SHRUBS AND VEGETATION:
A. All trees, shrubs and vegetation shall remain and be protected from damage unless
specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the
Engineer.
B. No construction materials and /or equipment are to be stored, piled, or parked within the
trees' drip line.
C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs
and vegetation not designated for removal. The Contractor's liability for tree and shrub
damage will be based on the appraised value, not replacement value, and shall include the
cost of appraisal by a qualified arborist.
02100 -1
3.03 EXISTING STRUCTURES AND PROPERTY:
A. Remove existing signs and posts within the construction area as directed by the Engineer.
All permanent traffic signs will be removed, stored, and replaced by the City''of Iowa City.
Contractor shall provide 48 hour minimum advance notice for sign removal and for sign
replacement. Permanent signs will be replaced prior to concrete pours y
B. Move mailboxes to a location approved by the Engineer prior to closing road: Salvage and
store any unique supports for mailboxes. Restore mailboxes and their supports to their prior
location and condition when road is reopened. `
3.04 EXISTING FENCING:
A. Only fencing designated by the Engineer shall be removed.
B. Sections of fence removed for construction shall be replaced per the applicable bid item. If
not addressed, replace with new materials.
3.05 EXISTING UTILITIES:
A. Contact appropriate utility representative to verify the presence and location of buried utilities
in the construction area.
3.06 EROSION CONTROL:
A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control.
02100 -2
SECTION 02270
SLOPE PROTECTION AND EROSION CONTROL `
PART 1- GENERAL
1.01 SUMMARY:
A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and
erosion stone.
1.02 REFERENCES:
A. IDOT Standard Specifications.
B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest
edition.
1.03 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 IDOT Engineering Fabric for Embankment Erosion Control.
1.04 STORAGE:
A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject
to extremes of either hot or cold, and with the manufacturer's protective cover in place.
Receiving, storage, and handling at the job site shall be in accordance with the requirements
in ASTM D 4873.
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 IDOT Standard Specifications:
Division 41, Construction Materials.
Section 4130. Revetment Stone and Erosion Stone.
Section 4169. Erosion Control Materials.
Section 4196. Engineering Fabrics.
02270 -1
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the following
divisions and sections of the IDOT Standard Specifications:
Division 25. Miscellaneous Construction.
Section 2507. Concrete & Stone Revetment.
and the following IDOT Standard Road Plans:
RC -5 Wood Excelsior Mat
RC -16 Silt Fence
3.02 SCHEDULE.,
A. Silt fence shall be installed at locations indicated on the plans immediately upon completion
of grading. Wood excelsior mat shall be placed and staked in seeded areas of 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.
2. The geotextile will be joined by overlapping a minimum of 18 inches (unless
otherwise specified on the plans or by the manufacturer), and secured against the
underlying foundation material. Securing pins, approved and provided by the
geotextile manufacturer, shall be placed along the edge of the panel or roll material
to adequately hold it in place during installation. Pins will be steel or fiberglass
formed as a "U ", "U', or "T" shape or contain "ears" to prevent total penetration.
Steel washers will be provided on all but the "U" shaped pins. The upstream or up-
slope line will be inserted through both layers along a line through approximately the
midpoint of the overlap. At horizontal laps and across slope laps, securing pins will
be inserted through the bottom layer only. Securing pins will be placed along a line
approximately 2 inches in from the edge of the placed geotextile at intervals not to
exceed 12 feet unless otherwise specified. Additional pins will be installed 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
02270 -2
by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill
around the damaged or displaced area will be removed and restored to the original
approved condition. The repair will consist of a patch of the same type of geotextile
being used, overlapping the existing geotextile. Geotextile panels joined by overlap
will have the patch extend a minimum of 2 feet from the edge of any damaged area.
4. The geotextile will not be placed until it can be anchored and protected with the
specified covering within 48 hours or protected from exposure to ultraviolet light. In
no case will material be dropped on uncovered geotextile from a height greater than
3 feet.
02270 -3
SECTION 02510
HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING.
PART 1- GENERAL
1.01 SUMMARY.•
A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to
receive Hot Mix Asphalt paving.
B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving.
C. Seal Coat.
1.02 REFERENCES:
A. IDOT Standard Specifications.
B. [DOT Supplement Specification 01014.
1.03 QUALITYASSURANCE.
A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the
necessary crafts and who are completely familiar with the specified requirements and the
methods needed for proper performance of the work in this section.
B. Quality testing:
1. As per 2009 Iowa DOT Standard Specifications section 2303.
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 IDOT Standard Specifications:
Division 23. Surface Courses.
SS -01014 Hot Mix Asphalt Mixtures.
Division 41. Construction Materials,
Section 4126. Type B Aggregate for Hot Mix Asphalt.
Section 4127. Type A Aggregate for Hot Mix Asphalt.
Section 4137. Asphalt Binder.
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:
02510 -1
Division 21. Earthwork, Subgrades and Subbases
Section 2122. Paved Shoulders.
Division 22. Base Courses.
Section 2203. Hot Mix Asphalt Bases.
Section 2212. Base Cleaning and Repair
Section 2213, Base Widening.
Division 23. Surface Courses.
SS -01014 Hot Mix Asphalt Mixtures.
Section 2307. Bituminous Seal Coat.
Section 2316. Pavement Smoothness
Division 25. Miscellaneous Construction
Section 2529. Full Depth Finish Patches.
Section 2530. Partial Depth Finish Patches.
3.02 OPENING TO TRAFFIC:
A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or
surface treatment has cured sufficiently to prevent damage as determined by the Engineer.
B. Opening to traffic shall not constitute final acceptance.
3.03 COMPLETION OF 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
7th Avenue
Muscatine Avenue to F Street
Nevada Avenue
Union Road to Miami Drive
California Avenue
Union Road to Miami Drive
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.
1. 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.
02510 -2
D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving
abuts any existing Portland Cement Concrete Paving. The PCC paving shall be milled at a
depth of no less than two (3) inches over a paving length of 8 feet. This milling'shall be
considered incidental to the Cleaning and Preparation of Base item.
3.06 CLEANING AND PREPARATION OF BASE
A. The Contractor shall be responsible for cleaning all surfaces prior to operation: All loose-material
shall be removed from the surface and cracks by brooming or air blowing Thg City's °.street
sweeping crew and equipment will be available to aid the Contractor with sweeping, *'Orations
prior to cleaning each street on a one -time basis only. Any subsequent sweeping required will be
at the Contractor's expense.
3.07 AGGREGATES
A. Type.
1. Type B aggregates shall be used in base mixtures.
2. Type A aggregates shall be used in intermediate and surface mixtures.
B. Gradation.
1. A'% -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 %d' below the final finished grade. The street surface course will then
be placed. New castings to replace old will be provided by the City to be installed by the
Contractor where deemed necessary by the Engineer; however, the cost of any damage caused
by the Contractor will be deducted from the Contractor's final payment. Adjustment to 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. SURFACE COARSE - Asphalt binder shall be PG 64 -22
B. LEVELING (BASE) COARSE - Asphalt binder shall be PG 58 -28
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
02510 -3
may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to
the Iowa City Street Department located at 3800 Napoleon Lane.
3.12 HOT MIX ASPHALT PLACEMENT
A. Lifts,j`t
1 %" depth intermediate course followed by a 1'/" depth surface course. ,.
a
i.r
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 W Gradation 21. Bituminous material shall be MC -3000.
Primer shall be MC -70.
3.14 STREETS TO BE SEAL COATED:
A. Division I - Iowa City Streets - Asphalt Overlay
NAME
LIMITS
Dubuque Road
Dodge Street to Bristol Avenue
Hebl Road
IWV Road to Landfill
Napoleon Street
Sand Road to South Plant Access Road
South Plant Access Road
Napoleon Street to South Wastewater Treatment Plant
Taft Avenue
Lower West Branch Road to American Legion Road
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 -4
SECTION 02520
PORTLAND CEMENT CONCRETE PAVING
PART 1 -GENERAL
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact
subgrades to receive Portland Cement Concrete paving.
B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure
Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the
locations and grades noted on the plans.
1.02 REFERENCES:
A. IDOT Standard Specifications.
1.03 QUALITYASSURANCE:
A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the
necessary crafts and who are completely familiar with the specified requirements and the
methods needed for proper performance of the work in this section.
B. Quality testing:
1. Compressive Strength Tests.
2. Entrained Air.
3. Slump.
4. Density Tests of Base and Subgrade.
PART2- PRODUCTS
2.01 MATERIALS:
A. Concrete shall consist of Class C mix. 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.
Section 2111. Granular Subbase.
Division 22. Base Courses.
Section 2201, Portland Cement Concrete Base.
Section 2212. Base Repair.
Section 2213. Base Widening.
Division 23. Surface Courses.
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 Covering
Minimum 35 -32° F One layer plastic or burlap.
Minimum 31 -25° F One layer plastic and one layer burlap or two
layers burlap.
Below 25° F Commercial insulating material approved by the
Engineer.
B. Concrete shall be protected from freezing temperatures until it is at least five days old.
C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's
expense.
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.
02520 -2
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
,haredkngineerVpe., ii102520.d.
02520 -3
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 Design Manual, Chapter 12: Sidewalks and Bicycle Facilities
D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete.
E. Figures section of specifications.
1.03 QUALITYASSURANCE:
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 and replaced at the Contractor's
expense.
1.04 SUBMITTALS:
A. Comply with Section 01310.
B. Comply with Section 02520.
1.05 DELIVERY, STORAGE AND HANDLING:
A. Deliver material in unopened containers with labels identifying contents attached.
1.06 PROJECT CONDITIONS:
A. Comply with ACI requirements for cold and hot - weather concrete work.
B. Pre - Installation Meeting
PART 2- PRODUCTS
2.01 MATERIALS:
A. Concrete: Reference Section 2520.
B. Water: Fresh, clean and potable.
02524 -1
C. 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 Q14 of sidewalk
Depth: 1.400" +/- 5% max.
Face Thickness: 0.1875 +/- 5% max ( i.
Warpage of Edge: +/- 0.5% max.
3. Vitrified Polymer Composite cast -in -place tiles shall be Armor -Tile Cast -in -Place
Tactile /Detectable Warning Surface Tiles or approved equal.
E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped
concrete.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with
Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities 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 2.0% to a level plane.
3.03 PORTLAND CEMENT CONCRETE THICKNESS:
A. 6 -inch thick P.C.C. will be placed as indicated on project plans.
B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8 -inch P.C.C. section,
unless otherwise specified by the Engineer.
3.04 WIDTHS:
A. Curb ramps widths may vary at the street back of curb and through the area of truncated
domes. If necessary, transition width of ramps after truncated domes to match existing
sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or
matching widths are clear widths and do not include the flared sides or curved sides of a
curb ramp.
02524 -2
3.05 CURB RAMPS GEOMETRICS:
A. Different curb ramp types are shown in the plans. This project may include these or other
curb ramp types not shown. Existing site conditions may require that alterations be made to
proposed curb ramp design in order to provide a "best- fit ". Quanftty chbrfgesrdue to these
alterations will be paid for per the unit price quoted on the Form of Proposal.
B. The 6 -inch curb bordering the curb
estimated quantities.
3.06 TEXTURED SURFACE:
ramp will be paid separately in tjtd Forrr, o f Proposal
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 at the
back of 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.
02524 -3
SECTION 02900
LANDSCAPING
-9-M M1111111:340
1.01 SUMMARY.
A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape
accessories and maintenance.
1.02 QUALITY ASSURANCE:
A. The fitness of all plantings shall be determined by the Engineer and /or the City Forester with
the following requirements:
1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A.
listings and those of established nursery supplies.
2. Standards: All trees must conform to the standards established by the American
Association of Nurserymen.
B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer
and /or City Forester, have not survived and grown in a satisfactory manner for a period of
one year after City Council acceptance of the project.
1.03 SUBMITTALS:
A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted
to the Engineer and /or City Forester.
B. Submit certification of seed mixtures, purity, germinating value, and crop year identification
to the Engineer.
1.04 DELIVERY, STORAGE AND HANDLING:
A. Protect all plantings in transit to site to prevent wind burning of foliage.
B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on
ground and protect with soil, wet peat moss or other acceptable material, and water as
required by weather conditions.
C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by
adequate watering. Water before planting.
02900 -1
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 im6fap ,
with root ball formed of firm earth from original and undisturbed soil. At a mini'mu'm; 86%d of
all plantable containers shall be removed during planting.
C. All trees shall display the following form and branching habits:
Free of branches to a point at 50% of their height.
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:
Mix
Minimum
Proportion
by Weight
Lbs.l
Acre
Lbs./
1,000 sq.ft.
URBAN MIX*
Kentucky Blue Grass
70%
122.0
2.80
Perennial Rygrass (fine leaf variety)
10%
18.0
0.40
Creeping Red Fescue
20%
35.0
0.80
RURAL MIX*
Kentucky 31 Fescue
54%
25
0.57
Switchgrass (Black Well)
17%
8
0.18
Alfalfa (Northern Grown)
11%
5
0,11
Birdsfoot Trefoil (Empire)
9%
4
0.09
Alsike Clover
9%
4
0.09
*A commercial mix may be used upon approval of the Engineer if it contains
a
high percentage of similar grasses.
2.03 SOD:
A. Grass and sod established, nursery grown Kentucky or Merlon Bluegrass sod, vigorous, well
rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and
any other harmful or deleterious matter.
B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less
than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent
tearing, breaking, drying or any other damage.
02900 -2
Z04 LIMEANDFERTILIZER:
A. Ground agriculture limestone containing not less than 85 percent of total carbonates.,
B. Fertilizer shall contain the following percentages by weight or as approved; by Engineer:
Nitrogen* - 15% Phosphorus - 15% Potash - 15%.—
*At least 50 percent of nitrogen derived from natural organic sources of urbafdrrri.
PART 3 - EXECUTION
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 permission of the City
Forester. The City Forester may stop or postpone planting during these dates if
weather conditions are such that plant materials may be adversely affected.
B. The planting shall be performed by personnel familiar with the accepted procedures of
planting and under the constant supervision of a qualified planting supervisor.
C. Tree and shrub placement shall be as shown on the plans.
D. Contractor shall inform the City Forester of the starting date and location. All planting soil
must be approved by the City Forester before use.
E. Excavate with vertical sides and in accordance with following requirements:
1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree
and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture
below root ball.
2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container
and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture
below root ball.
3. Do not use auger to excavate planting pits.
Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at
elevation where top of root ball is one inch lower than surrounding finished grade after
settlement.
G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap
and lacing and remove from top one -third of root ball. Do not pull burlap from under any root
ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle
before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation
is complete.
H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three
inches of hardwood mulch which has been approved by the City Forester.
02900 -3
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 ber loose friable, and free of
hard clods and rock over two inches in diameter.
3.03 SEED, FERTILIZE, LIME AND MULCH:
A. Apply lime by mechanical means at rate of 3,000 pounds per acre.
B. Apply fertilizer at rate of 450 pounds per acre.
C. Seed Areas:
1. Remove weeds or replace loam and reestablish finish grades if any delays in
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.
3.04 SOD:
A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent
erosion before establishment.
B. Apply lime by mechanical means at a rate of 3,000 pounds per acre.
C. Apply fertilizer at a rate of 450 pound per acre.
D. Remove weeds or replace loam and reestablish finish grades if there are any delays in
sodding.
E. Rake area to be sodded.
02900 -4
F. Roll sod to establish smooth, uniform surface.
G. Water area adequately at time of sodding and continue as necessary throughout
maintenance period.
H. Sod during approximate time periods of April 1 to May 15 and August 15 to October,.15, and
only when weather and soil conditions are suitable for such work, unless otherwise directed i
by the Engineer.
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'% 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.
02900 -5
Jf
Appendix
Appendix
Section A
12A -1
Iowa Department Design Manual
Sw of Transportation Chapter 12 - Sidewalks and Bicycle Racilities
12A - Sidewalks
General Sidewalk Requirements
A. Introduction
Originally Issued. , , 04 7 12 - .
Sidewalks are an integral component of the transportation system. They provide a designated area,
separated from the roadway, for pedestrians to use for both travel and recreation. Along roadways
where pedestrians are present or anticipated, consideration should be given to constructing sidewalks
on both sides of the road to minimize conflicts between vehicles and pedestrians.
Where sidewalks are provided, they must be constructed so they are accessible to all potential users,
including those with disabilities. Design standards for pedestrian access routes are provided in
Section 12A -2.
B. Sidewalk Classes
SUDAS identifies three classes of sidewalks:
1. Class A: Class A sidewalks begin at the back of curb and generally extend to the right -of -way
line. These types of sidewalks are typical in downtown areas. Consideration must be given to the
location of street signs, street lighting, utilities, mailboxes, snow storage, and other obstacles
when utilizing Class A sidewalk.
2. Class B: Class B sidewalks are constructed with the back edge of the sidewalk 1 foot or more off
of the right -of -way line.
3. Class C: Class C sidewalks have the back edge of the sidewalk on the right -of -way line. These
configurations provide a grass strip between the back of curb and the sidewalk, often referred to
as the "parking."
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -1 - General Sidewalk Requirements
Figure 12A -1.01: Classes of Sidewalk
Possible u a
building
1' or greater
Pecking _ _ Parking _
4' min. 4' min.
Class A Class B Class C
C. Accessible Sidewalk Design
t
It has been common practice to place the responsibility for sidewalk ramp layout on the contractor or
construction inspector. This has resulted in the sidewalk, curb ramps, driveway crossings, etc. being
designed in the field, often with mixed accessibility results. As public right -of -way accessibility
comes under greater scrutiny, it is increasingly important that newly constructed or altered sidewalks
meet accessibility requirements. Therefore sidewalks, curb ramps, and street crossings shall be
included as pall of the design process and the details of those designs shall be included in the contract
documents as appropriate. Projects reviewed or let by the Iowa DOT will require use of S sheets
according to the Iowa DOT Design Manual Section IP -18.
D. Construction Requirements
1. Sidewalk Thickness: Sidewalks should be constructed of PCC with a minimum thickness of 4
inches. Where sidewalks cross driveways, the minimum thickness is 6 inches, or the thickness of
the driveway, whichever is greater.
2. Obstructions: All obstructions are to be removed or relocated except for those that are
impractical to move. In new development areas, these items should never occur, but in older,
established areas, they will have to be addressed. In the case where the sidewalk is shifted to
avoid an obstacle, use of a 2:1 taper to and from the obstruction with a straight section adjacent to
the obstruction should be considered.
3. Construction Tolerances: Dimensions are subject to conventional industry tolerances except
where dimensions are stated as a range, minimum, or maximum. Conventional industry
tolerances include tolerances for field conditions and tolerances that may be a necessary
consequence of a particular manufacturing process. Conventional industry tolerances do not
apply to design work; see PROWAG R103.1. Designing features to the target values, rather than
the allowable maximum or minimum, allows for appropriate construction tolerances and field
adjustment during construction while maintaining compliance with PROWAG.
Chronology of Changes to Design Manual Section:
012A-001 General Sidewalk Requirements
4117/2012 NEW
Neiv. Replaces 11A-I and 11A -2.
VON
Iowa Department
of Transportation
I2A -2
Design Manual
Chapter 12 - Sidewallis,m ul Bicycle Facilities
12A - Sidewalks
!.Origlnalty,lssued: !:04 -17 -12
Accessible Sidewalk Requirements-_-,,
A. Introduction
SUDAS and Iowa DOTjointly developed this section based on the July 26, 2011 "Proposed
Accessibility Guidelines for Pedestrian Facilities in the Public Right -of- Way." This section was
developed in accordance with Federal regulations (23 CPR 652 and 28 CFR 35) and is the standard
for use by all governmental entities in the State of Iowa. A local jurisdiction may elect to produce
their own standards; however, these will require review and approval by FHWA and /or the United
States Department of Justice.
When public sidewalks are provided, they must be accessible to all users, including those with
disabilities. This section establishes the criteria necessary to make an element physically accessible
to people with disabilities. This section also identifies what features need to be accessible and then
provide the specific measurements, dimensions, and other technical information needed to make the
feature accessible. The requirements of this section were developed based on the following
documents:
ADAAG: The "Americans with Disabilities Act Accessibilities Guidelines" (ADAAG) was
written by the US Access Board and adopted by the Department of Justice (DOJ) in 2010. This
document includes a broad range of accessibility guidelines including businesses, restaurants,
public facilities, public transportation, and sidewalks. These standards were originally adopted in
1991 and have been expanded and revised several times.
2. PROWAG: The July 26, 2011 "Proposed Accessibility Guidelines for Pedestrian Facilities in
the Public Right -of -Way" was written by the US Access Board and is also known as the Public
Right -of -Way Accessibility Guidelines or PROWAG. PROWAG provides more specific
information than the ADAAG for transportation facilities within the right -of -way including
pedestrian access routes, signals, and parking facilities. The PROWAG requirements are
currently in the development and adoption process and have not been officially adopted by the
Department of Justice; however, the Federal Highway Administration has issued guidance that
the draft version of the PROWAG "are currently recommended best practices, and can be
considered the state of the practice that could be followed for areas not fully addressed" in the
existing ADAAG requirements.
Due to the widespread acceptance of the PROWAG, and their pending adoption in the future, the
standards of this chapter are based upon the PROWAG requirements. The designer is encouraged
to reference the complete PROWAG document for additional information (www,access-
board. ov . References to the PROWAG in this section are shown in parentheses, e.g. (R302.7).
Buildings and other structures not covered by PROWAG must comply with the applicable
requirements of the ADAAG. For parks, recreational areas, and shared use paths, refer to other
sections within this chapter.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
B. Transition Plan
The ADA law passed in 1990 requires public entities with more than 50 total employees to develop a
formal transition plan identifying the steps necessary to meet ADA accessibility; requirements for all
pedestrian access routes within theirjurisdiction by upgrading all noncompliant features.
Recognizing that it would be difficult to upgrade all facilities immediately, the law provides the ,
opportunity to develop a transition plan for the implementation of these improvements: ,Covered''
entities had until 1992 to complete a transition plan. For those agencies that have not-completed a
transition plan, it is critical that this process be completed. Although the transition plan may cover a
broader scope, this section will only cover requirements within the public right -of -way.
Key elements of a transition plan include the following:
• Identifying physical obstacles in the public agency's facilities that limit the accessibility of its
programs or activities to individuals with disabilities
• A detailed description of the methods that will be used to make the facilities accessible
• A schedule for taking the steps necessary to upgrade pedestrian access in each year following the
transition plan
• Identification of the individual responsible for implementation of the plan
The document: ADA Transition Plans: A Guide to Best Management Practices (NCHRP Project No.
20 -7 (232)) provides guidance for the development and update of transition plans. The document also
assists communities in prioritizing required improvements for accessibility.
Public entities with less than 50 total employees are required to address noncompliant pedestrian
access routes.
C. Definitions
Accessible: Facilities that comply with the requirements of this section.
Alteration: A change to a facility in the public right -of -way that affects or could affect pedestrian
access, circulation, or use. Alterations include, but are not limited to resurfacing, rehabilitation,
reconstruction, historic restoration, or changes or rearrangement of structural parts or elements of a
facility.
Alternate Pedestrian Access Route: A route provided when a pedestrian circulation path is
temporarily closed by construction, alterations, maintenance operations, or other conditions.
Curb Line: A line at the face of the curb that marks the transition between the curb and the gutter,
street, or highway.
Cross Slope: The grade that is perpendicular to the direction of pedestrian travel.
Crosswalk: See pedestrian street crossing.
Curb Ramp: A ramp that cuts through or is built tip to the club. Curb ramps can be perpendicular,
parallel, or a combination of parallel and perpendicular curb ramps.
Detectable Warning: Detectable warnings consist of small, truncated domes built in or applied to a
walking surface that are detectable by cane or underfoot. On pedestrian access routes, detectable
warning surfaces indicate the boundary between a pedestrian route and a vehicular route for
pedestrians who are blind or have low vision.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
New Construction: Construction of a roadway where an existing roadway does not currently exist.
Pedestrian Access Route: A continuous and unobstructed path of travel provided for pedestrians
with disabilities within, or coinciding with, a pedestrian circulation path.
Pedestrian Circulation Path: A prepared exterior or interior surface provided for pedesti;ialt travel
in the public right -of -way.
Pedestrian Street Crossing: A marked or unmarked route, providing an accessible path to travel
from one side of the street to the other. Pedestrian street crossings are a component of the pedestrian
access route and /or the pedestrian circulation path.
Running Slope: The grade that is parallel to the direction of pedestrian travel.
PROWAG: The Public Right -of -way Accessibility Guidelines establish the criteria for providing a
feature within the public right -of -way that is physically accessible to those with physical disabilities.
Scope of the Project: Work that can reasonably be completed within the limits of the project. This
is not defined by the written project scope; however, it focuses on whether the alteration project
presents an opportunity to design the altered element, space, or facility in an accessible manner.
Technically Infeasible: With respect to an alteration of an existing facility, something that has little
likelihood of being accomplished because existing structural conditions would require removing or
altering a load- bearing member that is an essential part of the structural frame; or because other
existing physical or site constraints prohibit modification or addition of elements, spaces, or features
that are in full and strict compliance with the requirements of this section. (2010 ADAAG 106.5)
Turning Space: An area at the top or bottom of a curb ramp, providing a space for pedestrians to
stop, rest, or change direction.
D. Applicability
1. New Construction: Newly constructed facilities within the scope of the project shall be made
accessible to persons with disabilities, except when a public agency can demonstrate it is
structurally impracticable to provide full compliance with the requirements of this section.
Structural impracticability is limited to only those rare situations when the unique characteristics
of terrain make it physically impossible to construct facilities that are fully compliant. If full
compliance with this section is structurally impracticable, compliance is required to the extent
that it is not structurally impracticable. [20]0 ADAAG 28 CFR 35.151(a)]
2. Alterations: Whenever alterations are made to the pedestrian circulation path, the pedestrian
access route shall be made accessible to the maximum extent feasible within the scope of the
project. If full compliance with this section is technically infeasible, compliance is required to
the extent that it is not technically infeasible. [2010 ADAAG 28 CFR 35.151(b)] Alterations
shall not gap pedestrian circulation paths in order to avoid ADA compliance.
Where elements are altered or added to existing facilities, but the pedestrian circulation path is
not altered, the pedestrian circulation path is not required to be modified (R202.1). However,
features that are added shall be made accessible to maximum extent feasible. The following are
examples of added features:
• Installation of a traffic sign does not require sidewalk improvements; however, the sign
cannot violate the protruding objects requirements.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
• Installation of a traffic or pedestrian signal does not require sidewalk improvements;
however, the signal must be accessible.
• Installation of a bench adjacent to the pedestrian access route would not require sidewalk
improvements, but the bench cannot be placed in a manner that would reduce the sidewalk
width below the minimum requirement.
yr
3. Maintenance: Accessibility improvements are not required for work that is considered
maintenance. Examples of work that would be considered maintenance include, but are not
limited to, the following items.
• Application of thin maintenance surfaces; for example, slurry seal, seal coat, chip seal, fog
seal, and microsufacing
• Minor street patching (less than 50% of the pedestrian street crossing area)
• Curb and gutter repair or patching outside the pedestrian street crossing
• Minor sidewalk repair that does not include the turning space and curb ramps
• Painting pavement markings, excluding parking stall delineations
The DOJ considers resurfacing that goes beyond normal maintenance to be an alteration;
however, neither DOJ nor U.S. DOT has provided a specific definition of what level or thickness
of resurfacing constitutes an alteration. According to the FHWA Office of Civil Rights'
Questions and Answers about ADA /Section 504, maintenance activities include actions that are
intended to preserve the system, retard future deterioration, and maintain the functional condition
of the roadway without increasing the structural capacity. Since there is no standard definition
for resurfacing, the agency administering the project is responsible for determining if a
resurfacing project should be considered maintenance and documenting the reasons for this
determination. If a project is defined as maintenance, federal funding cannot be used.
When a maintenance project modifies a crosswalk, installation of curb ramps at the crosswalks is
strongly recommended, if none already exists. The other accessibility improvements of this
section are also recommended, but not required with such projects.
4. Technical Infeasibility: Examples of existing physical or site constraints that may make it
technically infeasible to make an altered facility fully compliant include, but are not limited to,
the following:
• Right -of -way availability
• For projects that do not require additional right -of -way purchase (including permanent
easements), accessibility improvements that require right -of -way will be considered
outside the scope of the project. improvements may be limited to the maximum extent
practicable within the existing right -of -way.
• For projects that require any additional right -of -way purchase (including permanent
easements), for reasons other than accessibility, acquiring additional right -of -way is not
considered an existing physical constraint.
• For pedestrian access route projects (Le. the scope is limited to making improvements to
pedestrian facilities only), right -of -way purchase is considered a physical constraint and
is therefore not required.
• Underground structures that cannot be moved without significantly expanding the project
scope.
• Adjacent developed facilities, including buildings that would have to be removed or
relocated to achieve accessibility.
• Drainage cannot be maintained if the feature is made accessible,
• Notable natural or historic features that would have to be altered in a way that lessens their
aesthetic or historic value.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
• Underlying terrain that would require a significant expansion of the project scope to aclleVe
accessibility.
• Street grades within the crosswalk exceed the pedestrian access route maximum cross slopes,
provided an engineering analysis has concluded that it cannot be done without sighiffcandy
expanding the project scope (for example, changing from resurfacing an intersection to
reconstructing that intersection).
5. Safety Issues: When accessibility requirements would cause safety issues, compliance is
required to the maximum extent practicable.
6. Documenting Exceptions: If the project cannot fully meet accessibility requirements because
the accessibility improvements are structurally impracticable, technically infeasible, or safety
issues, a document should be developed to describe how the existing physical or site constraints
or safety issues limit the extent to which the facilities can be made compliant. This document
should identify the specific locations that cannot be made fully compliant and provide specific
reasons why full compliance cannot be achieved. It is recommended that this document be
retained in the project file. For local agency projects administered through Iowa DOT, a
certification with supporting documentation shall be submitted to the Iowa DOT administering
office. The certification shall be as prescribed by the Iowa DOT and signed by a registered
professional engineer or landscape architect licensed in the State of Iowa. For Iowa DOT
projects, contact the Office of Design, Methods Section.
Note: Documenting exceptions does not remove an agency's responsibility to consider making
accessibility improvements the next time the facility is altered because physical or site constraints
and safety issues may change over time. The determination of exceptions and corresponding
documentation needs to be made each time a facility is altered, based on the existing conditions
and the scope of the proposed project.
Reduction in Access: Regardless of whether the additions or alterations involve the
modification of the existing pedestrian circulation path, the resulting work cannot have the result
of reducing the existing level of accessibility below the minimum requirements. For example, the
installation of a bench cannot have the effect of reducing the width of the pedestrian access route
to 3 feet (4 feet is the minimum). Likewise, the construction of an overlay cannot result in a
street cross slope of more than 5 %, nor have a lip at the curb ramp that exceeds 1/2 inch.
Pedestrian facilities may be removed if they are being re- routed for safety reasons, or terminated
because they do not connect to a destination or other pedestrian circulation path.
8. Addition of Pedestrian Facilities: If a sidewalk exists on both sides of the street, curb ramps
shall be installed on both sides when the street is altered. PROWAG does not require
construction of pedestrian facilities where none currently exists, although the jurisdiction's
transition plan may require them.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
E. Standards for Accessibility
The following section summarizes the design standards for the elements of an accessible pedestrian
access route. The minimum and maximum values stated are taken from the PROWAO. Target
values are also provided. Designing features to the target values, rather than the allowable maximum
or minimum, allows for appropriate construction tolerances and field adjustment during consL•tic(ion
while maintaining compliance with the PROWAG standards.
1. General Requirements: These requirements apply to all parts of the pedestrian access route.
a. Surfacing: PROWAG requires all surfaces to be firm, stable, and slip resistant (R302.7).
All pedestrian access routes shall be paved; granular surfaces are not acceptable. When
crossing granular surfaced facilities, consider paving wider than the pedestrian access route;
see the shared use path section.
b. Changes in Level: Changes in level, including bumps, utility castings, expansion joints, etc.
shall be a maximum of 1/4 inch without a bevel or up to 1/2 inch with a 2:1 bevel. Where a
bevel is provided, the entire vertical surface of the discontinuity shall be beveled (R302.7.2).
Figure 12A -2.01: Vertical Surface Discontinuities
V4„
c. Horizontal Openings: Horizontal openings shall not allow passage of a sphere more than
1/2 inch in diameter. Elongated openings in grates shall be placed so the long dimension is
perpendicular to the dominant direction of travel. The use of gates within the pedestrian
access route is discouraged; however, where necessary, the grate should be located outside of
curb ramp runs, turning spaces, and gutter areas if possible. (R302.7.3)
It should be noted that none of the standard SUDAS /Iowa DOT intake grates meet the
requirements for use within a pedestrian access route; therefore, a special design is required.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
Long dimension
perpendicular to
dominant direction
of travel
Figure 12A -2.02: Horizontal Openings
Dominant direction of travel
t
2. Standard Sidewalk: This section applies to all areas of the pedestrian access route not
previously discussed in this chapter. Sidewalks solely serving private residences are not required
to follow these requirements.
a. Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5% (8302.6).
b. Running Slope: Where the sidewalk is contained within the street right -of -way, the grade of
the sidewalk shall not exceed the general grade of the adjacent street (R302.5). Sidewalks
with a running slope of 5% or less are acceptable.
c. Width: The minimum width of the pedestrian access route is 4 feet. Five foot sidewalks are
encouraged and may be required by the Jurisdiction. Iowa DOT will design 5 foot sidewalks
unless otherwise requested. (R302.3)
d. Passing Spaces: Where the clear width of the pedestrian access route is less than 5 feet,
passing spaces are required at maximum intervals of 200 feet. The passing space shall be 5
foot minimum by 5 foot minimum. Passing spaces may overlap with the pedestrian access
route. (R302.4)
. Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements
Sp
Figure 12A-2.03: Standard Sidewalk and Curb Ramp Elements
E
❑
Curb
TvMing Space
Cross Slope
Transition Segment
Standard Sidewalk
Passing area
Detectable Warning
Curb Transition
E
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 -Accessible Sidewalk Requirements
3. Pedestrian Street Crossings:
a. Cross Slope: The longitudinal grade of a street becomes the cross slope for a pedestrian
street crossing. PROWAG has maximum limits for the cross slope of pedest;tari stet
crossings, which vary depending on the location of the crossing and the type of vehicular
traffic control at the crossing. These requirements, in effect, limit the longitudinal grade,of a
street, or require a "tabled crosswalk" at the intersection. (R302.6)
1) Intersection Legs with Stop or Yield Control: For pedestrian street crossing's "acfdss all
intersection leg with full stop or yield control (stop sign or yield sign), the maximum
cross slope is 2.0% (maximum 2.0% street grade through the crossing).
2) Intersection Legs without Stop or Yield Control: For pedestrian street crossings
across an intersection leg where vehicles may proceed without slowing or stopping
(uncontrolled or signalized), the maximum cross slope of the pedestrian street crossing is
5.0% (maximum 5.0% street grade through the crossing).
3) Midblock Pedestrian Street Crossings: At midblock crossings, the cross slope of the
pedestrian street crossing is allowed to equal the street grade.
Figure 12A -2.04: Example Street Intersection
* Match pedestrian street crossing cross slope or natter
b. Running Slope: The running slope of the pedestrian street crossing is limited to a maximum
of 5.0% (maximum street cross slope or superelevation of 5.0 %) (R302.5.1).
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
c. Location: Driver anticipation and awareness of pedestrians increases as one moves closer to
the intersection. Therefore, cub ramps and pedestrian street crossings should be located as ,
close to the edge of the adjacent traveled lane as practical. Where a stop sign or yield sign is
provided, MUTCD requires the pedestrian street crossing, whether marked or unmarked; ap„
located a minimum of 4 feet from the sign, between the sign and the intersection. I {is
recommended stop and yield signs be located no greater than 30 feet from the edge of the - -.
intersecting roadway; however, MUTCD allows up to 50 feet. Consult MUTCD for
placement of curb ramps and pedestrian street crossings at signalized intersections.
Figure 12A -2.05: Pedestrian Street Crossing Location
MARKEDOR
UNMARKED
CROSSWALK
Source: MUTCD, FHWA
SIDEWALK
l+4 ft MlNi Yr'�
Iw2k MIN. �l
f�
d. Medians and Pedestrian Refuge Islands: Medians and pedestrian refuge islands in
pedestrian sheet crossings shall be cut through level with the street or complying with the
curb ramp requirements. The clear width of pedestrian access routes within medians and
pedestrian refuge islands shall be 5.0 feet minimum (R302.3.1). If a raised median is not
wider than 6 feet, it is recommended the nose not be placed in the pedestrian street crossing.
4. Curb Ramps:
a. General: There are two types of curb ramps: perpendicular and parallel. Perpendicular curb
ramps are generally perpendicular to the traffic they are crossing with the turning space at the
top. Parallel curb ramps have the turning space at the bottom. Parallel curb ramps may be
used where the sidewalk begins at or near the back of curb and there is little or no room
between the sidewalk and cub for a perpendicular curb ramp.
A separate curb ramp is required at each pedestrian street crossing for new construction.
Parallel ramps with a large turning space, as shown in Figure 12A -2.08, are allowed. For
alterations, follow the new construction requirements if possible; however, a single diagonal
curb ramp is allowed but not recommended where existing constraints prevent two curb
ramps from being installed.
For alterations, it is strongly recommended to construct curb ramps at both sides of a
pedestrian street crossing. It is also recommended to correct other curb ramps within the
intersection. See Figure 12A -2.06.
For transitions into and out of driveways, curb ramp requirements may be used.
10
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
Figure 12A -2.06: Curb Ramps for Alterations
i
1. Required,
2. Strongly recommended.
3.Addhnodify unless a safety issue or existing physical constraint limits installation. Either install both sides or
remove the existing one.
4. Recommended to address as stated in #3 above, but not required because it is outside the project limits.
5. Address based on pedestrian usage, safety, and land development. Either install both sides or remove the existing
one.
b. Technical Requirements:
1) Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5 %. For
intersections that do not have full stop or yield control (i.e. uncontrolled or signalized)
and at mid -block crossings, the curb ramp cross slope is allowed to match the cross slope
in the pedestrian street crossing section. See "pedestrian street crossings" for additional
details. (R304.5.3)
2) Running Slope: Provide curb ramps with a target running slope of 6.25% and a
maximum slope of 8.3 %; however, curb ramps are not required to be longer than 15 feet,
regardless of the resulting slope, to transition to sidewalk grade. (R304.2.2 and
R3043.2)
3) Width: The minimum width of a curb ramp is 4 feet, excluding curbs and flares. If the
sidewalk facility is wider than 4 feet, the target value for the curb ramp is equal to the
width of the sidewalk. (R304.5.1)
4) Grade Breaks: Grade breaks at the top and bottom of curb ramps mast be perpendicular
to the direction of the curb ramp run. Grade breaks are not allowed on the surface of curb
ramp runs and tuning spaces. (R304.5.2)
5) Flared Sides: For perpendicular curb ramps on Class A sidewalks, or configurations
where the pedestrian circulation path crosses the curb ramp, PROWAG requires the flares
along the sides of the curb ramp to be constructed at 10% or flatter. (11304.23) This
allows pedestrians to approach the curb ramp from the side and prevents a tripping
hazard. It is recommended to design these flares at a slope between 8% and 10 %, which
will clearly define the curb ramp from the sidewalk.
6) Clear Space: At the bottom of perpendicular curb ramps, a minimum 4 foot by 4 foot
area must be provided within the width of the pedestrian street crossing, but wholly
outside of the parallel vehicle travel lanes. (R304.5.5)
7) Turning Space: Tuning spaces allow users to stop, rest, and change direction on the top
or bottom of a curb ramp (R304.2.1 and R304.3.1).
a) Placement: A turning space is required at the top of perpendicular curb ramps and at
the bottom of parallel curb ramps.
b) Slope: The maximum cross slope and running slope is 2% with a target value of
1,5% (R304.2.2 and R304.3.2). For parallel curb ramps, cross slopes may be
increased to match allowable values in the pedestrian street crossing section
(R304.5.3).
1. Required,
2. Strongly recommended.
3.Addhnodify unless a safety issue or existing physical constraint limits installation. Either install both sides or
remove the existing one.
4. Recommended to address as stated in #3 above, but not required because it is outside the project limits.
5. Address based on pedestrian usage, safety, and land development. Either install both sides or remove the existing
one.
b. Technical Requirements:
1) Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5 %. For
intersections that do not have full stop or yield control (i.e. uncontrolled or signalized)
and at mid -block crossings, the curb ramp cross slope is allowed to match the cross slope
in the pedestrian street crossing section. See "pedestrian street crossings" for additional
details. (R304.5.3)
2) Running Slope: Provide curb ramps with a target running slope of 6.25% and a
maximum slope of 8.3 %; however, curb ramps are not required to be longer than 15 feet,
regardless of the resulting slope, to transition to sidewalk grade. (R304.2.2 and
R3043.2)
3) Width: The minimum width of a curb ramp is 4 feet, excluding curbs and flares. If the
sidewalk facility is wider than 4 feet, the target value for the curb ramp is equal to the
width of the sidewalk. (R304.5.1)
4) Grade Breaks: Grade breaks at the top and bottom of curb ramps mast be perpendicular
to the direction of the curb ramp run. Grade breaks are not allowed on the surface of curb
ramp runs and tuning spaces. (R304.5.2)
5) Flared Sides: For perpendicular curb ramps on Class A sidewalks, or configurations
where the pedestrian circulation path crosses the curb ramp, PROWAG requires the flares
along the sides of the curb ramp to be constructed at 10% or flatter. (11304.23) This
allows pedestrians to approach the curb ramp from the side and prevents a tripping
hazard. It is recommended to design these flares at a slope between 8% and 10 %, which
will clearly define the curb ramp from the sidewalk.
6) Clear Space: At the bottom of perpendicular curb ramps, a minimum 4 foot by 4 foot
area must be provided within the width of the pedestrian street crossing, but wholly
outside of the parallel vehicle travel lanes. (R304.5.5)
7) Turning Space: Tuning spaces allow users to stop, rest, and change direction on the top
or bottom of a curb ramp (R304.2.1 and R304.3.1).
a) Placement: A turning space is required at the top of perpendicular curb ramps and at
the bottom of parallel curb ramps.
b) Slope: The maximum cross slope and running slope is 2% with a target value of
1,5% (R304.2.2 and R304.3.2). For parallel curb ramps, cross slopes may be
increased to match allowable values in the pedestrian street crossing section
(R304.5.3).
Chapter 12 - Sidewalks air(] Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
c) Size: The turning space shall be a minimum of 4 feet by 4 feet. Where the turning
space is constrained on one or more sides, provide 5 feet in the direction'of the
pedestrian street crossing.
Figure 12A -2.07: Curb Ramp Turning Areas
Building, wall, or
otherobsi uction
Flare
FE E
Sidewalk Tumiog space Curb Ramp Grass Delectable Warning
c. Curb Ramp Design Considerations:
1) Combination Curb Ramps: For many intersection configurations, a perpendicular curb
ramp will not provide enough length to establish the top turning space at the sidewalk
elevation; in these situations, a parallel curb ramp is often required to transition from the
turning space up to the sidewalk elevation. The use of a perpendicular curb ramp from
the curb to the turning space in conjunction with a parallel curb ramp between the turning
space and the sidewalk elevation is referred to as a combination curb ramp. When
transitioning from a turning space to sidewalk elevation on a steep street, it is not
necessary to chase the grade. As noted in the technical requirements above, a parallel
curb ramp is not required to exceed 15 feet in length, regardless of the resulting curb
ramp slope. In practice, the parallel curb ramp should be extended to the nextjoint
beyond 15 feet.
2) Cross Slope Transition Segment: When connecting to existing construction that is out
of cross slope compliance, the cross slope transition should be completed beyond the
parallel curb ramp or turning space; this recommendation eliminates the need to list this
curb ramp in the transition plan. It is recommended this cross slope transition take place
at 1% per foot or less. Typically, this can be accomplished in a single panel.
3) Parking Slope: In situations where the length of the perpendicular curb ramp is
insufficient to bring the turning space up to sidewalk elevation, consider lowering the
sidewalk and flattening the parking slope.
IE
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
5. Blended Transitions: A blended transition is allowed but not recommended. Design and
constructability is difficult to meet compliance requirements. In lieu of a blended transition,`a
curb ramp or standard sidewalk should be used.
6, Detectable Warnings:
a. General: Detectable warning surfaces are detected underfoot or with a cane by blind alld , ,r
low vision individuals. The warnings indicate the location of the curb line. Detectable
warnings also provide a visual queue to pedestrians with low vision and aid in locating the
curb ramp across the street. For these reasons, the detectable warning shall contrast visually
(light on dark or dark on light) from the surrounding paved surfaces (R305.1.3).
b. Location: Detectable warnings shall be installed at all pedestrian street crossings and at-
grade rail crossings (R208.1). Detectable warning surfaces should not be provided at
crossings of residential driveways since the pedestrian right -of -way continues across the
driveway. Where commercial driveways are provided with yield control, stop control, or
traffic signals at the pedestrian access route, detectable warnings should be installed at the
junction between the pedestrian access route and the driveway (Advisory R208.1).
c. Size: Detectable warning surfaces shall extend a minimum of 2 feet in the direction of
pedestrian travel and extend the full width of the curb ramp or pedestrian access route
(R305.1.4).
d. Dome Orientation: On curb ramps, the rows of truncated domes should be aligned
perpendicular to the grade break so pedestrians in wheelchairs can track their wheels between
the domes. On surfaces less than 5% slope, dome orientation is less critical.
e. Parallel Curb Ramps: On parallel curb ramps, detectable warning shall be placed on the
turning space at the back of curb (R305.2.2).
13
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
Figure 12A -2.08: Detectable Warnings on Parallel Curb Ramps
Grade 1:
When greater than 5',
place detectable warnings
at back of curb.
--- -- --- - -- - - --- - - - -- --- - --- --
2'- 0 °rnin. �— Back of Curb
I
2' -0° min.
4' x4' min.
Sidewalk Turning space slee Detectable Warning
❑Curb Ramp IM Grass ® Curb Transition
f. Perpendicular Curb Ramps: Placement of detectable warning varies based upon location
of grade break as shown in Figure 12A -2.09.
Figure 12A -2.09: Detectable Warnings on Perpendicular Curb Ramps
When less than 5', place detectable
warnings at bottom of ramp. If
greater than 5', refer to parallel ramp.
2'-0"
Grade break
❑Sidewalk fuming space
Curb Ramp Gross
14
Where both ends of the
bottom grade break are at
the curb line, place the
detectable warning at the
back of curb.
Flan:
Detectable Warning
® Curb Transition
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -2 - Accessible Sidewalk Requirements
g. Refuge Islands: Where refuge islands are 6 feet wide or greater from back of curb to back,of
curb, detectable warning shall be placed at the edges of the pedestrian island and separated,by
a minimum 2 foot strip without detectable warnings. Where the refuge island is less than 6
feet wide, a 2 foot strip without detectable warnings cannot be installed. In these situations,
detectable warnings shall not be installed at the island and the pedestrian signal must b� timedl
for full crossing. (R208.1 and R208.2)
1
h. Rural Cross - section: Detectable warnings should be placed similar to urban layouts, e (ccpt
at the edge of shoulder instead of the back of curb.
F. Bus Stop
1. Bus Stop Pads: New bus stop pads constructed for use in conjunction with a lift or ramp shall
meet the following criteria.
• Provide a firm, stable surface (R308.13.1).
• Provide a minimum clear length of 8 feet (measured from the curb or roadway edge) and
minimum clew width of 5 feet (measured parallel to the roadway) (R308.1.1).
• Connect the pad to streets, sidewalks, or pedestrian paths with at least one accessible route
(R308.1.3.2).
• The slope of the pad parallel to the roadway will be the same as the roadway to the maximum
extent practicable (R308.1.2.2).
• For drainage, provide a desirable cross slope of 1,5% up to a maximum cross slope of 2%
perpendicular to the roadway (R308.1.3.1).
2. Bus Shelters: Where new or replaced bus shelters are provided, install or position them to allow
a wheelchair user to enter from the public way. An accessible route shall be provided from the
shelter to the boarding area. (R308.2)
G. Accessible Pedestrian Signals
An accessible pedestrian signal is an integrated device that communicates information about the
WALK and DON'T WALK intervals at signalized intersections in a non-visual format (i.e. audible
tones and vibrotactile surfaces) to pedestrians who have visual disabilities. Each traffic signal project
location should be evaluated to determine the need for accessible pedestrian signals. An engineering
study should be completed that determines the needs for pedestrians with visual disabilities to safely
cross the street ( MUTCD 4E.09). The study should consider the following factors:
e Potential demand for accessible pedestrian signals
• Requests for accessible pedestrian signals by individuals with visual disabilities
• Traffic volumes when pedestrians are present, including low volumes or high right turn on red
volumes
• The complexity of the signal phasing, such as split phasing, protected turn phases, leading
pedestrian intervals, and exclusive pedestrian phases
• The complexity of the intersection geometry
If a pedestrian accessible signal is warranted, audible tones and vibrotactile surfaces should be
included. Pedestrian push buttons should have locator tones for the visually impaired individual to be
able to access the signal. See MUTCD 4E.09 through 4E.13 for more information. Consistency
throughout the pedestrian system is very important. Contact the Jurisdictional Engineer regarding the
standards and equipment types that should be incorporated into the design of the accessible pedestrian
system.
15
Chronology of Changes to Design Manual Section:
012A-002 Accessible Sidewalk Requirements
4/17/2012 NEW
New. Replaces 11C-3. Adds 15' maximum for ramp length. Gives list of physical constraihls!:�
12A -4
frol Iowa Department Design Manual
of Transportation Chapter 12 - Sidewalks and Bicycle Facilities
12A - Sidewalks
OrlgipollY4gsued:-- '' -Q4 -17 12 ^,
Pedestrian Facilities During
r
Construction
A. Introduction
When projects impact pedestrians, it is important for the engineer to develop a temporary traffic
control plan for pedestrians, including those with disabilities. For Iowa DOT projects, see Iowa DOT
Design Manual Section 9A -5 for temporary traffic control plans. The applicable guidelines for the
temporary traffic control plan are the July 26, 2011 "Proposed Accessibility Guidelines for Pedestrian
Facilities in the Public Right -of- Way" (PROWAG) and the Manual on Uniform Traffic Control
Devices ( MUTCD).
According to PROWAG, when a pedestrian circulation route is temporarily closed for construction or
maintenance activities, an alternate pedestrian access route complying with sections 6D.01, 6D.02,
and 6G.05 of the MUTCD shall be provided (R205). However, MUTCD (Section 6D.01) also
requires knowledgeable persons to conduct appropriate evaluations or use engineering judgment in
determining temporary traffic controls for pedestrian circulation routes. This section includes
guidance on conducting the evaluation when an alternate pedestrian access route may not be practical.
B. Evaluating Pedestrian Needs
The initial design activity should be to determine the level of the accessibility of the current
pedestrian circulation route within the area of the project and the adjacent areas. The impact to the
pedestrian circulation route, including transit stops, from the construction or maintenance activity
needs to be determined. Develop pedestrian accommodations to provide the best accessibility
practical through all stages of work. Consider obtaining local input through a public meeting or
contact with residents or public officials to see where additional accessibility needs should be
addressed (e.g. senior centers, medical facilities, schools, public facilities, etc.).
Whenever possible, the work should be done in such a manner that does not create a need to detour
pedestrians fiom existing routes. Pedestrians rarely observe detours and the cost of providing
accessibility and delectability might outweigh the cost of maintaining a continuous route through the
construction zone ( MUTCD 6D -01). All methods should be given consideration, including providing
alternate means of traversing the construction zone. If pedestrians are to be directed through the
construction zone, safety as well as accessibility must be addressed. If a pedestrian detour is
developed, it should replicate the accessibility of the existing route.
C. Facility Options
To address the impacts to the pedestrian circulation system, including transit stops, consider the
following:
• Develop a temporary traffic control plan to guide the pedestrians through the construction zone.
• Close the pedestrian circulation route through the construction zone.
• Close the pedestrian circulation route through the construction zone; develop a detour route
consistent with the accessibility features present in the pedestrian circulation route being closed.
Chapter 12 - Sidewalks and Bicycle Facilities Section 12A -4 - Pedestrian Facilities During Construction
• Provide alternate means for pedestrians to traverse the construction zone, such as free,accessible
shuttles or other forms of assistance.
D. Barricades, Channelizing Devices, and Signs
Pedestrian barricades and channelizing devices shall comply with sections 6F. 63 617.68 and 61731 of
the MUTCD.
1. Barricades: Barricades are used for pedestrian circulation route closures. See'lowa l66 `
Specifications Section 2528.
2. Channelizing Devices: The designer should consider the safety of pedestrians and vehicles
when choosing channelizing devices.
a. Type A: Type A devices are redirective barriers designed for highway applications. These
devices are suitable when pedestrians are routed into the travel way and allow for the most
protection for pedestrians from vehicular intrusion.
b. Type B: Type B devices are crashworthy but do not redirect vehicles. These devices are
designed to minimize risks associated with flying debris.
c. Type C: Type C devices include any device that meets ADA requirements for channelizing
pedestrians and may not be crashworthy. These devices are for locations where vehicular
intrusions are unlikely (e.g. closed roads, when there is a separation between pedestrians and
vehicular traffic, or where vehicular traffic is at low speeds).
3. Signs: See Iowa DOT Standard Road Plan TC -601 and TC -602.
E. Temporary Pedestrian Facilities
Temporary pedestrian facilities should comply with the other sections within this chapter to the extent
practical. it is strongly recommended that detour routes be on paved surfaces.
Temporary pedestrian facility surfaces must be firm, stable, and slip resistant. Granular surfacing for
short term, temporary pedestrian facilities is acceptable. The granular surfacing material should be
well graded, such as Class A road stone (Iowa DOT Specifications Section 4196, Gradation No. 8) or
special backfill (Iowa DOT Specifications Section 4196, Gradation No. 30). Maintenance of the
temporary pedestrian facility surface to meet the firm, stable, slip resistant, and minimum width is
required at all times. The temporary pedestrian facility surface must be removed and a permanent
pedestrian facility must be replaced prior to the end of the construction season.
F. Utility Construction
If the pedestrian circulation path is disturbed during utility construction, the requirements of Section
12A -2 shall apply.
133fONd ONIOVJM1 H IWHdS UOZA1
O
E 6 I Q
ss
$ =a J
d E <;
a 43 E r
Is N
Sd°,= Is a
Is
b s$5
c TEk §g? a =
..o °�NGI NEpR�•, a
N y
/LV
L L J C5 6
J p
O
C5 its
V m W O
W 00 X W
CV) U Q a o
O I p O W
Q p 0 00
N Li c 00
® W i U
LL M 8
LL 0
• 3.,
H
1 oP o P
4
30N3Atl HlL
t C
P 5 0L C
Is
t - I
zcoz ss -so
31VO 9N W.31
103FOHd ONIOVAMS3H 1lVHdSV ELOZ M
11'dSRYb ZIPGY G'IMW .�MSI3iH5N: JkxµiAy llCdW Ei ', rl'JSAV! \CYJ' N3\.S
Y
Z
�
ERR
m
11'dSRYb ZIPGY G'IMW .�MSI3iH5N: JkxµiAy llCdW Ei ', rl'JSAV! \CYJ' N3\.S
Y
�
ERR
w
%HG
w
`
N
a
�oe
11'dSRYb ZIPGY G'IMW .�MSI3iH5N: JkxµiAy llCdW Ei ', rl'JSAV! \CYJ' N3\.S
NOILMHO NI ltltl3N39 ONV ON3031
a d
6 oI
w 3 2
LU
V I I I I II II W I
W
I
poagg a
U'
z
2
6
a
w o
sco 1c¢ o cLa
a
GE c a
js
pa x� Nn
,F� iJ —Wi2¢ �G LLh0 ux �
Lli aZ m GV �Zti w VN z
< o
O V p
PL.
ui
co Drip¢ =p z ao 32 _ u
as 'oz�% �za�o o`��a _aa F_ Yo- < N
I z
0
I m
I >
I o
c�
i z
I w
a$ w e
W
°
ua anon zwzrve zwrzadeuaxs rmatmpaaa reu5v c�zwwsnne�aroaov�ls
.�wx- ess,rre avve:ov -- -vs nrsv ;ova ao�,�v n:v�rmsxm�ro�naas
S310N'ftltl3N30
°
e
¢
o_
z°
O
z
m
W
w
U
rn
WI
2i
U
Z
LL
¢
J
N
W
¢
F
Q_
4
y
Q
C
}J
LL
F
2
J
O
U
E8w
a'E
c° Sg D
°
c €i n
3
°
Eo'^
m
m
•aymaO
o
egV.l
E
&s..c IIfi
ay
€9 €E
o.°J
c�
sa"
us�o`mim
n,
ism €
-°' °_
$S$
Yo^_
Y
t
E-,
rn
3
a S
8
$OO,.Em_.
mm_
e°
5593 �g`ad5 dsm�x °yg
m�a ��
as �od�
080
§rv' -
me` e "e�' Po- yY;E`=
o
w
�
55
Fan$$E5b
m$i
a.
1m
^-3 xs9° °••°
''Nfrm`o E
cuW�
�a r =k =3�5
bn3`i m
$eymma€
oo3E °{�
aV94,,
2
t z
.c°
3�
s=k v°i'° -
VJ
m5
�3e�g$E9�
m
gs
S.N iY
S:°
� °-
gm_
�J.°.S`a•
Z
fr
a. =�° °➢
� � Aga
i93`o_fS .i
� G
�
m
vm$
-
5
}'
XX
�$
mOi oe
,9
m�
else
� °ore
W
-
-ti
O
m'8 c °-
s$a8a a =E
dams €si
`S�0Y
c €B� „5
$a£E €
h$
g =fr �3
?E
ofro=
hmoa�
ox fr
LLO
LOZ
+vE
m 2a a
ore 2- 22-S-.- Sry
gj
° 9 5'
j
g
w=oz m �.v . „hs 'mm
T F
co
Smv 9
G[ 3°�LL
o
fleas o
dv&o
o_
€�e
oa5
°�
s.aE o €`$ads o €�
z
z
O
y
0
.�wx- ess,rre avve:ov -- -vs nrsv ;ova ao�,�v n:v�rmsxm�ro�naas
.Ja osSVf tz 0.'1VL'eryrpp/� = }'S NYL� ileV4r. s1:zWYiyAia \[YJU`Pg \:5
Nbld NOILNEAEHd NOLLnIlOd UgiVAMHO1S
°
c
N
y
4
C
�
Q
w
�
O
zl
Kz
GSv
Y£
K
Y
`L3
SS
Y
fi,v.yy
-�a
S
O
xa y
&
s
¢
5.
$
%m E 5
5
§E
€
.
�d
3
_
9z
h95atl
Y -E
Yc 2$3
Iii
-YEh
€x
`
W�- sx
n3'°
5
E
� i ,r
3 ��
G ?
nB
9S
�`•
$;
sac
c
a
t
CC
Z
i
W
e
's
sT
%g
%�
g
9Y'
E
�Sfi
E SE
yZ
Y
•°
Z
s a
a i
sp�e
k
as g y
yg
S
P$g
�E%
ax3
S
LflE
Yom.
fr V
b
G;
4
c
€..
W
P
3
0
a
R_ 35�
n 2
l
33 Y
A�J` 3 9
Pfrfr g
.€
8
e
a
a
€
w
6
.Ja osSVf tz 0.'1VL'eryrpp/� = }'S NYL� ileV4r. s1:zWYiyAia \[YJU`Pg \:5
.Id SSZV b'�2rTl['Zr;y±.q��. ����meynaayyryaH EI.lZWN15- /rtld�.'IV: \91� \.S
I
SNOLLOW SSOK IVOIdKL
�
h
h
a
m
N
z°
m
z
F
}w
iL
2
w
w
y
Z
cNi
QF
d
U
W Z
C
a
o
a
z
m
O
O
U
} O
O
Z
C
�U
F
I—
w
I !n
U
O
~ 1
L
O
W
W
C
O O
I
n
U
Q C
V
`W
H
r
I2
¢
W
Z
Z�J
Derry
p V <L
x
m
¢
�
a
¢
Q
N
U
Z
L
X
W
I W
} U }
K C
Z
j N Y
O
02
a
N
N
Z
C ZOO
W
j
U h
¢
O
—
wp
d
r
w
U
w
L
U
N
w
W
O Q
>
U
C
O
1-
U
�
U r
2
J
Z
Q
O
O
Y
}
U
Q
O
m
�
ti
ti
Z
O
W
p
v
W
W
fn
w
Z
Q
CD
�
W
m
N
U
Y
V
Q
O
O
C
O
C
L
U
a
w
r
z
w
m
v
.Id SSZV b'�2rTl['Zr;y±.q��. ����meynaayyryaH EI.lZWN15- /rtld�.'IV: \91� \.S
I
�
h
LN
N
m
Q
O
O
Z
cNi
d
�
C
a
o
a
z
m
O
U
OF
O
Z
w
I !n
O
W
W
H
r
J
¢
W
Z
U
.Id SSZV b'�2rTl['Zr;y±.q��. ����meynaayyryaH EI.lZWN15- /rtld�.'IV: \91� \.S
S91VAG NOUanalsNOO
m o
a ai
x =� G z° z
❑' z
Z ° o
€< J <
_ z
€. wiz _
O =LAC ¢ 4 p Y
s
02
s %� w
it Off' w
a xFy�` lil ❑
cr
UJ i CC w
J + +' z
E `I -
E - 0 'w w
z L5
w
0
oe mv�:e xxov& a' un- me�axswnamo�aawm .evonuwsnraw�see\s
IOUNOO OI=V"I ONV ONIOtl1S
°
_
m
z°
m
m
o
F
r
I�
io
a
z
U
LL
Q
J
m
li
Qi
S'
Ni
QI
In
}
I
"
F
w °F'
ffw = °�
O
s3�<
F
6
i ry
w
M--
v
i6 Si
R�
So�NWO��o
0
`s
E8� iip
w
w
FOF
ruf
2'6
`��FT
--p
oi%O
w
K.,
Z
C� °w
J
N
9U
aoa5
in wzF
56w
wLL
<3�
T-N �w
ap
SF�
spa
z
2
°
s
oo
��
-
-
°¢a o� kaW�
w °o°
Vp
� Qj
g "p
-'
Flo
`=q
-¢SF
z
°bea
ESN
1=
m
w
Ezc`
=z<
o
pi
s`mLL
z�
�"'
uzd�
z��^
�",z
og<
z°o?
wLL
w
a�
o5 <q,
�p
o
_
��
o
NEE
F
8�
M€
`o
"'�'
€Rm
o
o"
R.-
g
. °"
-' -«
�a'
�.«'
€as�
�`_«
€��
� °. �a
F� €wFa
°<
�
€ °R
nw
I.
NOLLV VMWNI IV83N3O OW SNOLLVl08V1'63ll JO 31VINIM
a
ICI
N
dU
31119AY HLL
i
Z
O
311X 3AY tlaTIdN
Z
N �
` c
m
�r
- '311N3AY VINN OdI
r �.�
�
n
`or
U
I
w
W
6
�
°
d
Y 3Atl 1393X
I
2
a
3Atl litll
O
p
193 HIS NO3lOtlVry
U
LL
Q
C
�
Uy0L 553 IVY
1Ntlld ILLNOS
� °
h
W
4
°�I�
C.-o
F
Q_
D
N
6
�
¢
I
C
3iz
c$�
�
d�r
o
o
�
w
s
�z
of
U
O
-
Q
Z
$R,^
Z
F
o °o
5
-
es
pia
M
Y
RUM
5 2
5
4
3 333
33�
3
w
J. %KOCO
OC
°s
Q
3
..
-
33 #3i3
333
_
O
f
w
�
X
JI
Jh
N
sGCt
G'a
�.
O
O
2
J
f
0Eiaf5�
tg0g
zO,
W
w
Q
Z
Z
=
w
0
¢
8
-
z
�
w
O
I.
a
ICI
Bg
31119AY HLL
i
a.
311X 3AY tlaTIdN
N �
` c
-
- '311N3AY VINN OdI
r �.�
�
n
`or
dHOH30DO HOQ
�
°
Y 3Atl 1393X
I
2
a
3Atl litll
O
p
193 HIS NO3lOtlVry
C
�
Uy0L 553 IVY
1Ntlld ILLNOS
� °
°�I�
C.-o
ug'.µ�
�
¢
I
C
c$�
�
d�r
3nN3AV HDSAM Nbld kVVIH3A0
EEJ
I I Z
U
gl
30N3AV NVQIN9HS h—
W
EL O
n
- O
z
4
LL
W
W
J 4
� � x
I �
m
W W _
? Q I I
O U °
w O z u J33tl153
o 0 z a
w O
IILJ
o Q m i-
x °
4 j O o
O O 8� 2
i � � \ \� —J O
U °
Q ~ =21
z i w
O �
z
O
w I a
o a z LL
r ¢ a
N
3
-j--L — o
r 3a o0 W U I IJ a
C Q W Y
o O x n s
LL w ? ¢ z
o
Q U X
= 0 � ° x 133i115i p
U h ti w m W p 3f1N3AVWSA�r
Q z w
¢ o w vwi �F`
y 0 z W x z i w
.00
I-
0I s
0
z w an c F o
o
o
L I �
1Y VV m
o m
w
0
� )!
/
-
. _
: -
� U2nNSAY
oz
(
�k ƒ
! , �
\t
® §r\%
Ew .-.5 l
'0 0 \ \
o� \ d \
�lE =
)\ \`
� � §
�— !
anNaW VINaOjnaO' Nrna AVl8l IAO
o
z°
II � II
U Ul
°
OJ O u
Z
W W �
° m
J J ca
U Q
Z � Q
O w O w
O z
z z>
O > Q
Y W
0 3
L o o ¢a
� z
z > W o
o w o z
° - w o 0
II 11� eT �L� Q W 2 O g °
I� ` OLLa O W W
�, ✓/ LL
8'. � p x
LL
z z W 6 4 6
0
J W p
y O m x
o m Z w
Z O 6 2 W
�ywon !~ > yi Fx- Q
iLl
O
O °
F
O
O z
O
W�6 W
Z
OF �
m0 y
�o F
�w p
t o
\ Vey O
T o
CU
O
3f N3AV V4VA3N Ntlld AVl83A0 �
a o
z p
z
U w
F
U
O
a
O
+ o+s —.MhMI DRIV2 Q
W
_ J
Z
p N
C J x o
W N W
O U O +
Q w �
J O Q ~ /F-
02 n F p
6 Q w>
� K I
z ati
a m
O
h �I
a
� zo
W U0 2
t- w
OZO
id < LL U p W LL'
I-
K
h O
0 ¢ K Q
O
- w O
ti J
6 w Q N
h Z-
01 1 OK �'zc O
C w Z W tq < z O
U vwi 0 0 W p � K
S
1-Z KLL w J y Mp
Z Q O K x W J w
O < U
6
O
O
a
U
1 ✓ O Q
LLC'1
O Vl
W
i
NVId NOLLVCOI NdS dJH'C
m
vl o:
u
W
Z N
F Z
C
ar
m
O 6
w'
Q
3f1N3AH
la1H1
//11II�
• 4r
o
Wo ,{xfi
K
-
r Ys
2
evi %�
U
WUU cS
LL
S
✓ ��, tai " n U O
�DJ
Z
z °w`
3
0
J ICI
wa 11 _::Y I'll,"e:wzorrlvsNSU:.N may oamrocmaews- mewnve: s
vl o:
u
W
Z N
F Z
C
ar
O 6
Q
//11II�
✓ ��, tai " n U O
�DJ
Z
z °w`
3
0
J ICI
wa 11 _::Y I'll,"e:wzorrlvsNSU:.N may oamrocmaews- mewnve: s
Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145
RESOLUTION NO.
RESOLUTION SETTING A PUBLIC HEARING ON JULY 31, 2012 ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE
CONSTRUCTION OF THE FY 2013 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 31St day of July,
2012, 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 10th day of July , 2012.
Mayor
ATTEST:
City Clerk
Approved by:
City Attorney's Office
Resolution No. 12 -332
Page 2
It was moved by Mims and seconded by Payne 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
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE FY 2013
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
2013 Asphalt Resurfacing Project in said city at
7:00 p.m. on the 31$t day of July, 2012, 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
NOTICE TO BIDDERS
FY 2013 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 15th day of August 2012. 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 2151 day of
August 2012, or at special meeting called for that
purpose.
The Project will involve the following:
1,367 tons of asphalt cement concrete, 8,292
sq. yards of pavement milling, 1,182 feet of
pcc curb and gutter replacement, 523 sq.
yards of pcc sidewalk and curb ramp
pavement removal and replacement, 16,200
GAL. of chip sealing binder, 670 tons of chip
seal cover aggregate, traffic control, other
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
a bond in an amount equal to one hundred
SC -1
percent (100 %) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of five (5) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Completion Deadline:
Early Start Date: August 29, 2012
Working Days: 40
Liquidated Damages: $500 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of 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
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder' preference law applies to this
Project.
SC -2
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.
SC -3
07 -311
5
Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145
RESOLUTION NO. 12 -358
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT
AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE FY 2013
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 151h day of
August, 2012. 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 21St day of August, 2012, or at a later date and /or time as
determined by the Director of Public Works or designee.
Passed and approved this 31st day of July , 2012.
! /'
Mayor
,/ QApproved by:
ATTEST: 7! AV. k4l-t�
City Clerk City Attorney's Office
Resolution No. 12 -358
Page 2
It was moved by Mims and seconded by Dickens the
Resolution be adopted, and upon roll call there were:
AYES:
x
x
x
x
x
x
x
NAYS:
ABSENT:
Champion
Dickens
Dobyns
Hayek
Minns
Payne
Throgmorton
Printer's Fee $
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS- CITIZEN
FED.ID #42- 0330670
1, Rr>662 --
being duly sworn, say that I am
the legal clerk of the IOWA CITY
•PRESS- CITIZEN, a newspaper
published in said county, and
that a notice, a printed copy of
which is hereto attached, was
published in said paper _. '
time(s), on the following date(s):
- 'a
VC1k
Subsc ribed and sworn to
Ue e me this _((��' day of
Notary Public
NLINDAKROV
CommissonNumber732619
.:MY Commis on Expires
a
Janua 27,2014
OF
[@],
ESTIMATED COST FOR THE FY
2013 ASPHALT OVERLAY
PROJECT IN THE CITY OF
IOWA CITY, O
OWA
TO ALL TAXPAYERS OF AND l
OF IOWA CITY, 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
2013 Asphalt Resurfacing Project
I, Bald city at 7:00 p.m. on the 31st
day of of 2012, Bald meeting to
be held In the Emma J. Harvat all
in the City h10 E. Washington
Street In said citHall, y, or if sald meeting
is cancelled, at the next Salo
the City Council thereaker as post-
ed by the City Clerk.
Sold plans, specifications, form of
contract and estimated cost are
now on file in the office of the COY
Clark 11
and may imaybe inslpected 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 CLERK
MARIAN K. KAFIR,
vcxo;,a „s July 16, 2012
'P,pj
15
Prepared by: Dave Panes, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5145
RESOLUTION NO. 12 -396
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE FY2013 ASPHALT RESURFACING PROJECT.
WHEREAS, L.L. Pelling Company, Inc. of North Liberty, Iowa has submitted the lowest
responsible bid of $ 492,564.83 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.
Felling Company, Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above -named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
3. The City Engineer is authorized to execute change orders as they may become necessary
in the construction of the above -named project.
Passed and approved this 21st day of August , 20 12
MAYOR
Approved b
d am_ 9 �ti� � 9 - � -- (d
ATTEST: / �� i
CITY CLERK City Attorney's Office
It was moved by Mims and seconded by Payne the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
X
X
X
x
rwen9 \masters\awrdwn. dx
8/12
NAYS: ABSENT:
Champion
Dickens
Dobyns
Hayek
Mims
Payne
Throgmorton
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 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 1
time(s), on the following date(s):
1, r
I
Subscribed and sworn to
before me this day of
A.D. 20
Notar Publi
�sete LINDA KROTZ
g CommissnNumber13261
My Commission Expires
om> — January.27 2014
OFFICIAL PUBLICATION
NOTICE TO BIDDERS
The following limitations shall
FY 2013 ASPI -IALT
apply to this Project:
RESURFACING PROJECT
Completion Deadline:
Sealed proposals will be
Early Start Date: August 29, 2012
received by the City Clerk of the
Working Days: 40
City of Iowa City, Iowa, until 2:30
Liquidated Damages: $500 per
P.M. on the 15th day of August
day
2012. Sealed proposals will be
The plans, specifications and
opened Immediately thereafter by
proposed contract documents may
the City Engineer or designee. Bids
be examined at the once of the
submitted by fax machine shall not
City Clerk. Copies of said plans
be deemed a "sealed bid" for pur-
and specifications and form of pro-
poses of this Project. Proposals
posal blanks may be secured at
received after this deadline will be
the Office of the City Engineer of
returned to the bidder unopened.
Iowa City, Iowa, by bona fide bid -
Proposals will be acted upon by
ders.
the City Council at a meeting to be
held in the Emma J. Harvat Hall at
A $50 deposit is required for each
7:00 P.M. on the 21st day of August
set of plans and specifications pro -
2012, or at special meeting called
! vided to bidders or other interested
for that purpose.'.
persons. The fee shall be in the
The Project will involve the follow -
form of a check, made payable to:
ing:
"Treasurer of the City of Iowa City,
1,367 tons of asphalt cement I
Iowa". The deposit shall be
concrete, 8,292 sq. yards of
refunded upon return of the con -
pavement milling, 1,182 feet of
tract documents within fourteen
pea curb and gutter replace -
days after award of the project. If
ment, 523 sq. yards of pea side-
the contract documents are not
walk and curb ramp pavement
returned within fourteen days after
removal and replacement,
award and in a reusable condition,
16,200 GAL. of chip sealing
the deposit shall be forfeited
binder, 670 tons of chip seal
Prospective bidders are advised
cover aggregate, traffic control,
that the City of Iowa City desires to
other related work.
employ minority contractors and
All work is to be done in strict com-
subcontractors on City projects. A
pliance with the plans and
listing of minority contractors can
specifications prepared by the City
be obtained from the Iowa
of Iowa City Engineering Division
Department of Economic
which have heretofore been
Development at (515) 242 -4721
approved by the City Council, and
and the Iowa Department of
are on file for public examination in
Transportation Contracts Office at
the Office of the City Clerk.
(515) 239 -1422.
Each proposal shall be complet-
Bidders shall list on the Form of
ed on a form furnished by the City
Proposal the names of persons,
and must be accompanied In a
firms, companies or other parties
sealed envelope, separate from
with whom the bidder intends to
the one containing the proposal, by
subcontract. This list shall include
a bid bond executed by a corpora-
the type of work and approximate
tion authorized to contract as a
subcontract amount(s).
surety in the State of Iowa, in the
The Contractor awarded the con -
sum of 10% of the bid. The bid
tract shall submit a list on the Form
security shall be made payable to
of Agreement of the proposed
the TREASURER OF THE CITY OF
subcontractors, together with
IOWA CITY, IOWA, and shall be
quantities, unit prices and extend -
forfeited to the City of Iowa City In
ed dollar amounts.
the event the successful bidder
By virtue of statutory authority,
fails to enter into a contract within
preference must be given to prod -
ten (10) calendar days of the City
ucts and provisions grown and
Council's award of the contract
coal produced within the State of
and post bond satisfactory to the
Iowa, and to Iowa domestic labor,
City ensuring the faithful perfor-
to the extent lawfully required
mance of the contract and mainte-
under Iowa Statutes. The Iowa
nance of said Project, if required,
reciprocal resident bidder prefer -
pursuant to the provisions of this
ence law applies to this Project. .
notice and the other contract
The City reserves the right to
documents. Bid bonds of the low-
reject any or all proposals, and also
est two or more bidders may be
reserves the right to waive techni-
retalned for a period of not to
calities and irregularities
exceed fifteen (15) calendar days
Published upon order of the City
following award of the contract, or
Council of Iowa City, Iowa.
until rejection is made. Other bid
bonds will be returned after the
r<.ei,: �,,, August 6, 2012
canvass and tabulation of bids is
completed and reported to the City
Council.
The successful bidder will be
_.....
required to furnish a bond in an
amount equal to one hundred per-
cent (100 %) of the contract price,
said bond to be issued by a
responsible surety approved by the
City, and shall guarantee the
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.
T r -� 02 -05 -13
4d(7)
MMM�
Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145
RESOLUTION NO. 13 -31
RESOLUTION ACCEPTING THE FY2013 ASPHALT RESURFACING
PROJECT.
WHEREAS, the Engineering Division has recommended that the work for construction of
the FY2013 Asphalt Resurfacing Project, as included in a contract between the City of
Iowa City and L.L. Pelling Company, Inc. of North Liberty, Iowa, dated August 21, 2012,
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 $ $453,092.00
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa
City, Iowa.
Passed and approved this 5th day of February , 2013.
I_ -v.1
ATTEST: A -�
City rk
Approved by:
I y Attorney's Office Zs "/3
Resolution No.
Page 2
It was moved by Throgmorton and seconded by Champion 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
Th ogmorton