Loading...
HomeMy WebLinkAboutASPHALT RESURFACING PROJECT/2014ASPHALT RESURFACING/ 2014 a©�y _ I — ct K64 ic-,e (i c. ea f- III- I `JAS 'A -C --Cc c_. I - (A o e - iybrl� , J �I I PROJECT COST OPINION ASPHALT RESURFACING PROJECT 2014 Dales 6,/13/2014 ITEOM TOTL ITEM UNIT UNIT PRICE EXTENDED TOTAL QUANTITIES 1 CLEAN & PREPARATION OF BASE MILE 0.56 4,000.00 $ 2,65303 2 HMASURF PATCH TON 1963. 185.00 $ 3,631.76 3 _ PAVEMENT MILLING SY 15,043.00 _ 4.25 $ 63,932.75 4 HMA (iM ESAL) BASE 1i2" TON 1,104.25 85.00 $ 93,861 27 5 HMA (IM ESAL) SURF, V2", NO ERIC TON 1,363.32 90.00 $ 122,699.17 6 -__ANDA. _ ASPHALT REMOVAL, DRIVEWAY AND APRON SY 384.00 5.00 It 1,920.00 7 HMA PATCH 8 SY 940 00 6000 $ 56 8 _ _ _ _ _ _ COVERAGGREGATE - - - TON _ 307201 _ 4500 _ $ -- 13400.00 824,00 9 BINDER BITUMEN I. GAL 6,118 00 3 30 $ 20,18940 . 10 _ ASPHALT PATCHING ''COLD MIX" TON DADA__ _ f 170.00 _ __. $- 19,550.00 11 _ _ _ _ _ MANHOLE ADJUSTMENT EA _ _11500 1700', 1,200.00 $ 20400.00 12 REMOVE STORM INTAKE EA 600 1,500.00 $ 9,000.00 13 REMOVE STORM PIPING LF 47.00 10�65 $ 470.00 14 INTAKE, SW -401 EA 1 0D 3,000_.00 000.00 __STORM 15 r STORM INTAKE, SW -501 EA _$_ 9 $ 9,00000 __ 3 00 3,000.00 16 STORM INTAKE, SW-541 EA 2.00_ 3,000,00 $ 6,000.00 - -17 ISTORM SEWER PIPING, 15" RCP - - _- - - - - -- - - LF 47.00 85.00 _$ -- 3,995.00 18 (WATER VALVE ADJUSTMENT EA 5.00 500.00 $ 2,500.00 19 RMVL OF CURB & GUTTER LF 720,00 9.00 $ 6,480.00 20 _._._ Rh1VL OF PCC SIDEWALK SY .._.1.928. 1,926.00 1170 $ 22,557.60 21 SIDEWALK, PCC, 4' i SY 1,088.00 77.00 $ 83,776.00 22 SIDEWALK, PCC, 6" SY 84000 85.00 $ 71,400.00 23 SIDEWALK CURB, PCC', LF 2000. 90.00 $ 1,800.00 24 STANDARD CURB+GUTTER PCC, 2.0' i LF 720.00 4000 $ 28800.00 25 DETECTABLE WARNING PANEL,CAST IRON RADIAL SF 32.00 55.00 _ $ 1,76000 25 DETECTABLE WARNING PANEL,CAST IRON SF 224.D0 55.00 $ 12,320.00 27 PCC PATCH, e" - - -- SY 472 00 T 75,00 $ 35,400.00 28 PAINTED PAV7 MARK, DURABLE STA 43.86 100.00 $ 4,386.00 29 ',PAINTED - - SYMBOL+LEGEND, DURABLE EA 8.00 _ _ 500.00 DADA_. $ 4.000.00 30 .(TRAFFIC CONTROL LS 1.00 4,000.00 $ 4000.00 31 _ FLAGGER _ DAY _ _ 48.00 295.00 $ 14160.00 32 SEEDING AND EROSION CONTROL LS _ 1q0 2,500.00 $ 2,50000 33 MOBILIZATION LS 1.00 30,00600 $ 30,000.00 Total Location Cost $ 776,365.97 Contingency 2% $ 15,634.03 Total Construction Costs $ 792,000.00 N C� 22 sYj ,»w " Cs� �� CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ASPHALT RESURFACING PROJECT 2014 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 I owa. SIGNED: DATE: Dave A. Panos, P.E. Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2014 SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ....... _....._...._....._..._....__.........................__. AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORM OF PROPOSAL........................................................................................... FP -1 BIDBOND.............................................................................................................. B13-1 FORM OF AGREEMENT .................................... ............... .,............. 1.......... 1. ....... 11 AG -1 PERFORMANCE AND PAYMENT BOND .......................... .................. .......... ,....... PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) .......................... .- ....... ............... CC�1 = GENERAL CONDITIONS ................. G d _y, ........................._........... SUPPLEMENTARY CONDITIONS.. ............................................................... ..SGe1 ;G� 1111 fi'r`I TECHNICAL SECTION: DIVISION 1 - GENERAL REQUIREMENTS = Section 01010 Summary of the Work... ........._ ...... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules........................11......11.................. 01310-1 Section 01570 Traffic Control and Construction Facilities....... .................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments. ................. 02050-1 Section 02100 Site Preparation ... .... ........ I ..... .,,.............. 11 ..... ,,11.... ,............ 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ........................ 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02510 Asphalt Cement Concrete Paving._.. ........ ................ .......... 02510-1 Section 02520 Portland Cement Concrete Paving ... ..,..___...... 1.11...1.......... 02520-1 Section 02524 Curb Ramps .................... ..... ............... ....................... ._.,.... 02524-1 Section 02700 Sewers................................................................................ 02700-1 Section 02900 Landscaping _..._....... ................. ........ ... .._.... 02900-1 NOTICE TO BIDDERS ASPHALT RESURFACING PROJECT 2014 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 301" day of July 2014. 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 19th day of August 2014, or at special meeting called for that purpose. The Project will involve the following: 2,467.60 tons of asphalt cement concrete, 15,043 sq, yards of pavement milling, 720 feet of pcc curb and gutter replacement, 1,928 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement, 6 storm sewer intakes and 47 If of 16" piping, 6,118 GAL. of chip sealing binder, 307,2 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 rat 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 AF -1 ry C: .,1 City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of 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 Deadlines: Phase 1, Chipseal Surfacing Early start: August 25, 2014 Completed: September 1, 2014 Liquidated Damages: $500 per day Phase 2: Street Milling and Overlay Early start: August 25, 2014 Completed: October 30, 2014 Liquidated Damages: $500 per day acs 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, a by bona fide bidders. m A $25 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 Al proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 lv c� Z�z c'a C_ --t C^s +T r AF -3 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Envelope 3: Bid Bond Form of Proposal Bidder Status Form N r') F3 L r CJ f' W GCS FORM OF PROPOSAL ASPHALT RESURFACING PROJECT 2014 CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project Specifications," The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 .r, FP -1 ASPHALT RESURFACING PROJECT 2014 111 a 1 to iy r� FP -2 SCHEDULE OF PRICES ITEM NO. ITEM UNIT TOTAL UNITPRICE EXTENDED TOTAL 1 CLEAN & PREPARATION OF BASE MILE 0.66 2 HMA SURF PATCH TON 19,7 3 PAVEMENT MILLING SY 1SO43 4 HMA (1M ESAL) BASE, 1/2" TON 1104.3 5 HMA (iM ESAL) SURF, 1/2", NO FRIG TON 1363.3 6 JASPHALT REMOVAL, DRIVEWAY AND APRON SY 384 7 HMA PATCH, 8" SY 940 8 COVERAGGREGATE TON 3077 9 BINDER BITUMEN GAL 6118 10 ASPHALT PATCHING "COLD MIX" TON 115 11 MANHOLE ADJUSTMENT EA 17 12 REMOVE STORM INTAKE EA 6 13 REMOVE STORM PIPING LF 47 14 STORM INTAKE, SW -401 EA 1 15 STORM INTAKE, SW -501 EA 3 16 STORM INTAKE, SW -541 EA 2 17 STORM SEWER PIPING, 15" RCP LF 47 18 WATER VALVE ADJUSTMENT EA 5 19 RMVL OF CURB & GUTTER LF 720 20 RMVL OF PCC SIDEWALK SY 1928 21 SIDEWALK, PCC, 4" SY 1088 22 SIDEWALK, PCC, e" SY 840 23 SIDEWALK CURB, PCC LF 20 24 STANDARD CURB+GUTTER, PCC, 2.0' LF 720 25 DETECTABLE WARNING PANEL,CAST IRON, RADIAL SF 32 26 DETECTABLE WARNING PANEL,CAST IRON SF 224 27 PCC PATCH, 8" SY 472 28 PAINTED PAV'T MARK, DURABLE STA 43.86 29 PAINTED SYM BOL+LEGEND, DURABLE EA 8 30 TRAFFIC CONTROL LS 1 ^' 31 FLAGGER DAY 48 t:7 �-'- 32 SEEDING AND EROSION CONTROL LS 1 33 MOBILIZATION LS 1 TOTAL 010 PRICE 111 a 1 to iy r� 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: Contact: FP -3 2 Address:=" r1 7� Phone: �p .r7 Contact: FP -3 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated 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 spa' Surety does hereby waive notice of any such time extension. C) ='- �' 71 The Principal and the Surety hereto execute this bid bond this <` day n m A.D., 20_<nrg �� rn (Seal) Witness Principal By (Title) Witness RM Surety By Attach Power -of -Attorney (Seal) (Attorney-in-fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor") Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20, for the Asphalt Resurfacing Project 2014 ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Iowa Department of Transportation Design Manual, Chapter 12: Sidewalks h. Performance and Payment Bond; i. 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. The above components are deemed complementary and should be read together. In the AG -1 and Bicycle Facilities, Dated 8-16-13 CD d. Plans; C*) -tom cr+ E e. Specifications and Supplementary Conditions; _<r �, M ca ? f. Notice to Bidders; """'"' Cn ryda C.3 g. Note to Bidders; h. Performance and Payment Bond; i. 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. The above components are deemed complementary and should be read together. In the AG -1 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 120. City ATTEST: Mayor Contractor City Clerk (Company Official) AG -2 Approved By: City Attorney's Office B c A (Title) 6' _ ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the Asphalt Resurfacing Project 2014; 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,hereafter referred to as the Project. o r C-) — NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONr•®a sJ5 tha�,.if cs-C — Contractor shall promptly and faithfully perform said Agreement, then the obligMiem o�this bond shall be null and void; otherwise it shall remain in full force and effect until satistiad?8ry 65mpl6AQ CDs; of the Project. Co ra 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 No funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 0 SIGNED AND SEALED THIS DAY OF 20_ c y-^ ON IN THE PRESENCE OF: IM (Principal) c a Witness Witness (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY OF IOWA CITY M1J G`a E7 r CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms, A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. ti 7. All contractors, vendors, and consultants must assure that their subcontractors atUde by the City's Human Rights Ordinance. The City's protected classes are listed at fotiva, City-City„�ode section 2-3-1. CC -1 'co m' <r r—ID .I G� VJ 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 sem.) 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 E7, ., The undersigned agrees to display, in conspicuous places at the work site, -A - st&*5 requi� Pby federal and state law for the duration of the contract. NOTE: The City cam -1 ida assispe in obtaining the necessary posters. dd CC -2 .�s w 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 _A r `3 C-) i..J Co �D SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 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-cf-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 periodicallyjob descriptions to make sure they accurately reflect majorjob 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 applieLfor?" 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 assr�rutha(`they a my job related. Train your interviewers on discrimination laws. Biased and subjec to dgrnents itPersonal interviews can be a major source of discrimination. C-,)-< - r. (h) Improve hiring and selection procedures and use non -biased promotgil�-.tracer aid training policies to increase and/or improve the diversity of your workforce rerrr4sentakn, ri panies must make sure procedures for selecting candidates for promotion, 5e�a er:dnd tong are based upon a fair assessment of an employee's ability and work ir,86`o`rd.cPurthermore, all companies should post and otherwise publicize all job promotional opportunities',and encourage all qualified employees to bid on them. CC -4 i r -•�Vas� City or O� YN CN 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 E5 =3c� rn Q] CC -5 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N jC L D � n W iD GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements; S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non -Resident Bidding on Non -Federal Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, 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, fa%va or his authorized representative. CD "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting throug45ke Cry Coml and duly authorized agents. = rn M r*r M "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATIC.u—,=br'NOUN"" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall "Standard Specifications for Highway and amended. S-2 LIMITATIONS OF OPERATIONS. .r; mean the Iowa Department of Transportation Bridge Construction," Series of 2012, as Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and Vall be in the following type and minimum amounts: CD .mac, Type of Coverage Comprehensive General Liability Each Occurrence A r e Bodily Injury & Property Damage* $1,000,000 -11 $2,O(D,wo Automobile Liability Combined Singie Mit Bodily Injury & Property Damage $1,OO6,000 � Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SC -2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, 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. C) d. "Tail" or "prior acts" coverage so provided shall have the same 65&'hag�with t e same limits, as the insurance specified in this Contract, and shaf.. subjecm any further limitations or exclusions, or have a higher deducti[Acgf sgff-ins ed retention than the insurance which it replaces. Cj 5. The City reserves the right to waive any of the insurance requirementt reiriorovideel.. The City also reserves the right to reject Contractor's insurance if not in c4*pliance 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-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR sha'� furnish documentation of all efforts to recruit MBE's. p x -2C? �Tl S-6 COMPLIANCE WITH OSHA REGULATIONS. Cn Q+ Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIO : M The Contractor and all subcontractors shall comply with the requirements_Df-29 OR 1g'7t5 (General Industry Standard) and 29 CFR 1926 (Construction Industry"8tanclW). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: SC -4 To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the [DOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 BIDDER STATUS FORM ON NON -FEDERAL -AID PROJECTS. To be considered a responsible bidder for this Contract, the bidder shall submit along with Bid Bond and Form of Proposal, a separate envelope labeled BIDDER STATUS FORM which shall contain the completed form included with these specifications entitled BIDDER STATUS FORM. Note that these requirements involve all projects not funded with Federal monies. SC -5 Q co w v.a SC -5 Bidder Status Form To be completed by all bidders Part A Please answer "Yes° er "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes [❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. 0 Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes Q No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder In Iowa. If you answered "Yes"for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / /__, to ! ! Address: city, State, Zip: Dates: ! / to !/ Address: City, State, Zip: _. Dates: —/—/—to !IAddress: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C-- 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes 0 No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowle4p, qd I E"now that my failure to provide accurate and truthful information may be a reason to reject my bid. Y� Firm Name: Signature: Date: =_' C7 You must submit the completed form to the governmental body requestinrfbids per 875 Iowa Administrative Code Chapter 156. W u This form has been approved by the Iowa Labor Commissioner. $09-600102-14 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa civision of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I an, an Iowa resident for Iowa income tax purposes. ❑ Yes © No My business is a general partnership or joint venture. More than 50 percent of the general partners orjoint venture parties are residents of Iowa for Iowa income tax Purposes - Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees filed its recent biennial report, and has not filed required by the Secretary of State, has most articles of dissolution. ❑❑ Yes D No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, authority from the Iowa secretary of state, has filed the corporation has received a certificate of its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the seoreiary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a of foreign in Iowa and a statement of state other than iewa, has filed a statement qualiCcatien cancellation has not been filed. ❑ Yes ❑ No My business is a limited partners'nip or limited liability limited par nership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of than Iowa, the limited partnership or limited liability limited partnership is filed in a state other limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice o`. cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and ties not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled.'' CT �� ca . w 309-6001 02-14 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A..21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public unprovement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rales were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several roles. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act," Subuule 156:2(3) was changed by adding new paragraph `k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "i£ applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875--Chaptcr 156; CHAPTER 156 BIDDER PREFERENCES w GOVERNMENT CONTRACTING 875--156.1(73A) Purpose, scope and definitions. These. rules institute administrative and u eration'— ation'-procedures proceduresfor enforcement of the Act. The definitions and interpretations contained in fq�tCoee_ section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21.—,; "Affiihate,." when used with respect to any specified person or entity, means another persa> Ai,5ntit- that, either directly or indirectly through one or more intermediaries, controls, or is controll.d;W-yr i under common control or ownership with, such specified person or entity. II �+,{ "Commissioner" means the labor commissioner appointed pursuant to Iowa Code sectio ; 91021 t2gj ss+ the labor commissioner's designee. > ca "Division " means the division of labor of the department of workforce development. 0 "Tlomresident bidder" means a person or entity that does act meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Paredt,"when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part lay the Ilse of funds of the state, its agencies, and any of its political subdivisions sad includes road constriction, reconstruction, and maintenance projects. "Public utility" includes mrmieipally owned utilities and municipally owned waterworks, "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident Tabor force preference" means a iequirement in which all or a portion of a labor force working on a public impreverr:ent is a resident of apardculzr state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate coni olled by such specified person or entity directly or indirectly through ane or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1)- Reporting to public body. When a contract for a public improvement is to be awarded to the Iowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous duce years and the dates oil which the resident bidder conducted business at each office, In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's hone state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the comrnissioncr. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with aoy bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156,2(2) Determining residency status. a. For purposes of the Act, a person or entity is a rosident bidder if the poison or entity: (1) Is authorized to transact busiuess in Iowa; and 1 (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately poor to the date of the first advertisemenifog^a the public improvement. -' `A b. If the person or entity is a resident of a state or foreign country that has a more stringesr -4 Gri definition than is set forth in paragraph 1562(2) "a" for deterrlining whether a person or entity in the state or country is a resident bidder, then the more stringent definition applies. _4 156.2(3) Determiningauthorization to trmasact bus:izess. Aperson orentity is authorizedto transact-,- business ransact=sbusiness in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, :he sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership orjointventure, more than 50 percent ofthe general partners or joint venture parties are residents of Iowa for Iowa inCem6 tax purposes; C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. in tite case of a limited pattncrsbip or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i_ In the case of corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed itsmostrecent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. ' 156:2(4) Determining if bidder has conducted business in state. In order to determine if a bidder .. has a place of business for transacting business within Iowa at which it is conducting and has conducted busincss for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: . a Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as aiainst a nonresident bidder that is equal to any preference given or required by the home state or forF5n comm'[ in which the nonresident bidder is a resident without regard to whether such prefercaecssaeq,-actualL� enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of 4azcrtt tit would be a nonresident bidder if such parent were to bid on the public improvement in itrowrinams; then the public body shall allow a preference as against such bidder that is equal to the preGPI'M givpCir or required by the home state or foreign country of the bidder's parent. In the instance of a'"fahoyr fore preference, a public body shall apply the same rosidentlaborforce preference toapublicimprq'', dnent-fn :...7 this state as would be required in the construction of a public improvement by the home state oP"inic , r country of the nonresident bidder, or the parent of a resident bidder if the parent weuld'45alify aha nonresident bidder if such parent were to bid on the public improvement in its own name. c:::) A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. Specific methods of calculating and applying a preference shall mirror those that apply in the hn nc state or foreign country of the nonresident bidderto whom (he contract was awarded. ht dre eventthat the specific method used by the nornesWcut bidder's home state or foreign country cannot be determined; the calculation for a labor force preference shall ischtde only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875--156_4(73A) Complaints regarding alleged violations of the Act. 156.4(1.) Complaints. Any person with information regarding a violation of Lie Act may submit a written complaint to the commissioner. Any complahrt nmst provide the iutermation required pursuant to salando 156.4(2) or as much of such information as is reasonably practicable under the circwnstances. The completed written complaint form shall be submitted to the commissioner at Labor Ssaices Division; 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person: with information regarding a potential violafon of the Act may submit pursuant to sulnuic The written complaint form shall request the following information: the name, address, Telephone, number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additienal infomration as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department ofworkforce development's Internet Web site. 875, 156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade ciassification, and starting and coding date of employment. 875--156.6(73A) lnvestigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers_ The commissioner or the authorized designee sball have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations the Act. b. F.ntry into place of employment. The commissioner may, consistent with due process J aw;l enter any place of emplo}nn ait to insnect racords concerning labor force residency, to yuestiF a"'i employer or employee, and to investigate those facts, conditions, or matters as are decreed epprop in determining whether any person has violated the provisions of the Act. 'Tire co.nmissica er shallroill I make an entry into a place of employment in response, to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the iesidency of a worker engaged in any public improvement in this state. d. oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employmentofpersonnel. The commissiouermay employ qualified personnel asare necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit systemprovisions of Iowa Cote chapter 8A, subchapter IV. 4 f. Reguesi for records. The commissioner shall require a contractor or subcontractor to file, within to days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shalt issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference_ A party seeking review of the division's determination pursuant to this rule may file a written request for m informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present writtm or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a parry may file a written request for an informal conference, the division may pursue the following remedies. - 156.7(l) Irjansctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a -contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a tbird or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brou�ha by the attorney general on behalf of the division. _ ='� 875-156.8(73A)Compliance with federal law. If it is determined that application oftbis+(ibz trinci the Act may cause denial of federal funds which would otherwise be available for a public irttjirovicraou4 or would otherwise be inconsistent with requirements of any federal law or regulation, tha—,licat i of this chapter shall be suspended to the extent necessary to prevent denial of the funds or1Fliminate the inconsistency with federal requirements. 875-150,9(73A) Severability. If any rule under this chapter, any portion of a rile under_t@ Shap a, or the applicability of any rule under this chapter to any person or circumstance is heldinvalid b597 CD court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These mics are intended to implement Iowa Cuda section 73A.21. [Piled 12116113, effective 2/12/141 [Published 1/8/141 1:vrrer,'s NOTA_ Por replacement pages for IAC, see IAC Supplement 1/8/14. 0 W PART 1 -GENERAL 4/08 0IOI OA.o SECTION 01010 SUMMARY OF THE WORK General description, not all inclusive. A. Base Bid Work: Phase 1 1. Complete chipseal work Phase 2 1. Hot Mix Asphalt Milling, HMA Base and associated work. 2. Remove and replace Portland Cement Concrete curb and gutters. 3 Remove and replace Portland Cement Concrete ADA Curb Ramps. 4, Adjust manholes, 5, Install HMA Surface 6, Provide traffic control during all phases of the project 01010-1 I., c Cl) r fr a SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work 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. PART2-PRODUCTS 2,01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no Contractor. It is not the City policy to pay for materials and equipment storeq"_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 c� r —r c -a p1 r �rtn � p more than once per month for t, ork cdMpleted by the Contractor. It is not the City policy to pay for materials and equipment storeq"_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 be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rack, 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. Q B. BID ITEM DESCRIPTIONSCy 1. Cleaning & Preparation of Base The unit price for this item (MILE -full width) shall constitute full payment for alil: r, pateriaC and equipment to clean and prepare the base for the full width of the pavemer-R.—accqEdanc with IDOT Standard Specifications Section 2212.04A. The City's street swee ing cre�A and,, equipment will be available once if needed to aid the Contractor with the sweep nj o3ation prior to opening each street. 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 existing asphalt 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 coordinated with the City. Temporary asphalt fillets are incidental to this item. 4. HMA (1M ESAL), Base'/:" 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. Binder, Tack coat and quality control management shall be incidental. 5. HMA (1M ESAL), Surface''/:", No Friction The unit price for this Item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the HMA surface course. Binder, Tack Coat, and quality control management shall be incidental to this item, 6. Asphalt Removal, Driveway and Apron 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 tomatch existing grades. Sawing, impact hammer removal or other means necessary to remove ERphalt shall be incidental to this item. Asphalt removal by milling will not be paid with thi lern. Hot Mix Asphalt installation for replacement of asphalt removed will L< pld separat =n a TONNAGE basis under the HMA (1M ESAL), Surface item. tz, o' r- M 7. HMA Patch, 8" —moi The unit rice for this item SQUARE YARD shall constitute full a mentrfo^tall r cr, m p ( } p y �� rial, and equipment to remove and dispose of asphalt or deteriorated concrete or -remove and stockpile old brick, and any unsuitable subbase, replace and compact a minimum' 6" modified 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 palleted and 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 318 inch cover aggregate (gradation 21) as per IDOT Standard Specification Section 2307. 9. Binder Bitumen The unit price (GALLON) for this item shall constitute full payment for all labor, material and equipment necessary to apply MC -3000 binder as per IDOT 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. Remove Storm Intake The unit price for this item (EACH) shall be considered full compensation for removal of storm intakes as indicated in project plan. For estimating purposes, intakes removed as a part of this item will should be considered comparable in size and depth to the replacement structure at each location. Contractor shall work to minimize removal and pavement limits as much as possible during this work to minimize street removal and ROW disturbance. 13. Remove Storm Piping The unit price for this item (LINEAL FOOT) shall be considered full compensation for removing and disposing of pipe as indicated in plan documents. No change price adjustment will be made for different pipe materials encountered. Length will be measured for removed pipe. Measurement shall exclude the space across manholes and intakes. Street pavement removal will be paid separately under the applicable HMA or PCC Street patching item. 14. Storm Sewer Structure, SW -401 15. Storm Sewer Structure, SW -501 16. Storm Sewer Structure, SW -541 The unit price for this item (EACH) will be paid based on the number of intakes constructed (precast or poured in place) and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of Class A Granular Backfill to final surface elevations, providing stubs for drainage tiles and the frame and casting. Stoppers for stub connections are incidental. Connection to existing pipes and tile lines including RCP stubs, "C" collars, and interior intake fillets to pipe stubs shall be incidental to this item. City of Iowa City castings with logo will be supplied on all intakes where applicable Approximate pipe sizes, depths, and locations are indicated in plans: however exact pipe sizes, depths, and locations of interior pipe penetrations shall be verified in the field prior to fabrication and construction. Supply, placement and compaction of Class A Granular Roadstone for all intakes to finished surface shall be incidental to this item. 17. Storm Sewer, RCP, 15" DIA, RCP Class III The unit price for this item (LINEAL FOOT) shall be considered full compensation for installation of pipe as indicated here. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends. Measurement shall exclude the space across manholes and intakes. ^' car The following items shall be considered incidental unless they are Included�rai$sothLL---item listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes 9anhoies, cr other appurtenances.r b. Trench excavation including furnishing necessary equipment. c Trench boxes required for safety and to minimize disturbance to features t save.' d. Exploratory digging required to determine location of existing structures or potentlal'onflicts. e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances. f. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. g. Supply, placement and compaction of Class A Granular Roadstone as primary, secondary and final trench backfill for all pipe segments included in this work from pipe envelope to finished surface will be incidental to this item. 01025-4 h, Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc , as required. i. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures, j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. k. Testing of sewers as required. I. Temporary support of existing utility mains and service lines. m. Temporary fencing. in. Repair or replacement of utility services damaged by the Contractor. o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 18. Water Valve Adjustment The unit price for this item (EACH) shall constitute full payment for supply and installation of new valve adjustment ring including all labor, material, and equipment to adjust the water valve ring to the final surface elevation. 19. Removal of Curb & Gutter The unit price for this item (LINEAL FOOT) shall constitute full payment for all labor, material, and equipment to saw, remove and dispose of existing curb and gutter as determined by Engineer. N 20. Removal of PCC Sidewalk The unit price for this item (SQUARE YARD) shall constitute full paymefl +far alKlabor, material, and equipment to saw, remove and dispose of existing sidewalk including sidewalk cur4. aXps as determined by Engineer.. C11) _< - ---q C-J cn M 21. Sidewalk, PCC, 4" { _r 22. Sidewalk, PCC, 3" €- The unit price for these Items (SQUARE YARD) shall be full conlgensatior 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. Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities (Dated 8-16-13), and Standard Road Plan MI -22 shall apply to curb ramp installation. 23. Sidewalk Curb, PCC The unit price for this items (LINEAL FEET) shall be full compensation for installing Portland Cement Concrete curb at the specified widths, thicknesses and mix designs. This item is to be used for curb installed beyond the back of sidewalk when needed (as determined by Engineer). Item shall be paid and measured based on LINEAL FEET of PCC installed from 0-6" height. Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities (Dated 8-16-13), and Standard Road Plan MI -22 shall apply to curb ramp installation. 24. 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. 01025-5 25. Detectable Warning Panel, Cast Iron, Radial The unit price (SQUARE FEET) for this item shall be full compensation for all materials, work, and equipment necessary to install radial 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). Radius sizes between manufacturers vary, so Contractor shall be responsible for coordinating with Engineer prior to ordering radial tiles, once supplier is identify from the approved manufacturer !!at, to verify panels will fit the location. 26. 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. 27. Portland Cement Concrete (PCC) Patch, 8" 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 8" thick using M-3 mix or M Mix as specified. The use of aggregate base will be determined by the Engineer and dictated based on existing subbase conditions. This item will not be paid separately 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. 1.5" HMA Base and 1.5' HMA final surfacing placed over patch to match finished surface elevation will be paid separately. Curb installed at the back of patch when needed at edge of roadway shall be paid and measured based on the footprint area (SQUARE YARD) of curb section added beyond the standard sidewalk width. 28. Painted Pavement Markings, Durable The unit prices for this items (STATION) will be paid based on the number of stations installed based on a 4 -inch width placed. The payment shall be full compensation for surface preparation, application of waterborne or solvent based markings and beads, and for furnishing all materials, equipment, and labor. Pavement markings shall be in accordance with the Iowa D 0 T. Standard Specifications 2527 and 4183. 29. Painted Symbol + Legend, Durable The unit prices for this item (EACH) will be paid based on the number of Symbol -Sets placed, The symbol set will include bike and arrow symbol together. Separate payment will not be made for each arrow or bike symbol. The payment shall be full compensation for Wace preparation, application of durable markings and beads; and for furnishing all m ials; equipment, and labor. Pavement markings shall be in accordance with tbaclowa; D.O.T. Standard Specifications 2527 and 4183. o 30. Traffic Controls r T The unit price for this item (LUMP SUM) shall constitute full payment for all la'borkma(g�al, a equipment to install, maintain, and remove all traffic control devices for all�dtw.isior of tris contract. w:r_ Item shall include signage and facilities for detour and re-routing of pedestrian facilittes during project as needed which may include installation of temporary non -slip walkways or ramps, dependent upon Contractors internal phasing of work. Item shall include signage and facilities for work required for the storm sewer pipe crossing at Seymour Drive and shall be dependent upon the chosen means and methods for installation of the pipe. If this work requires closure of roadway, this item shall include traffic control or 01025-6 signage and facilities for detour and re-routing of vehicle traffic for pipe crossing work on Seymour Drive. If work allows for roadway to remain open under one-way control, the item shall include facilities and signage provisions to protect traffic control during a one lane closure with alternating traffic configuration. Contractor will be required as a part of the project and phasing to provide and remove temporary asphalt fillets along accessible routes to provide traversable surface for vehicles, bicycles and pedestrians crossing through the project work zone. 31. 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. 32. Seeding and Erosion Control The unit price shall (LUMP SUM) be full compensation for furnishing all materials, labor, and equipment necessary to maintain erosion control during construction. Bid item includes maintenance of site erosion according to guidelines provided with the Storm Water Pollution Prevention Plan included with project plans. Payment for this item will be made at 50% and 100% of substantial completion. Work shall include: Site clean-up including rock and debris removal, 4" Minimum topsoil installation, Fall 2014 temp seed application and Spring 2015 Hydroseeding application as per section 02900. Topsoil brought to the site shall be inspected prior to placement. 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. 33. Mobilization The unit price for this item (LAMP 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. C� s :_3 01025-7 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 9.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. r. The Contractor shall submit updated construction schedules at two week intervals throughout the p24ect. caro 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 — Complete Chipseal resurfacing prior to September 1, 2014 • Phase 2 — Complete resurfacing and PCC Replacement starting no earlier than August 24 and complete by October 30, 2014, 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 $500 for each day that expires after the time specified in paragraph 3,02A until the Work is complete and ready for final payment. 2. Separate sums of liquidated damages which will be assessed for each of the 01310-1 3.03 3.04 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 1000 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 minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 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. I. 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, n> 0 s COORDINATION WITH UTILITIES AND RAILROADS: [? < A. It is anticipated that many utility conflicts will occur which cannot be taken careoat�iead-ef time. The Contractor shall work closely with the utility companies to aid in thesecatidns to keep the project on schedule. f 71 B. The Railroads will provide all labor, materials and equipment for railroad facilw,remoa, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. �J 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 PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, or current edition. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: a A. Submit a traffic control plan for all activities requiring traffic control not spec' icalEaddr, by the project plans. i PART 2 -PRODUCTS =.eco ;C� X. 2.01 MATERIALS:%?j A. Traffic control devices may be new or used, but must meet the requirements df --the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT 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: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours_ Repair. replace and maintain as necessary. B, Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 cx, C_ c c e, 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. c3 r 1.04 SUBMITTALS: �n 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. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24, Structures, Section 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. 02050-1 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 1. 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. 0 3. Warning devices shall be kept operational during all non -working ar5non-afve periods. — 7 _ -a "7rC rn C. Site Access Measures �. Pedestrian access to homes and businesses shall be maintained d'all timTs. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable 02050-2 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: 11100 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. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone 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 ,_. c5 — r r M 0 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 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: z A, All trees, shrubs and vegetation shall remain and be protected from'd"magg unles91 specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or",irectd 6y jam` EngineerY— =i c7 c"' � B. No construction materials and/or equipment are to be stored, piled, or_ @rkedzNjthin thy+ trees' drip line. co C. Contractor is responsible for damage outside the limits of construction, and for trefi, 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. 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and 02100-1 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. 11/00 Aw dW,g... e"sP'c'-1002100. d'c 02100-2 Q �b SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: -- C7 A. IDOT Standard Specifications. C-) *; — W ° 1.03 QUALITY ASSURANCE: :< j -n M A. Whenever a percentage of compaction is indicated or specified, use pont of-rhaxinjfll density at optimum moisture as determined by ASTM D698-91, unless noted-othe�. ise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24, Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: 02220-1 A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations, Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom; true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom, Protection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. I Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D, Trench Excavation in Fill 4 Y 1. Place fill material to final grade or to a minimum height of G feet above of �e when pipe is to be laid in embankment or other recently filled areas. Tate -b' P cFtarrn care to ensure maximum consolidation of material under pipe locatiolZ-IEXcav7`ite i pipe trench as though In undisturbed material. r_. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools, 02220-2 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. nn 4. Contractor is responsible for completing and filing all necessary Feder tate and local government agency forms and applications. c=? G. Care of Vegetation and Property �-e_e _ 1. Use excavating machinery and cranes of suitable type and qte V h cart prevent injury to trees, particularly to overhanging branchB�nd � bs underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, th`Py' shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration, 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer - 02220 -3 The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item, If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted; the Contractor shall make a reasonable attempt to restore the service within two hours, 4, Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02, a Explosives shall not be used for rock excavation. >.. r' - Do not place frozen materials In backfill or place backfill upon fr zmarial. Remove previously frozen material or treat as required before new baq,,, ;,is peed. 3.06 BACKFILLING: A. General Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. All areas shall be backfilled with Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. Do not place stone or rock fragment larger than 2 inches within 2 feet of 02220-4 pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 sharedlengineerlspecsJRG2220.doc 02220-5 w tc-; s^ 03 r C' 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. [DOT 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 rw 0 O .t- -L M ,c- PART 3 - EXECUTION 3.09 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 til 1. Prior to placement of the geotextile, the soil surface will be inspected for qualit f design and construction. The geotextile will be placed on the approvgRl� lace at the locations and in accordance with the details shown on the plans. -6;� otoZle will be unrolled along the placement area and loosely laid (not stretchgdro susb a manner that it will conform to the surface irregularities when material is-FjT ed 6??or against it. The geotextile may be folded and overlapped to permit propefp7hpceoqsnt in the designated area. �' a l 2. The geotextile will be joined by overlapping a minimum of 18 inches (cr7lass otherwise specified on the plans or by the manufacturer), and secured againsf the underlying foundation material. Securing pins; approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roil material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T' shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins, The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only, Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 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 0 a co 02270-3 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING. PART 1 -GENERAL 9.01 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: e A. IDOT Standard Specifications_ C -- B. B. MOT Supplement Specification 01014. 1.03 QUALITYA$SURANCE: =�rrn � �� G71 A. Use adequate numbers of skilled workers who are thoroughly trained aria ezpemerced in the necessary crafts and who are completely familiar with the specified requireniegts and the methods needed for proper performance of the work in this section. B. Quality testing: As per 2012 Iowa DOT Standard Specifications section 2303. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the divisions and sections of the IDOT Standard Specifications, Division 23, Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. 3S 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 3.02 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. o SS -01014 Hot Mix Asphalt Mixtures, ci r Section 2307. Bituminous Seal Coat, ra Section 2316. Pavement Smoothness ,.� _ ...,. Division 25, Miscellaneous Construction -<r— CmSection Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches, m c- 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 Jefferson Street Dcdge Street to 7"Avenue 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, 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 clearing. 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 02510-2 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. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES ca A. Type.? c _-1 .� 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures..G-' 70 B. Gradation. a.- 1. A'/2 -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 'W 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 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. 02510-3 3.12 HOT MIX ASPHALT PLACEMENT 3.13 3.14 1.15 A. Lifts 1. 1'/=' depth intermediate course followed by a 11/2" depth surface course. B. Compaction Class 1 B compaction shall be used on all streets and divisions of this project. 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. STREETS TO BE SEAL COATED: A. Division I - Iowa City Streets - Asphalt Overlay NAME LIMITS Napoleon Street Sand Road to Wastewater Treatment Plant Access Rd, Wastewater Treatment Plant Access Rd Napoleon Street to Wastewater Treatment Plant Hickory Hill Park Trail Section 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 - tr°r r- 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART1-GENERAL 9.01 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 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4, Density Tests of Base and Subgrade. PART 2 -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. =z c_. Aggregate durability class for all Portland Cement Concrete paving shall ss:37 mud C� -s 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. ^' d Section 2212, Base Repair. ci c Section 2213. Base Widening, Division 23, Surface Courses. C -j _ rn" Section 2301. Portland Cement Concrete Pavement. --�c-u r Section 2302, Portland Cement Concrete Pavement Widening— Mr Section 2310, Bonded Portland Cement Concrete Overlay. -, co 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 far concrete less than 36 hours old: 24 Hoar 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 Ib. 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 shared\engineer\specs-ii\02S20.doc 02520-3 ry c.a i fn co SECTION 02524 CURB RAMPS PART1-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 D2520. 1.05 DELIVERY, STORAGE AND HANDLING: c — A. Deliver material in unopened containers with labels identifying contentsd. --9 C^. M � M 1.06 PROJECT CONDITIONS: `aA r~J A. Comply with ACI requirements for cold and hot -weather concrete work. B. Pre -Installation Meeting PART2-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 1Nldth: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +1- 5% max. Warpage of Edge: +/- 0.5% max. 3. Cast iron tiles shall be Neenah, East Jordan, Dynamis or approved equal. PART 3 - EXECUTION 3.09 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 CD c 3.02 SLOPES:W, A. Cross slope refers to the slope that is perpendicular to the direction of travel. f7�ping7slbpe refers to the slope that is parallel to the direction of travel. p-; B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane:"�' CO C. Curb ramp running slopes should be no greater than 1:12 or 8,33% to a level planenu less 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 allowab':e 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. 3.05 CURB RAMPS GEOMETRICS: 02524 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". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 5 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE., A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is 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 0 C-3 -i 02524-3 SECTION 02700 SEWERS PART1-GENERAL 9.09 SUMMARY., A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 9.02 REFERENCES., A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression .Jpints for Vitrified -Clay Pipe and Fittings. C C D. Ductile Iron Pipe a� 1. ANSI/AWWA-A21.5/0151, latest edition, Ductile -Iron Pipe, CEP.rtgaN ;CasF m Metal Molds or Sand -Lined Molds, for Water or Other Liquids. ;-< �" j'f 2. ANSI/AVWVA-A21.50/C150, latest edition, Thickness Design of pueK e -I crm Pipe j 47- 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fitting's, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI/AVWVA-A21.4/C104, latest edition, Cement Mortar Lining for Ductile -Iron Pipe and Fittings for Water. 02700-1 E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe, 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe — For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe , a G. Manholes CD r 1. ASTM C478, latest edition, Standard Specification for Precast ReinfoCrCon`crete Manhole Sections. zi t ?� H. Intake Structures -= CO 1. IDOT Standard Specifications ,z- - 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual". latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. 02700-2 F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART 2 -PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot I oints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding – Type B per ASTM C 12 with compacted granular material to the springline of the pipe. E2 C) r B. Reinforced Concrete Pipe - For Storm Sewers n S _r 1. Joints a- Circular pipe: All joints will be confined O-ring or profit r basket mee ASTM C443. All pipe 36 -inch diameter and smaller -iKPavF bell n spigot joints. Pipe larger than 36 -inch diameter may ppi e tLggue a�nc groove joints. 3 b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength 02700-3 a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans, If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used; the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. ca 3. Lining and Coating' 7 zz a. Inside of pipe and fittings Double thickness cement lining arg�t,iam69us seal coat conforming to ANSI A21 A. ; C � �, -�- b, Outside of pipe and fittings Standard bituminous coating co:nTormu3g to appropriate ANSI. r 4. Minimum Bedding — Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. 02700-4 F_ Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" above pipe. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. r, 3. Mark date of manufacture. n� 4. Inverts: Precast and cast -in-place inverts must provide a chanrAkleastone- the depth of the pipe and match the full cross-sectional arEzEq#ff th9npipe. All junctions and changes in directions of inverts shall be smooth ar7oun*d torq maximum extent possible to supplement flow through the manholes. ca 771 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: 1 Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.09 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 02700-5 C. M E. F G. H. I . Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed, Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard Intake outlet detail RF -19C. CMP outlet sha'I be used unless approved by the Engineer. Jointing 1. Clean and lubricate all joints prior to assembly 2. Join per manufacturer's recommendations. s 3. Suitable couplings shall be used for jointing dissimilar materials. W �, Backfill as specified in Section 02220. --tom Clean pipeline upon completion. M co Tolerances rn 1, Any deviation in a sewer pipes section more than 118 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer will not be allowed, and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed oily if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE,' 02700-G A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. M1J 4. Exfiltration or infiltration test performed on sections of approved lengtq;(Maxiru= Y -mile for sewers) and before connection to buildings. LoWlArWssqt air fdwl performed on manhole -to -manhole sections of pipeline. C-) ' 5. Low-pressure air test —{ ern a. Equipment n ca (1) Designed for testing sewers using low-pressure`air. G (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 02700-7 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe, If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required, 6. Infiltration Test F a. Dewater and conduct test for at least 24 hours. n = c '� b. Locate and repair leaks, and retest as required. c:+ c. Allowable infiltration, including manholes, fittings, and=cNnecm�ns: maximum 200 gallons per inch diameter per mile per 24 houria': >:y co Ex`,iltration Test a. Subject sewers to internal pressure by', (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties. braces, and wedges to secure stoppers against leakage ,rom test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration, If the average head above the section being tested exceeds two feet above top of pipe. then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. 02700-8 Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or cvality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ± .001". Proving rings shall be available. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensionn�g shall be furnished by the Contractor to the Engineer for each diamete5nd tyg�of flexible pipe. c 5 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE 80Xil AMB 1NTrWE STRUCTURES; --tr Cn �(T A. Set bases true to line and elevation on minimum six-inch granular back taj�bterraY[ F-7 cam B. Install O-ring or profile gasket in joints between sections conforming'to manfacturers standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling nyith mortar_ E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. Backfill as specified in Section 02220. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 02700-9 3.04 MAINTENANCE OF FLOW A. Storm Sewers: At the end of each working day; the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers. The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C, If pumps are used for the diversion of flow. the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure, Diversion of sanitary sewage to storm sewers or waterways is not allowed, 3.05 CONFLICTS A Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main, 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main, D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maiq�in a linear separation of at least two feet. — t.3 E. Where gravity sewer crosses over water main or service or where the top o W4er ess than 18 inches below the bottom of the water main or service, the following"a,44 tiremnli shall apply: tom; cr' 1. The sewer may not be placed closer than 6 inches below a water main-qr'-�I'�� irides y above a water main. The separation distance shall be the maximum @Vble 4D all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700-10 SECTION 02900 LANDSCAPING PART 1 -GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 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. Q B. Set all balled and burlapped trees and shrubs, which cannot be pla 'ter rriatel , ground and protect with soil, wet peat moss or other acceptable mterms, a4wat t iti -- $ -- ICILIIICV by WCGIICI VVIItAIIIVIIJ. ^"� C7, �r � C. Keep container grown trees and shrubs, which cannot be planted i um iatE1 moist adequate watering. Water before planting. «� co 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. R All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above around. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified; will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs.! Mix by Weight Acre 1,000sq.ft. URBAN MIX` Kentucky Blue Grass Perennial Rygrass (fine leaf variety) Creeping Red Fescue RURAL MIX" 70% 122.0 2.80 10% 18,0 0.40 20% 35.0 0.80 Kentucky 31 Fescue xs 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0,11 _ �? BirdsfootTrefoil(Empire) 9% 4 0 09CDr Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a a high percentage of similar grasses. M 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 314 of an inch. Measurement for thickness excludes top growth and thatch, Prevent tearing, breaking, drying or any other damage. 02900-2 rn 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates, Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen" - 15% Phosphorus - 15% Potash - 15% `At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: Trees: Spring - March 30 through May 15 Fall -Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 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. c� 2. Plant shrubs in pits 12 inches greater in width than diameter of ball ggcontaigp and sufficiently deep to allow for a minimum of 6 inches of Az,ng Kill mixh9re below root ball. n —- 3. Do not use auger to excavate planting pits. aT Set trees and shrubs in center of pits, align with planting plan, plumb,.;�nd stra' ht and at elevation where top of root ball is one inch lower than surrounding'ifnished:Vrade 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 be 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 Y -inch and compact by means of an acceptable lam roller weighing 100 to 15D 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: C' r C_ A. Install sod not more than 48 hours after cutting. Stake all sod as necessary-ta;jere�nt -�- erosion before establishment. or) r �r-t aA B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. S71, co C. Apply fertilizer at a rate of 450 pound per acre. C- 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 by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900-5 n� n C'7 - ="fif— r,'; _-t- M 02900-5 �t W V4 a < C4 NLLJ 0 M a G z z LL �N W J a 2 a ASPHALT RESURFACING PROJECT 2014 CITY OF IOWA CITY LOCATION MAP - HMA Resurfacing W rj� �� i 1.\M LOOMINGTON eT SLOW) }HICKORYHILL PARK( �I euauNsroN � L t { �I Irl TAFT AVENUE v iI I I� 'CI I.I I 'T t/V1 'f tt > MUSGATMEAVE '.O {IRINw000 AVEs {J� III T17l 0 —J/ r•, _ SOUTH TREATMENT ,,.q '........ '�` PLANT ACCESS ROAD NAPOLEONSTREET —� Y LOCATION MAP - Chip Seal Resurfacing OVERLAY MILEAGE SUMMARY INDEX MOOIFIEO105-1 LOCATION UN, FT. MILES JEFFERSON STREET STA. 0+24.94 TO 38+95.82 TOTAL LENGTH OF PROJECT 3485 3485 0.66 0.66 A.03 General Notes FAIRCHrD ST Pollution Prevention Plan V '•• 15579 0.01-8.03 _ o tI -DAR h T "i v a b s IOWR� C.01 C.02 Estimate of Ouantities, Tabulations and General Information D.01—D.04 DAWNr ORi ST K.01—K.02 Pavement Marking Plan W.01—W.02 Chip Seal Plan w m s a tv n� wwOsDR MI CTOY ST L._ 4'33 Lt J cT J ROCHaTER Av£ < _ s E 7 <i HOU AV " .. > v' � m N\ ROLHESTD v N DG -WAY DR M '2K i dmy hl STC) G 2 � o y ' JEFFERSON ST -- z z IO iA y ... � vrAs InGTON cL_ND L_ Rc t~ +o�wNGSI�E HIN' CN ST s E W.ISHIN TDN ty Z �z LSU; a - x I ST �..i BURLINGTON ST 8 CpL� w " IGH Sr e n CCU f ST LOCATION MAP - HMA Resurfacing W rj� �� i 1.\M LOOMINGTON eT SLOW) }HICKORYHILL PARK( �I euauNsroN � L t { �I Irl TAFT AVENUE v iI I I� 'CI I.I I 'T t/V1 'f tt > MUSGATMEAVE '.O {IRINw000 AVEs {J� III T17l 0 —J/ r•, _ SOUTH TREATMENT ,,.q '........ '�` PLANT ACCESS ROAD NAPOLEONSTREET —� Y LOCATION MAP - Chip Seal Resurfacing OVERLAY MILEAGE SUMMARY INDEX MOOIFIEO105-1 LOCATION UN, FT. MILES JEFFERSON STREET STA. 0+24.94 TO 38+95.82 TOTAL LENGTH OF PROJECT 3485 3485 0.66 0.66 IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG FISCAL YEAR 2015 t� ACCEPTED FOR LETTING Do Not w�,P, 6/13/Zcry Scale CITY ENGINEER, CITY OF IOWA CITY INDEX ",,IIlnerrr A01 Toe Sheet and Plan Certifications licensed Professional Engineer under the laws of the State of Iowa. A.02 Legend and General Information A.03 General Notes A.04 Pollution Prevention Plan V '•• 15579 0.01-8.03 Typical Cross Section and Construction Details DAVE A. PANOS, P.E. 8.04 Staging and Traffic Control Information IOWR� C.01 C.02 Estimate of Ouantities, Tabulations and General Information D.01—D.04 Jefferson Street Plan K.01—K.02 Pavement Marking Plan W.01—W.02 Chip Seal Plan tv L._ 4'33 Lt t� ACCEPTED FOR LETTING Do Not w�,P, 6/13/Zcry Scale CITY ENGINEER, CITY OF IOWA CITY CITY OF IOWA CITY ENGINEERING DIMSION I GTY FILE NUMBER SHEET NUMBER A.01 I hereby certify that this engineering document was prepared by me ",,IIlnerrr or under my direct Personal supervision and that I am a duly SSS , 10 licensed Professional Engineer under the laws of the State of Iowa. ` OF * •'��,�' Signed: Date: DAVE A. : �? j PANOS V '•• 15579 :r �: •' ' ��: DAVE A. PANOS, P.E. City of Iowa City Iowa License No. 15579 IOWR� My licensed renewal date is December 31, 2014 Pages or sheets covered by this seal: ALL SHEETS CITY OF IOWA CITY ENGINEERING DIMSION I GTY FILE NUMBER SHEET NUMBER A.01 CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 ED YOUNG - GAS Phone: 319-341-4457 Mobile: 319-330-1871 DICK BOCK - ELECTRIC Phone: 319-341-4468 Mobile: 319-330-0543 TELEPHONE CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 KEVIN HEEREN Phone: 319-399-7408 Mobile: 319-360-5122 CABLETELEVISION MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319-621-8466 FIBER OPTICS A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-275-4014 Mobile: 770-335-8244 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 UNIVERSITY OF IOWA GEORGE S-TUMPF Phone: 319-335-2814 GENERALNOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. SEE SHEET A.04 FOR SPECIFIC EROSION CONTROL MEASURES NECESSARY TO PROTECT PROJECT SITE AGAINST SILTATION, EROSION AND DUST POLLUTION. PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE: U.S. SURVEY FOOT NAD 83 (1996 HARN) AND NAVD 88 RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL BE EITHER REMOVED, RELOCATED BY THE CITY, OR REMAIN IN PLACE AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. UTILITY NOTES 1. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. 4. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 5. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: • Notify the owners of those utilities prior to the beginning of any construction. • Coordinate operations with utilities • Afford access to these facilities for necessary modification of services. • Determine existence and exact location of underground utilites and avoid damage thereto. • Prior to beginning construction, provide labor and equipment necessary to determine the exact location and elevation of all utility crossings which may result in conflicts to proposed improvements. GENERAL LEGEND EDGE OF PAVEMENT "ONE CALL" MANHOLE O MH RIGHT OF WAY (ROW) PROPOSED STORM INTAKE CATCH BASIN ❑ Be CENTERLINE — CLEANOUT CO TREE, DECIDUOUS V 0 GUY WIRE PROPOSED PROPOSED STORM PIPING D FIRE HYDRANT ti TREE, CONIFEROUS _ PCC PATCHING Phone: 319-356-5160 CULVERT >....... .. � HEDGEULREE COVER - -^-/�-�-� DRAINAGE LINE�.y FENCE _. n....... -...r, GAS MAIN — f — — G RETAININGWALL — BURIED TELEPHONE CABLE — --- T — — — BUILDING Fri d BURIED TELEVISION CABLE — — — TV ENGINEER, AND SHALL BE INCIDENTAL.t :» 'i' BURIED ELECTRIC — — — E — BACK OFCURB TOBACK OFCURB B -B OVERHEAD ELECTRIG OE ------- PORTLAND CEMENT CONCRETE PCC -- CITY TRAFFIC ENGINEERING JOHN SOBASKI WATER MAIN —w—`— HOT MIX ASPHALT HMA ENGINEER PRIOR TO REMOVAL. FIBER OPTIC CABLE — — —FO— — — MAILBOX MB SANITARY SEWER —SAN— — — SIDEWALK SW STORM SEWER —' — — ST— — — WATER METER Wbt LIGHT POLE LP DUCTILE IRON PIPE DIP UTILITY BOXES = REINFORCED CONCRETE PIPE RCP VT SIGNS � T q WATER VALVE as WV GAS VALVE w GV POWER POLE � PYP WATER SHUT OFF *& PROJECT LEGEND UTILITY LOCATING CREW "ONE CALL" MANHOLE ADJUSTMENTS O PROPOSED STORM INTAKE WATER VALVE ADJUSTMENTS O 9. DURING REMOVAL AND CONSTRUCTION THE =za"J PROPOSED STORM MANHOLE ADA CURB RAMP REPAIR CONTRACTOR SHALL USE ALL MEANS NECESSARY PROPOSED PROPOSED STORM PIPING D HMA OVERLAY ED MORENO TO CONTROL DUST SPREADING FROM ALL WORK PROPOSED PCC PATCHING Phone: 319-356-5160 AND STAGING AREAS. DUST CONTROL MEASURES UTILITY LOCATING CREW "ONE CALL" CJ` .itZ Phone: 1-800-292-8989 9. DURING REMOVAL AND CONSTRUCTION THE =za"J CONTRACTOR SHALL USE ALL MEANS NECESSARY -;> ! CITY WATER DEPARTMENT ED MORENO TO CONTROL DUST SPREADING FROM ALL WORK E",?.._ Phone: 319-356-5160 AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE r— SPECIFICATIONS SPECIFICATIONS AND APPROVED BY THE rD i A Fri d CITY SEWER DEPARTMENT DAVE ELIAS ENGINEER, AND SHALL BE INCIDENTAL.t :» 'i' 77 Phone: 319-356-5170 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS .- -- CITY TRAFFIC ENGINEERING JOHN SOBASKI TO BE FIELD VERIFIED AND APPROVED BY . ENGINEER PRIOR TO REMOVAL. Phone: 319-356-5180 CITY PARKS & FORESTRY ZAC HALL Phone: 319-356-5107 City File No. PS 284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2015 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 1SHEET NO. A.02 Al 01-20-84 203-1 '..... 06-07-94 232-8 Plan and profile sheets included in the project are fa the purpose The top six (6) inches of the disturbed areas shall be free of rock of alignment, location and specific directions for the work to be and debris and shall be suitable far the establishment of vegeta- performed under this contract. Irrelevant data an these sheets Is tion, subject to the approval of the Engineer. not to be considered a pat of this contract 10-28-97 The contractor Is expected to have materials, equipment, and labor 232-10 01-20-84 204-2 All holes resulting from operations of the contractor, Including removal available on a dally basis to install and maintain erosion control of guardrail posts, fence pasts, utility poles, or foundation studies, features on the project This may involve seeding, silt fence, rock shall be filled and consolidated to finished grade as directed by the ditch checks, silt basins, or silt dikes. engineer to prevent future settlement. The voids shall be filed as ''.... soon as practical - preferably the day created and not later than the 01-20-84 241-1 ''... following day. Any portion of the right-of-way or project limits Road contractor is to use due caution in waking over and around (Including borrow areas and operation sites) disturbed by any such all tie lines. Breaks In the tie line due to the contractors care - operations shall be restored to an acceptable condition. This aper- lessness are to be replaced at his expense without cost to the State action shall be considered Incidental to other bid items in project. of Iowa. Any tie lines broken or disturbed by our cut lines will be replaced as directed by the engineer in charge of construction and at the State of Iowa's expense. 10-02-01 213-1 It shall be the contractor's responsibifty to provide waste areas or disposal sites fa excess material (excavated material or broken 01-19-88 251-1 concrete) which is not desirable to be incorporated into the work The contractor shall be responsible to maintain access to individual Involved an this project. These areas shall not impact wetlands properties during construction. or 'Waters Of The U.S.' No payment for overhaul will be allowed Relocated access shall be completed to individual properties prior for material hauled to these sites. No material shall be placed o existing to removal of isting access. within the right-of-way, unless specifically stated in the plans a approved by the engineer. If the permanent access cannot be completed prix to removal of the existing access, the contractor shall provide and maintain an alternate access. Temporary Granula Surfacing will be paid for as 01-09-90 213-2 The contractor's attention Is directed to the following consideration a contract item or by extra work. in regard to removal and replacement of topsoil in borrow areas: Quantities estimated fa topsoi are calculated on the basis of 06-22-84 251-3 a uniform removal of topsoil to a depth of 12 inches. The material A plan for stage construction of local accesses which are required removed Is to be spread uniformly to a minimum depth of 8 inches to remain open to traffic during construction shall be submitted by over the borrow area upon completion of excavation wo& ( the contractor for approval by the engineer. 01-20-04 261-2 10-27-96213-4 The contractor shall apply necessary moisture to the construction '.. Before performing earthwork, tiling, or excavation within three hundred area and haul roads to prevent the spread of dust Refer to Article feet of an existing pipeline, the contractor shall notify the pipeline 1107.07 of the current Standard Specifications for additional details. '.. company and the pipeline company shall mark the location of the pipe line as required by Section 479.47 of the Code of Iowa. - 07 -16-91 213-6 The backfilling and associated embankment construction shall be The contractor shall exercise all due caution when working in the completed within 14 working days after the curing period has expired vicinity of pipelines carrying combustible or toxic materials whish are r for culvert extension. present an this project. Pipeline location shown an the plains repre- r The Immediate embankment shall be to 8:1 dopes sents the best information available at the time of plan preparation. placed provide away iron the culvert top. 09-21-99 262-3 ;a-- :BEFORE BEFOREYOU DIG: IOWA 1 -CALL/ 1-800-292-8989 - - - — - �� Or 01-20-84 221-3 Estimated quantity for new concrete pavement includes all integral curb, all street returns and special areas of repairs to connecting ------------------------ "d ITT pavements. ;> B D1-20-84 221-4 03-26-04 IOWA CITY' ' s In order to avoid any unnecessary surface breaks a premature Contractor shall provide Certified Plant Inspection for spoiling, the contractor is cautioned to exercise extreme care when Portland Cement Concrete and HMA paving, per IDOT Specifications. performing my of the necessary saw cutting operations for the proposed pavement removal. 03-26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland Cemsut Concrete 01-26-84 222-2 To obtain the correct form grades at low points where intakes are paying, per IDOT Standard Specifications. located, the contractor must exercise extreme cam when paving full width pavements. This may require pouring one half of the pave- 03-26-04 IOWA CITY' ment at a time or other methods approved by the engineer. The contractor is required to exercise all necessary 01-26-84 232-5 caution in construction operations directly adjacent to the project and utilize methods of construction to The contractor shall not disturb desirable toss areas and desirable 9 prevent damage to the surrounding buildings. The trees outside the construction limits. The contractor will not be contractor is responsible for pre- and post - permitted to park or service vehicles and equipment or use these construction damage surveys for properties directly areas for storage of materials. Storage, parking and service orea(s) adjacent to the project including evaluating and will be subject to the approval of the resided engineer. documenting any damages. Any damages as a result _ of construction activities shall be corrected at the 09-02-04 IOWA CITY contractors expense. The City of Iowa City shall be responsible for the construction staking. City File No. PS -284 Cn LU Z W z W 0 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCAL YEAR 2015 1 JOHNSON COUNTY I ASPHALT RESURFACING PROJECT 2014 1 SHEET NO. A.D3 i j J POLLUTION PREVENTION PLAN All contractor's subcontractors shall conduct their operations in a manner that 4. Mendelian and Manometers, minimizes erosion and prevents sediments from leaving the project site. The prime The contractor is required to maintain all temporary arosion wnlrol measures In proper working order, maodmfl 3. Paints, Peen solvents and Cleaning Solvents contractor shall be responsible for compliance and implementation of the pollution p p p P cleaning, repairing, or replacing them throughout Ne centrad period. The following Inspection and maintenance p beused to maintain erosion and sediment controls and stabilization measures. 2 t I ( q. {� •Excess paints and solvents shall not be dischergetl Into the storm sewer system. Tne wntrador i N AN prevention plan (PPP) and local ordinances for their entire contract practices will .��Ilol I U S. I, ®y shall over to the manufactures instructions and fsderal regulations on the proper disposal techniques ues. This responsibility shall be further shared with subcontractors whose work is a 1. Inspection and Maintenance Pressures A. All spatial measures will inspected at least once every seven (7) calendars y and meowing any We f`I 7 C n. Concrete Wastes G+iI I t,, i«I't 'S • eiependficnd shout dU,ageeer source of potential pollution as defined in the PPP, p p OSbr teeter 1 g be in Ifiarepa'r is be inrtiamtl betwenthssels ?Jp5 CnI(t y } deslgnete0-dachaJdiefired be mqu red to inti mize career between the conaeto and designated areacks .kbeakowea ac i7r`1 CITY, 8. All measures will maintained good working anter necessary,twill ximan All measures !�l-r storm watertliscM1arge from the site, 24 houre of me report. • The haoiened product form Ne concrete washout areas will be disposed of as ether 1. Site Description C. Any built up sediment will he removed from silt fence when it has reached one-haff the fence nonmazallous waste materials or may be broken up and used on the site for other appropriate This Prevention for tHeconsfmdbnof Ne Asphalt Resurfacing Project 3014 in Iowa 6. Slit fence and slit socks will be Inspected for depth of sediment, tear, eto, to see of Ne fabric is sewmly uses. dvards ire City, Iowa. Construction activities Indutles HMA overlay paving and crack and seating _ Iowa. attached 1b the fence pdsts,a la see that the fence are securely fastened in the ground. 5. Solid and Constmdion Wastes E. SOe shall be parapeted doll op pe y (premraby at days earl) and svept'rf necessary. .All trash and constmdipn debris shall be tlepotited in a dumpster that will be emptied as This PER severe approximately 0.30 acres with an estimated 0.30 acres being disturbed. F. Temporary and permanent seeding and planting will be inspected for bare spots, washouts, and healthy necessary. No wnssmstion waste material will be burled on site. The c ampstere must be put in growth T a location where me coned with stone water discharge is minimized. Refer to the project plans for locations of typical slopes, ditch grades, and major structural and ammetrectural G. maintenance inspection report will be made afar each inspection and recorded on the Inspection feint 6. Sanitary Wastes remarks. A copy offfese plans will be on file at the project engineers office. Rumen from this project will flow provided by the engineer H matins[or will be responsible for selecting a'qualified' inspector to conduct the inspections. . A portable reslreom facility shall be located onsite at all times unless an approved equal is Into various stone sewers, ddahes, streams and drainage tile systems that flow into the Iowa River. -The "Qualified' is defined as a person knowledgeable in the principles and practices of erosion and allowed. Wastes shall be collected and disposed of in a complete compliance win local scale 2. Controls sediment controls who possesses Ne sand, to assess conditions at the construction sem that could anifederalregulations. This facility shall be located in an area where contact with storm water discharge is minimal. The Contractor subcontractor shall be responsible management control measures for impact stone water quality and to assess the effectiveness of any sediment and erosion control �. Rural Agriculture Activities prtual measures met the following erosion and storm water management control measures that are spectre to Nis site, measures selected to control the quality of stone ureter discharges from the constriction activity. • Runoff form agricultural land use can potenieally mnlain cM1emicas intlutling hekaddes, to pestiddes, fungicides and fertilizers. This work shall be don, in accordance Section of The City of Iowa City nand Section 2. Materials Management Plan Site sources of pollution generated as a result of this work related to silts and sediment which may be a am zedis bre to any Items, the c to any Specification. if theample, storm event conveyance Forother SWPrmack, A. Spell Prevention Response Procedures Iota Department ranspr to Adicle1IDS o3 paragraph B, of the Iowa Department ofTmnspodation wob shall a poi far sweeping to of work shall ns have sho the beyonr the relatetl)operetions. These other operations Have storm water ninon, the regulation Of which is beyond the relasp othandons These is re The contractor is reewhoblefort..m all personnel in the pmperha..'at ntl cleanup ofspilled materials, and Specifications, StantlaNs and Spedfcaaons. No spilled hazaNrus mairdals or wastes will be allowed to come into ..'act with stone water tlischamee. if control of this SVVPPP award does occur the storm water discharge will be contained onsite unfil appropriate measures In 1. Permanent Stabilization Practices A. Thefalowing is o lin of materials cr substanw expected to be present onsite during wnstmdioo. compliance with all federal, state, and local regulations are m icard to dispose of Me hazardous substance. A. Permanent seeding and planting of all unpaved areas by seeding shall be completed shortfallConcrete The follaving practices will be followed for spill prevenfions and cleanup: gentling hscomplete Seed omelet the year when temperature, moisture and 1, In al Q9wl the to the Boort housekeeping and mall bedonn azardousMas prommelihe gemnation antlplant growth. promote the dlmrms,ve 2 Detergent for sections the following prsders to minimize me potential for hazardous metedel ssNond of the be done t grab ni ction. 8. Preserve vegetation in areas riot needed terconsWcthon. needed 3. Paints oming it withstow wwate reduce t the method Ncontedleanuporm water. spill and tomducethsr risk 4 Tar cmthnded methods for bedeafomaliposted and sitepersonnelel • hibuwM 2. Temporary Stabilization Practices 5. Soil StNilzatlon Additives andtheanopwill well be trained regarding these procedures and the locefion of the information and cleanup be regarding n A. The use ofsit fence, temporary seeding, mulching sodding andcurin aotikesto help control 6. Fetreleers 7. Penning Based Additives supplies. sediment and Ifconstructionwit activity d to Ina disturbed area for at least 21 notrary 8. Cleaning Solvents • and cleanup prodded Materials and Equipment necessary forpmentt tempois rmulcin or days, the areas shall be stabilized wit temporary seeding ormulching no later than 14 days form the shall seeding and tioaimmenY net be limited on are inamatedal storage area. Equipment and materials will Include bu[no[be limitedto on last c n actively. 9' Wood brooms, dust pans, mops, rags, gloves, goggles, fifty litter, sand, sawdust, and plastic and metal Ing expo areas. B. Miter to. Solids and Construction trash centainem. seeexposed C. Filter socks shill be used for proledton of inlets and used as ditch checks along temporary and 11. Wastes 12. Pesfeitles permanent drainage tlltches. 2. In event of a spill IDs following procetlur'es will be followed D. At areas where runoff can move onsite, silt fence shallbe placed along the st of areas to be 13. Plaster 14. Asphalt • All spills .,If be cleaned up immediately akar deacovery. lose distributed poor to beginning grading, excavation or clearing and grubbing operation. t5. Antifreeze Coolant .to area noel will wear appropdale0 prolective clothing newsll prove j rint.,lihe m ehazadsnti aboustars. m newsprint., with Ne hazardous substance. 3. Sequence of lmplemectterastarryatiompradeces 16. Gasoleneldro i Flar sMppence • hoenlel material will be reportedtONeess si stale anliamsnste staging atea. A. Irated 17. Hydraulic odduhtls sell, Sillal aged ncy ancwhebakedardous of a spill Spills amounts ntltofhe sof permmpomryencing ndteporartrances B. Install parameter silt fencing and temporary sediment basins. 18. Glue Adhesive dredmanegerandes ofcegin substance ses¢epy in amounts that exceed reportable quantities of certain substance spsdfically mentioned in federal C, Begin Gearing and grubbing operations. These operations should only take place in those areas 19. CLIMB Compounds 20. Waste from construction equipment washing regulations must be immediately reported to Ne EPA and any Omer governmental agencies. where earthwork is expected to take place within 21 days of completion. • If the spill exceeds a reportable quantity, the SWPPP must be modified within 14 days after the 0. Site grading shall began- Contractor well be responsible for temporadky stabilizing an area that will not B. Material Managements mast The following is a list of malarial managements that well b0 spill and a written desorption be disrupted for at least 21 days no later man 14 days from Ne last conswerch activity. and substances used panto to minimize Ne risk of spills or other accidental exposure of materials and substances to me • of events must be Included The modification shall mangle: a description of me release; the date E. Installation of under0reund utilitlea. Inlelloufet protection at all locations specified in the plan shall be storm water moon. of the release: and installed •explanation of why the spall happened; a description of procedure W prevent future spills and(or pl E Finalize pavement subgatle preparation, 1. Good Housekeeping • An Offer, be store onslteonly enough to completethejab. release from happening and a 9. G. Consumer all in the plans. and gutter, Inlets and manholes as sstruct •All materials stored Oeste vn0 be kept Ina nea4 orderly manner and in their appropriate • supe response proceduresonsNtl a spill or release occur again. r H. Remove inlet preparation around all inlet and manhole structures and carry out final paving pre containers. products shell kept rant ure. •The site superintendent will be responsible for the day-m4ay site operations and will be Ne soil The site operations. i. Prepare final backfill, grading, and seeding operations. b kept In containers with the mals manufactures label. •SubMadstances De keptle mixed wiih prevention cleanup •wordhnator He or she will designate at least three other sire personnel who will receives ill Bn P P J. Once all paving and permanent stabilization of me side is established, remove silt fencing and Omer ne another unlessecomme btheanufa one •Whenever will rapt hal mixed with oneanotherunlessrecommended preventeons and cleanup training. tampbmry slabilizetlon. will be used up efore ftthemanufacture. •Whenevere'possible, ofabons product ofoecontainec • These individuals will each become re supportable fora articular phase of prevention and cleanup. p • mm for and discal all beng disposalallbe (ensure. The names of mese CL 3. Other Control le for d will erespo responsible • The job site superintendent will be responsible fief daily inspection to ensure proper use and The jobcmrs, superintendent •individuals will be posted in the matedai storage area and In me office trailer. Z Z disposal of materials. 6. NpnSmTh Discharge of unused const material stall comply applicable dplate Me materials and construction 1. Hazardous Products • Products will be kept in containers with the original manufacture's label. aowed by the Iowa Department of Natural Resources and may The following is a list of non -stone wool miss federal, state and local regulations. In the event of wnflid with other governmental laws rules and federal,and l In with the • The original labels and malarial safety data will be kept (or each of the materiels as they material occur at the job site under Ne condition that no ppllutants will be allowed to came Into contract with the water prior to or t that no pollutants Z Z regulations„ the more restrictive laws, rules ortegulalhons shall appry. During the course d construction, it is contain important product Information, after its discharged from the site. !>tJ possible that situations will arise where unknown materials will be enceuntered- `Wren such situebons adee, • Disposal of any excess protlud will be done In a manner that follows all manumctum's a di the III be handled according to all federal, state and local regulations in erect at the fine. The following is a list methods for proper tl6pnsal. fi. Water from fire lire iightilg activities and fire hydrants flushings. � of other control measures Nat contradorlsubcpntradnr shall be responsible for implementing. 2. Water used to dean veNGes. d C. Specific Practices: The mllowing is lest of and specific to 3. Portable water sources inducting water main flushings, ingenue drainage and routine building wash downs excluding Z 1. OH- site tracking Product a of potential sources pollution practices detergents. vehicle A. The conaador shall reduce vehicle tracking of sediments offsite. The paved streets adjacent to the reduce poll.lents discharge from surchals or sources amected to be present onsite during censtmdion. 4. Air conditioning condensation. O construction site shall be inspected daily and cleaned as necessary to remove only excess mud, dirt 1Petmieum Storage Tanks 5. Foundation or footing drains Where flows have been exposed to solvents - or Fork tracked from the site. ro . •All onsite vehitles shall be Inspected and monitored for leaks and receive preventative 6. Pavement wash waters where spill or leaks or hazardous malarial has no oceunetl. J J B. Street sweeper shall be available to clean streets as needed at inspectors depressed maintenance to redoes the Grange of leakage C. dump sucks hauling material farm the sire shall be properly covered with tarpaulin. • Steps will be token by the wntmctoc to ellminete contaminates from storage tanks from An InitialmO Strom Water Pollution Prevention Plan P) well be provided me the sigh of o 01- • . Inspirations ad Maintenance Pmwtlums_ g Any enteringround soil. An plants awarded offeappere only and is Thersicsfrtheoetlas available for wmal This nortdanprevesson Acotendedi ti impaMous surface between IDs tank and IDs ground. the stow waterwing Th.cemmoseryand recboom bnot esolelyetltoBreleMr. cRythestormwaterpollotionprevenfonroquirementsmrthiapmjeU.TheconimUprshell to dint be solely responsible me W F 2 Fertiliz0ls •Femarders shall be applied in minimal amounts as recommended by the manufacture It 1, The Implementation,administration, and moartodng of Ne indoor plan. `aS+ shall be worked into the soil as to minimize the contact with storm water discharge. 2. Marking modifications to Mari plan as needed •� 3. Compliance win all NPOES or storm to, discharge statutes, miss, regulations, or ordinance applicable to the site. O ro City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY ASPHALT RESURFACING PROJECT2014 SHEETNO. A.04 STREET OVERLAY LOCATION OVERLAY WIDTH LOCATION STATION TO STATION (FT) JEFFERSON ST 0+25 13+80 35 JEFFERSON ST 13+80 30+95 30 BACK of CURB to BACK of CURB (B—B) A 3" NMA MILL 8c OVERLAY 1.5" BASE / 1.5" SURFACE SLOPE VARIES SLOPE VARIES 1 HMA, BRICK OR PCC PAVEMENT (VARIES) EXISTING HMA PGC OR ROCK SUBBASE (VARIES) ® CONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD TYPICAL SECTION: STREET OVERLAY LOCATIO.Nk. ,AIf3 VNM01 1111.-M Alla �t WV 9 I N111711101 B *11 0 Driveway radius (l Residential: 10 foot min�mum, 15 foot. maximum. Commercial and industrial: As speci=ied in the contract documents. Transition the curb height to 0 inches at end of tater/radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk Pavement ih canes. Residential, 6 inches minimum. Commercial and industrial: 7 inches minimum. Sidewalk thickness through driveway to match thickness of driveway. UCenter reinforcing bar vertically In the pavement. 0 Match thickness of adjacent roadway, 8 inches minimum. 0 Provide 'E' joint at beck of curb unless 'B' joint is specified. ®F or alleys, invert the pavement crown 2% toward center of alley. or joint TYPE A WTH FLARES 'E' joint—�/ C 'V c�`e - 01 R Refer tc Detail B Sack of cur i TYPE A WITH RADII G ri*heignt: ropurb 0" to 2" Ddvevray� TYPICAL SECTION Back DETAIL A CONCRETE DRIVEWAY, TYPE A DETAIL _B CD z O CIDU C0 cc J City File No. PS -284 Al DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2014 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2D14 SHEET N0. —01 5% max. cross slope Pavement 7¢" Sealed Monsion joint Cub mm Leading Possible parallel mm 3 PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE p 9 P P Standard sidewalk. BELOW THE DETECTABLE WARNING PANEL. Length varies 4'-0" min. Length varies I ®" min. 1Q _] �4 LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. _St a varies =_ 6" min. 27. max. 3 8.3% max. KEY Rigid Tie joint (RT) W = SIDEWALK 1170tH AS SPECIFIED IN THE CONTRACT DOCUMENTS Doweled ki" ® = RAMP = DETECTABLE WARNING Sealed expansion ,----- joint (ED) = LANDING QTYPICAL SECTION -CURB RAMP SCALE: NONE 10 PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE LANDING AND THE STANDARD SIDEWALK. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS SHORTER THAN 15 FEET. Q2 LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. OO UNLESS CURB RAMP IS ALIGNED PERPENDICULAR TO THE STREET RADIUS, PROVIDE AN AREA OF SPECIAL SHAPING AT THE BOTTOM OF THE RAMP TO PROVIDE A SMOOTH TRANSITION TO THE GUTTERLINE. 2% MAXIMUM SLOPE IN ANY DIRECTION. °k Qm U W \ i � RT Joint Doweled }(" � expansion pint �� 0 � 1£' expansion expansion joints// ,p b° ok (CURB RAMP FOR SIDEWALK SCALE: NONE k� JOINT TYPE AS INDICATED ON PLAN SHEETS E = Kj," EXPANSION JOINT (NO DOWELS; NO TIE BARS) ED = Ni" DOWELED EXPANSION JOINT (INCLUDES #4 SMOOTH DOWELS AND EXPANSION CAPS — 18" WITH 12" CENTERS RT = RIGID TIE JOINT (INCLUDES #4 TIE BARS — 18" WITH 12" CENTERS Detail B �Allo MINI '_i 1 :3 GLV 9! 'Hlnr Eiln �-7.5" 3"R DRILL AND EPDXY 4.5" �I GROUT REBAR INTO 3"R EXISTING CONCRETE e EXISTING STREET is"6" MIN. MIN, CROSS-SECTION VIEW BACK 0� I( /GUTTER // (zl LINE lJ 1� DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT THIRTY (30) INCH CENTERS. a2 AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT NINE (9) INCHES FROM BACK OF CURB. O3 EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO EXISTING SLAB (#5 BAR IF PAVEMENT IS 8" THICK OR THICKER, #4 BAR IF PAVEMENT IS LESS THAN 8" THICK). LN PI ANI \/IP\Ar PCC CURB & GUTTER REPAIR SCALE: NONE expansion pint IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. 1Q PERPENDICULAR RAMP: MAXIMUM RUNNING SLOPE OF 8.3%. MAXIMUM CROSS SLOPE OF 29> AT MID—BLOCK CROSSINGS, CROSS SLOPE MAY EXCEED 27 TO MATCH ROADWAY GRADE. Q LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION .• a ,i. .umnq SCALE', NONE DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCALYEAR 2014 1 JOHNSON COUNTY I ASPHALT RESURFACING PROJECT2014 I SHEET NO. 8.02 If II IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE Sloped curb curb OF FLARES, WITHIN THE CROSSWALK MARKINGS. Back of curb 1D PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION 7RAMP CANNOT BE ACHIEVED WITH THE PERPENDICULAR BETWEEN THE STREET AND LANDING DUE TO 3¢" MAX. LIP CURB V..ho'ch LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO AT SIDEWALK Gutter line MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE X5/8" max. AND THE STANDARD SIDEWALK. Normal slopLANDING THE LENGTH OF THE PARALLEL RAMP IS NOT �evel DLL REQUIRED TS EXCEED 15 FEET, REGARDLESS OF THE line RESULTING SLOPE. DO NOT EXCEED SLOPE FOR Roadway pavement PARALLEL RAMPS SHORTER THAN 15 FEET. Detail A Detail B (Curb Return) 02 INSTALL A 24 INCH WIDE (MIN.) STRIP OF DETECTABLE MATCH THICKNESS WARNINGS AT THE BACK OF CURB. EXTEND THE OF ADJACENT DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF ROADWAY, 6" MIN. THE RAMP. 5% max. cross slope Pavement 7¢" Sealed Monsion joint Cub mm Leading Possible parallel mm 3 PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE p 9 P P Standard sidewalk. BELOW THE DETECTABLE WARNING PANEL. Length varies 4'-0" min. Length varies I ®" min. 1Q _] �4 LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. _St a varies =_ 6" min. 27. max. 3 8.3% max. KEY Rigid Tie joint (RT) W = SIDEWALK 1170tH AS SPECIFIED IN THE CONTRACT DOCUMENTS Doweled ki" ® = RAMP = DETECTABLE WARNING Sealed expansion ,----- joint (ED) = LANDING QTYPICAL SECTION -CURB RAMP SCALE: NONE 10 PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE LANDING AND THE STANDARD SIDEWALK. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS SHORTER THAN 15 FEET. Q2 LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. OO UNLESS CURB RAMP IS ALIGNED PERPENDICULAR TO THE STREET RADIUS, PROVIDE AN AREA OF SPECIAL SHAPING AT THE BOTTOM OF THE RAMP TO PROVIDE A SMOOTH TRANSITION TO THE GUTTERLINE. 2% MAXIMUM SLOPE IN ANY DIRECTION. °k Qm U W \ i � RT Joint Doweled }(" � expansion pint �� 0 � 1£' expansion expansion joints// ,p b° ok (CURB RAMP FOR SIDEWALK SCALE: NONE k� JOINT TYPE AS INDICATED ON PLAN SHEETS E = Kj," EXPANSION JOINT (NO DOWELS; NO TIE BARS) ED = Ni" DOWELED EXPANSION JOINT (INCLUDES #4 SMOOTH DOWELS AND EXPANSION CAPS — 18" WITH 12" CENTERS RT = RIGID TIE JOINT (INCLUDES #4 TIE BARS — 18" WITH 12" CENTERS Detail B �Allo MINI '_i 1 :3 GLV 9! 'Hlnr Eiln �-7.5" 3"R DRILL AND EPDXY 4.5" �I GROUT REBAR INTO 3"R EXISTING CONCRETE e EXISTING STREET is"6" MIN. MIN, CROSS-SECTION VIEW BACK 0� I( /GUTTER // (zl LINE lJ 1� DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT THIRTY (30) INCH CENTERS. a2 AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT NINE (9) INCHES FROM BACK OF CURB. O3 EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO EXISTING SLAB (#5 BAR IF PAVEMENT IS 8" THICK OR THICKER, #4 BAR IF PAVEMENT IS LESS THAN 8" THICK). LN PI ANI \/IP\Ar PCC CURB & GUTTER REPAIR SCALE: NONE expansion pint IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. 1Q PERPENDICULAR RAMP: MAXIMUM RUNNING SLOPE OF 8.3%. MAXIMUM CROSS SLOPE OF 29> AT MID—BLOCK CROSSINGS, CROSS SLOPE MAY EXCEED 27 TO MATCH ROADWAY GRADE. Q LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION .• a ,i. .umnq SCALE', NONE DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCALYEAR 2014 1 JOHNSON COUNTY I ASPHALT RESURFACING PROJECT2014 I SHEET NO. 8.02 If II CURB FACE 4„ 5-1/4" _E:_ �_ ! 5' LANE 10' 30' } 30' I 10' (JOINT) 10' I� 2.5' CENTERED f� BROKEN CENTER LINE (Yellow) L��I 5-1/4" 4" t (JOINT) 5-1/4" a 3 DOUBLE CENTER LINE (Yellow) J 72 IN, 10-1/2" 4„ 5-1/4" 5-1/4'. (JOINT) O NO PASSING ZONE LINE (Yellow) 4" 72 INCHES 5-1/4" 4" JOINT LINE LANE WIDTH 10' I 30' � I 10 30 � 10' -� © IE � T N LANE LINE (White) TRAFFIC BROKE 3' 3' 3' 3' 3' 5-1/4" EDGE OF JOINT LINE-/ LANE WIDTH 6 PAVEMENT 72 INCHES 4^j TRAFFIC _ 4� 11'-9" � 14 CROSSWALK LINE (White) t 10 SOLID LANE LINE (White) I I J 8„ OPAINT OPAINT� EDGE LINE RIGHT (White) FFF------40 INCHES 8" WHITE CHANNELIZING LINE GUTTENEGUTTER LINE EDGE LINE LEFT (Yellow) 11 CHANNELIZING (White)STAURB V SLOPED CURB 12 CHANNELIZING LINE (Yellow) M.U.T.C.D. 2009 24 PAINT 12" N1DTH FOR 6" STANDARD CURB. O PAINT 6" WIDTH FOR 6" SLOPED CURB. icy y .;;-,�'�tjl',�,�,7J UfO1 FIGURE 9C.3 A0113 A113 F Jar LLQJ BIKE LANE O DOTTED LINE (White) 13 STOP LINE (White) 15 YELLOW CURB �U o-�u i ��r� aio� MARKING DETAIL 0 16 WHITE CURB _ �k9�ko1� ¢ Z PAVEMENT MARKINGS DETAIL 01 City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2011 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 1 SHEET NO. 8.03 108-26 108-23 GENERAL TRAFFIC CONTROL NOTES STAGING NOTES 08_30-68 04-04-88 CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS INDICATED AT TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC PROJECT DIVISIONS AND ADJACENT SIDE STREETS. THEREFORE IT IS ADVISABLE TO ADOPT A CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER TO MAINTAIN DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. MOST TRAFFIC PATTERNS AT ALL TIMES. ',.. THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC . CONTROL THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED '.. '.. TO, THE FOLLOWING: CONTRACTOR SHAH STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: ',.. 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED MILESTONE 1: COMPLETION OF CHIPSEAL RESURFACING - SEPTEMBER 1, 2014 AND REMOVED BY THE CONTRACTOR. MILESTONE 9: COMPLETION OF ALL REMAINING WORK ON PROJECT BY OCTOBER 30, 2014 ',.. '.. 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES DURING CONSTRUCTION. WORK ON EVANS STREET MAY REQUIRE A FULL CLOSURE TO THROUGH TRAFFIC. PROJECT OPERATION AND TRAFFIC CONTROL SHALL INCLUDE APPROPRIATE SIGNAGE AT CLOSURE AND 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN ADVANCED NOTIFICATION OF CLOSURE. SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. NOTE: A SPECIAL RESTRICTION WILL BE IN EFFECT FOR THIS PROJECT WHICH MAY IMPACT WORK SCHEDULE. THIS RESTRICTION PROHIBITS WORK ON SATURDAYS DURING AN IOWA 4, THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES FOOTBALL HOME GAMES TO REDUCE TRAFFIC IMPACTS. DURING THE FOLLOWING HOME GAME IN TRAFFIC PATTERNS DURING CONSTRUCTION. DAY SATURDAYS, WORK WILL NOT BE ALLOWED, UNLESS AUTHORIZED BY ENGINEER: 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF AUGUST 30, 2014 25 -FEET FOR TAPER CHANNEIJZATION, AND 50 -FEET FOR TANGENT SEPTEMBER 6, 2014 CHANNELIZATION. ',, SEPTEMBER 13, 2014 OCTOBER 11, 2014 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR . OF THE BACK OF CURB WHERE POSSIBLE. ',. ',. GENERAL TRAFFIC CONTROL OPERATIONS 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY , .. '�. i. MAINTAIN 1 -LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 A.M. TO 7 P.M. INSTALLATION OF LESS THAN 3 DAYS, 2. OPEN LANES TO 2 -LANE TRAFFIC OUTSIDE OF THESE HOURS. 8. "ROAD CLOSED" AND "ROAD CLOSED TO THRU TRAFFIC" SIGNS TO BE 3. FLAGGERS ARE REQUIRED FOR 1 -LANE OPERATIONS DURING MILLING/RESURFACING. MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. CHIP SEAL LOCATIONS ''. 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS, PREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING 1. MAINTAIN 1 -LANE TRAFFIC WITH FLAGGERS DURING WORK AT CHIP SEAL LOCATIONS. UPON APPROVAL BY THE PROJECT ENGINEER. 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL LOCATIONS WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. ''. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY. PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES 15 MAINTAINED. 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING UGHTS. THE BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZEO BY A IT 15 RECOGNIZED THAT AS THE VARIOUS ACTINTIES RELATED TO CONSTRUCTION PROGRESS, MINIMUM OF SIX YELLOW REFLECTORS, ONE AT EACH END OF EACH RAIL, OR CERTAIN SITUATIONS MAY ARISE WHICH WILL PRECLUDE ADHERING TO THE ORIGINAL AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES CONSTRUCTION SEQUENCE OR WHICH WOULD READILY LEND THEMSELVES TO MORE EFFICIENT PROPERLY SLOPED AT EACH END. STAGING OPERATIONS. SHOULD THE CONTRACTOR DESIRE TO DEVIATE FROM THE ORIGINAL PLAN, A WRITTEN ALTERNATIVE PLAN SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR 12. FULL LANE CLOSURE WILL NOT BE ALLOWED, EXCEPT AS INDICATED, APPROVAL. SPECIFICALLY IN PLANS. ONE LANE WILL BE OPEN AT ALL TIMES, THIS WORK '',. IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL. '., A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REQUIRED. THE SCHEDULE SHALL BE '', SUBMITTED TO THE ENGINEER PRIOR TO SPECIFIED STARTING DATE OR AT THE '.. 13. TYPE "A" LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE STARTING DATE AND THE AMOUNT OF COMPLETION, IN PERCENT OF THE CONTRACT AMOUNT, THE CONTRACTOR EXPECTS ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. TO COMPLETE IN EACH 10 DAY WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR ASSURANCE OF FINAL COMPLETION OF THE SCHEDULE OF THE CONTROLLING OPERATION DURING FENCING TO PROTECT PEDESTRIANS. ALL SIDEWALK CLOSURES SHALL BE EACH STAGE OR PHASE OF WORK FOR THE ENGINEERS INFORMATION AND PREVIEW. THE CONTRACTOR MAY REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A CHANGE AND APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE FORWARD TO THE ENGINEER FOR REVIEW. PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT NTH THE PROPERTY OWNER. O H Z '.. 17. THE CONTRACTOR SHALL COORDINATE WTH UTILITY COMPANIES ON O RELOCATIONS ANDADJUSTMENT OF EXISTING UTILITIES WITHIN THE ',. U CORRIDOR, A5 NOTED IN THE TABULATION OF UTILITY CONFLICTS. � { t tl �MAO V � a4Jt U 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED ry A �J LL TO MAINTAIN TRAFFIC IN ACCORDANCE WTH THE MUTCD. THEY SHALL NOT BE _� Iw) si� CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 7y}yH� (�yy r�(+ 1,t 7 IJ'I �t8 71 Ii111 %z 19. THE BID ITEM "TRAFFIC CONTROL" SHALL INCLUDE THE COST OF ALL TRAFFIC p Z CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE Q WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID "I 0 ITEMS. 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE i Z ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES _ " u C.7 TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. City File No. PS -284 A. DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2014 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 SHEET NO. 8.04 ALai 'A110 WA01 �N-413 Alli :9 WV 91 NAr 41OZ I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCALYEAR 2014 STANDARD ROAD ESTIMATED QUANTITIES cinches) Se araod 10 10-i16-6- 07 The following Standard Road Plans stall be considered ITEM NO. ITEM DAZE T NUMBER UNIT NUMBER DATE PV -101 STREET LOCATIONS 04-17-12 TOTAL QUANTITIES f J W N W ¢ (7 z zo 00 > z all O z W x 5 N z _1 9 z j O I.- Fw O y 4 Nw 00 U J CY LL K D W F- 0 a 0 0 F L~ W O w W z = -, 1 ICLEAN & PREPARATION OF BASE _ MILE SW -501 10-16-12 RT RG -6 _ _ 0.25 0.41 _ 0.66 2 HMASURFPATCH RT TON ADJUST EX. STRUCTURE Wt BOXOUT NEW FRAME / LID 3 JEFFERSON ST _ 10.00 9.70 19.7 _-._. 3 (PAVEMENT _ MILLING 4 BY _ 7,626.60 7,416.40 15,043.0 4 HMA (1M ESAL) BASE, 1/2" MANHOLE TON NEW FRAME / LID 6 JEFFERSON ST 8+10 559.84 544.41 1,104.3 5 HMA (1M ESAL) SURF, 1/2", NO FRIC JEFFERSON ST TON RT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 697.93 665.39 1,363.3 6 ASPHALT REMOVAL, DRIVEWAY AND APRON ADJUST EX. STRUCTURE Wl BOXOUT Sy 9 JEFFERSON ST 9+40 LT 164.0 220.0 384.0 _ 7 HNIA PATCH,B" _'' SY 11 620.0 320.0 940.0 8 COVER AGGREGATE NEW FRAME / LID TON 145.2 90.0 16.0 56.0 - - 307.2 _ 9 _ BINDER BITUMEN LT GAL 2904 1800.0 306.0 _1_108.0 _-_ - 6,118.0 10 ASPHALT PATCHING "COLD MIX' TON 50 50.0_ LT 15.0 ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID.._. 115.0 11 MANHOLE ADJUSTMENT EA _ MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 17 13 4 17.0 12 REMOVE STORM -INT AKE EA _ 6 6.0 13 REMOVE STORM PIPING LF 47 _ _ 47.0 14 STORM INTAKE, SW -401 EA 1 1.0 15 ISTORM INTAKE, SW -501 EA 3 3.0 16 STORM INTAKE, SW -541 EA 2 2.0 17 ''.STORM SEWER PIPING, 15"RCP LF 471. 47.0 18 'WATER VALVE ADJUSTMENT EA 3 2 _ 5.0 19 _ RMVL OF CURB & GUTTER LF 343.0 377.0 720.0 20 20 ... _ RMVL OF PCC SIDEWALK SY 1368.0 560.0 1,928.0 21 SIDEWALK, PGC, 4" _ _ SY 768.0 320.0 1,088.0 22 SIDEWALK, PCC, 6" By _ _ 600.0 240.0 840.0 _ 23 _ _ SIDEWALK CURB, PCC LF 20.0 20.0 24 STANDARD CURB+GUTTER, PCC, 2.0' LF 343.0 377.0 720.0 25 DETECTABLE WARNING PANEL,CAST IRON , RAD SF 32.0 32.0 26 DETECTABLE WARNNG PANEL,CAST IRON SF 1600 64.0 224.0 27 PCC PATCH. 8" SY 'I_ 90.0 382.0 472.0 28 PAINTED PAV'T MARK, DURABLE '.. STA _ 43.86 43.86 29 BOLEGEND, DURABLE PAINTED SYML+ EA 8 8.0 30 TRAFFIC CONTROL LS 0 25 0.25 025 0.25 u 31 BAGGER 10 _ 5 5 14 _ 14 48.0 32 SE EDINGANDEROSIO_N CONTROL _DAY LS 0.5 05 1.0 33 MOBILIZATION LS _ 0.2 0.2 0.2 0.2 0.2 1.0 ALai 'A110 WA01 �N-413 Alli :9 WV 91 NAr 41OZ I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCALYEAR 2014 STANDARD ROAD PLANS cinches) Se araod 10 10-i16-6- 07 The following Standard Road Plans stall be considered applicable to construction work an this project NUMBER DAZE T NUMBER DATE NUMBER DATE PV -101 04-17-12 1 TC -213 04-17-12 PV -102 04-19-11 TC -214 04-17-12 RG -210-19-04 SW -501 10-16-12 RT RG -6 10-02-01 NEW FRAME / LID 2 RR-4RR-4 04-19-11 RT MANHOLE ADJUST EX. STRUCTURE Wt BOXOUT NEW FRAME / LID 3 JEFFERSON ST 4+10 LT MANHOLE ADJUST EX. STRUCTURE WI BOXOUT ALai 'A110 WA01 �N-413 Alli :9 WV 91 NAr 41OZ I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCALYEAR 2014 Cost -In-place base shown. If hose Is preoast Integral with bottom riser,the Footprint of the Dass is not re"T"d he o Tedd beyond the outer edge of the SW -602 Costing 'leer. Q For oddtfional coerfigura+inns maM f ,um of PYewot Top �Ad!ustmect Rings lope ing of ocncrsto Dgot...ti dg s of opo 3Q Z Inch minmum riser height shove el o pp peril }t Manhole Diameter -- Looatmn sto+mn Steps (+yp.) '� Preoasi Riser sestlorp PLAN Lowest I � F:ow6ne �- JOHNSON COUNTY 4 5" min. ,. Bars A 12" o.c. Each Way TYPICAL SECTION ASPHALT RESURFACING PROJECT 2014 Mrlrinole�Maximum PIDB Ulametar 2 Dlame ter Dnchesl for 2 Pipes p eD" cinches) Se araod ADJUSTMENT OF FIXTURES 49 ' 29 NO. LOCATION STATION SIDE TYPE ADJUSTMENT NOTES 95 60 42 1 JEFFERSON ST 3+95 RT MANHOLE ADJUST EX_ STRUCTURE Wit BOXOUT NEW FRAME / LID 2 JEFFERSON ST 4+10 RT MANHOLE ADJUST EX. STRUCTURE Wt BOXOUT NEW FRAME / LID 3 JEFFERSON ST 4+10 LT MANHOLE ADJUST EX. STRUCTURE WI BOXOUT NEW FRAME / LID 4 5 JEFFERSON ST 8+10 RT/LT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 6 JEFFERSON ST 8+10 LT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 7 JEFFERSON ST 8+15 RT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 8 JEFFERSON ST 9+40 RT/LT MANHOLE ADJUST EX. STRUCTURE Wl BOXOUT NEW FRAME / LID 9 JEFFERSON ST 9+40 LT _ -MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 10 11 JEFFERSON ST 13+75 LT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 12 JEFFERSON ST 13+90 LT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 13 JEFFERSON ST13+90 LT MANHOLE ADJUST EX, STRUCTURE W/ BOXOUT NEW FRAME / LID 14 JEFFERSON ST 27+60 LT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 15 JEFFERSON ST 32+63 LT MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID.._. 16 JEFFERSON ST 34+40 LT _ MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID 17 JEFFERSON ST 34+85 LT _ MANHOLE ADJUST EX. STRUCTURE W/ BOXOUT NEW FRAME / LID Cost -In-place base shown. If hose Is preoast Integral with bottom riser,the Footprint of the Dass is not re"T"d he o Tedd beyond the outer edge of the SW -602 Costing 'leer. Q For oddtfional coerfigura+inns maM f ,um of PYewot Top �Ad!ustmect Rings lope ing of ocncrsto Dgot...ti dg s of opo 3Q Z Inch minmum riser height shove el o pp peril }t Manhole Diameter -- Looatmn sto+mn Steps (+yp.) '� Preoasi Riser sestlorp PLAN Lowest I � F:ow6ne �- JOHNSON COUNTY 4 5" min. ,. Bars A 12" o.c. Each Way TYPICAL SECTION ASPHALT RESURFACING PROJECT 2014 Mrlrinole�Maximum PIDB Ulametar 2 Dlame ter Dnchesl for 2 Pipes p eD" cinches) Se araod Seporoflcn 49 ' 29 ID 6C 36 24 i2 42 _ 3D --84 40 36 95 60 42 City File No. PS -`e SHEET NO. C.01 1 G. J W, min 46, 4b2 G-- Start Mal _ TYPICAL SECTION VJRlot �Ihssrt� FLOW I 'ED' VI 4t2 - Grade Depth P-0" max. Woo Neignt -4x2 2vck at Curb W If Insert E[v{ GutOter 136" Lyn.,18" in.) (if if sof Vei 6.. t3 5+1 Fee. of a' m ofi 6101Stand d Cum Normal / IYT �Y4' els" `mPa-. —4 —L mi . r4� 411 411< Farm -o {" rad. to 2e•-o^Imo..) i, pavement To PLAN r �- 4noerty B'Joint INSERT L M di y drmens;oos as reached to aeaomradate other h h gots When mma fled. Q ert cooping may be Drammen for insert widths less than 3E inches. For an 18-Inoh inmert.reduce dimensions dmered by I(r inch. U 12 nab minimum wall height above all pipes For Joint details,refer To PNTOL n Grade t Low Poi -rt C I `r.I13 VIA 01 ,-1N3 kilo a 91 LInroz d-,23i1J Possibe Contract Item: Intd'.. SW -S41 Pos,fln. TabWCHore 104-58 c g Inrq Mol + 6 9 ° 6" BCCK o' Curb - SW -602 �I 011 Type G �{ 6.. _ ffi• —� IO„ Leann, 1 6" �� ,*, }! location Station A t—"�`'-' (Back o{ Ca-b)I 412 0 fq n �, B•. <i2 .,form to the wirTron spawn, r,OT-Amenje aT The of the we't area. 2. 0 win e, Grade 4' ," win at Law Point Shari 11413 wal n 11 I -.--optionor 4t Naak of Curb NA%IMUN PRE iIAMETFAS —... _. 4 IO Go truer on —12' - G" 461 4 Jlreo' 12" m II" 41,2 l Invert Bose 5 4-6" wolf 11 4 l 1 G. J W, min 46, 4b2 G-- Start Mal _ TYPICAL SECTION VJRlot �Ihssrt� FLOW I 'ED' VI 4t2 - Grade Depth P-0" max. Woo Neignt -4x2 2vck at Curb W If Insert E[v{ GutOter 136" Lyn.,18" in.) (if if sof Vei 6.. t3 5+1 Fee. of a' m ofi 6101Stand d Cum Normal / IYT �Y4' els" `mPa-. —4 —L mi . r4� 411 411< Farm -o {" rad. to 2e•-o^Imo..) i, pavement To PLAN r �- 4noerty B'Joint INSERT L M di y drmens;oos as reached to aeaomradate other h h gots When mma fled. Q ert cooping may be Drammen for insert widths less than 3E inches. For an 18-Inoh inmert.reduce dimensions dmered by I(r inch. U 12 nab minimum wall height above all pipes For Joint details,refer To PNTOL n Grade t Low Poi -rt C I `r.I13 VIA 01 ,-1N3 kilo a 91 LInroz d-,23i1J Possibe Contract Item: Intd'.. SW -S41 Pos,fln. TabWCHore 104-58 c g Inrq Mol + 6 9 ° 6" Q4 i s rse jointspas, on no. Cmiorete pavement is - led by fro ,take boxout. Adjust ad ....4 joint p , as required to aecwrnmodate b.y111s. �I 011 BAR LIST For retrofit n aaes,mofeh existing pavement Joints Sip any transverse pavement joints Ihal do not 6" �� ,*, }! location Station A t—"�`'-' (Back o{ Ca-b)I 412 0 fq n ct9 aedge f"fen `ply -n '.St <i2 .,form to the wirTron spawn, r,OT-Amenje aT The of the we't area. 2. 0 win e, Grade 4' ," win at Law Point Shari 11413 wal n 11 I tx 4 —_ S Naak of Curb NA%IMUN PRE iIAMETFAS recast Cabt-In-Flaw 4. ruc u.. e Struature [Lk,' --- 6 _. _ _o C J _ - _ _ _ _ 4ti .-- - 3""", Flow 12"ty, 411 Tyjoint V, i,. �Inwri) - c-. Dowel Be, 411-\ 3" ItYPJ r ---- --_-a -- t---._ _ cg Join+ &Ige to 119 Aadlus f, Join- 'Fp'Joint Bo.alt Caret, 04' 20-W. PLAN Doak of Curb SW 609 Ba.k of CurC Type G CasijrvJ 13" <" 4' 4" Q 39 oche, when attacninN the SW -W Farm Grade !� *'L Ian .,It. Face of 6' �! 3 A T Nk e ors ru Ion tont whe f S,andaf Curb 11 ey d c uY ct — 6 JOInT 9F— �' �' 1 O attocn n, the SW <) t u unit. �3 Modlry .d to to rea h.1,Fto •••• I 5' 1 a..mmctlate of mer mlro het is when O JJJ111 spe lfled variable -i , `\ min. mwa io ImaxJ bl 2 dl 4 - c3 Wd III /Ili`,. 9 q._O,• I u l! t a �. 2min... 14 .02 CURS OPENNO 8' ml� al Bos TYPICAL SECTION CSI awa Oepartmon[ �ure:z \�77 p'T Trd ej)MGYLtOn STANDARD ROAD PLAN SW 541 } d eEHT eAws �.. OPEN -THROAT OORR INTAKE UNDER PAVEMENT PERffORLING RAR LIST A1orK Size ton Shop L qtn Spo¢nq a2 V4Top REINFORCING BAR LIST Mork 411 _ Size 4 L cotton Top Shope Count 6 L elth 4'-B" Spac n9 Sae heart 4r2 913 4 —_ S -TOP Top —... _. 4 IO 3'-6" .....__ id, —12' - G" 461 4 Bose 6 T-6" II" 41,2 l 4 Bose 5 4-6" IC•• 11 4 Irxeert -- 4 Boxoot Length minus 8" So. Pian 4.1 4 W.E. - - 14 We Nei,ht meas 4" c3 4x2 4 Long We Le Voles DettliM 4w3 4 Start well CV1. _ae-osiaN Doak of Curb SW 609 Ba.k of CurC Type G CasijrvJ 13" <" 4' 4" Q 39 oche, when attacninN the SW -W Farm Grade !� *'L Ian .,It. Face of 6' �! 3 A T Nk e ors ru Ion tont whe f S,andaf Curb 11 ey d c uY ct — 6 JOInT 9F— �' �' 1 O attocn n, the SW <) t u unit. �3 Modlry .d to to rea h.1,Fto •••• I 5' 1 a..mmctlate of mer mlro het is when O JJJ111 spe lfled variable -i , `\ min. mwa io ImaxJ bl 2 dl 4 - c3 Wd III /Ili`,. 9 q._O,• I u l! t a �. 2min... 14 .02 CURS OPENNO 8' ml� al Bos TYPICAL SECTION CSI awa Oepartmon[ �ure:z \�77 p'T Trd ej)MGYLtOn STANDARD ROAD PLAN SW 541 } d eEHT eAws �.. OPEN -THROAT OORR INTAKE UNDER PAVEMENT PERffORLING RAR LIST A1orK Size ton Shop L qtn Spo¢nq a2 V4Top City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2014 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 I SHEET N0. C.O2 I �� s O" 19" bl 3L"ITr8••l4•'e2 5'-0"Sea Dotalll c3 s'-d'sea DettliM 3'-4" _ae-osiaN City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2014 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 I SHEET N0. C.O2 I �� NOTES: SHALL APPLY TO SHEETS D.01 - D.04 1. CONTRACTOR SHALL VERIFY ALL WATER VALVE, STORM SEWER STRUCTURE AND SANITARY MANHOLE LOCATIONS INCLUDED ON PLANS. 2. STORM SEWER INTAKES ARE SHOWN FOR LOCATION PURPOSES ONLY. TYPE OF INTAKE AND WORK INVOLVED AROUND EACH SHALL BE FIELD VERIFIED BY CONTRACTOR PRIOR TO CONSTRUCTION. STAKING FOR INTAKES FOR LOCATION WILL BE PROVIDED BY CITY.ALL PIPING AND STRUCTURES SHALL INCLUDE AS APART OF THE WORK AND UNIT COST; COMPACTED CLASS A GRANUALR BACKFILL FOR FILL IN ROADWAY AREAS. 3. WHEN ABUTTING EXISTING SURFACES CONTRACTOR SHALL PROVIDE A 3" THICK X 5' WIDE MIN MILLED HEADER TO ADJACENT PAVEMENT SURFACES TO PROVIDE A SMOOTH TRANSITION. 4. FINAL LAYOUT AND SLOPES TO BE DETERMINED BY CONTRACTOR BASED ON FINAL GUTTER GRADES, AND BASED ON ACCEPTABLE SLOPES LIMITS. SEE IOWA DOT DESIGN MANUAL, CHAPTER 12 FOR MORE DETAIL. VERIFY WITH ENGINEER ADDITIONAL REMOVALS REQUIRED BEYOND PLAN LIMITS. ADDITIONAL LAYOUT AND STAKING ASSISTANCE AS NEEDED WILL TO BE PROVIDED BY CITY PRIOR TO INSTALLATION. LAYOUT AND REMOVAL LIMITS SHOWN ARE BASED ON FIELD REVIEW AND ANTICIPATED REMOVAL TO MEET ACCEPTABLE SLOPES. 5. EACH RAMP SHALL INCLUDE A MINIMUM 2'x 4' PAINTED CAST IRON TRUNCATED DOME INSERT, EITHER STRAIGHT OR RADIAL AS INDICATED. CURB RAMP THICKNESS VARIES FROM 6" MINIMUM TO THE THICKNESS OF THE EXISTING MATCHING STREET. SEE SHEET B.02 FOR DETAILS. 00 1, BEGIN PAVING SAW/ MILL 3" HEADER INTAKE REPLACEMENT 1-1 L C �� 710 714 azo _ 72 04 766 z Iso 732 7 m I-1 NEW STRUCTURE = SW -541 EXISTING OUTLET = (1)10" VCP, EAST, 42" DEPTH WORK AND COSTS INCLUDE: REMOVE / REPLACE 4 LF OF 10" VCP OUTLET WITH 10" DIP "C" COLLAR, OR FERNCO CONNECTION TO VCP PIPE. I-2 NEW STRUCTURE = SW -541 EXISTING OUTLET = (1)12" VCP, EAST, 36" DEPTH WORK AND COSTS INCLUDE: • REMOVE I REPLACE 4 LF OF 12" VCP OUTLET WITH 12" DIP "C" COLLAR, OR FERNCO CONNECTION TO VCP PIPE. I-3 NEW STRUCTURE = SW -507 EXISTING OUTLET = (1)12" VCP, EAST, 36" DEPTH WORK AND COSTS INCLUDE: • REMOVE/ REPLACE 4 LF OF 12" VCP OUTLET WITH 12" DIP • "C" COLLAR OR FERNCO CONNECTION TO VCP PIPE. I I -1 1 I ' ,L -F' S10 8 304 14 SHEET SCALE P" 0 50 816, WATER VALVE SEE NOTE 5 (TYP) �.,,, ¢ ADJUSTMENT(TYP) B \`�'�-.CB i 1+00 2+00 4-000st00 8+00 - - I I— I — --r — — I — F — —f-- — O I JEFFERSON STREET 0 1 III723 _ - — llIIII ^03 717 �I 727 L 111 7r_ FF CB 821 t 4" SIDEWALK REMOVAL MANHOLE ADJUSTMENT INTAKE REPLACEMENT 1-2 AND REPLACEMENT (TyP) __- G) 1 L (TYP) --..� l� �I I L—� 9so BIS 826 �30 O ( 912 422 930 yatr 942 81- m 106 91R ---- ' - — _ - _ _ .—._-_— S J2 - --O I I m I 1 °B `J I CB 0 10+00 12+po — 13+00 8+00 9+00 11+00 — — 1 6+00 — � — 7+00 JEFFERSON STREET ..Iss01 +A III +.al 0 8T � i3 ,kilo CB e — — T cc 987 �— — INTAKE REPLACEMENT 1-3 - UJI 9.11 913 r1 .� • , -I. �� II 941 S 9 931 1[-2R i -� r-- INSTALL PCC PATCH (TYP) City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2015 JOHNSON COUNTY FY 2015 ASPHALT RESURFACING PROJECT I Sheet No. D.01 1_4 NEW STRUCTURE = SW -541 EXISTING OUTLET = (1)10" VCP, EAST, 42" DEPTH WORK AND COSTS INCLUDE: • REMOVE/ REPLACE 4 LF OF 10" VCP OUTLET WITH 10" DIP • "C" COLLAR, OR FERNCO CONNECTION TO VCP PIPE. 1.5 NEW STRUCTURE = SW -541 EXISTING OUTLET = (1)10" VCP, EAST, 42" DEPTH WORK AND COSTS INCLUDE: • REMOVE I REPLACE 4 LF OF 10" VCP OUTLET WITH 10" DIP • "C" COLLAR, OR FERNCO CONNECTION TO VCP PIPE. MH -1 NEW STRUCTURE = SW -401 EXISTING INCLUDES = BLIND TEE IN CURRENT LOCATION WITH A 4" ADS FROM THE WEST & 10" VCP FROM THE EAST, UNKNOWN DEPTH TO BE VERIFIED AFTER EXCAVATION. WORK AND COSTS INCLUDE: • REMOVE 1 REPLACE 6-8 LF OF EXISTING 4-10" PIPING AT JUNCTION • STANDARD BASE AND COLLAR FOR STRUCTURE • 15" RCP REPLACEMENT PIPING MEASURED AND PAID SEPARATELY REMOVE AND REPLACE 15" RCP FROM'BLIND TEE' TO EXISTING STRUCTURE. DEPTH OF PIPE AT STRUCTURE IS 7.5'. WORK INCLUDES REPLACEMENT OF PIPING AT STRUCTURE. STRUCTURES WITHIN PATCH AREA SHALL INCLUDE REINFORCEMENT AS A STANDARD BOXOUT, MH -1 (NEW STRUCTURE) INCIDENTAL TO PATCH COST. AT'BLIND TEE' I MANHOLE ADJUSTMENT ITEM SHOULD NOT BE COMPLETED AT THESE STRUCTURES INTAKE REPLACEMENT 1-5 INTAKE REPLACEMENT 1_4 I ( L� L�—� 1 _ 1002 1 I 1012 1020 lozn iaao J,I 942 1 I INSTALL PCC 1 PATCH, 8" (TYP) ,3�Otl I I _ 937 941 HMA FULL DEPTH PATCH. NOTE -THIS AREA SHALL INCLUDE MODIFIED SUBBASE BASE REPAIR AS A PART OF THE PATCHITEM. 15+00 - - 1 — JEFFERSON STREET z ----- N 20 s Sl I —/ £ -�---- CURB RAMPS IN SW AND SE CORNER OF _----- INTERSECTION INCLUDE ATYPICAL LAYOUT AND RADIAL ADA CAST IRON TILES. NEW CURB INCLUDES 15' RADIUS. VERIFY LAYOUT AND DIMENSIONS WITH ENGINEER PRIOR TO NEW INSTALLATION INTERIOR PAVED AREA TO -- REMAIN SHEET SCALE 0 50 4" SIDEWALK REMOVAL AND REPLACEMENT (TYP) 18.00 :'iA0I `L113 VIA01 MIDI AA13 41, :a wv 91 unr hiof City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY FY 2015 ASPHALT RESURFACING PROJECT I Sheet No. D.02 4" SIDEWALK REMOVAL AND REPLACEMENT (NP) O - �� 6 1190 50 zzoo 1134 ,,t1 I -_-- - - -- I- ---- 19«00 20•100 21.03 22.00 t JEFFERSON STREET --R.O- - - --sem - - - --- -\ 1553 Ralston Creek - 1185 D� 1174 1171 117& 11P-' [�i'1 SCA 102 �� D1162 � E f T ro0 23+W 24i00 - 2500 - - 26+00 27+00 1 28100 - 29+ JEFFERSON STREET O Ca v. 63� 1161 1175 , , 1 r} lIgg MANHOLE ADJUSTMENT g 'I : laJ 9l l':i+f ht!lZ (TVP) w W SHEET SCALE .. m z. 0 50 City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2015 JOHNSON COUNTY FY 2015 ASPHALT RESURFACING PROJECT Sheet No. D W 1430 16P0 —J 61 E -- - - 30+00 31+00 JEFFERSON STREET 4" SIDEWALK REMOVAL AND REPLACEMENT SAW I MILL 3" HEADER (TYP.) i t 1504 1508 F� 32+00 1 I 33+00+00 —. g1— —I _ —3300 i —ST- MANHOLE sr_MANHOLE ADJUSTMENT Q� f (TYP) t NOTE CURB RAMPS INCLUDE ATYPICAL LAYOUT SW CORNER OF JEFFERSON / GLENDALE INCLUDE CUT ADA CAST IRON TILES TO FIT LOCATION NE CORNER OF JEFFERSON / BROOKFIELD INCLUDE RADIAL ADA CAST IRON TILES TO FIT 15-20' RADIUS. INSTALL 0-6" SIDEWALK • NW CORNER OF JEFFERSON/7TH INCLUDE RADIAL ADA CAST CURB AT BACK OF IRON TILES TO FIT 15-20' RADIUS. SIDEWALK. / / O VERIFY LAYOUT AND DIMENSIONS WITH ENGINEER PRIOR TO ZI ORDERING MATERIALS FOR NEW INSTALLATION _� �b of �� /( \ �sr, or (NOR M1—�----- SEE NOTE 5 (TYP) AVC % 7th — RsOMST 99 F R I MANHOLE ADJUSTMENT (TYP) \ ,y I, c� \` 40+00 _ d Ce _ —a Z �i Yf3", is03 T' Allo � I ' �_��( $ BLGLENDAI_E ROAD y CL LL'l Q �v 91 ft3t h(OZ / -- ` s°' SHEET"' END PAVING \ SAW /MILL 3" HEADER j ° 1906 0 50 City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY FY 2015 ASPHALT RESURFACING PROJECT Sheet No. D.04 / i 1429 I 4" SIDEWALK REMOVAL AND REPLACEMENT SAW I MILL 3" HEADER (TYP.) i t 1504 1508 F� 32+00 1 I 33+00+00 —. g1— —I _ —3300 i —ST- MANHOLE sr_MANHOLE ADJUSTMENT Q� f (TYP) t NOTE CURB RAMPS INCLUDE ATYPICAL LAYOUT SW CORNER OF JEFFERSON / GLENDALE INCLUDE CUT ADA CAST IRON TILES TO FIT LOCATION NE CORNER OF JEFFERSON / BROOKFIELD INCLUDE RADIAL ADA CAST IRON TILES TO FIT 15-20' RADIUS. INSTALL 0-6" SIDEWALK • NW CORNER OF JEFFERSON/7TH INCLUDE RADIAL ADA CAST CURB AT BACK OF IRON TILES TO FIT 15-20' RADIUS. SIDEWALK. / / O VERIFY LAYOUT AND DIMENSIONS WITH ENGINEER PRIOR TO ZI ORDERING MATERIALS FOR NEW INSTALLATION _� �b of �� /( \ �sr, or (NOR M1—�----- SEE NOTE 5 (TYP) AVC % 7th — RsOMST 99 F R I MANHOLE ADJUSTMENT (TYP) \ ,y I, c� \` 40+00 _ d Ce _ —a Z �i Yf3", is03 T' Allo � I ' �_��( $ BLGLENDAI_E ROAD y CL LL'l Q �v 91 ft3t h(OZ / -- ` s°' SHEET"' END PAVING \ SAW /MILL 3" HEADER j ° 1906 0 50 City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY FY 2015 ASPHALT RESURFACING PROJECT Sheet No. D.04 / �I 11 Cn LU -- --- — - -- - CD C O Resurfacing Limits (Typ) 0+00 1+00 2+00 — rvr.7trPY wlrl ENGINEER peRutR ro rxs r.n>_[ar!€,N) .. 8'WIDE PABKiNG ALL fUhri; ',..... ONE WAY - --� 7- - - - — - -_-- A 11 9 (OR)TH v 5+80 - 8+00 7+00 c' jNIDE BIKE LANE_ .--... _- `� _ ► — _.— - � 1 10.5.1 r LANE WIDTH JEFFERSON STREET T— — �— T7— IYER1gY WlT+f ENGrNEER PRICXt TO tN3rAi:..1TlON j � ', t'rO (UNMA+RKrO) 0- WIVE PARKING ALLOWED (UNMARKEC) ' 13 PAVEMENT MARKING KEY + QUANTITY SHEET SCALE 0 40 33 DOUBLE CENTERLINE (YELLOW), 4" 4.42 6@BROKEN LANE LINE (WHITE), 4" 3.60 Og DOTTED LINE (WHITE) 100' TYP, S" 1.20 10 SOLID LANE LINE (WHITE), 4" 3.50 11 CHANNELIZING (WHITE), 8" 13.02 13 STOP LINE (WHITE), 24" 4.62 14 CROSSWALK LINE (WHITE) 13.50 TOTAL STA. (BASED ON 4" EQUIV) 43.06 STA. QBIKE LANE (SEE SHEET B.03) 8 EA (BIKE SYMBOL AND ARROW TOGETHER COUNTED AS 1 EA) DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION NOTE: SEE SHEET B.03 FOR PAVEMENT MARKING DETAILS STATE OF IOWA 9 -► 3+80 y JEFFERSON STREET 4+00 rt O QE F- W 7 UJ Proposed curb ramp for crosswalk Q location reference. Location in field 1 O 0 U / may change based on field s+00 I ! N'W1DE F!ARK1Ni3 AL1.1W?rD (:lNA!ARltiEt)j 1 a+oo mo cations. (Typ) 10+00 i! �► 5'W(DE'BIKE LANE - 10.S'-11` LANE WIDTH _ : ITHENG! PREEN PM WSFAia17kO.N) B' WIDE PARKING ALLC WED (UNMARKED) ----. ----. I NOTE: ROADWAY CENTERLINE (BROKEN LANE LINE) LOCATION IS BASED ON SPACING BETWEEN 8' WIDE PARKING AREA AND 5' WIDE BIKE LANE AREA, AND IS NOT NECESSARILY LOCATED AT ROADWAY GEOMETRIC CENTERLINE. FISCAL YEAR 2015 1 JOHNSON COUNTY �IIJ311 AIM ! h :9 WV 91 Iff fI 10Z 3 1 H ASPHALT RESURFACING PROJECT 2014 City File No. PS -284 Sheet No. K01 z a z SC Lu Lu Lu W i ti LLI r`I --- n co rt O QE F- W 7 UJ Proposed curb ramp for crosswalk Q location reference. Location in field 1 O 0 U / may change based on field s+00 I ! N'W1DE F!ARK1Ni3 AL1.1W?rD (:lNA!ARltiEt)j 1 a+oo mo cations. (Typ) 10+00 i! �► 5'W(DE'BIKE LANE - 10.S'-11` LANE WIDTH _ : ITHENG! PREEN PM WSFAia17kO.N) B' WIDE PARKING ALLC WED (UNMARKED) ----. ----. I NOTE: ROADWAY CENTERLINE (BROKEN LANE LINE) LOCATION IS BASED ON SPACING BETWEEN 8' WIDE PARKING AREA AND 5' WIDE BIKE LANE AREA, AND IS NOT NECESSARILY LOCATED AT ROADWAY GEOMETRIC CENTERLINE. FISCAL YEAR 2015 1 JOHNSON COUNTY �IIJ311 AIM ! h :9 WV 91 Iff fI 10Z 3 1 H ASPHALT RESURFACING PROJECT 2014 City File No. PS -284 Sheet No. K01 z a z SC Lu Lu Lu W i ti (ORTH I l I 9 d o 11+00 12+00 13+pp 15+00 18+00 I - - — JEFFERSON STREET _ N : pARrtrNc ?ttcwec I I 8' W DE PARR iNa Af LOWED {LWMARKED)---------------------- 1a �o ---- n (P a oa - l i AA i ! NO PAVEMENTMARKINGS EAST OF STA. 19+00 {" 17+00 i8+00 19+00 16+00 JEFFERSON STREETcc Z 9 1 tiff MR Ralston Creek SHEET SCALE 0 40 City File No. PS-284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 Sheet No. K.02 M �� SPARK RD _ I w� 0 HURCHSTIM DAVENPORT ST �J e�� MARKET ST JEFFERSON ST T11 B RILI<IIC�TQQQN 5T _ � CO R Ty —1- z 4 P� .__ENT.NT L \ } T_ .�.''A G V/jj 01 L 91 Ftnph101 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCAL YEAR 2015 JOHNSON COUNTY ti 1 \ 1 t I OA"PORT ST r LOT SHELTER SINGLE CHIPSEAL AREA COORDINATE COLD PATCHING WITH CITY CT, fk ry VAAS[ A HICKORY HILL PARK ASPHALT RESURFACING PROJECT 2014 City File No. PS -2 SHEET NO. W.01 Z 5 CL QJQ W a x TREATMENT NTS� I '1 iS PLANT 9 V vis' LOWER WEST BRANCH RD O' y� w hM P �DHcN , r1 r s C O.FR WEST RANCH ROAD TT @y, 2MARKT ' • • 1 J FFcR� i _ A� IOflA 1 i � - •. — soceER 'i '— L.-,�'cDHxr""z PARK. sT �� �, +� �� -9 3 R � 7 � ; � � c�CD� �'� ' � TAFT _ r 1R�� � 1 ��t ` AVENUE / e II� iR DD oJJ_I iP aMfA .. 1200' 20O' 0 .. P , CaoTn sT COURT ST o 7fiG ST I _ aty � _ w 77-ACf.F55 I , ROAD NAPOLEON 1 'PLANT » ACCESS J` ' APOLEON ST / LL STREET _ ROAD 4 O � a vo 'i9 ),Ito WAN NAPOLEON STREET 9311 A ` °` 1110/v 50' a City File No. PS -284 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2015 F JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 1 SHEET NO. W.02 Prepared by Dave Panos, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 RESOLUTION NO. 14-195 RESOLUTION SETTING A PUBLIC HEARING ON JULY 15, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ASPHALT RESURFACING PROJECT 2014, 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 # S3824. 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 15th day of July 2014, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 17th day of June , 204_. ATTEST: CITY CE -EG RK MAYOR Ap roved by City Attorney's Office S TNG1PW R2 .[inions\Prolact Resolutions46alting Public HearingWsphall Resurfacing 201415et Public Hearing Project-Aspnalt Resurfacing 2014. doc Resoluaon i`du. Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: PNS AYS' Mims Botchway Dickens Dobyns Hayek Mims the x Payne x Throgrnorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ASPHALT RESURFACING PROJECT 2014 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 Asphalt Resurfacing Project 2014 in said city at 7:00 p.m. on the 15th day of July, 2014, 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 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SSI THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 ci 1 � v f f being duly sworn, say that 1 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 I time(s), on the following date(s): Legal Clerk Subscribed and sworn to be ore me Notary Public OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ASPHALT RESURFACING PROJECT 2014 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF ICWA 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 Asphalt Resurfacing Project 2014 in Said city at 7:00 pm. on the 15th day of July, 2014, 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 post- ed by the City Clerk. Said plans, specifications, farm of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans,specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR,CITY CLERK "a 11om,=v July 1, 2014 RACHEL SHALLA o A t s' Commission Number 781715 ? My Commission Expires ,ewr 1 2/0 61201 6 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ASPHALT RESURFACING PROJECT 2014 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF ICWA 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 Asphalt Resurfacing Project 2014 in Said city at 7:00 pm. on the 15th day of July, 2014, 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 post- ed by the City Clerk. Said plans, specifications, farm of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans,specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR,CITY CLERK "a 11om,=v July 1, 2014 Prepared by: Dave Pan os, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 1319) 356-5145 RESOLUTION NO. 14-222 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ASPHALT RESURFACING PROJECT 2014, 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 # 53824. 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 30th day of July, 2014. 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 19t" day of August, 2014, or at a later date and/or time as determined by the Director of Public Works or designee. Passed and approved this 15th day of July 2014. Mayor Approved by: ATTEST: City Clerk City Attorney's Office /y ]Ciesojullucn No. have 2 14-222 It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS- ABSZNTTe x Botchway x DiCk6n5 X Dobyns x Hayek x Alims X Pavne x Tl rogmorton NOTICE TO BIDDERS ASPHALT RESURFACING PROJECT 2014 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 30"' day of July 2014. 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 19th day of August 2014, or at special meeting called for that purpose. The Project will involve the following: 2,467.60 tons of asphalt cement concrete, 15,043 sq. yards of pavement milling, 720 feet of pcc curb and gutter replacement, 1,928 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement, 6 storm sewer intakes and 47 If of 15" piping, 6,118 GAL, of chip sealing binder, 307.2 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 Deadlines: Phase 1 Chipseal Surfacing Early start: August 25, 2014 Completed: September 1, 2014 Liquidated Damages: $500 per day Phase 2:Street Milling and Overlay Early start. August 25, 2014 Completed: October 30, 2014 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 $25 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, AF -2 unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 F ter's Pee S �� , 1 �` CATE OF punLICATION TATE OF IOWA,JHNSON COUNTY, SSS THE IOWA CITY PRESS -CITIZEN FED.I042-0330670 c I , vc� ,r � v f being duly morn, 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 in hereto attached, was published in said paperI time(s), on the following date(a)e Legal Clerk Subscribed and sworn to bet re me this r _ day • Notary Public RACHEL SHALLA e S commission Number 781715 My commission Expires 12106/2018 OFFICIAL PUBLICATION The following limitations shall NOTICE TO BIDDERS apply to this Project: ASPHALT RESURFACING Completion Deadlines'. PROJECT 2014 Phase 1: Chipeeal Surfacing Sealed proposals will be received Early start'. August 25, 2014 by the City Clerk ofthe Cityof Iowa Completed: September 1, 2014 City, Iowa, until 2:30 P.M. on the Liquidated Damages: 5500 per 30th day of July 2014. Sealed pro- day posals will be opened Knott I Phase 2: Street Milling and thereafter by the Clty Engineer or Overlay designee. Bids submitted by fax Early start: August 25, 2014 machine shall not be deemed a Completed: October 30, 2014 "sealed bid" for purposes of this Liquidated Damages: $500 per Project. Proposals received after day this deadline will be returned to the The plans, specifications and pro- bidderunopened. Proposals will be posed contract documents may be acted upon by the City Council at a examined at the office of the City meeting to be held In the Emma J. Clerk. Copies of said plans and Harvat Hall at 7:00 P.M. on the 19th specifications and form of proposal day of August 2014, or at special blanks may be secured at the meeting called for that purpose. Office of the City Engineer of Iowa The Project will involve the follow- City, Iowa, by bona fide bidders. Ing: A $25 deposit is required for eacfl 2,467.60 tons of asphalt cement set of plans and specifications pro - concrete, 15,043 sq. yards of vided to bidders or other interested pavement milling, 720 feet of pec persons. The fee shall be In the curb and gutter replacement, form of a check, made payable to'. 1,928 sq, yards of poo sidewalk "Treasurer of the City of Iowa City, and curb ramp pavement removal Iowa'. The deposit shall be refund - and replacement, 6 storm sewer ed upon return of the contract intakes and 47 If of 15" piping, documents within fourteen days 6,118 GAL. of chip sealing binder, after award of the project, If the 307.2 tons of chip seal cover contract documents are not aggregate, traffic control, other returned within fourteen days after related work. award and in a reusable condition, All work is to be done in strict the deposit shall be forfeited compliance with the plans and Prospective bidders are advised specifications prepared by the City that the City of Iowa City desires to of Iowa City Engineering Division employ minority contractors and which have heretofore been subcontractors on City projects. A approved by the City Council, and listing of minority contractors can are on file for public examination in be obtained from the Iowa the Office of the City Clerk. Department of Economic Each proposal shall be completed Development at (515) 242-4721 on a form furnished by the City and and the Iowa Departmem of must be accompanied in a sealed Transportation Contracts Office at envelope, separate from the one (515) 239-1422. containing the proposal, by a bid Bidders shall list on the Farm of bond executed by o corporation Proposal the names of persons, authorized to contract as a surety firms, companies or other parties in the State of Iowa, in the sum of with wham the bidder intends to 10% of the bid. The bid security subcontract. This list shall include shall be made payable to the the type of work and approximate TREASURER OF THE CITY OF subcontract amount(s), IOWA CITY, IOWA, and shall be The Contractor awarded the con - forfeited to the City of Iowa City in tract shall submit a list on the Form the event the successful bidder of Agreement ofthe proposed sub - fails to enter into a contract within contractors, together with quanti- ten (10) calendar days of the City ties, unit prices and extended dol - Council's award of the contract and lar amounts. post bond satisfactory to the City _By virtue of statutory authority, ensuring the faithful performance of .preference must be given to prod - the contract and maintenance of nets and provisions grown and said Project, If required, pursuant to coal produced within the State of the provisions of this notice and the Iowa, and to Iowa domestic labor, other contract documents Bid to the extent lawfully required bonds of the lowest two or more under Iowa Statutes. The Iowa bidders may be retained for a peri- reciprocal resident bidder prefer- od of not to exceed fifteen (15) ante law applies to this Project. calendar days following award of The City reserves the right to the contract, or until rejection is reject any or all in abutted, and also made, Other bid -bonds will be reserves the right to waive oechnl- returned after the canvass and Colinas and irregularities. tabulation of bids is completed and Published Loan order of the Cloy reported to the City Council. Council of Iowa City, lovra- The successful bidder will be required to furnish a bond in an MARIAN K. KARR, CIT`( CLERK amount equal to one hundred per- cent (100%) of the contract once, - -w�-� _�. July 21, 2014 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) years) from and after its com- pletion and formal acceptance by the City Council. Prepared by: Dave Panos, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 RESOLUTION NO. 14-226 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONST-RUC—TION OF THE ASPHAL-FRESURFACING-PROJEC-T-2014.- ------ WHEREAS, LL Pelling Company of North Liberty, Iowa has submitted the lowest responsible bid of $ 799,910.75 for construction of the above-named project; and WHEREAS, funds for this project are available in the Pavement Rehabilitation account # S3824. 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 LL Pelling Company subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 30th day of July _,20 14 MAYOR Ap ovedC�,bIlvv // ATTEST: ',1 r_ . -;�%�i ? 1/ a JvZIPNM646 � CITY CLERK City Attorney's Office -1/�i /,L/ It was moved by Throomorton and seconded by Dickens the (Resolution be adopted, and upon roll call there were: AYES: X X _X X X X pwenglmasterslawrdcon.doc 7114 NAYS: ABSENT: x Botchway Dickens Dobyns Hayek Minis Payne Throgmorton FORM OF PROPOSAL ASPHALT RESURFACING PROJECT 2014 CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder L , L . V-\ C-\ �0 G � �� q Address of Bidder ) L c W s 1 � A �(, � : V � 1_- �� TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 y�a u ndersigned bidder submits herewith bid security in the amount of o 6fcJ , 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 ASPHALT RESURFACING PROJECT 2014 SCHEDULE OF PRICES ITEM ITEM NO. UNIT TOTAL UNITPRICE EXTENDED TOTAL 1 CLEAN & PREPARATION OF BASEMILE 0.66 ALIS. �L 2 HMA SURF PATCH TON 19.7 - p( �� 3 PAVEMENT MILLING SY 15043 ii(4o, L II -- ))3���•1, VLI W f� 4 HMA (1M ESAL) BASE, V2-" TON ll 1,3 q`. O�, -• U �`� 5 HMA (1M ESAL) SURF, 1!2", NO ERIC TON 1363.3 IL 1 g 5 ASPHALT REMOVAL, DRIVEWAY AND APRON SY 384 G I J• � 7 HMA PATCH, 8" SY 940 fol cc ce 2.9 8 COVERAGGREGATE TON 307.]. 145.0-9 ^90 d ' 9 BINDER BITUMEN GAL 6118 ^13, ^ 0;6f.�}( 0,, 10 ASPHALT PATCHING "COLD PRIX" TON 115 nn3. yW�1, - 0^8.' 11 MANHOLE ADJUSTMENT EA 17 pq{�, sy'�,,^,)� 9'z/� 12 REMOVE STORM IN TAKE EA 6 OJ1�, rry�y(•�� 1p,Q300 13 REMOVE STORM PIPING LF 47 1-1.20 14 STORM INTAKE, SW -401 EA 1 1q1'I, `i O, 11j11 L•1 U e 15 STORM INTAKE, SW -501 EA 3 7a ° 15 STORM INTAKE, SW -541 EA 2 - ' 17 STORM SEWER PIPING, 15" RCP LF 47 1/L��,10 �D p • h 31 V , 10 WATER VALVE ADJUSTMENT EA 5 I_ 19 RMVL OF CURB & GUTTER LF 720 �,�G o 'VI pWoo 20 RMVLOFFCC SIDEWALK SY 1928 3 21 SIDEWALK, PCG, 4" SY 1088 ,75 -1? q9. 7 C�p4," 22 SIDEWALK, PCC, 6" SY 8406{E• {Z 5? 23 SIDEWALK CURB, POC LF 2D .J Cq I 0,o 24 STANDARD CURB+GUTTER, PCC, 2.D' LF 720 y '- pp 33,01 ceo — 25 DETECTABLE WARNING P.ANEL,CAST IRON, RADIAL SF 32 .3 �•' 26 DETECTABLE WARNING PANEL, CAST IRON SF 224 50. s ^�'1p(' d 27 PCC PATCH, 8" SY 472 �qZ 39, 0S 28 PAINTED P.AV'T PRARK, DURABLE STA 43.861/^ d , 29 PAINTED SYMBOL+LEGEND, DURABLE EA 9 4 ta0. a 2 O 30 TRAFFIC CONTROL ITS 1 IZ, 50 31 FLAGGER DAY 48 315 OD1. U` I 1 32 SEEDING AND EROSION CONTROL LS 1 DD�, l(� 33 GRANULAR SUBBASE, CLASS A, 3/4" TON 15D VD ' Oso 34 A40BILIZATION ITS 1 371 NWG^- 3'� bl f TOTAL BID PRICE I { I O FP -Z 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: �� �(e.`�l���t' �a ll Address: f`1 1 _ e T1 ({ Phone: Contact:C-\��-� �Lr FP -3 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and LL Pelling Company ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 13 day of June 2014, for the Asphalt Resurfacing Project 2014 ("Project''), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED - 1 . GREED:1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers#1; b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, 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; I. 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 -0 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): �ua�ti �N r drb.�)�l CXD C, V 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this City ATTEST: day of Mayor City Clerk AG -1 Contractor L. L ckt- ,2 ATTEST:' ,N - - (Title) (Company Official) Approved By: City Attorney's Office Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5415 RESOLUTION NO. RESOLUTION ACCEPTING THE WORK FOR THE 2014 ASPHALT RESURFACING PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2014 Asphalt Resurfacing Project, as included in a contract between the City of Iowa City and LL Palling Company, Inc. of North Liberty, Iowa, dated July 30, 2014, 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 # S3824; and WHEREAS, the final contract price is $701,646.36. 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 ATTEST: x . k2acJ CITY RK i M OR Approved by 20 16 Cl//A7ii r�t7.L�i✓f�Z7�P�c/� City Attorney's Office It was moved by Dickens and seconded by _ Botchway the Resolution be adopted, and upon roll call there were. AYES NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton