Loading...
HomeMy WebLinkAboutASPHALT RESURFACING PROJECT/2015ASPHALT RESURFACING PROJECT/2015 aa LLste-,L-Lz C-/) 14 PLZ /Zs 6// L� Ccs= OK- ce Ili CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ASPHALT RESURFACING PROJECT 2015 IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: (;�2 Dave A. Panos, P.E. Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2016 SPECIFICATIONS TABLE OF CONTENTS Page Numbe TITLE SHEET TABLE OFCONTENTS NOTICE TOBIDDERS ................ ..................... ........ ._..................................... 8F'1 NOTET[)BIDDERS ...................................... ......... ........... .............................. NB -1 FORM OF PR{)P(}S4L..................................................................... ----.... FP -1 7" BIDBOND .... ....... ----_--_—.°—,.—,—..---.—..—+--',.—',� FORM [)FAGREEMENT ............. ...................... ......................... --,................. '-�A_-T� PERFORMANCE AND PAYMENT BOND ....................... .................................... + ~'.PB'1, .`/ CONTRACT COMPLIANCE ~ (AyJTI-JISCR|M|NATION REC}U|REMENT8)—..... _......... ___ ......................... CC -1 - GENERALCONDITIONS ............................................................ .......................... GC -1 SUPPLEMENTARY CONDITIONS .—.—,.....—'---.----.------' S[-1 TECHNICAL SECTION DI\/|S|[)N 1 ' GENERAL REQUIREMENTS Section O1U1OSummary ofthe Work ......................................................... 01010-1 Section O1O25Measurement and Payment .... ....................... ,........ 01035~1 Section 0131OProgress and Schedul8G.'—'... .... ......... ...... .... .'....... 01310-1 Section O157OTraffic Control and Construction Facilities ... .,. .............. 01570-1 DIVISION SITE WORK Section 0285ODemolitions, Removals and Abandonments ... ,.......' 02050-1 Section 02100 Site Preparation ................ ..--,...--,.,—.... 02100~1 Section O2220Earth Excavation, Backfill, Fill and Grading .--.............. 02220-1 Section O227USlope Protection and Erosion Control ................................. 02270'1 Section O251OAsphalt Cement Concrete Paving .................. :...... .... ....... 02510'1 Section OQ52OPortland Cement Concrete Paving ........... ............. ..... 02520'1 Section 02524Curb Ramps .................... ................................ ,—............. 02524'1 Section 02700 Sewers ............................. ,^......... ............... .................... 02700^1 Section O2BDOLandscaping .................... ... ... .,..... .... .... —'~...... ,... 02900`1 NOTICE TO BIDDERS ASPHALT RESURFACING PROJECT 2015 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 10th day of April 2015. 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 21st day of April 2015, or at special meeting called for that purpose, The Project will involve the following. 1,953 tons of asphalt cement concrete, 11,979 sq. yards of pavement milling, 439 feet of pcc curb and gutter replacement, 539 sq, yards of pcc sidewalk and curb ramp pavement removal and replacement, 3,911 GAL. of chip sealing binder, 196 tons of chip seal cover aggregate, traffic control, other —' related work. — All work is to be done in strict compliance with the plans and specif cations 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 Street Milling and Overlay Early start: June 15, 2015 Completed: July 24, 2015 Liquidated Damages: $500 per day Phase 2 Chipseal Surfacing Early start: July 1, 2014 Completed: August 31, 2015 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 AF -2 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 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: Bidder Status Form NB -1 FORM OF PROPOSAL ASPHALT RESURFACING PROJECT 2015 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 ASPHALT RESURFACING PROJECT 2015 SCHEDULE OF PRICES ITEM ITEM UNIT TOTAL UNIT PRICE EXTENDED TOTAL NO. 1 _ CLEAN & PREPARATION OF BASE MILE ____ - - --- ___. 0.64 2 t- HMA SURFACEIPARTIAL PATCH TON 7211 3 PAVEMENT MILLING SY 11,97000 4 1i PAVEMENT MILLING, PARTIAL DEPTH PATCHES _. I SY .1478 _ 5 �WA(1 M. ESAL)_ BASE 112'' ,TON 87933 _ 6 HMA (IM ESAL) SURF, 112" NO ERIC TON 1,07474 _ 7, _ }ASPHALT REMOVAL, DRIVEWAY AND APRON i SY 21000 8 (HMA PATCH,S SY 18700 9 COVER AGGREGATE TON 19600 10 (BINDER BITUMEN GAL 3,911 00 11 ASPHALT PATCHING "COLD MIX _ TON 30 00 12 1400 ADJUSTMENT I -MANHOLE 10 DO I 13 jWATER VALVE ADJUSTMENT EA _ 14 RMVL OF CURB & GUTTER LF 43900 15 RMVL OF PCC SIDEWALK SY 539.30 : _.... 16 SIDEWALK, PCC,4'' SY 367 30 _ 17 _(SIDEWALK, PCC 6 SY 172,00. 18 1SIDEWALK CURB PCC LF 100 00 19 STANDARD CURS+GUTTER PCC 2.0' LF 43900 20 DETECTABLE WARNING PANEL CAST IRON SF 35� 00 21 PCC PATCH,B SY 1,44220 22 PAINTEDPAVTMARK DURABLE STA 3344 23 _ iTRAFFIC CONTROL LS 1 00 24 �FLAGGER DAY 58 00 25 SE AND EROSION CONTROL _ LS _ _ 1 00 26 MOBILIING ZATION LS 1 1.00 1 Total BID PRICE FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: 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 said -Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this - _ day of-, A.D., 20_ 4ti a (Seal) Witness Witness Principal By Surety By — Attach Power -of -Attorney (Title) (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 2015 ("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 and Bicycle Facilities, Dated 7-17-14 d. Plans; t 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. 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 Citv ATTEST: Mayor City Clerk AG -2 20 Contractor (Title) ATTEST: rTffW (Company Official) 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 2015; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by , which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfacSory completion of the Project.; " A. The Surety hereby waives notice of any alteration or extension of tir *—made by this Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly 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. 20 SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness DAY OF 9 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program 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: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are -subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities art 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. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Emlrluyment.Opportunity Officer? (Please print) Phone number Address The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment 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. 3 3. INSTRUCT STAFF c') .. ..S s Ae l.a Your staff should be aware of and be required to abide by your Equal Employmerif- pportunity prQgram. All employees authorized to hire, supervise, promote, or discharge employees or are involved: in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 + A, p '001 city0 , OT ■ C 7. Attached for your information is a copy of Section 2 — 3 — 1 gfihe Iowa ,rye Cit Code of Ordinances which prohibits certain discriminator Y p _n . practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal-. or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner indicate or publicize that individualslare unwel- come, oblectionable or knot solicited for employment oil„mennUdrshJp- be- cause of age, color 'creed, disability, gender identity, nm(it$l sikus, ni&n- al origin, race, re[joY n, sex or sepal orientation. (Ord. 95r -%97r f1l -7-1993) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. Iowa City CC -6 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro - 997 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Heaith and Human Services, that a person with a condition related to acqulred Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord, 94-3547, 11-8-1994) 897 Iowa City CC -7 2-3-1 2. An employer or`eFsployftlent agency which chooses to -offet employment or advertise for emp:loyn ent_{o only the disabled or elderlx„ Any such employ- ment or offer of employment shall not discriminate among,. the _disabled or elderly on the basis of, age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pationai qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others 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, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF shall mean the CITY. Iowa acting through the Cify?`Council TRANSPORTATIOP or "aOUNTY_' — a "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Departmentof Transportation "Standard Specifications for Highway and Bridge Construction," Series of.:�012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE' CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts. Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 r: $1,000,000 $1,000,.0©q Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. " Y *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<"p$riod of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage "with thhe- same limits, as the insurance specified in this Contract, and shall iot be subject to any further limitations or exclusions, or have a higher deductibleior self-insufed. retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements hereirt�,rovided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractors liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7, In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and 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 shall; furnish_ documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS. The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: SC -4 To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the ]DOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following The Contractor shall be responsible for the preservation of stakes and' marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. 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 aroiects not funded with Federal monies. SC -5 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: Phase 1 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 Phase 2 1. Complete chipseal work 4/08 U1010 ko 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. - PART 2 - PRODUCTS - _ly 2.01 NONE v ! • �A i PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of 01025-1 work completed in accordance with the drawings and specifications, including clean up It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to 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 elevationan'd density including loading, hauling, and disposal of unsuitable material, below grade excavation, `borrow aO hauling, placing, forming. drying, watering and compaction of fill material, and all such wqrk as may, be required to make the grading work complete with a uniform surface free of rock:,brokectconcrete, tree roots, limbs and other debris is incidental to this project unless it is listed, as -an itgm inill FORM OF PROPOSAL. - The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Cleaning & Preparation of Base The unit price for this item (MILE -full width) shall constitute full payment for all labor, material, and equipment to clean and prepare the base for the full width of the pavement in accordance with IDOT Standard Specifications Section 2212.04A, The City's street sweeping crew and equipment will be available once if needed to aid the Contractor with the sweeping operation 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 repair of existing asphalt base deficiencies prior to paving. Work includes surface sweeping and cleaning prior to placement in existing voids or milled partial depth HMA surface repairs prior to placement of the asphalt base. 01025 3. Pavement Milling, Partial Depth The unit price for this Item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to complete joint milling, or other partial depth milling as directed by Engineer to remove loose joint, patch or broken pcc from existing street surface prior to placement of asphalt base. 4. 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. 5. HMA (1 M ESAL), Base 1/2" The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the base course. Adjusting structures in the pavement shall be incidental unless specifically listed as a bid item. Binder, Tack coat and quality control management shall be incidental. Base Mix shall include 58-28 Binder 6. HMA (1M ESAL), Surface Y:', 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. Surface Mix shall include 64-22 Binder 7. Asphalt Removal, Driveway and Apron The unit price for this item (SQUARE YARD) shall constitute full payment for allllabor, material, and equipment for removal and disposal of existing asphalt removed' atrdriveweys alleys or general pcc approaches which require handwork to tie in new overlay IMA— to Match eXrSling grades. Sawing, impact hammer removal or other means necessary to remove asphalt Shall be incidental to this item. Asphalt removal by milling will not be paid with this -item, Hot Mix Asphalt installation for replacement of asphalt removed will be paid separately on a TONNAGE basis under the HMA (1M ESAL), Surface item, 8. HMA Patch, 8" The unit price for this Item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to remove and dispose of 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, 9. 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. 10, 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. 11. 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 01025-3 equipment necessary for removal of all existing loose or unsuitable materials and tack coat installation 12. Manhole Adjustment The unit price for this item (EACH) shall constitute full payment for all labor, material, including concrete, reinforcing steel, and equipment to adjust sanitary or storm sewer utility lid and frame to the final surface elevation. Item shall be completed per specifications of "Mr. Manhole" installation system included in the Appendix of these specifications. Supply and installation of new castings with City of Iowa City logo shall be a requirement with this item with cost incidental to item. 13. 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. 14. 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. 15. Removal of PCC Sidewalk The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to saw. remove and dispose of existing sidewalk including sidewalk curb ramps as determined by Engineer. . 16. Sidewalk, PCC, 4" 17. Sidewalk, PCC, 6" The unit price for these items (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, tie bar reinforcement, and or expansion jointing, and joint sealing. Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicy.Ele Faci'rties (Dated 8-16-13), and Standard Road Plan MI -22 shall apply to curb ramp installation:' 18. Sidewalk Curb, PCC The unit price for this items (LINEAL FEET) shall be full compensation forinstallicig 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, 19. 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. 20. Detectable Warning Panel, Cast Iron The unit price (SQUARE FEET) for this item shall be full compensation for all materials, work. 01025-4 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. 21. 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. 22. 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.O.T. Standard Specifications 2527 and 4183. 23. Traffic Control The unit price for this item (LUMP SUM) shall constitute full payment for all labor, material, and equipment to install, maintain, and remove all traffic control devices for,all divisions of this contract. Item shall include signage and facilities for detour and re-routing of pedesstrian'tacilities.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 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. 24. 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 01025-5 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. 25. 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, 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 Manua)' for guidelines and procedures in reducing silt erosion from work locations. 26. Mobilization The unit price for this item (LUMP SUM) includes all costs associated with mobilizing to and from the sites, lodging expenses, temporary restrooms, permits and all other overhead expenses. This item includes all efforts necessary for multiple mobilizations to complete the project. 01025-6 SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. ; PART 3 - EXECUTION — 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. ' 3.02 PROGRESS OF WORK: A. Project phasing and completion Phase 1: Street Milling and Overlay Early start: June 15, 2015 Completed: July 24, 2015 Liquidated Damages: $500 per day Phase 2: Chipseal Surfacing Early start: July 1, 2015 Completed: August 31, 2015 Liquidated Damages: $500 per day B. Liquidated Damages 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any 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 01310-1 after the time specified in paragraph 3,02A until the Work is complete and ready for final payment. 2. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied, C. No work shall be done between the hours of 10:00 p.m. and 7 C 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 Por : .— vehicles and pedestrians during times when accessibility is being provided o`r allowed through work area, This responsibility includes installation of temporary pavement as j= needed to provide a smooth and unobstructed transition in surfaces between pavemtnts of differing elevations. When accessibility is restricted to vehicles or pedestrians du4ng closure of sidewalk or roadway facilities, Contractor shall be responsible for maintairtjng closure devices, 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET AND SIDEWALK CLOSINGS: 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:F A. Submit a traffic control plan for all activities requiring traffic control not speetftcally'ad'dressed . by the project plans. PART 2 -PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7 00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the 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 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 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal -of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or -dei resulting from work on the project. 1.04 SUBMITTALS: 1 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 role tion due to unforeseen circumstances or conditions, shall be relocated in, accordance with instructions from the Engineer, Generally, the respective utility owners shall be t` responsible to perform relocation work for their facilities. The Cgntfabtor,,shall cooperate with these efforts in every reasonable way and shall notabe 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. 3. Warning devices shall be kept operational during all non -working and non-active periods. C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall he provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable 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: 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. =- 11/00 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and 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'wth the following3 divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 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, -r s 11/00 shmftb,innerlspe -n%02100. do 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 9.01 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. 9.02 REFERENCES: A. IDOT Standard Specifications. ' 9.03 QUALITY ASSURANCE. _ A. Whenever a percentage of compaction is indicated or specified, use liercent of .maximum density at optimum moisture as determined by ASTM D698-91, unless noted othei>vise. :..r B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.09 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 3.09 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity 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. B. 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 plpeJs to be laid in granular bedding or concrete cradle, provided that material'remainingat bottom of trench is only slightly disturbed. _ i 2. Do not excavate lower part of trenches by machinery to subgrade whenpe is tg 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 forma flat :or shaped bottom, true to grade, so that pipe will have a uniform and `continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 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. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property ea 1. Use excavating machinery and cranes of suitable type and operate with' care to prevent injury to trees, particularly to overhanging branches-'.an,d limbs and', underground root systems. 2, All branch, limb, and root cuttings shall be avoided. When required, they3hall be performed smoothly and neatly without splitting or crushing. Trim injured 'portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 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 out 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. 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. 7. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material, Remove previously frozen material or treat as required before new backfill is placed. 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 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11100 sharedleng ,neer\specs-ii\02220.doc LJ 02220-5 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 QUALITYASSURANCE: 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:confor'm_ to 7th requirements of IDOT Engineering Fabric for Embankment Erosion Control.- _ 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence •..t 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upo ompletion of grading. Wood excelsior mat shall be placed and staked in seeded area§ -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 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it In place during installation. Pins will be steel or fiberglass farmed 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 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING. PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard Specifications. "r B. IDOT Supplement Specification 01014. y 1.03 QUALITY ASSURANCE. " A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per 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 following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures, Division 41. Construction Materials, Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: 02510-1 Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Cleaning and Repair. Section 2213. Base Widening. Division 23, Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineerc: 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,wgrk and"cleaO = 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 Dodge 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, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts 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 - 35 A. Type. ,.... 1. Type B aggregates shall be used in base mixtures. x 2. Type A aggregates shall be used in intermediate and surface mixtures. - B. Gradation. 1. A'/ -inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to ''/a ' 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 A. Lifts 1, 1'/2' depth intermediate course followed by a 1'/2' depth surface course. B. Compaction 9. Class 1 B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: A. Work shall conform to Standard Specification Section 2307 unless specified othe[yise (h:.this a document. Cover aggregate shall be W Gradation 21. Bituminous material shall, -ba MC -3D00. Primer shall be MC -70. 3.14 STREETS TO BE SEAL COATED: — A. Division I - Iowa City Streets - Asphalt Overlay 1.15 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Prcfilograph 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 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 1.15 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Prcfilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project; there will be no smoothness incentive payment 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY., A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish,:joirli;'and cure: Portland Cement Concrete roadways, parking area slabs, driveways, aAd'sidewalks atshe locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade, 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. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 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 21, Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses Section 2201, Portland Cement Concrete Base. Section 2212, Base Repair. Section 2213, Base Widening. Division 23, Surface Courses. m Section 2301. Portland Cement Concrete Pavement. Section 2302, Portland Cement Concrete Pavement Widening.'=mi Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316, Pavement Smoothness. Division 25. Miscellaneous Construction Section 2512, Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, Including back of curb, 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35`F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D MaxirlU n 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 shAFe&engineeAspecs-i i�02520, dm - 02520-3 SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards, C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities 3 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITYASSURANCE: - A. Use adequate number of skilled workers who are thoroughly trained and experienced in`the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached, 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. B. Pre -Installation Meeting PART2-PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 Tactile/ Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth', 1.400' +/- 5% max. Face Thickness: 0.1875 +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 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessbllaty Guidelines for Buildings and Facilities. Section 4, Accessible Elements and Spaces. Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane, C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.0% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed as indicated on project plans. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8 -inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: 02524-2 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 Farm of Proposal. B. The 6 -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:.ef cond�it_ions thbT' could be detrimental to performance of colored concrete. v Y� 3.08 LOCATIONS: 71 A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 02524-3 SECTION 02700 SEWERS PARTI-GENERAL 1.09 SUMMARY: A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1, ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints T p Circulag Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. •, 3. ASTM C361, latest edition, Standard Specification for Reinforced;Concrete Low - Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSI/AMA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 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/AWWA-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 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 Instatlaiion of Flexible Thermoplastic Sewer Pipe. 3, ASTM D2680, latest edition, Standard Specification for Acrylonitrile-but2dleRe- Styrene (ABS) and Poiy(Vinyl Chloride) (PVC) Composite Sewer Pipimg f 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for -,- Joining Plastic Pipe G. Manholes ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 9.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. i 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 subjectto 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. 9.04 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. PART2-PRODUCTS 2.09 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM C44.3, or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have be ll.hnd spigot joints. Pipe larger than 36 -inch diameter may have tongue andrgroove jaints. 2. Wall Thickness: Minimum wall thickness will be 13 -wall as defined.,h AgTM CT67,or Class C25 as defined in ASTM C361 _.. 3. Pipe Strength: Pipe strength shall be as specified on the plans•hf.not spacified,the minimum pipe strength shall be Class III as defined in ASTM C7B 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. B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M1g3-75, 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 A E. 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 C505. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the tap 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 springiine of the pipe. 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 sprincline of the pipe Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans 2. Thickness: Unless otherwise indicated or specified, use Class 52 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/AWWA C1501A21.50 with compacted granular material to the springiine of the pipe. 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 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 AST1A.41784, cell class 12454B. C' "y 2. Corrugated HDPE with a smooth interior wall shall meet the st�ndkds of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 5" above pi'p,2 H. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting'ASTM 0443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. Bedding: Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE; A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 02700-5 1. 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. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Pail 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 D, Connections 2. E. Jointing A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. = Subdrains shall be connected to storm sewer intakes and manholes using 1DOT standard intake outlet detail RF -19C, CMP outlet shall be used unless -approved by the Engineer. 1, Clean and lubricate all joints priorto assembly. 2. Jain per manufacturer's recommendations. 3. Suitable couplings shall be used forjointing dissimilar materials. F. Backfill as specified in Section 02220. G, Clean pipeline upon completion. H. Tolerances 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 ail sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense, This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed Without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: 02700-6 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�ypper end, conduct exfltration or low-pressure air tests, C. If pipe is larger than 27 -inch, air test is not allowed. 4, Exfiltration or infiltration test performed on sections of approved:length (maximum %-mile for sewers) and before connection to buildings. Lo*-ptessufe' air I t performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. 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 6. 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.__, C. 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 —• Infiltration Test " e a. Dewater and conduct test for at least 24 hours, b. Locate and repair leaks, and retest as required. c. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. 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 exflltration 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: 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspecied. Critical mandrel dimensions shall carry a tolerance of ± .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 3a-ia.ys after reaching final trench backfill grade provided, in the opinion of the Engineer, -_sufficient water densification or rainfall has occurred to thoroughly settle the:=will throughout the entire trench depth. Short-term (tested 3D days after installation), defleption 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. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. E 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. H. 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. 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 eafth ` with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main, maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than IS inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 Inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water rnain. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700-10 SECTION 02900 LANDSCAPING PART 1 -GENERAL 9.01 SUMMARY., A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Foresterwith 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. Certificatesrstlall be Fsubmifted to the Engineer and/or City Forester. c B. Submit certification of seed mixtures, purity, germinating value, and crop -year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART2-PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown; shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Li Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX` Kentucky Blue Grass 70% 122.0 Perennial Rygrass (fine leaf variety) 10% 18.0 Creeping Red Fescue 20% 35.0 RURAL MIX* Kentucky 31 Fescue 54% 25 Switchgrass (Black Well) 17% 8 Alfalfa (Northern Grown) 11% 5 Birdsfoct Trefoil (Empire) 9% 4 Alsike Clover 9% 4 'A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: 2.802 <_ 0.40' 0.8b? 0.57 0.18' 0.11 0.09 0.09 A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter, B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.09 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 permissiorrof the City Forester, The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials maybe adverset affected. �z B. The planting shall be performed by personnel familiar with the acc5md prd edure of planting and under the constant supervision of a qualified planting superlri59rl C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 02900-3 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 113 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 Ya -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. E. 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.contqur. Crawler -type or dual -wheel tractors shall be used for the mulching operatio•riz Equipment = .v shall be operated in a manner to minimize displacement of the soil and disturbance o the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the -one- year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding, E. Rake area to be sodded. 02900-4 Roll sad 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. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS; A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2% inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. _ E- The Contractor shall supply all water for planting and maintenance. Wit�r,.mayt& obtained at the Contractor's expense at the bulk water fill station located at 1204,5: Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington StreQt. 02900-5 LCI LU 0 N a cv LU J tl J a z z tE tn W J a a Q M \ E ASPHALT RESURFACING PROJECT 2015 wall a 1101,ie"�'� HMA and CHIP SEAL RESURFACING --��H�4M1'fi j N F •.gym -�---- 0 u- $ w a � Cr IOWA p -_. ----. -I-----. ` C VE, o, I PROJECTBURL NG ON ST�HVJY 1� ' SITE - I i I<IRKWooDAVE PROJECT HWY 1 HIGHLAND AVENUE SITE NW1.s 6 N / N r � U w x t U LOCATION MAP - HMA Resurfacing E Na Tim i SYCAMORE A .oaC STREET ��� Airs LOCATION MAPS - Chip Seal Resurfacing LWRWESTBHANCHtm AMERICAN OVERLAY MILEAGE SUMMARY los IE MODIFIED LOCATION UN. FT. MILES HIGHLAND AVENUE STA. 2+34.86 TO 29+40.37 IOWA AVENUE STA. 4+90.97 TO 11+48.36 2705.51 657.39 0.51 0.13 TOTAL LENGTH OF PROJECT 3362.90 0.64 IOWA ONE CALL 800-292-8989 TOLL FREE CALL BEFORE YOU DIG RWAL YEAR 2015 C'J ACCEPTED FOR t.ET11NG D Not Scale � � CITY ENGINEER, CITY OF IOWA CITY INDEX A.01 v Title Sheet and Plan Cert36catidna'° 7 A.02 Legend and General Informattofi ` ' j A.03 General Notes A.04 Pollution Prevention Plani B.01-8.03 Typical Cross Section and Construction Dstalls EID4 Staging and Traffic Control Information - C.01 Estimate of Ouantities, Tabulations and General Information D.01 -D.04 Asphalt Resurfacing Plan K.01 Pavement Marking Plan W.OI Chip Seal Plan ACCEPTED FOR t.ET11NG D Not Scale � � CITY ENGINEER, CITY OF IOWA CITY CITY OF IOWA CRY ENGINEERING DIVISION I CITY RuE NUNBER I hereby certify that this engineering document was prepared by me irpuu up,. or under my direct personal supervision and that I am a duly Q4ESStp ' licensed Professional Engineer under the laws of the State of Iowa. ............ i Q� ' Signed: Date: `: DAVE A.'j c PANDS `. 15579 -� •• :' ' ^> DAVE A. PANGS, P.E. ', * •�QwA•. * City of Iowa City Iowa License No. 15579 r�'nnu ,d of My licensed renewal date is December 31, 2016 Pages or sheets covered by this seal: ALL SHEETS CITY OF IOWA CRY ENGINEERING DIVISION I CITY RuE NUNBER 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 EDYOUNG-GAS Phone:319-341-4457 Mobile: 319-330-1871 _DICK BOCK- ELECTRIC Phone: 319-341-4468 Mobile: 319-330-0543 TELEPHONE N\:A4ip�IIt�IF7ULl FIBER OPTICS l6il��at[iZN\II.[eI8:1�Ti9 CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 KEVIN HEEREN Phone: 319-399-7408 Mobile: 319-360-5122 CHAD SANASACK Phone: 319-356-5356 Mobile: 319-383-4109 MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319-621-8466 A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-2754014 Mobile: 770-335-8244 IOWA NETWORK SERVICES Jeff Klocko Phone: 515-240-2544 Mobile: 515-830-0445 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 UNIVERSITY OF IOWA GEORGESTUMPF Phone: 319-335-2814 "ONE CALL" Phone: 1-800-292-8989 CITY WATER DEPARTMENT ED MORENO Phone: 319-356-5160 CITY SEWER DEPARTMENT DAVE ELIAS Phone: 319-356-5170 CITY TRAFFIC ENGINEERING JOHN RESLER Phone: 319-356-5180 CITY PARKS & FORESTRY ZAC HALL Phone: 319-356-5107 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 AND SURVEY 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 ANDIOR 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 NTH 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 NAVE) 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. S. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. UTILITY NOTES GENERAL LEGEND 1. IOWA CODE 480, UNDERGROUND FACILITIES EDGE OF PAVEMENT MANHOLE O MH INFORMATION, REQUIRES VERBAL NOTICE ❑ CB TO IOWA ONE CALL, 1-800-292-8989, NOT RIGHT OF WAY (HOW) CATCH BASIN LESS THAN 48 HOURS BEFORE EXCAVATING, CENTERLINE CLEANOUT CO EXCLUDING WEEKENDS AND LEGAL GUY WIRE HOLIDAYS. TREE,DEclDuous 00 FIRE HYDRANT TREE, CONIFEROUS 2. WHERE EXISTING POWER POLES ARE IN CULVERT ------- -_____ CLOSE CLOSE PROXIMITY TO OPEN AREAS, UTILITY HEDGErrREE COVER COMPANIES SHOULD BE CONTACTED TO DRAINAGE LINE HOLD THE POLES DURING CONSTRUCTION. FENCE - o o GAS MAIN — — — G — — SCHEDULE ACCORDINGLY. RETAINING WAu— BURIED TELEPHONE CABLE — — T — — — 3. UNDERGROUND FACILITIES, STRUCTURES BUILDING BURIED TELEVISION CABLE — — — TV— — AND UTILITIES HAVE BEEN PLOTTED FROM BURIED ELECTRIC — — — E — _ — AVAILABLE SURVEYS AND RECORDS, AND BACKOF CURB 70 BACKOF CURB B -B THEREFORE THEIR LOCATIONS MUST BEOVERHEAD PORTLAND CEMENTCONCRETE PCC ELECTRIC of CONSIDERED APPROXIMATE ONLY. WATER MAIN — — — W -" — HOTMIXASPHALT HMA FIBER OPTIC CABLE — — "—FO— — — 4. IT IS POSSIBLE THERE MAY OTHER MAILBOX MB HE EXISTENCE UNDERGROUND FACILITIES,, THE SANITARY SEWER � — — sAN— — — OF WHICH IS PRESENTLY NOT KNOWN OR SIDEWALK SW STORM SEWER -` — — ST— — — SHOWN. NO CLAIMS FOR ADDITIONAL WATERMETER wM COMPENSATION WILL BEALLOWEDTOTHE LIGHT POLE LP CONTRACTOR FOR ANY INTERFERENCE OR DUCTILE IRON PIPE DIP UTILITY BOXES DELAY CAUSED BY SUCH WORK. REINFORCED CONCRETE PIPE RCP WATERVALVE w VA/ SIGNS o Q d 5. WHERE PUBLIC AND PRIVATE UTILITY GAS VALVE w GV FIXTURES ARE SHOWN AS EXISTING ON THE POWER POLE SPP PLANS OR ENCOUNTERED WITHIN THE-.-> WATER SHUTOFF CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OFTHECONTRACTORTO: r PROJECT LEGEND • Notify the owners of those utilities prior to the beginning of any construction. • Coordinate operations with utilties MANHOLE ADJUSTMENTS O- • Afford access to these facilities for necessary modification of services. WATER VALVE ADJUSTMENTS O - Fri • Determine existence and exact location of underground utilites and avoid damage ADA CURB RAMP REPAIR♦ ,. thereto. • Prior to beginning construction, provide labor REMOVE AND REPLACE and equipment necessary to determine the HMAOVERLAY exact location and elevation of all utility crossings which may result in conflicts to PROPOSED proposed improvements. HMA OVERLAY PROPOSED FCC PATCHING City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 SHEET NO. A.D2 01-20-84 203-1 Wan and profile sheets included in the project are for the purpose of alignment, location end specific (fractions for the work to be performed under this contract. Irrelevant data on these sheets is not to be considered a part of this contract. 232-10 01-20-84 204-2 All holes resulting from operations of the contractor, including removal of guardrail posts, fence posts, utility pales, or foundation studies, shall be filled and consolidated to finished grade as directed by the engineer to prevent future settlement The voids shall be filed as 241-1 seen as practical - preferably the day created and not later then the following day. Any portion of the right -orf -way or project limits (Including borrow areas and operation sten) disturbed by any such operations shall be restored to an acceptable condition. This oper- 1. aten shall be considered Incidental to other bid items in project 10-02-01— 213-1 It shall be the contractors responsibility to provide waste areas 251-1 or disposal sites for excess material (excavated material or broken concrete) which is not desirable to be Incorporated into the wok Involved on this project These areas shall not impact wetlands or'Waters Of The U.S.' No payment for overhaul will be allowed for materld horded to these sites. No material shall be placed within the right-of-way, udess specifically stated in the plans or approved by the engineer. 01-09-90� 213-2 The contractor's attention is directed to the following consideration 251-3 in regard to removal and replacement of topsoil in borrow areas; QuanCdies estimated for topsail are calculated on the basis of a uniform removal of topsoil to a depth of 12 Inches The material removed is to be spread uniformly to a minimum depth of 8 inches 261-2 over the borrow area upon completion of excavation work. 10-27-98 213-4 The contractor shall apply necessary moisture to the construction line as required by Section 479.47 of the Code of laza. area and haul roads to prevent the spread of dust Refer to Artide The contractor shall exercise all due caution when waking in the 1107.07 of the current Standard Specifications for additional details. vicinity of pipelines carrying combustible or toxic materials which are 07-16-91 - � 213-6 The backfiling and associated embankment construction shall be sents the best information available at the time of plan preparation. completed within 14 working days after the curing period has expired 09-21-99 for culvert extension. BEFORE YOU DIG The immediate embankment shag be placed to provide 8:1 copes IOWA 1 -CALL/ 11-800-292-8989 away from the culvert top. 01-20-84 221-3 Estimated quantity for new concrete pavement incudes all integral curb, all street returns and special areas of repairs to connecting pavements. 01-20-84 _ 221-4 In order to avoid any unnecessary surface breaks or premature spelling, the contractor is cautioned to exercise extreme care when performing any of the necessary saw cutting operations for the proposed pavement removal. 01-20-84 222-2 To obtain the correct form grades at low points where Intakes are located, the contractor must exercise extreme care when paving full width pavements. This may require pouring we half of the pave- ment at a time or other methods approved by the engineer. 01-20-84 232-5 The contractor shall not disturb desirable grass areas and desirable trees outside the construction limits. The contractor will not be permitted to park or service vehides and equipment or use these areas for storage of materials. Storage, parking and service area(s) will be subject to the approval of the resident engineer. 09-02-04 IOWA CITY The City of Iowa City shell be responsible for the construction staking. 06-07-94 232-8 The top six (6) inches of the disturbed areas shall be free of rock and debris and shall be suitable for the establishment of vegeta- tion, subject to the approval of the Engineer. 10-28-97 232-10 The contractor is expected to have materials, equipment, and labor ovallable on a daily basis to install and maintain erosion control features on the project. This may involve seeding, silt fence, rock ditch checks, sit basins, or sit dikes. 01-20-84 241-1 Road contractor is to use due caution in working over and around all tie lines. Breaks In the file line due to the contractor's care- lessness we to be replaced at his expense without cost to the State of Iowa. Any file lines broken or disturbed by our cut lines will be 1. replaced as dkeeted by the engineer in charge of construction and at the State of Iowa's expense. 01-19-88 251-1 The contractor shall be responsible to maintain access to individual properties during construction. Relocated access shall be completed to individual properties prior to removal of existing access. If the permanent access cannot be completed prior to removal of the existing access, the contractor shell provide and maintain an alternate so=& Temporary Granular Surfacing will be paid for as a contract item or by extra work ........... 06-22-84 251-3 A plan for stage construction of local accesses which are required to remain open to traffic during construction shall be submitted by the contractor for approval by the engineer. 01-20-84 261-2 Before performing earthwork, tiling, a excavation within three hundred feet of an existing pipeline, the =tractor shall notify the pipeline company and the pipeline company shall mark the location of the plpe- line as required by Section 479.47 of the Code of laza. The contractor shall exercise all due caution when waking in the vicinity of pipelines carrying combustible or toxic materials which are present on this project Pipeline location shown on the plans repre- sents the best information available at the time of plan preparation. 09-21-99 262-3 BEFORE YOU DIG IOWA 1 -CALL/ 11-800-292-8989 03-26-D4 IOWA CITY Contractor shall provide Certified Want Inspection for Portland Cement Concrete and HMA paving, per ®OT Specifications. 03-26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland Cement Concrete paving, per ®OT Standard Specifications. 03-26-04 IOWA CITY The contractor Is required to exercise all necessary caution in construction operations directly adjacent to the project and utilize methods of construction to prevent damage to the surrounding buildings. The contractor is responsible for pre- and post - construction damage surveys for properties directly adjacent to the project including evaluating and documenting any damages. Any damages as a result of construction activities shall be corrected at the contractor's expense. City File No. PS -29i DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I ASPHALT RESURFACING PROJECT2015 ISHEETNO. A.00 Lw 1. City File No. PS -29i DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I ASPHALT RESURFACING PROJECT2015 ISHEETNO. A.00 Lw POLLUTION PREVENTION PLAN Ali contractor's subcontractors shall conduct their operations in a manner that 4. Inspection and Maintenance minimizes erosion and prevents sediments from leaving the project site. The prime The contractor is required to maintain all temporary erosion control messurss in paper wodtlng order, including 3. pants, Pain Solvents and Cleaning Solvents contractor shall be responsible for compliance and implementation of the pollution cleaning, repairing, or replacing them throughout the contract period. The following inspection and meincomm , . Excess paints and solvents shall not be discharged into the storm sewer system. The contractor prevention plan (PPP) and local Ordinances for their entire contract practices will be used to maintain erosion and sediment controls and stabilization measures. shall refer to the manufacture's instructions and federal regulations on the paper disposal techniques. 1. Inspection and Malntenanee Procedures 4. Concrete Wastes This responsibility shall be further shared with subcontractors whose work is a A. All control measures will be inspected at least once every seven (I) calendar days and {Glowing any • Concrete trucks will be allowed to washout or discharge excess mnarm in specifically source of potential pollution as defined in the PPP. steno event of 0.5 or greater. designated areas which will be required to minimize dented between the concrete and S. All measures will be maintained in good working order. If a repair is necessary, it will be initialer thin storm water discharge from the site. 24 hours of the broad. • The hardened product form the concrete washout areas will be disposed of as other C Any built up sediment will bnonevent e nonent from silt fence when it has reached one-half me fence. nombabe zabous waste materials or may broken up and used an the site for older appropriate 1. Site Description D. Silt force and silt socks will be Inspected for depth of sediment tear, etc., to see M Nefabric is sparely uses. This Pollution Prevention Plan (PPP) is forthe construction of the Asphalt Resurfacing Project 2015 in Iowa attached to the fence pose,and to see that the fence are securely fastened in the ground 5. Solid and CgnstacOon Wastes City, Iowa. Construction activities includes HMA overlay paving and crack and seatil E. Site shall be Inspected daily (preferably at days and) and swept if necessary. . All hash and construction debits shall be deposited in a di mpater Met w➢I be emptied as This PPP covers approximately 0.20 acres with an estimated 0.20 acres being disturbed. F. Temporary and permanent seeding and planting will be inspected far bare spots, washouts, and healthy necessary. No constructed waste material will be hurled an site. The durnsvers must be put in growth. a location where the contact with storm water discharge is runimized. Refer 1p the project plans for locations of typical slopes, ditch gmtles, and major structural and non3huctural G- A maintenance inspection report will be made after each inspection and recorded on the inspection form Sanitary 6. Santa Wastes controls. A copy of these plans will be on file at the praiser engineefs olflce. Runoff train this printed will Few provided by the engineer. H. Themntr" be responsible forselectinga to the inspections. A wed. restroom tablet shall be located onsite at all times unless an approved ural is P Y Pp eQ with Taal,state allowed. Wastes shallbehisfatetl anddisposede in acompleteere into various storm spaces, ditches, streams and drainage file systems Met flow Into the Iowa River. is cair pll iqualifiedciples andor asaperson knowledgeable ietheprinciplesantl practicesofnasionand 'quilted'isnt conte and federal regulations. This facility shall be located roan area where confect with storm water trolsw at dimnsanderocan sire that muitl the skillstoeffectiveness raswholityan discharge is minimal. 2. Controls The Contractor / shall be responsible for implementation and managementusitannual measures for impact storm water quality and to assess the effectiveness of airy sediment and erosion control impsedact storm to any measures selected to control the quality of storm water discharges from the construction activity. T. Rum]A Agricultural Activities . Runoff form agricultural land use can potentially contain chemicals including hereldces, the following erasion and storm water management control measures that are specific to tNs sire. ion and storm lmeasures t pesticides, fungicides and fedilizars. This work shall be done in accordance with Section2270Or The City of Iowa City and Section 2. Materials Management Plan Site sources of pollution generated as a result of this wend related to silts and sediment which may be A Spill Prevention and Response Procedures walk le to conons 2602 of the Iowa D.O.T. Standard Specification. IF the work Invdvatl is not applicable to arty contract items, the storm event. Hohavegtor, SatermuWPPP fes aonxcyan transfa ofhis anon. The contractor a persallownnel in they work shall be paid for according to Affairs 1109.03 paragraph B, of the Iowa Department of Transportation afar beyomearnd related) operations. These other operations have storm water mrwif, the regulation GwhiG1 is beyond the related) These h. 9intoper hat ndosponsirialsble If ounces with storm watof er dietlmales. If will be allowed to cane into contact with storm or waste 11be spilled hazardous materials o Standards and Specifications, control of this SWPPP ter disc easurescharges. tooted does occur, the storm water discharge will be contained onsite until appropriate measures in co 1. Permanent Stabilization Practicescompliance A The following is a list of materials or substance expected to be p'esent onsite tludng construction' with all federal, state, and local regulations are followed to dispose of the hazardous substance. The following practices will be followed for spill premunitions and deanup. A. Permanent seeding and planting of all unpaved areas by seeding shall be completed distrust grading is complete. Seed shall be sown at only times of the year when temperature, rcisture and is comonswilleed shallSpain t times o t Concrete 1. In addition to the good housekeeping antl material management prectices discussed in the previous climate the germination and growth. and plan. 2. Detergents sections of the plan, the following practices will betlone to minimize the potential for hazardous material B. Preservevegetarian in areasnoteetlmfaon 3. Paints 4. Tar spill and to reduce the risk of the spill coming in anted with slam water. r.e Soil Slabilaation Addifives •Manufacturer's recommended methods for split deanup will be clearly posted and site personnel will be trained regarding these procedures and the location at Ore information and eaqup 2. Temporary Stabilization Practices A. The use a silt fence, temporary seeding, mulching, sodding and diversion dikes to help cental for least 2l 6. Fertilizers 6. 7, petroleum eased Atltlnives supplies, -- •Metenals and Equipment necessary for spill control,cmtalnment enfidemup will be pjovitletl- m sediment and erosion If construction activity is not planned to occur in a disturbed area at days, the areas shall be stabilized with temporary seeding w marWng no later man 14 days form the a. Cleaning Solvents a h an site in a hateful storage area.oEquip 1y o stir, ledoonstructipnadiviry. 9 Clean pent klHrelitter'sanQ sat add estip'' apid metal"'"' brooms, dust pans, mops, rape, slaves, g99 Y ?AgYI,,, p t B. Mulching exposed areas. 10. Solids and Construction 11. Wastes hash containers. _„ r , C Filter socks shall be used for protection of Inlets and used be ditch checks along temporary and 12. Pesticides` - 2. In event of a spill Ne following procedures will be followed: - permanent drainage ditches. sheaf D. At areas where anotf can move offsite, alit fence shall be paced along the perimeter Gareas to be area t 13. Plaster 14. Asphalt • All spills will be cleaned up immediately afterdlscovery. ' `` i , -77 s B • The spin area will be kept well ventilated and personnel will wear appropriated protective clotifi ....t distributed clearing and grabbing operation. etl for nobs ronin radio excavation R< beginning g• 9 9 9 P 15. Antnreaze Coolant thehazardous '....=:.. e 16. Gasoline/Diesel Fuelstmeresure ill be roe. • Si ll of totinjurywith toxicorhazardous manage will shaIecelgpyemmenta' 3. Sequence of Implementation stabilization practices A. Construct temporary constructlon exhsfentmnces and designate staging area. 17. Hydraulic GOnuids erepodetltotheappropriatear, Of Wendy agencyandto theprojectmanagerandengineer, regabstancemess of thetearlly B. Install perimeter silt fencing and temporary sediment basins. t3. Glue g Compo t9. Cuing Compounds onedN abandoned amounts that exceed reportable quantities of certain substance specifically me tal eddan federal regulations must be immediately reported EPA and any other m. ays C. Begin Gearing and gabbing operatlons. Thane operations should only take place in those areas 20. Waste from censtactien equipmeht washing afer wh In 14 modified . If the spill exceeds a reportable quantity, Ne SlM1?PP must be modified within 14 days after the spill Me where earhwork is expected to take place within 21 days of completion and a written description D. Site grading shall begin. Contractor will be responsible far temporarily stabilizing an area that will ratspill B. Material Management Practices: The following is a list rfmaterial management practices that will be • of events must be included. The mrdiflumon shall include: a description of the release; the data be disrupted for at least 21 days no later than 14 days from the last construction activity. used onsite to minimize the risk of spills or other accidental exposure of materials and substances to of the release; and E. Installation of underground utllitles. InleVoutlet protection at all Ideal spedned in the plan shell he storm water n ra f. • explanation of why the spill happened; a desorption of procedure to prevent future spins super installed. E Finalize pavement subgrade preparation. 1. Good Housekeeping • An effort will be made to store onsite only enough products required to complete the job. release from happening; and a • description of response procedures should a spill or release occur again. G. Construct all curb and gutter, islets and manholes as spedfed in the plans. H. Conwveinleturban puon eaund all inlet and manhole structures in antlrorty out final paving • All materials stored onsite will be kept in a neat, orderly manner and in their appropriate •The site superintendent will be responsible for the day-today site operations and will be the spill containers. If possible products shall be kept under a roof mother unbosom. prevention cleanup Operators.emovInt • Material will be kept in thelrofginal containers with the argues manufacture's label. •coordinator. He or she will designate at least three other she personnel who will recaive spill Prepare anal backfill, grading, and seeding operations. I Once all paring and permanent stabilization lithe side is established, remove siltferxdng and other • Substances will net be mixed with one another unless recommended by the manufacture. be tlup before the container. sreeommentlations proventions and cleanup training. •These lntlbitlualswill each become responsiblefora particular phase of prevention and oleanup. Z temporary afabilizalon. Manufacturespossible, for plroper usel and disposal will befa The names of these (- 3. Other Control • The job site superintendent will be responsible for daily inspection to ensure proper use and • individuals wild be posted in the material storage area and in the office trailer. Z disposal of materials. s. Non-Strum Discharge Contractor disposal of unused mostaction materials and construction material mall comply with applicable 1. Hazardous Products Products will be kept in their original containers win the original marxfiaduns label. The following is a list of nonslorm water discharges allowed b the lova Department of Natural Resources and may 9 8 Y P occur at the jam site condition that no pollutants will be allowed to come Wo contract the water to a Z federal, state and local regulations. In the event of a coni ictwith othergovemmental laws roles antl • The original labels and material safety data will be kept for each of the matenals as they arm the its tlistlnargediamihe site. W? regulations„ the more retandfive laws, rules orregulationa shall apply. Dudngthecourssofmnstadionitis captaiafter duct possible that situations will arise where unknown materials will be encountered When such situations ansa the Ill be handled according to all federal, state and local regulations in effect at the time. The fokedirg is a fist batleneinamarmer that follows all manufactures Disposal ofny excrtant ess willb • Disposal 1. Water from me fire fighting adivities and fire hydrants flushings. W 2 of other control measures that combefi.Himpoentrector "It be responsible for implementing, for pmpxcesposal.dwill methods for proper disposal. 2. Water used to clean vehicles. 3. Portable water sources including water main flushings, irrigation drainage and routine building wash downs excluding CL of pollution and specific practices to C. Product Specific Practices: The following is a list of potentialsourcesto detergents. Z Z O {. Oh-site vehicle abasing acent to Me site. The pd streetss A. The contractor shall reduce vehicle tracking M sediments onave b reduce pollutants discharge from materials asources expected to be present onsite during mnslacibn 4. Air conditioning mMentation. construction site email be Inspected daily and cleaned as necessary to remove only excess mud,dirt1. petroleum StorageTanks S. Foundation of footing drains where flows have been exposed to solvents 6 Pavement wash waters where spilt or leaks or hazamous material has as occurred or rock backed from the site. • All onpa, vehicles shall be Inspected and monitored for leaks and receive proventative -71 Sheet sweeper shell be available to clean streets as needed at inspectors discretion. C. Dump tacks naming material form the sire shun the propend covered with tarpaulin. maintenance to reduce the change a leakage. An initial Storm Water Pollution Prevention Plan (SIAPPP) will be provitled to the contractor at the stud of construction. O d D. Ins Glens and Maintenance Procedures. • Steps will be taken by the centrector to eliminate contaminates from storage tanks from A copy of this plan is available for review during normal business hours. This pan is provided as a reference only and is Pe entering ground soil. Any petroleum storage tanks kept onsite will the located with an not intended to director specify the storm water pollution prevention requirements for this project. That contractor shall impervious surface between the tank end the ground. be solely responsible for. 1W- 2 Fedilizers •Ferllizers shah be applied in minimal amounts as recommended by the manufacture. It 1. The implementation,administration, and monitoring of the initial plan. shall be worked into the soil as to minimize me contact with storm water discharge. 2. Madding modifications to the initial plan as needed S. Compliance who all NPDES or storm water discharge statutes, ales, regulations, or ordnance appioebl¢ to the site Q 0 tri City File No. PS-291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 SHEET NO. A.04 STREET OVERLAY LOCATION OVERLAY WIDTH LOCATION STATION TO STATION ® (FT) IOWA AVENUE 4+91 11+48 30 HIGHLAND AVENUE 2+35 29+40 33 BACK of CURB to BACK of CURB (B—B) A 3" HMA MILL & OVERLAY 1.5" BASE / 1.5" SURFACE SLOPE VARIES SLOPE VARIES a= . ... i— HMA, BRICK OR PCC PAVEMENT (VARIES) `—EXISTING HMA PCC OR ROCK SUBBASE (VARIES) OA CONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD TYPICAL SECTION: STREET OVERLAY LOCATIONS Sack c Driveway radius (R): Residential: 10 foot minimum, 15 foot maximum. Commercial and industrial: As specified in the contract documents. Transition the curb height to 0 inches at end of toper/radius or at the front edge of sidewalk. Do not extend raised curb across sidewa'.k. Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. Sidewalk thickness through driveway to match thickness of driveway. Center reinforcing bar vertically in the pavement. Q Match thickness of adjacent roadway, 8 inches minimum. O Provide 'E' joint at back of curb unless 'B' joint is specified_ QFor alleys, invert the pavement crown 2% toward center of alley. 0 *D,,,.. rapcurheight0"to2" ®Sidewalk78' 12" 7 TYPE A WITH FLARES TYPICAL SECTION Lia DETAIL A -" TYPE A WITH RADII DETAIL 8 CONCRETE DRIVEWAY, TYPE A File No. PS -291 CD z 0 coU co cn cn O cc 0 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I ASPHALT RESURFACING PROJECT 2015 1 SHEET NO. B.01 I� J 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. Q 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. RT Joint Doweled exponsion pint \ - e14" expansion expansion Join Q CURB RAMP FOR SIDEWALK SCALE: NONE JOINT TYPE AS INDICATED ON PLAN SHEETS E = Y,- EXPANSION JOINT (NO DOWELS; NO TIE BARS) ED = Yz" DOWELED EXPANSION JOINT (INCLUDES #4 SMOOTH DOWELS AND EXPANSION CAPS — 18" WITH 12" CENTERS RT = RIGID TIE JOINT (INCLUDES #4 TE BARS — 18" WITH 12" CENTERS Detail B %- MAX. LIP CURB AT SIDEWALK 7.5 4.5" e% 6.. MATCH THICKNESS OF ADJACENT ROADWAY, 6" MIN. 3"R DRILL AND EPDXY GROUT REBAR INTO �3"R EXISTING CONCRETE MINN. CROSS-SECTION VIEW 6' MIN. STREET BACK 0� 2 L 11 I Zk J /G LINER V cr) 6) @DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT THIRTY (30) INCH- GENTiERS,� J ..W Q2 AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES.If TQ t EXISTING CONCRETE, AT NINE (9) INCHES FROM BACK CSF CUB %i:9 O3 EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO EXI Ti G } SLAB (//5 BAR IF PAVEMENT IS 8" THICK OR THICKER, 41'BAR IF—`7 + x3 PAVEMENT IS LESS THAN 8" THICK). -r " PLAN VIEW a 9 m PCC CURB & GUTTER REPAIR SCALE: NONE expansion joint IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, 1MTHIN THE CROSSWALK MARKINGS. 1Q PERPENDICULAR RAMP: MAXIMUM RUNNING SLOPE OF 8.3%. MAXIMUM CROSS SLOPE OF 27 AT MID—BLOCK CROSSINGS, CROSS SLOPE MAY EXCEED 27 TO MATCH ROADWAY GRADE. Q LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION EO PERPENDICULAR RAMP SCALE: NONE 7 City File No. PS -291 DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 SHEET NO. B.02 ��Jgtq IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE Sloped curb P oodway curb OF FLARES, WITHIN THE CROSSWALK MARKINGS. Back of curb (D PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION 7)r CANNOT BE ACHIEVED WITH THE PERPENDICULAR 6/ RAMP BETWEEN THE STREET AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO Gaiter line ado MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE Normal —5/8 max. F LANDING AND THE STANDARD SIDEWALK. slope THE LENGTH OF THE PARALLEL RAMP IS NOT ' REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE ere] line RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR Roadway pavement expansion pint PARALLEL RAMPS SHORTER THAN 15 FEET. Detail A Detail B (Curb Return) Q INSTALL A 24 INCH WIDE (MIN.) STRIP OF DETECTABLE WARNINGS AT THE BACK OF CURB. EXTEND THE DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF THE RAMP. Curb romp LandingPosdNe paralld rasp Standad sidewalk 3 PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE BELOW THE DETECTABLE WARNING PANEL. Length varies 4'-0" min. Length varies ® " in ��' O LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. See Detail A 6" min. ---�0 a votiss 3 --- 2% max.,a.-. 5% max. 2 ,--8,39 maT \ KEY _ cross slope --- _ Rigid Tie joint (RT) W =SIDEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMENTS. Pavement "- Doweled j�" __ __ RAMP € DETECTABLE WARNING Sealed expansion W E -'Orr 12" 18' joint (ED) � _ LANDING Sealed joint exponsion E TYPICAL SECTION -CURB RAMP O SCALE: NONE 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. Q 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. RT Joint Doweled exponsion pint \ - e14" expansion expansion Join Q CURB RAMP FOR SIDEWALK SCALE: NONE JOINT TYPE AS INDICATED ON PLAN SHEETS E = Y,- EXPANSION JOINT (NO DOWELS; NO TIE BARS) ED = Yz" DOWELED EXPANSION JOINT (INCLUDES #4 SMOOTH DOWELS AND EXPANSION CAPS — 18" WITH 12" CENTERS RT = RIGID TIE JOINT (INCLUDES #4 TE BARS — 18" WITH 12" CENTERS Detail B %- MAX. LIP CURB AT SIDEWALK 7.5 4.5" e% 6.. MATCH THICKNESS OF ADJACENT ROADWAY, 6" MIN. 3"R DRILL AND EPDXY GROUT REBAR INTO �3"R EXISTING CONCRETE MINN. CROSS-SECTION VIEW 6' MIN. STREET BACK 0� 2 L 11 I Zk J /G LINER V cr) 6) @DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT THIRTY (30) INCH- GENTiERS,� J ..W Q2 AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES.If TQ t EXISTING CONCRETE, AT NINE (9) INCHES FROM BACK CSF CUB %i:9 O3 EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO EXI Ti G } SLAB (//5 BAR IF PAVEMENT IS 8" THICK OR THICKER, 41'BAR IF—`7 + x3 PAVEMENT IS LESS THAN 8" THICK). -r " PLAN VIEW a 9 m PCC CURB & GUTTER REPAIR SCALE: NONE expansion joint IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, 1MTHIN THE CROSSWALK MARKINGS. 1Q PERPENDICULAR RAMP: MAXIMUM RUNNING SLOPE OF 8.3%. MAXIMUM CROSS SLOPE OF 27 AT MID—BLOCK CROSSINGS, CROSS SLOPE MAY EXCEED 27 TO MATCH ROADWAY GRADE. Q LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION EO PERPENDICULAR RAMP SCALE: NONE 7 City File No. PS -291 DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 SHEET NO. B.02 ��Jgtq 4" 5-1/4" 10' 30' Tj 10' 30' I 10' (JOINT) I I I O BROKEN CENTER LINE (Yellow) 5-1/4" 4" �3(JOINT) DOUBLE CENTER LINE (Yellow) 10-1/2" 4" 5-1/4" (JOINT) 5-1%4" O NO PASSING ZONE LINE (Yellow) 4." ( r2 �� A" JOINT LINE ':. `' �iJ ♦..ave Y3 - ------� LANE WIDTH 10' I 30' f I 10' 30' 10' G6 BROKEN LANE LINE (White) T TRAFFIC 3' 3' 3' 3' 3' 5-1/4' EDGE OFJOINT LINE—;WIDTH DTH 6 PAVEMENT n',� TRAFFIC 14 CROSSWALK LINE (White) t 10 SOLID LANE LINE (White) 8" O EDGE LINE RIGHT (White) (JA PAINT 0 PAINT 4 GUTTER LNE GUTTER LINE EDGE LINE LEFT (Yellow) 11 CHANNELIZING (White) I O CURB SLOPED CURB 12 CHANNELIZING LINE (Yellow) IISTANDARD 24" ........ PAINT WIDTH RSTANDARD 4 ® PAINT 6?" 8 WIDTH FOR 6" SLOPEDCURB. DOTTED LINE (White) 13 STOP LINE (White) F 15 YELLOW CURB LL1 O 16 WHITE CURB 2 t - z PAVEMENT MARKINGS DETAIL z CiiY File No, PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 1 SHEET NO. B.03 j 3 CONTROL NOTES 108 108 1LI8 -26-2 STAGING NOTES 108 GENERAL TRAFFIC -69 -66 TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION. TRAFFIC CONTROL ON THIS CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS INDICATED AT PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC PROJECT SITES 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 CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: CONTROL THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: PHASE 1: STREET MILLING AND OVERLAY EARLY START: JUNE 15, 2015 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED COMPLETED: JULY 24, 2015 AND REMOVED BY THE CONTRACTOR. LIQUIDATED DAMAGES: $500/DAY PHASE 2: CHIPSEAL SURFACING 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL EARLY START:: JULY 1, 2015 PROPERTIES AT ALL TIMES DURING CONSTRUCTION. COMPLETED: AUGUST 31, 2015 LIQUIDATED DAMAGES: 5500/DAY 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE NOTE: A SPECIAL RESTRICTION WILL BE IN EFFECT FOR THIS PROJECT WHICH MAY IMPACT CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO WORK SCHEDULE. THIS RESTRICTION PROHIBITS WORK ON SATURDAYS DURING AN IOWA BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT, FOOTBALL HOME GAME TO REDUCE TRAFFIC IMPACTS, DURING THE FOLLOWING HOME GAME DAY SATURDAYS, WORK WILL NOT BE ALLOWED, UNLESS AUTHORIZED BY ENGINEER: 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. SEPTEMBER 3, 2015 SEPTEMBER 10, 2015 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF SEPTEMBER 17, 2015 25 -FEET FOR TAPER CHANNELIZATION, AND 50 -FEET FOR TANGENT OCTOBER 1, 2015 CHANNEUZATION. OCTOBER 22, 2015 NOVEMBER 12, 2015 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR NOVEMBER 25, 2015 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 1. 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. B. "ROAD CLOSED" AND "ROAD CLOSED TO THRU TRAFFIC" SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE 3. FLAGGERS ARE REQUIRED FOR 1 -LANE OPERATIONS DURING MIWNG/RESURFACING. = THE DIAGONAL PANELS. CHIP SEAL O CATIONS 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 IS MAINTAINED, 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION PROGRESS, MINIMUM OF SIX YELLOW REFLECTORS, ONE AT EACH END OF EACH RAIL, OR CERTAIN SITUATIONS MAY ARISE WHICH 'ELL PRECLUDE ADHERING TO THE ORIGINAL AT LEAST ONE RAIL ON EACH BARRICADE WALL 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 ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. AMOUNT OF COMPLETION, IN PERCENT OF THE CONTRACT AMOUNT. THE CONTRACTOR EXPECTS 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 PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. FORWARD TO THE ENGINEER FOR REVIEW. 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, J AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE CJ 2 PROPERTY OWNER. Z 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON L) RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR, AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. U 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED LL_ LL TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD. THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. O 19. THE BID ITEM 'TRAFFIC CONTROL" SHALL INCLUDE THE COST OF ALL TRAFFIC Z CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE 4 WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS. Z 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE ED ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES ! G TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN E 1-- ACCESS OR AROUND PROJECT CONSTRUCTION OPERATIONS. City File No. PS 291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 ISHEETNO. 8.04 STANDARD ROAD PLANS 105-4 10 -1s -o7 The following Standard Road Plans shall be cons6iered applicable to construction work on this projzct NUMBER DATE NUMBER DATE NUMBER DATE PV -101 04-17-12 TC -213 04-17-12 910E PV -102 04-19-11 TC -214 04-17-12 NOTES RC -2 iD-19-04 SW -501 10-16-12 2+53 RG -6 10-02-01 ADJUST EX- STRUCTURE Wf BOXOUT RR -4 2 HIGHLAND AVE 4x51 L MANHOLE ADJUST EX. STRUCTURE W/BOKOUT NEW FRE /LID AM 3 HIGHLAND AVE 4+72 L MANHOLE ADJUST EKSTRUCTURE W7BOXOUT NEW FRAME/LID d HIGHLAND AVE 7+00 L MANHOLE ADJUST EX: STRUCTURE WI BOXOUT NEW FRAMEf LID 5 HIGHLAND AVE 12+53 L MANHOLE ADJUST EX. STRUCTURE WIBOXOUT NEW FRAME LID 6 HIGHLAND AVE 15+46 L MANHOLE ADJUST EX.. STRUCTURE W/BOXOUT NEW FRAME LID 7 HIGHLAND AVE 4$+6$ R MANHOLE ADJUST EX.STRUCTURE WI BOXOUT NEW FR.M.1ElLID 8 HIGHLAND AVE 21+08 L MANHOLE ADJUST EX. STRUCTURE WI BOXOUT NEW FRAME lLID 9 HIGHLANDANE 2f+08 R MANHOLE ESTIMATED QUANTITIES NEW FRAME/LID i0 HIGHLRND AVE 2d+32 L MANHOLEADJUST EK. STRUCTURE Wt BOXOUT NEW FRAME lLID 11 HIGHLAND AVE 24+40 R MANHOLE ADJU ST EX. STRUCTURE W/BOXOUT NEW FRAME/ LID 12 HIGHLAND AVE 27+40 L MVWHOLE ADJUST EX. STRUCTURE W1 BOXOUT NEW FRAME lLID 13 HIGHLAND AVE 28+57 R MANHOLE ADJUST EK STRUCTURE Wi BOXOUT NEW FRAME LIQ 14 HIGHLAND AVE 24+32 R MANHOLE ADJUST EK. STRUCTURE W/BOXOUT NEW FRA41ElLID t Avenue � Tafi5 Sycamore Street '.. Iowa Ave Highland Ave127 Highland Ave (Middle) Hlghland129 04-19-11 C ITEM � C � m � TOTAL ITEM UNIT c m U QUANTITIES NO. LS - 1 U m U a1 Y Y 1 CLEAN & PREPARATION OF BASE MILE 0.18 0.16 - 0.11 0.22 0.64 2 HMASURFACE/PARTLAL PATCH TON _ 29 19.3 20-0 29.9 721 3 PAVEMENT MLLING SY _ 2212.6 2957.3 2222.2 .__4586.9 11,973.0 4 PAVEMENT MLLING, PART LAL DEPTH PATCHES 5Y _ OB 2.0 _ 10.0 2.0 --__ 148 6 HMI BASE, 12- TON _ 162.42 _ 217.09 163.13 336.71 879.3 6 HMA(1M ESAL)SURF, 112", NO FRIC TON 198.51. 265.33 199.38 411-53 1,074.7 7 ASPHALT REMOVAL, DRIVEWAY AND APRON SY 65 45 700 210.0 8 LIMA PATCH, B" SY 187.00 187.0 e COVER AGGREGATE TON 64.00 132.00 - - 196.0 10 BINDER BITUMEN GAL 1280.00 2631.00 3,911.0 11 ASPHALT PATCHING "COLD MIX' TON 20.00 10.00 ��0 12 _ MANHOLE ADJUSTMEM EA __ 4 - 2 8 14.0 Jl 13 WATER VALVE ADJUSTNENT EA ' 3 3 ' 4 10D _ 14 RMVL OF CURB &GUTTER LF 130.0 72.D 2370 439.0 i a 16 RMVL OF PCC SIDEWALK SY 138.3 36 ' 365 539.3 i x 16 SIDEWALK, PCC, 4" SY 91.3 20 256 367.3 17 SIDEWALK, PCC, 6" SY _ 47 16 109 1720 18 SIDEWALK CURB, PCC LF _ 50 ' 50 100.0 19 STANDARD CURB+GUTTER, PCC, 2.0' LF ' 130.0 720 237.0 439.0 20 DETECTABLE WARNING PANEL,CAST IRON SF 96 32 224 '.52.0 21 PCC PATCH, 8" SY _ 387.0 4252 630.0 1,442.2 22 PAINTED PAVT MARK, DURABLE STA 16.72 16.72 33.4 23 TRAFFIC CONTROL LS - - 1 24 FLAGGER DAV 4 4 _ 10 70 W 20 58.0 Z 26 SEEDING PND EROSION CONTROL LS 26 MOBILIZATION Q0 2 0= O LL Z I W Z W C7 Z� 00 Z m� F W Z Q C3 LL W UJ W City File No. PS -291 IN DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 SHEET NO. C.01 STANDARD ROAD PLANS 105-4 10 -1s -o7 The following Standard Road Plans shall be cons6iered applicable to construction work on this projzct NUMBER DATE NUMBER DATE NUMBER DATE PV -101 04-17-12 TC -213 04-17-12 910E PV -102 04-19-11 TC -214 04-17-12 NOTES RC -2 iD-19-04 SW -501 10-16-12 2+53 RG -6 10-02-01 ADJUST EX- STRUCTURE Wf BOXOUT RR -4 2 HIGHLAND AVE 4x51 L MANHOLE ADJUST EX. STRUCTURE W/BOKOUT NEW FRE /LID AM 3 HIGHLAND AVE 4+72 L MANHOLE ADJUST EKSTRUCTURE W7BOXOUT NEW FRAME/LID d HIGHLAND AVE 7+00 L MANHOLE ADJUST EX: STRUCTURE WI BOXOUT NEW FRAMEf LID 5 HIGHLAND AVE 12+53 L MANHOLE ADJUST EX. STRUCTURE WIBOXOUT NEW FRAME LID 6 HIGHLAND AVE 15+46 L MANHOLE ADJUST EX.. STRUCTURE W/BOXOUT NEW FRAME LID 7 HIGHLAND AVE 4$+6$ R MANHOLE ADJUST EX.STRUCTURE WI BOXOUT NEW FR.M.1ElLID 8 HIGHLAND AVE 21+08 L MANHOLE ADJUST EX. STRUCTURE WI BOXOUT NEW FRAME lLID 9 HIGHLANDANE 2f+08 R MANHOLE ADJUST EX STRUCTURE W/BOXOUT NEW FRAME/LID i0 HIGHLRND AVE 2d+32 L MANHOLEADJUST EK. STRUCTURE Wt BOXOUT NEW FRAME lLID 11 HIGHLAND AVE 24+40 R MANHOLE ADJU ST EX. STRUCTURE W/BOXOUT NEW FRAME/ LID 12 HIGHLAND AVE 27+40 L MVWHOLE ADJUST EX. STRUCTURE W1 BOXOUT NEW FRAME lLID 13 HIGHLAND AVE 28+57 R MANHOLE ADJUST EK STRUCTURE Wi BOXOUT NEW FRAME LIQ 14 HIGHLAND AVE 24+32 R MANHOLE ADJUST EK. STRUCTURE W/BOXOUT NEW FRA41ElLID LS - 1 STANDARD ROAD PLANS 105-4 10 -1s -o7 The following Standard Road Plans shall be cons6iered applicable to construction work on this projzct NUMBER DATE NUMBER DATE NUMBER DATE PV -101 04-17-12 TC -213 04-17-12 910E PV -102 04-19-11 TC -214 04-17-12 NOTES RC -2 iD-19-04 SW -501 10-16-12 2+53 RG -6 10-02-01 ADJUST EX- STRUCTURE Wf BOXOUT RR -4 2 HIGHLAND AVE 4x51 L MANHOLE ADJUST EX. STRUCTURE W/BOKOUT NEW FRE /LID AM 3 O 1- ADJUSTMENT OF FIXTURES NO. LOCATION STATION 910E TYPE ADJUSTMENT NOTES 1 HIGHLAND AVE 2+53 L MANHOLE ADJUST EX- STRUCTURE Wf BOXOUT NEW FRAh4E/LID 2 HIGHLAND AVE 4x51 L MANHOLE ADJUST EX. STRUCTURE W/BOKOUT NEW FRE /LID AM 3 HIGHLAND AVE 4+72 L MANHOLE ADJUST EKSTRUCTURE W7BOXOUT NEW FRAME/LID d HIGHLAND AVE 7+00 L MANHOLE ADJUST EX: STRUCTURE WI BOXOUT NEW FRAMEf LID 5 HIGHLAND AVE 12+53 L MANHOLE ADJUST EX. STRUCTURE WIBOXOUT NEW FRAME LID 6 HIGHLAND AVE 15+46 L MANHOLE ADJUST EX.. STRUCTURE W/BOXOUT NEW FRAME LID 7 HIGHLAND AVE 4$+6$ R MANHOLE ADJUST EX.STRUCTURE WI BOXOUT NEW FR.M.1ElLID 8 HIGHLAND AVE 21+08 L MANHOLE ADJUST EX. STRUCTURE WI BOXOUT NEW FRAME lLID 9 HIGHLANDANE 2f+08 R MANHOLE ADJUST EX STRUCTURE W/BOXOUT NEW FRAME/LID i0 HIGHLRND AVE 2d+32 L MANHOLEADJUST EK. STRUCTURE Wt BOXOUT NEW FRAME lLID 11 HIGHLAND AVE 24+40 R MANHOLE ADJU ST EX. STRUCTURE W/BOXOUT NEW FRAME/ LID 12 HIGHLAND AVE 27+40 L MVWHOLE ADJUST EX. STRUCTURE W1 BOXOUT NEW FRAME lLID 13 HIGHLAND AVE 28+57 R MANHOLE ADJUST EK STRUCTURE Wi BOXOUT NEW FRAME LIQ 14 HIGHLAND AVE 24+32 R MANHOLE ADJUST EK. STRUCTURE W/BOXOUT NEW FRA41ElLID 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. WHEN ABUTTING EXISTING SURFACES CONTRACTOR SHALL PROVIDE A 3" THICK MIN. MILLED HEADER ALLOWING NEW PAVEMENT TO MATCH STREET THICKNESS, MILL WIDTH TO MATCH EXISTING WIDTH AND SET A MIN. 10' FROM EXISTING PAVEMENT SURFACES TO PROVIDE A SMOOTH TRANSITION FROM NEW TO EXISTING SURFACE. 3. 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 BE PROVIDED BY CITY PRIOR TO INSTALLATION. LAYOUT AND REMOVAL LIMITS SHOWN ARE BASED ON FIELD REVIEW AND ANTICIPATED REMOVAL TO MEET ACCEPTABLE SLOPES. 4. EACH RAMP SHALL INCLUDE A MINIMUM 2'x 4' PAINTED CAST IRON TRUNCATED DOME INSERT, CURB RAMP THICKNESS VARIES FROM 6" MINIMUM TO THE THICKNESS OF THE EXISTING MATCHING STREET. SEE SHEET B.02 FOR DETAILS. r }, -01 Y 601 $ - 0 1349 1338 718 _ 722.-,s .1' O AN W � m c � •. ,=1 HIGHLAND r. I 2+00 �� 3+00 4+00 H 5+00 6+00 AVE 7 u0 I WATER VALVE MANHOLE ADJUSTMENT (TYP) i ADJUSTMENT (TYP) I • Z) 1— BEGIN MILLED HEADER AT PCC W s Kai e a SURFACE 1401 co 1402 `� I 1402 717 721 (. 4" SIDEWALK REMOVAL AND REPLACEMENT (TYP) SHEET SCALE zz a 0 40 r g Lu W 0 City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 1 Sheet No. D.01 NOTES: 1. PAVEMENT REHAB SECTION FROM KEOKUK CT TO CRESCENT STREET INCLUDES NEW HMA OVERLAY ON EXISTING PCC NOT PREVIOUSLY OVERLAYED. 2. THIS SECTION WILL NOT REQUIRE COMPLETE SURFACE MILLING; HOWEVER IT WILL REQUIRE PAVEMENT FULL DEPTH PATCHING, PARTIAL DEPTH PATCH (SURFACE MILL), JOINT FILLER AND LOOSE DEBRIS REMOVAL, NEW HMA OVERLAY ON EXISTING PCC. ITEMS WILL BE PAID SEPARATELY AS INDICTED IN MEASURE AND PAYMENT IN SPECS. END OVERLAY WITH MILLED BEGIN OVERLAY WITH MILLED 3. NEW OVERLAY TO MATCH WITH EXISTING SURFACE WILL REQUIRE TRANSITION BETWEEN SURFACES WITH 3" MILL HEADER AT PCC SURFACE HEADER AT PCC SURFACE �� THICKNESS _ = 750 I I 1330 B ----- 734 ORTH A - 722 726 _ Y MANHOLE ADJUSTMENT (TYP) I --- --- i 11+00 1 0 1 OD ---_-_ - .00 gt00 I 8+00 HIGHLAND AVE ' �t — X_ — 1401 - —. - 1 amp* s —� , // -1 ,. 1 +If'3 8 721 725 729 SHEET SCALE 0 40 � ❑ I B -- 1320 -_.� 1321. cel az 910 I I _ • � • z ! � a 1320 ORT ` I 1 i Y I 1 00 1 0 I E 0 18+00 I I WATER VALVE— ADJUSTMENT(TYP) a 941 0>- 923 923 Z I Lu I LU I CJ 407 911 915 919 923 W I� I U 1003 City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 Sheet No. D.02 i J N 1002 la 1006 1010 i 1104 q11( 4" SIDEWALK REMOVAL 1012 1024 1J 1 -I a AND REPLACEMENT (TYP) 1018 1022 1024 NORT 18+00 I ' MANHOLE ADJUSTMENT (TYP) ) ■s 19, HIGHLAND AVE "2 20+00 +0 22+00 23+0o ( 12a+c 1 I 1003 1 1 }� e I 11 I _ I I i i 1009 I - F N � i 1021 I i i Slos i401 r., C_3 I m SHEET SCALE a° S16EWALKi REMOVAL �ANb REPLACEMENT(TYP) 0 40 1110 1114l,� 1200 1210 J D 1212 1214 1218 1325W Q ud WATER VALVE MANHOLE ADJUSTMENT ` t } 1326 - ADJUSTMENT(TYP) C % (TYP) I if fills za+oo ~ zs+oo zs+oo HIGHLAND AVE27+00 2e+oo HIGHLAND AVE H 29+00 —._ --.-_ _.. -- Wf I 1401 i 1402 1217 o 1223 1209 F1211 II 1219 121s i City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 1 Sheet No. D.03 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. WHEN ABUTTING EXISTING SURFACES CONTRACTOR SHALL PROVIDE A 3" THICK MIN. MILLED HEADER ALLOWING NEW PAVEMENT TO MATCH STREET THICKNESS. MILL WIDTH TO MATCH EXISTING WIDTH AND SET A MIN. 10' FROM EXISTING PAVEMENT SURFACES TO PROVIDE A SMOOTH TRANSITION FROM NEW TO EXISTING SURFACE. 3. 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 BE PROVIDED BY CITY PRIOR TO INSTALLATION. LAYOUT AND REMOVAL LIMITS SHOWN ARE BASED ON FIELD REVIEW AND ANTICIPATED REMOVAL TO MEET ACCEPTABLE SLOPES, 4. EACH RAMP SHALL INCLUDE A MINIMUM 2'x 4' PAINTED CAST IRON TRUNCATED DOME INSERT, CURB RAMP THICKNESS VARIES FROM 6" NORTH MINIMUM TO THE THICKNESS OF THE EXISTING MATCHING STREET. SEE SHEET B.02 FOR DETAILS. SHEET SCALE INTAKE REPLACEMENT UNDER SEPARATE CONTRACT 0 40 / MATCH ELEV I SIDEWALK AND CURB _ AT PCC JOINT RAMP TO REMAIN — - -- — O -- IOWA AVENUE 1 d + i —� -- F_ — 5+00 SIDEWALK AND CURB TIOWA RAMP TO REMAIN AVENUE ��� MATCH ELEV -- i AT PCC JOINT" n I 1 a 12+00 12-15 11+00 © 10+00 _ — + MATCH ELEV AT PCC JOINT g AVENUE— I � City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 Sheet No. D.04 Resurfacing Limits (Typ) 4 M IOWA AVENUIc= — — -- IOWA AVENUE -------- Resurfacing Limits (Typ) 12+00 12+16 --- 10+00 - 0=1 _ — — w z IL 0 z Q x w w a SHEET SCALE 0 40 City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 Sheet No. K.01 PAVEMENT MARKING KEY + QUANTITY '} 01 DOUBLE CENTERLINE (YELLOW), 4" 1.24 =" ': O2 BROKEN LANE LINE (WHITE), 4" 8.39 J 03 CROSSWALK LINE (WHITE) 4.36 ®STOP LINE (WHITE), 24" 2.73 TOTAL STA. (BASED ON 4" EOUIV) 16.72 z IL 0 z Q x w w a SHEET SCALE 0 40 City File No. PS -291 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2015 Sheet No. K.01 NTS N LOWER WEST BRANCH RD ULU C T G f , Ca LONER tWSi RANC41 ROAD & —, ARK T ST J T IOWA A n ,q —.-5 u 4 /\�//\� � ��y���_��\�� NTS •. 800 8R iN5 _ COURT ST/ j) YT Y V L 1 TAFT a wa R AVENUEiu 'O kU5 NE Tfq s r-� SRO I •i,. 1 p .� .l .... b +e / f • 'J - J - h, rc i r s .�. r C0 U RT ST � - azam ST I 1 SYCAMORE o STREET $ SYCAMORE ST �LEHMAN Ott� _.r r AVENUE s Pak 0.I f _ t _- _ - W X� -'F-. ! �.. } Q >I .. t - t- U)- >1.1 d_ WAROVeN ST COORDINATE WORK WITH ` SYCAMORE STREET RECONSTRUCTION PROJECT AIMF 8" FUI_!- DEP HMA REPAIR CONTRACTOR L x _yam �i�''F" y"� � � d +� �`',� t• �` f <Fy 1 SYCAMORESTI3EET S 2?_,Q q[r FN�F M�rR�oq< 8 0' 0 � u`5 City Filo No. PS -291 td AlGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2015 JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2014 SHEET NO. W.01 Vf ° NNS., m.lman W N z+ m T y n e a''rn ca 1n N a� A� m c�,x y o D myao o''.<�S➢ z'o2 335-3 p nl F Z _.' 11. r r IT V O m I D D m m➢ F.�CCi O.��ITST y,.00A O�A,Syy yZm T.Z'q 4pAa rmo zz�i,�c➢nymcm-iiPm.y3 sp 3 n to Dm AnnViPo DCZZGm] 2 T C D L S'.A O ➢i ]1 IO O y➢ 1.17r •�'y C A T y �� N n IM -. 'I, O y ml m �� y p tyim _ 111 x O A A O Z I � O TI O> 0O.O OC�OI? i 1 C D'. ➢ n VIII Chipseal - Lowcr West y n m'o Branch Rd to American Le9i°n Rd ChIpseal Gllbertto 3 Lehman n n 0 a m n Bridge W Madison St u of N m I °fI Keokuk Ct to Keokuk St - ? l inti v Keokuk Ct to Cresent SI 2 Ili � i Cresetn to Yewell y 2 g.� d"i will- I O Y ~ ➢ r O ole N I 1 I I i c z y apa A_ 0 0 o o�o of n m « m - w e• m I 2 m y0 Prepared by: Dave Panos, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 35&5145 RESOLUTION NO. 15-67 RESOLUTION SETTING A PUBLIC HEARING ON March 23, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ASPHALT RESURFACING PROJECT 2015, 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 23rd day of March 2015, 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. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this Stn day of march _'2015. l WN �� Approved by ATTEST: %7�u � % /V-'. 7L_�.i� i ') � ` I CITY'CLERK City Attorneys Office 61ENG\PW\Resolu0ons\Project Resolulions0e ing Public HeanngW phall Resurfacing 2015Set Public Heanng Project-AsPhait Resuvfaary 2015.tl Resolution No. ]Page 2 15-67 It was moved by Throgmorton and seconded by Botchwav the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway R Dickens x Dobyns x Hayek x :Mims x Paine x Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ASPHALT RESURFACING PROJECT 2015 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 2015 in said city at 7:00 p.m. on the 23rd day of March, 2015, 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 yy Z,O.O WOO 1<1 DV cZJ F px0¢�-2_ U w¢w -U ��L�mLN�mmo m`D °. mE o..mmx��mom E'UUa ��o.mn `o"mma m W~ h VLLa Q Jt0rm0%- J ZvmOmm`mmE xU00 Uu¢p¢RO ¢ z - asia 0 4m,UON mNE 00eoSmEcEoCNOD�.,�.NOOOfcU_.m OaOcNmm Em mwow > mo c E �'vmu1COi zb°g .: o 4tt2JLLOo >_-. •rENUmON• or.mc_mC Wo �OP CLLUULLG OW . =��mU> E Oo¢U LmmycmNE 0=0FF id0� (r�iOm/mJ1 �UO@0 Ut--=« �Qmy E W x2, OxZ «coN6m ON110 awVmC 0 "OcU0 > UrWn1 =UJLD.JOO. E.. LL�QUJmJ- n QO -xUL« OOffLL2 EEmOC - yiOvhO- z- C> 02 E LLW �NpaoCi>aNN rymaU'vOC.~vm_d.1G•�oNU'm- -dUm-m cE Die '3F36 YUjm0 N O N N N m t= ¢Sa..x�r m c,..0 UJ O D O C Q 1 G D m O E IE != � ^. u oU-_ mU o u u._ UU Z Z F-E I ^ o V U U { r .. 4 a e Ferr 0 3 c v N w a$ i p O Y o L U F m o nmv_ p Gi' p N O 0 W N T O N bv U < z 3 > u u v o s o C c d W W m a` U E -� «a sY 3 n W OD sQ� Y M W M1 N j N LIJ qcE Eo � y ¢ E g 6 Prepared by: Dave Pan os, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. 15-84 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ASPHALT RESURFACING PROJECT 2015, 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 # S3824.. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract, and estimate of cost for the above-named project are hereby approved. 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. 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. 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 10°i day of April, 2015. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 21st day of April, 2014, or at a later date and/or time as determined by the Director of Public Works or designee. Passed and approved this 23rd day of March , 2015. Mayor r Approved by: ATTEST:, i City Clerk City Attorneys Office Resolution PvTco Page 2 It was moved by Payne and seconded by Bot_ chway the Resolation be adopted, acid upon roll call there were: AYES: NAYS: ABSENT. x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton Publish 3/27 NOTICE TO BIDDERS ASPHALT RESURFACING PROJECT 2015 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 10th day of April 2015. 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 21st day of April 2015, or at special meeting called for that purpose. The Project will involve the following: 1,953 tons of asphalt cement concrete, 11,979 sq. yards of pavement milling, 439 feet of pcc curb and gutter replacement, 539 sq, yards of pcc sidewalk and curb ramp pavement removal and replacement, 3,911 GAL. of chip sealing binder, 196 tons of chip seal cover aggregate, traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division which have hereto- fore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred 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: Street Milling and Overlay Early start: June 15, 2015 Completed: July 24, 2015 Liquidated Damages: $500 per day Phase 2: Chipseal Surfacing Early start: July 1, 2014 Completed: August 31, 2015 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, 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 Printer's Fee $ ea CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.I111442-0330670 } Ir f'U4 'fir being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I thril , on the'y following date(s): liV .k Legal Clerk Subscribed and sworn to befor a this 316 day of Not Pub ADAM JAMES KAHLER Ali Commission Number 785381 My Commission Expires 08104/2017 OFFICIAL. PUBLICATION e _ The following limitations shell N()TCCE TO BIDDERS apply to this Project' ASPHALT P:ESURFACINC Completion Deadlines: PROJECT 2015 Phase 1: Street Milling and Sealed proposals will be received Overlay by the City Clerk of the City of Iowa Early start: June 15, 2015 City Iowa, until 2:30 P.M. on the Completed: July 24, 2015 10th day of April 2015, Sealed Liquidated Damages: $500 par proposals will be opened Immedi- day ately thereafter by the City Engineer Phase 2; Chipseal Surfacing or designee. Bids submitted by fax Early start: July 1, 2014 machine shall not be deemed a "sealed Completed. August 31. 2015 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 - bidder unopened. Proposals will posed contract documents may be be acted upon by the City Council examined at the office of the City at a meeting to be held in the Clerk. Copies of said plans and Emma J. Harvat Hall at 7:00 PM specifications and form of proposal on the 21st day of April 2015, or at blanks may be secured at the special meeting called for that put- Office of the City Engineer of Iowa nose- City, Iowa, by bona fide bidders. The Project will involve the follow- A $25 deposit Is required for each Ing' 1,953 tons of asphalt cement con- set of plans and specifications pro - vided to bidders or other interested trete, 11,979 sq. yards of pave- persons. The fee shall be in the ment milling, 439 feet of pct curb form of a check, made payable to: and gutter replacement, 539 sq. 'Treasurer of the City of Iowa City. yards of pec sidewalk and curb Iowa' The deposit shall be ramp pavement removal and refunded upon return of the con - replacement, 3.911 GAL, of chip tract documents within fourteen sealing binder, 196 tons of chip days after award of the project. If seal cover aggregate, traffic con- the contract documents are not trol- other related work, returned within fourteen days after All work is to be done in strict award and in a reusable condition, compliance with the plans and the deposii shall be forfeited specifications prepared by the City Prospective bidders are advised of Iowa City Engineering Division that the City of Iowa City desires to which have heretofore been employ minority contractors and approved by the City Council, and subcontractors on City projects, A are on file for public examination in listing of minority contractors can the Office of the City Clerk. be obtained from the Iowa Each proposal shall be completed Department of Economic on a form furnished by the City and Development at (515) 242-4721 must be accompanied in a sealed and the Iowa Department of envelope, separate from the one Transportation Contracts Office at containing the proposal, by a bids. (515) 239-1422. bond executed by a corporation , Bidders shall list on the Form of authorized to contract as a surety Proposal the names of persons, in the State of Iowa, in the sum of firms, companies or other parties 10% of the bid. The blit security with whom the bidder Intends to shall be made payable to the subcontract. This list shall include TREASURER OF THE CITY OF the type of work and approximate IOWA CITY. IOWA, and shall be subcontract amount(s), forfeited to the City of Iowa City In The Contractor awarded the con - the event the successful bidder tract shall submit a list on the Form fails to enter into a contract within of Agreement of the proposed sub - ten (10) calendar days of the City contractors, together with quanh- Council's award of the contract ties, unit prices and extended dol - and post bond satisfactory to the lar amounts. City ensuring the faithful perfor- By virtue of statutory authority, mance of the contract and mains- preference must be given to old- nance of said Project, if required. nets and provisions grown and pursuant to the provisions of this coal produced within the State of notice and the other contract doc- Iowa, and to Iowa domestic labor, uments. Bid bands of the lowest to the extent lawfully required two or more bidders may be under Iowa Statutes. The Iowa retained for a period of not to reciprocal resident bidder prefer - exceed fifteen (15) calendar days enpe law applies to this Project. following award of the contract, or The City reserves the right to until rejection is made, Other bid reject any or alt proposals, and also bonds will be returned after the reserves the right to waive technl- canvass and tabulation of bids is calities and irregularities, completed and reported to the City Published upon order of the City Council. Council of Iowa City, Iowa. The successful bidder will beI MARIAN K. KARR, CITY CLERK. required to furnish a bond in an amount equal to one hundred par- ` March 27, 2015 cent (100% of the contract price, PC-WM4woe 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 completion and formal acceptance bV the City Council- Prepared by Dave Panos, 410 E Washington St., Iowa City, IA 52240 (319)356-5145 RESOLUTION NO. 15-110 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE ASPHALT RESURFACING PROJECT 2015. WHEREAS, L.L. Pelling Company of North Liberty, Iowa has submitted the lowest responsible bid of $689,782.10 for construction of the above-named project, and WHEREAS, funds for this project are available in the Pavement Rehabilitation Fund account # 53824. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT, 1. The contract for the construction of the above-named project is hereby awarded to L.L. Pelling 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 21st day of April 20 15 MAYOR Approved by ATTEST: CITY CLERK City Attorney's Office N I��rS It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT X Botchwav X Dickens X Dobyns X Hayek X Mims X Payne x Throgmorton rwe ng rriWurssaw rdcon. doc 4115 50WQ5� FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and LL Pellino Company ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 9`h day of March, 2015, for the Asphalt Resurfacing Project 2015 ('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 incor- porated 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 7-17-14 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 AG -1 This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attach- ment): CIO I 4. Payments are to be made to the Contractor in accordance with the Supplemen- tary Conditions. DATED this _ day of 20 . Cit Mayor ATTEST: X �. ity Clerk AG -2 Contractor By LmAtA-CAOV� (Title) s-vy''C ATTEST: /�&OA 126 &�W+ (Title) N�j_�is (Company Official) Approved By: City Attorney's Office ADDENDUM #1 FORM OF PROPOSAL ASPHALT RESURFACING PROJECT 2015 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 I^ . rte= 1 l i n Address of Bidder 'R �,A" TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 11 The undersigned bidder submits herewith bid security in the amount of s n o� .-,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. ASPHALT RESURFACING PROJECT 2015 SCHEDULE OF PRICES - ADDENDUM #1 ITEM NO. ITEM UNIT TOTAL UNIT PRICE EXTENDED TOTAL 1 --___ CLEAN &--PREPARATION OF BASE MILE .1 . 0.78 34(p5.00 _ 4'.LVa110 HMA SURFACElPARTIAL PATCH 2. - TON 74.7 (DD1pQ 52,001 3 PAVEMENT MILLING -- 13,944.6 -- 3,90 ��, tos -9 '20 i SY - 4 PAVEMENT -MILLI NG, PARTIAL DEPTH PATCHES SY -14,8 5_ HMA (I h1 ESAL) BASE, 1/2" TON 10236, _ _ 12511590, 6 IHMA(1M ESAL) SURF_ V2",NO ERIC TON o(V 7 'ASPHALT REMOVAL, DRIVEWAY AND D APRON - j SY _ 260 .0 �G,�Q A--9 ('00 8 �HMA PATCH, 5" SY 187.0 O l.. - -_. 1 a,O03 0 9 COVER AGGREGATE TON _ - _ 50,00 --. R - 3 71OxQ _ __ 10 BINDER BITUMEN GAL ---- 11036.0 11 ASPHALTPATCHING COLD MIX TON 1750 12 MANHOLE ADJUSTMENT EA_ 140 ( p�p Q, ���CeCao 0- 13 WATER VALVE ADJUSTMENT EA 1 ryS• �0 - a_ ).00 100 14 RMVLOF CURB&GUTTER LF - - F _ 15 RMVL OF PCC SIDEWALKSY _4390 5393 14 T Coa 16 (SIDEWALK, PCC 4" BY _ 3673 �y a,J(,ja-5� _ 17_ iSIDEWALK, PCC 6" SY 1720 _�d +LJ ol.7 Co. 18_ SIDEWALK CURB, PCC LF 100.0 _._ 53Q,50 _ , coii3s6xIo 19 (STAN DA -RD RB+GUTTER PCG 2.0' 439.0 .- 3520 L4 1. _.�(/i�(� _ _ . (P Q�`}._.. 20 _ -CU _LF !DETECTABLE WARNING PANEL,CAST IRON SF - _-_ -. .. 21 irPCC - PATCH 8 BY —. - 15405 _ _ i•W /i��J.�JJ - 1672 22 iPAINTED PAVT MARK, DURABLE __ ISTA IU7�/'�Q�0/�/� 23 (TRAFFIC CONTROL �. _ 1 _ 1-% OLJ�J.00 Fa�.a------._ 17 j� m 24 _tFLAGGER _LS - - - 7400 - O 25 - (_DAY SEEDING AND EROSION CONTROL LS - - - 1 �• m 26 jMOBILIZATION LS 1 _._3 AA V Q __ 3Y� ITotaI BID PRICE co 89, 7,310 ADDENDUM #1 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: V�1c, l , O nd 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: 1)ie VV V1111n2� Title: V ► u Address: 1 ^1 -S Q3117 Phone: �) 19 - (-Q9-CQ — q �-o0 tea_ Contact: C CERTIFICATE OF LIABILITY INSURANCE 5120/2016Dvrvrl THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the PRODUCER \rthur J. Gallagher Risk Management Services, Inc. 1200 Corporate Drive Ste 160 Most Des Moines IA 50266 INSURED L.L. Pelling Company, Inc. P.O. Box 230 North Liberty IA 52317 Me E-MAIL lauri_meneou h@a com AUPRf_ ___ _ 9 �g—__-_- INSURER(S) AFFORDING COVERAGE INSURER A : Travelers Indemnity Company INSURERB Phoenix Insurance Compan 25623__ INSURER c The Travelers Ind_emnity Company of _ 25682 INSURER Charter Oak Fire Insurance ComQaa 25615 COVERAGES CERTIFICATE NUMBER- 846575488 REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR - OL SUB -- _-- -- - - POLICY EFF POLICY EXP TYPE OF LIMITS LTR (NSD WVD POLICY NUMBER MMIDD/VYVY MMIODlYYYV B X . COMMERCIAL GENERAL LIABILITY Y DT-CO-IF123382-PHX-15 12/1/2015 12/112016 EACH OCCURRENCE $1,000,000 _ CLAIMS -MADE ' X OCCUR 1 PR_EMISES(Eaoccurrenca $300,000_ X Contractual Llab_-_ MED EXP (Any one person) $110,000 - _-. _ X XCU Included PERSONAL &ADV INJURY '$1,000,000 GEN' L AGGRE�GyATlELIMI T APt IESPER' GENERAL AGGREGATE $2,000,000 POLICY " PRT _' LOC PRODUCTS COMP/OP AGG 1 $2,000,000 _ OTHER'. Empl Bent 1 $10000D0 A AUTOMOBILE LIABILITY DT -010 -1F123302 -IND -15 12/1/2015 12/1/2016 UUMBINLU$(Ea 1,000,D00 accident) X ANY AUTO BODILY INJU RY(Per person) II$ ALL OWNED SCHEDULED '. BODILY INJURY (Per acciint) _ AUTOS AUTOS NONOWNED- FROW NTY DAVAL1` X HIRED AUTOS LX_ AUTOS F fPeraccidedt) - X Comp $1,000 X ',Coll $1,000 g A X UMBRELLA LIAB X OCCUR DTSM-CUP-1 F123382 -IND -15 12/112015 12/1/2016 EACH OCCURRENCE_ '45,000,000 EXCESS LIAB I MA_D_Ei AGGREGATE 3� 5000,000 _ _CLAIMS DED RETENTIONS _ $ ' C COMPENSATION DTVYBE-UB-1 F123382-15 1211/2015 12/1/2016 O X PETTH�- (WORKERS AND EMPLOYERS' LIABILITY YIN __ . _ I ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER E%CUJDEOP NIA EL EACH ACCIDENT 1$500,000 --- — - ---- --- 1 (Mandatory in NH) DISEASE E L DISEASE - EA EMPLOYEE $500,000 000 '.IF yes, describe antler - - DE SCRIPTION OF OPERATIONS below EL DISEASE -POLICY LIMIT'$500,000 D LeasedlRented Equip QT -660-2F728553 COE 12/1/2015 12/1/2016 Limit $250,000 Deductible $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (ACORD 101, Additional Remarks Schedule, my be attached if more space is required) RE: Asphalt Resurfacing Project 2015. City of Iowa City is included as additional insured with respects the General Liability policy. ..,D City Clerk, City of Iowa City, City Hall 410 E. Washington St. Iowa City IA 52240 SHOULD ANY OF THE ABOVE DESCRIBED POLIBIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE,.WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.•° AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Prepared by: Dave Panos, Public Works, 410 E. Washington St„ Iowa City, IA 52240 (319) 356-5415 RESOLUTION NO. 16-285 RESOLUTION ACCEPTING THE WORK FOR THE ASPHALT RESURFACING PROJECT 2015 WHEREAS, the Engineering Division has recommended that the work for construction of the Asphalt Resurfacing Project 2015, as included in a contract between the City of Iowa City and L.L. Felling Project of North Liberty, Iowa, dated April 21, 2015, be accepted, and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office, and WHEREAS, funds for this project are available in the Pavement Rehabilitation account #3824; and WHEREAS, the final contract price is $ 719,822.72. 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 18th day of October 20 16 MOOR Approved by ATTEST: CITY LERK It was moved by Botchway and seconded by adopted, and upon roll call there were AYES: NAYS: x x x x Pwe ng! maste rsfacptwor k. do c 10H6 City Attorney's Office Mims the Resolution be ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton