Loading...
HomeMy WebLinkAboutCURB RAMP 2017 PROJECTCURB RAMP 2017 PROJECT 2017 06 -Feb -2017 Plans, Specs, opinion of cost. 07 -Feb -2017 Res 17-38, setting a public hearing. 21 -Feb -2017 Res 17-57, approving plans, specs, form of agreement, and estimate of cost. 22 -Feb -2017 Notice to Bidders 21 -Mar -2017 Res 17-77, awarding contract. 02 -Jan -2017 Res 18-4, accepting work. cE: °V I I FEB -5 Pr; 1: 35 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION IT`;` CLEI ;d CITY,;+: PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CURB RAMP 2017 PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Dave A. Panos, P.E. Senior Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2018. DATE: SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ............................................. NOTE TO BIDDERS ................................................ FORM OF PROPOSAL ............................................ BIDBOND................................................................ FORM OF AGREEMENT ......................................... PERFORMANCE AND PAYMENT BOND ............... CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS).... WAGE THEFT POLICY ........................................... GENERAL CONDITIONS ......................................... DITIONS Page Number SUPPLEMENTARYCON......................................................................... BIDDERSTATUS FORM........................................................................................ TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... Section 01025 Measurement and Payment ................................................ Section 01310 Progress and Schedules..................................................... Section 01570 Traffic Control and Construction Facilities ........................... DIVISION 2 - SITE WORK Section 02050 Demolitions, removals and Abandonments ..................... Section 02100 Site Preparation.............................................................. Section 02220 Earth Excavation, Backfill, Fill and Grading .................... Section 02520 Portland Cement Concrete Paving ................................. Section 02524 Curb Ramps.................................................................... Section09010 Seeding........................................................................... Appendix Iowa DOT Standard Road Plans ........................................................ Joints............................................................................................ PCCCurb Details.......................................................................... Manhole Boxout in PCC................................................................ Lane Closure involving TWTL....................................................... StormIntake Details...................................................................... SUDAS Design Details............................................................ Concrete Driveway, Type A ................................................ General Sidewalk and Curb Ramp Details ......................... Detectable Warning Placement .......................................... Iowa Department of Transportation Design Manual Chapter 12A-2: Sidewalks and Bicycle Facilities Accessible Sidewalk Requirements, Dated 7-17-14 AF -1 NB -1 FP -1 BB -1 AG -1 PB -1 CC -1 WT -1 GC -1 SC -1 BF -1 01010 01025 01310 01570 02050 02100 02220 02520 02524 09010 Detail Number PV -101 PV -102 PV -103 TC -228 SW -507-510 Figure Number 7030.101 7030.205 7030.210 NOTICE TO BIDDERS CURB RAMP IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 14th day of March, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadlines -will Jae tetur(ted Ito 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 215` day of March, 2017,orat special meeting called for that purpose. The Project will involve reconstruction of curb ramps at 10 intersection locations in Iowa City. The project includes all materials, labor and equipment necessary for construction of project improvements. Approximate quantities include: 288 SY of 4" PCC Sidewalk, 178 SY of 6" PCC Sidewalk, 197 SY 8" PCC Pavement Patch, 292 SF Cast Iron Detectable Warning Panels, 292 LF PCC Curb and Gutter, erosion control, hydroseeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to fumish a bond in an amount equal to one hun- dred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 45 Specified Start Date: Early Start April 3, 2017 Late Start — June 12, 2017. Liquidated Damages: $ 200 per day The plans, specifications and proposed contract documents may be examined at the office AF -1 of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductionsfrechnographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of -the project by City Council in re -usable condition." 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 Inspections and Appeals at (515) 281-5796 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 subcontract. 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 required 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. Posted upon order of the City Council of Iowa City, Iowa. DEPUTY CITY CLERK, CITY OF IOWA CITY AF -2 NOTE TO BIDDERS _�r� � r•d L• 7� 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 maybe 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 and Bidder Status Form Envelope 2: Form of Proposal NB -1 FORM OF PROPOSAL CURB RAMP 2017 PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 SCHEDULE OF PRICES NoITEM UNIT QUANTITY TOTAL UNIT PRICE EXTENDED TOTAL 1 CURB d GUTTER REPLACEMENT LF 292.0 2 RMVL OF PCC SIDEWALK SY 446.5 3 ISIDEWALK, PCC, 4" BY 287.8 4 SIDEWALK, PCC, 6" SY 177.7 6 SIDEWALK CURB, PCC, 6-8" LF 16.0 6 PCC DRIVEWAY APRON, 6" BY 9.7 7 PCC PAVEMENT PATCH, 8" SY 197.3 8 MANHOLE ADJUSTMENT AND BOXOUT EA 1.0 9 STORM INTAKE THROAT REPAIR EA 6.0 10 DETECTABLE WARNING PANEL,CAST IRON SF 292.0 11 TRAFFIC CONTROL EA 10.0 12 HYDROSEEDING EA 10.0 13 MOBILIZATION EA 10.0 TOTAL COSTS 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: Name: Type of Work: Appx $ Amnt: NOTE: All subcontractors are subject to approval by City. FP -2 The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity -with the"Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents' prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that 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_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City") and WHEREAS the City has prepared certain Plans, Specifications, Qrffp a! and,.Cpnt act wll 11. J Documents dated the day of 20_, for the-; r c u Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; h. Contractor's Completed Bidder Status Form; attached hereto i. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; j. Completed Form of Proposal; and k. This Instrument. AG -1 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price $ Amnt: 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of 120 CCS ATTEST: Mayor City Clerk AG -2 Contractor (Title) ATTEST: (Title) (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 (g ) 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 Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW. THEREFORE. THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient NM funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid- by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness I0 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program 1 � 1 41*01p~*. CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants -and vendors and "requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 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. mgr\asst\contractcompIiance.doc 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 2 THROUGH 3 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.) 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. 2. 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 seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgrtassftontractcompIiance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? 35 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 mgrlassBcontractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment'oppdrturities Oobotnent 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. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgrlassUontractcompiiance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consuitant-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: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation JQrd: U-,4rp, 12--16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy 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. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom 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 unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective 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 department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: CC -6 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 qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, 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 employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment 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 narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability 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 narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 084312, 8-11-2008) CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, 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. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the polity of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entltyj who has 6&nitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum. Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance; which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 WAGE THEFT AFFIDAVIT , r STATE OF ) ss: COUNTY ) upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither (contracting entity) nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by WT -2 on 20_ Notary Public in and for the State of GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, 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 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form 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 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC -1 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. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR_ MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Workers Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. SC -2 In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractors 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, Vnd-90ch cdver~age' : „ 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. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. 'Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising 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. SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: - The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment 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 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 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. SC -5 S-12 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 agate of$75 per hour. S-13 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. SC -6 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or" No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. / / (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes' for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Dates: / / to Dates: / / to You may attach additional sheet(s) if needed. Address City, State, Zip: Address: City, State, Zip: Address: City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete PartA of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not fled a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF -2 `ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed _ Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders -on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to pedury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875--156.1(73A) Purpose, scope and de£mitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a s�hpgl districtrpublic . utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in . part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the fust advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited parriership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the fust advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. MW Specific methods of calculating and applying a preference shall minor those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. Itite eyent that the specific method used by the nonresident bidder's home state or foreign country cannot -be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act maysubmit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV.. f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the cu`Zody and disbursement of funds of the public body that contracted for construction of the public improvement -or - undertook mprovement or - undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor un3eHI%'1&m9 ot" ' the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner . indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(l) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/141 EDrroR's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 TECHNICAL SPECIFICATIONS -- DIVISION 1 - GENERAL REQUIREMEKT& rEB _6 pill 1: T c-. CITY CLE"'Y� I .". SECTION 01010 - f SUMMARY OF THE WORK I? FEB -6 CI i `! CLE"`✓ PART 1 - GENERAL CF't'.ti, C1 I ' .: I General description, not all inclusive. A. Base Bid Work: 1. Provide vehicle and pedestrian traffic control during all phases of project. 2. Coordinate work schedules and traffic control with City staff. 3. Remove existing curb, sidewalk pavement, and street as necessary 4. Install new PCC curb and patching 5. Install new PCC sidewalk and curb ramps 6. Seal all joints. 7. Seed and Stabilize disturbed areas 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT - -- nr PART 1 -GENERAL C. ' 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no 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 govem 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 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 01025-1 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 t(7T0WVinju'ry or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall includecompensationfor top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 7. Curb & Gutter Replacement The unit price for this item (LINEAR FEET) shall constitute full payment for all labor, material, and equipment to saw, remove, dispose, and reinstall new PCC Curb and Gutter section, curing with white pigment cure. Cold weather protection if needed shall be included as an Incidental cost to this item. The work shall Include capture and disposal of slurry from sawing. 2. 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. 3. Sidewalk, PCC, 4" The unit price for this item (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete sidewalk constructed at the specified widths, 4" thickness, and mix design. Included with these items are excavation and removal of excess soil, subgrade preparation and compaction, forming, concrete placement and finishing, white pigmented curing application, and jointing and joint sealing as shown in contract construction plans. Cold weather protection If needed shall be Included as an incidental cost to this item. 4. Sidewalk, PCC, 6" The unit price for this item (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete sidewalk constructed at the specified widths, 6" thickness, and mix design. Included with these items are excavation and removal of excess soil, subgrade preparation and 01025-2 compaction, forming, concrete placement and finishing, white pigmented curing application, and jointing and joint sealing as shown in contract construction plans. Cold weather protection if needed shall be included as an incidental cost to4hisitern"- 5. Sidewalk Curb, PCC, 6"-8" The unit price for this items (LINEAR FEET) shall be full gompVsation for installing Portland Cement Concrete curb at the specified widths, thicknesses and mixaesigns ^' This item is to be used for curb installed beyond the back of sidewaVkhen needed (as determined by Engineer). Item shall be paid and measured based_dfl LINEAR FEET of PCC installed from 0-8" height. Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities (Dated 7-07-14), and Standard Road Plan MI -22 shall apply to curb ramp installation. 6. Portland Cement Concrete (PCC) Driveway Apron, 6" The unit price for this item (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete apron approach pavement at the specified widths, thicknesses and mix designs. Included with this item is subgrade preparation and compaction, forming, concrete placement and finishing, curing, tie bar reinforcement, and or expansion jointing, and joint sealing. Alley approach shall include a transition in thickness from 6" at the sidewalk to a 10" min. thickened edge within 12" of adjoining pavement. 7. Portland Cement Concrete (PCC) Pavement Patch, 9" 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 street pavement, and install PCC street patch to the level and thickness of abutting concrete not less than 8" thick using PCC materials as approved in Iowa DOT standard specification section 2529.02. Doweling to adjoining pcc and CD baskets as required for all transverse joints shall be incidental to this item and shall be installed in accordance with Iowa DOT Standard Road Plan RH-50 and RH-51. Integral 6" PCC curb removed with the patch area shall be replaced incidental to this item. PCC curb will not be paid separately and will be included in the measured area for payment. The work shall include capture and disposal of slurry from sawing. Curing patch with white pigmented cure, and sawing and sealing patch joints shall be considered incidental. Cold weather protection if needed shall be incidental to this item. Item shall be measured for payment based on a (SQUARE FEET) area based on the footprint of street patch along with any curb and gutter footprint area removed and replaced. 8. Manhole Adjustment and Boxout 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 and install reinforcement for a boxout around the new lid and frame. Sawing to separate the boxcut from the surrounding slab shall not be necessary with this work. This item includes supply and installation of a chimney seal and additional work on the upper manhole section to establish a proper connection and seal between manhole and casting. This item will include all work, equipment and materials necessary for cleaning, preparing and installation of new casting. Supply and installation of new castings with City of Iowa City logo shall be a requirement with this item with cost incidental to item. 9. Storm Intake Throat Repair The unit price for this item (EACH) shall constitute full payment for all labor, material, and equipment to remove and replace intake throats in accordance with Iowa DOT Standard Road Plans SW -507, SW -508, SW -509, SW -510 and, as shown along in project plans will be 01025-3 required. Doweling to adjoining pec and other reinforcement as+equired perT6wa DOT Standard Road Plans, curing with white pigmented cure, and sealing joints $haA be -considered incidental. Item shall be measured for payment based on a (EACH).thCoatxeraovedand.replaced. 10. Detectable Warning Panel, Cast Iron The unit price (SQUARE FEET) for this item shall be full compensation for all materials, work, and equipment necessary to supply and install detectable wamirig'panels to configurations shown in plan, and in accordance with ADA standards. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, Metadome, or equivalent. 11. Traffic Control The unit price for this item (EACH) shall constitute full payment for all labor, material, and equipment to install, maintain, and remove all traffic control devices for (EACH) location in this contract. Item shall include roadway signage as needed for lane closures during street repair, and detour and closure signage for sidewalks to reroute pedestrian facilities during project as needed. This may include (dependent upon Contractors internal phasing of work) installation of temporary non -slip walkways or ramps. 12. Hydroseeding The unit price shall (EACH) be full compensation for furnishing all materials, labor, and equipment necessary to fine grade, power rake, fertilize, and HYDROSEED with urban mix provide 6 waterings per (EACH) intersection as needed to disturbed areas following construction. 13. Mobilization The unit price for this item (EACH) includes all costs associated with mobilizing to and from the sites, providing site erosion protection if needed, temporary restrooms, and all other overhead expenses. This item includes all efforts necessary for multiple mobilizations to (EACH) location to complete the project. 01025-4 SECTION 01310 PROGRESS AND SCHEDULES '1 PART 1 —GENERAL _I 'V t. qS 1.01 SUMMARY A. Update as necessary a schedule of the work. Work with the Right of Way, especially.workrequiring the use of advanced traffic control or lane closure, will require public ndtfication, This -notification was must be provided to the Engineering department in a timely manner so proper notification can be release to the public. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this In mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting an estimated schedule of the proposed work. The schedule shall include dates and durations of work resulting in the installation of traffic control. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION A. A Pre -Bid meeting will not be held for this project. B. A Pre -Construction meeting will be held one week prior to beginning work. 3.02 PROGRESS OF WORK A. The specified early start date is April 3, 2016. Late Start Date is June 12, 2016. B. Project Working Days Allowed — 45 Working Days. Liquidated Damages - $2001 Dav C. No work shall be done between 10:00p.m and 7:00a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. No work shall occur on Iowa Football Game Day weekends as indicated in project plan staging notes on Sheet 3. 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. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES A. No utility conflicts are anticipated that will require relocation work ahead of time. The Contractor shall work closely with the utility companies to aid in the identification of utilities to keep clear of utilities during work. 3.04 STREET CLOSINGS /LANE REDUCTIONS: A. Contractor shall notify the Engineer 3 days in advance of the installation of traffic control so that a press release can be issued. No street may be closed or street width narrowed due to work without the Engineer's approval and said notification. shareclengineeftpecsd1101310.coc 01310-1 SECTION 01570 -J . A TRAFFIC CONTROL AND CONSTRUCTION FACILfTlES €- PART 1 - GENERAL 411' FED —5 FM- 1: 36 rjivn. n 1.01 SUMMARY: r 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," Current Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the 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 TECHNICAL SPECIFICATIONS .- DIVISION 2 - SITE WORK 2M FEB —6 FM 1: 37 C(TY CL_ RK �. CITY. f0+ria SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - GENERAL -G 1.01 SUMMARY: w, A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 — PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. 02050-1 PART 3 — EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section tiwfl cbnforrM'Wth t& f0110wing divisions and sections of the IDOT Standard Specifications: A ,, v Division 24. Structures. I ` Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 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. 02050-2 C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained_at ali­timesc-: Temporary gravel surfaces shall be provided as directed by`tP e'Engtneer. 2. Contractor shall perform demolition and removal operations so -as, to maintain vehicular access to adjacent properties and businesses to the maxi idrr extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 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 as directed by the Engineer. 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 2111 FEB -5 PM 1: 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION. 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 Contractors liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY.' A. Remove existing signs and posts within the construction area as -erected Uy 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 store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING . 4� 2017 FEB -6 PART 1 -GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D696-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]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: 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, 02220-1 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: FFB -6 Phi'? A. General 1. Excavate trench by machinery to, or just below, desigriateii subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. 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 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 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and 02220-2 Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, 9tate:an'r3' local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to ` prevent injury to trees, particularly to overhanging branches and limbs 'and, underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or tom edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or 02220-3 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 peMe7dpp1=bt2+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. _ Z 3. When water service is disrupted, the Contractor sliall' Mia Q a r as%b a 9ft;mpt to restore the service within two hours. r" Y C1 !7"'1 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B Explosives shall not be used for rock excavation. 3.06 BACKFILLING: A. General 1. 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. B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. All areas shall be backfilled with Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 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. 02220-4 SECTION 02520 PORTLAND CEMENT CONCRETE PI G -5 P'1 4.r PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. 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 ]DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: ` A Except as amended in this document, the work in this section will'contorm with the following divisions and sections of the IDOT Standard Specifications: 2"I1170-5 Pill 1:37 Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. C! TY " l" EP Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT' A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covedna Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 02520-2 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted dntiKhe-compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. qn II rr-� r re+ I. n-7 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 shmed\engineer\specs-ii\02520.doc 02520-3 SECTION 02524 CURB RAMPS. i. PART 1 -GENERAL iU 1: rE`? -6 P11 , 7 1.01 SUMMARY. CIT? CLV)'v 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, Dated 7/17/2014 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 Engineers discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. B. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A Concrete: Reference Section 2520. B. Water. Fresh, clean and potable. 02524-1 C. Tactile I Detectable Warning Surface Tile , , — ^, Color: Brick Red Color shall be homogeneous througho'ut tfie ale. 2. Dimensions: Length and Width: 24^ k'48"f1on*al 'ewidtQ sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875+/-5% max. Warpage of Edge: +i 0.5% max. 3. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, or Metadome, PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.0% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6 -inch thick P.C.C. will be placed as indicated on project plans. B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8 -inch P.C.C. section, unless otherwise specified by the Engineer. 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other 02524-2 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'. Quan[,i>x ghpngAS dug to these alterations will be paid for per the unit price quoted on the Form of Proposal. _ B. The 6 -inch curb bordering the curb ramp will be paid separately in the Formvof Proposal estimated quantities. 211? Cc9 -p 3.06 TEXTURED SURFACE: ` A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 02524-3 �T�i[�P►[iklLLrl SEEDING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Certification of Products B. Acceptance and Warranty C. Seed Types and Mixes D. Equipment E. Application of Seed 1.02 DESCRIPTION OF WORK r'11 rr1 2011 FEB —b FM 1: 33 CITY C!'7R' ,A C=ITY, iL''.` s' Includes the requirements for seedbed preparation; furnishing, applying, and covering the seed; and compaction of the seedbed. 1.03 SUBMITTALS Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Submit certification of products to the Engineer prior to seed placement: 1. Seed: Submit a laboratory analysis for all seeds, specifying the purity and germination. Provide a lot number on all submittals and labeling. Ensure lot number is the same on all records pertaining to a particular seed. Provide 48 hours notice prior to mixing the seed and give the Engineer an opportunity to witness the seed mixing. Submit a mechanically printed seed tag from an Iowa Crop Improvement Association -approved seed conditioner or grower. 2. Fertilizer: Submit certification of the fertilizer analysis with scale weight and statement of guaranteed analysis. Submit from a certified fertilizer dealer, a mechanically printed commercial fertilizer label, or bill of lading. Comply with the inspection and acceptance requirements of Iowa DOT Materials I.M. 469.03. 3. Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. 4. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of the material, furnished by the manufacturer, to determine the rate of application. 5. Straw Mulch: Certify weight. Furnish a list of the number of bales and a corresponding ticket from an approved scale for the mulch material to be used on the project. 6. Compost: Submit certification of composted organics analysis with U.S. Compost Council's Seal of Testing Assurance (STA), recommended rates of application, and manufacturer's estimated cubic yards per ton. 7. Inoculant: Furnish information from inoculant packaging. 09010-1 8. Tackifier: Submit certification of the tackifier ingredients, recommended rates of application, and expiration date. B. Submit written instructions recommending procedures for maintenance of seeded areas. e1 1.04 SUBSTITUTIONS Comply with Division 1 - General Provisions and Covenants. _ten _6 P i ; �R 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Deliver packaged materials in original, unopened, and undamaged containers. Do not mix or blend materials except in the presence of the Engineer. B. Deliver, handle, and store all materials according to product recommendations, and protect from loss, damage, and deterioration. C. Materials not meeting these requirements will be rejected. 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three calendar days prior to the start of seeding operations. B. After all land -disturbing activities are complete and the seedbed has been approved by the Engineer, perform seeding operations. 1.07 SPECIAL REQUIREMENTS None. 1.08 MEASUREMENT AND PAYMENT A. Conventional Seeding: Seeding: a. Measurement: Measurement will be in acres for each type of seed. b. Payment: Payment will be in unit price per acre for each type of seed. c. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. 2. Fertilizing: a. Measurement: Measurement will be in acres of fertilizer. b. Payment: Payment will be at unit price per acre of fertilizer. 3. Mulching: a. Measurement: Measurement will be in acres of mulch. b. Payment: Payment will be in unit price per acre of mulch. B. Seeding, Fertilizing, and Mulching for Hydraulic Seeding: 1. Measurement: Measurement will be in acres for each type of seed. 09010-2 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furors Fig and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. C. Seeding, Fertilizing, and Mulching for Pneumatic Seeding;_.. 3t V, 1. Measurement: Measurement will be in acres for each type of seed 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. D. Watering: 1. Measurement: Measurement will be by metering of water applied. If metering is not available, measurement will be by counting the loads from a transporting tank of known volume and gauging the contents of the transporting truck for partial loads. 2. Payment: Payment will beat the unit price per 1,000 gallons of water used. E. Warranty: 1. Measurement: Lump sum item; no measurement will be made. 2. Payment: Payment will be at the lump sum price for the warranty. 3. Includes: Lump sum price includes, but is not limited to, all work required to correct any defects in the original placement of the seeding for the period of time designated. PART2-PRODUCTS 2.01 SEED A. General: Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annus, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, forbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. a. Provide turfgrass with a certified "blue tag" or "gold tag." b. Provide native grass and forbs that are source -identified as GO -Iowa certified 'yellow tag," when available. If GO -Iowa certified "yellow tag" sourced seed is unavailable, or is only available from a single source, a substitution may be approved by the Engineer. 2. Mix seed to the specified proportions by weight. Use methods approved by the Engineer. B. Seed Quality: Ensure the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document according to the Association of Official Seed Analysis (AOSA) rules. The seed certification 09010-3 tag and seed analysis document provided must be from the same lot number as shown on the seed tag. Ensure the date of test results is no greater than 9 months from the seed application date. Approval of all seed for use will be based on the accumulated total of Pure Live Seed (PLS) for each phase of work. PLS is obtained by multjpjying.pL4y times germination. PLS shall not be less than the accumulated total of the PLS specified. If the seed does not comply with minimum requirements for purity and germination and such seed cannot be obtained, the Engineer may approve use of thpued On a;baii6 51 LS or may authorize a suitable substitution for the seed specified. (;:QTY CI ��� C. Requirements on Containers: l0` -J'!4 ('�T`/, 1. Seed Provide seed with a tag on each container. Ensure the seed analysis on the label is mechanically printed. 2. Mulch: When packaged, provide mulch in new labeled containers. 3. Tackifier: Provide tackifier packaged in new labeled containers. 4. Inoculant: Use inoculant that has a manufacturer's container, indicating the specific legume seed to be inoculated and the expiration date. All inoculant must meet requirements of the Iowa Seed Law. Follow precautions specified on the product label. 5. Sticking Agent: Use a commercial sticking agent recommended by the manufacturer of the inoculant. For quantities less than 50 pounds, the sticking agent need not be a commercial agent, but requires approval by the Engineer. Apply sticking agent separately prior to application of inoculant. Follow safety precautions specified on the product label. Table 9010.01: Domestic Grasses Common Name Scientific Name Purity Germination Bluegrass, Kentucky Poa pratensis 85 80 Brome, smooth -LINCOLN Bromus inermis 90 85 Fescue, creeping, red Festuca rubra 98 85 Fescue, tall, FAWN Festuca arundinacea-FAWN 98 85 Orchard rass Dactylis glomerata 90 90 Red top A rostis alba 1 92 1 85 R e rass, perennial Lolium perenne 95 90 Wild e, Canada EI mus Canadensis 95 85 Wild e, Russian I Psath rostach s'unceus 95 85 Table 9010.02: Legumes Common Name Scientific Name Purity Germination% N Alfalfa, RANGERNERNAL Medicago sativa 99 90* Alfalfa, travois Medicoa spp. 99 90* Clover, Alsike Trifolium h bridum 99 90* Clover, red, medium Trifolium pretense 99 90* Clover, white Trifolium re ens 98 90* Hai vetch Vicia villosa 98 85* Les edeza, Korean Les edeza sti ulacea 98 80* * Includes hard seed. Table 9010.03: Stabilizing Crop Common Name I Scientific Name I Purity I Germination 09010-4 Table 9010.04: Native Grasses Common Name Scientific Name p Bi bluestem' Andro 0 on erardii Blue grama Bouteloua gracilis T Blue-joint grass '1"' Calama rostis Canadensis I Bottlebrush sedge Carex h stericina Buffalograss* Buchloe dactyloides Common rush Juncus effusus Fowl bluegrass Poa palustris Fowl manna grass GI ceria striata Fox sedge Carex vulpinoidea Green bulrush Scirpus atrovirens Hairy wood chess Bromus purgans Indiangrass* Sor hastrum nutans Intermediate wheatgrass Agropyron intermedium Little bluestem' Andro 0 on scoparius Prairie dropseed Sporobolus heterolepis Reed manna grass Glyceria grandis Rice cutgrass Leersia oryzoides Rye grass, annual Lolium italicum Sand bluestem• Andropo on gerardii, var. paucipilus Sand dropseed Sporobolus gyptandrus Sand lovegrass Era rostis trichodes Sideoats grama' Bouteloua curti endula Slender wheatgrass A rop ron trach caulum, var. unilaterale Spike rush Eleocharis palustris Softstem bulrush Schoeno lectus tabernaemontani Switchgrass* Panicum vir atum Tussock sedge Carex stricta Virginia wild-rye Elymus vir inicus Weeping lovegrass Era rostis curvula Western wheat rass' Aro ron smithii Wool grass Scirpus cyperinus Table 9010.05: Forbs Common Name Scientific Name Black-eyed Susan Rudbeckia hirta Blue -flag iris Iris vir inica-shrevii Boneset Eu atodum perfoliaturn Canadian anemone Anemone canadensis Common mountainmint P cnanthemum vir inianum Common rush Juncus effusus Fowl manna grass GI ceria striata Golden Alexanders Zizia aurea Great blue lobelia Lobelia si hilitica Grey -headed coneflower Ratibida pinnata Heath aster S m h otrichum edcoides 09010-5 Ironweed Veronia faxciculate Joe -p a weed Eupatorium maculatum Meadow blazin star Liatris li ulistylis Milkweed, butterfly Asclepias tuberose Milkweed, swamp Asclepias incarnate New England aster Symphyotrichum novae-angliae Ohio s iderwort Tradescantia ohiengis _ Oxeye sunflower Helio sis helianthoides Pale purple coneflower Echinacea pallida r, r i Partridge pea Chamaecrista fasciculate,-; t ; Prairie blazing star _ Liatris pycnostachya Purple prairie clover Dalea Pur.purea Rattlesnake master Eryngium yuccifolium Reed manna grass GI ceria grand is Rice cutgrass Leersia oryzoides Showy goldenrod Solida o speciosa Showy tic -trefoil Desmodium canadense Stiff goldenrod Solida o rigida Swamp aster Aster puniceus White wild indigo Ba tisia alba Wild bergamot Monarda fistulosa 2.02 SEED MIXTURES AND SEEDING DATES 10 See the contract documents for the specified seed mixture. If a mixture is not specified, use the following. The Contractor may submit a modification of the mixture for the Engineer's consideration. A. Type 1 (Permanent Lawn Mixture): Used for residential and commercial turf site, fertilized, and typically mowed. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.06: Type 1 Seed Mixture' ' A commercial mixture may be used it it contains a nigh percentage or simnar mueyiessen, it may or may not contain creeping red fescue. Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. ' Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Common Name Application Rate Ib/acre Cree in red fescue 25 Turf -type erenniala rass 20 Turf -type perennial rveciraSS 202 Kentucky bluegrass cultivar 65 Kentucky bluegrass cultivar 65 Kentucky bluegrass cultivar 65 ' A commercial mixture may be used it it contains a nigh percentage or simnar mueyiessen, it may or may not contain creeping red fescue. Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. ' Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Application Rate Iblacre Fawn fescue 100 Kentucky bluegrass 20 R e rass, perennial 75 09010-6 C. Type 3 (Permanent Warm -Season Slope and Ditch Mixture): Not typically mowed. Reaches a height of 5 to 6 feet, stays green throughout summer, and responds well to being burned in spring; no fertilizer. Use between March 1 and June 30. , t r— n Table 9010.08: Type 3 Seed Mixture Common Name Application Rate Ib/acre - Big bluestem* 3 PLS Grain rye 40 Indiangrass* 4 PLS Little bluestem* 3 PLS Oats 16 Sideoats rama* 5 PLS Switchgrass* 1 PLS * Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. -5 P9 !:1 C' E R2 D. Type 4 (Urban Temporary Erosion Control Mixture): Short lived (6 to 8 months) mix for erosion control. Table 9010.09: Type 4 Seed Mixture Common Name Application Rate Iblacre SPRING - March 1 - May 20 Annual ryegrass 40 Oats* 65 Oats 50 SUMMER - May 21 - August 14 Annual rveqrass 50 Oats* 95 GrainrvW 62 FALL - August 15 - September 30 62 Annual R e rass 40 Grain rye 65 * Engineer may delete for previously established urban areas. E. Type 5 (Rural Temporary Erosion Control Mixture): Short lived mix for erosion control. Table 9010.10: Type 5 Seed Mixture Common Name Application Ib/acre March 1- October 31 Canada wildrye 5 PLS/acre Grain rye 50 Oats 50 November 1 - February 28 or 29 Canada wildrye 7 PLS/acre GrainrvW 62 Oats 62 Seed does not need to be certified Source Identified Class (Yellow Tag). F. Type 6 (Salt -resistant Mixture): Use for grass medians and areas immediately back of curb on streets subject to regular salt applications for winter de-icing. Apply between March 1 and May 31 and between August 10 and September 30. Table 9010.11: Type 6 Seed Mixture Common Name I Application Rate I Purity Germination 09010-7 trill t Q -6 Py,, 1, "'3 G. Wetland Seeding: Between April 1 and June 30, use the following -5 ed xture for wetland grass seeding areas. rriT V !'S FAX, Table 9010.12: Wetland Grass Seed Mixture Common Name Iblacre % N Blue chip Kentucky bluegrass 37.5 90 85 Fults alkali grass 75 98 85 Hard fescue 50 95 ^-- + 85 Nublue Kentucky bluegrass 37.5 90 85- - Sheeps fescue 50 90 85 trill t Q -6 Py,, 1, "'3 G. Wetland Seeding: Between April 1 and June 30, use the following -5 ed xture for wetland grass seeding areas. rriT V !'S FAX, Table 9010.12: Wetland Grass Seed Mixture Common Name Scientific Name PLS** (per ac) Arrowhead Sagittaria latifolia 4 oz Big bluestem* Andropogon gerardii 1 Ib Bluejoint grass Calamagrostis 1 oz Blue vervain Verbena Hastata 1 oz Boneset Eupatorium perfoliatum 1 oz Broom sedge Carex scoparia 2 oz Dark green bulrush* Scirpus atrovirens 1 oz Fox sedge* Carex vulpinoidea 4 oz New England aster* Symphyotrichum novae-angliae 2 oz Nodding bur marigold Bidens cernua 8 oz Porcupine sedge Carex hystericina 8 oz Prairie cordgrass Spartina pectinate 1 Ib Rice cutgrass Leersia oryzoides 4 oz Sneezeweed Helenium autumnale 2 oz Softstem bulrush Schoenoplectus tabernaemontani 8 oz Spike rush Eleocharis palustris 4 oz Swamp milkweed* Asclepias incarnate 1 Ib Switchgrass* Panicum virgatum 8 oz Tussock sedge Carex stricta 2 oz Virginia wild -rye" Elymus virginicus 5 lbs Water plantain Alisma plantago-aquatica 4 oz " Furnish seed certified as Source Identifled class (reIIOw I ag) source uu-'owa. "Seeding rates for wetland grasses are given as PLS. Either the germination test or Tetrazolium (TZ) test is acceptable to determine PLS for native species. H. Native Grass and Fortis (Wildflower) Seeding: Between April 1 and June 30, use the following seed mixture for areas designated for native grass and wildflower seeding. Table 9010.13: Native Grass and Forbs (Wildflower) Seeding Mixture Common Name Scientific Name Application Rate** GRASSES lb/acre Big bluestem* Andro 0 on gerardii 1.0 Canada wild a EI mus Canadensis 1.5 Indiangrass* Sor hastrum nutans 1.0 Little bluestem* Schizach rium scor avium 2.0 Sideoats rama* Boutelouea curti endula 2.5 Switchgrass* Panicum vir atum 0.5 FORBS WILDFLOWERS oz/acre Black-eyed Susan Rudbeckia hints 3.0 09010-8 Butterfly milkweed Asclepias tuberosa 4.0 Canadian anemone Anemone canadensis 0.5 Common mountainmint P cnanthemum vir inianum 0.25 Golden Alexanders Zizia aurea 8.0'`� r Grey -headed coneflower Ratibida pinnata 2.75 Heath aster S m h otrichum ericoides 0.25 Ironweed Veronia faxciculate.0 r" ? New England aster S m h otrichum novae -an liae 1.25 Ohio s iderwort Tradescantia ohiensis 7.0 -` Oxeye sunflower Helio sis helianthoides 12.0-- 2.0 Pale purple coneflower Pale Echinacea pallida 15.0 Partridge pea Chamaecrista fasciculate 32.0 Prairie blazing star Liatris pycnostachya 4.5 Purple prairie clover Dales purpurea 2.5 Rattlesnake master Eryngium yuccifolium 1.75 Showy goldenrod Solida o speciosa 0.50 Stiff goldenrod Solida o rigida 1.0 Swamp milkweed Asclepias incarnate 4.0 White wild indigo Ba tisia alba 2.0 Wild bergamot Monarda fistulosa 1.25 NURSE CROP Iblacre s rin seedin - A Oats(spring ril 1 to June 30 32 Winter wheat dormant/frost seeding - November 1 to March 31 25 Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. " Seeding rates for native grass and forb species are given as PLS. Either the germination test or Tetrazolium (TZ) test is acceptable to determine PLS for native species. 2.03 FERTILIZER Use fertilizer of the grade, type, and form specified that complies with rules of the Iowa Department of Agriculture and Land Stewardship and the following requirements: A. Grade: Identify the grade of fertilizer according to the percent nitrogen (N), percent of available phosphoric acid (P205), and percent water soluble potassium (K20), in that order, and base approval on that identification. The Contractor may substitute other fertilizer containing analysis percentages different from those specified, provided that the minimum amounts of actual nitrogen, phosphate, and potash per acre are supplied, and that in no case does the total amount per acre of the three fertilizer elements be exceeded by 30% of the following minimum amounts. 1. For Conventional Seeding, Permanent: Apply a 6-24-24 commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate of 300 pounds per acre. 2. For Conventional Seeding, Temporary: Apply commercial fertilizer to all seeded areas at the rate of 250 pounds per acre of 13-13-13 (or equivalent) for rural mixes and 300 pounds per acre of 6-24-24 (or equivalent) for urban mixes, unless otherwise specified in the contract documents. 3. For Hydraulic Seeding: Apply fertilizer in combination with seeding by a hydraulic seeder and as specified in Iowa DOT Article 2601.03. B. Apply a commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate specified for the type of seeding being applied. 4. For Pneumatic Seeding: Based on the compost nutrient analysis, supply any additional commercial fertilizer necessary to meet the 13-13-13 units of nitrogen, phosphate, and potash at the rate of 450 pounds per acre as the compost is applied. 09010-9 B. Type: Use fertilizer that can be uniformly distributed by the application equipment. Furnish fertilizer either as separate ingredients or in chemically -combined form. 2.04 STICKING AGENT A. Use a sticking agent that is a commercial material recommended l�y l"anpfaoturer to improve adhesion of inoculant to the seed. For small quantities less than 56 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately, prior to application of inoculant. B. Follow safety precautions specified on the product label. A sticking agent is not required if a liquid formulation of inoculant is used. 2.05 INOCULANT FOR LEGUMES An inoculant is a culture of bacteria specifically formulated for each legume seed (alfalfa, clovers, lespedesa, and hairy vetch). Ensure the manufacturer's container indicates the specific legume seed to be inoculated and the expiration date. Use inoculant that meets the requirements of the Iowa Seed Law. Follow the safety precautions specified on the product label. 2.06 WATER Use water that is free of any substance harmful to seed germination or plant growth. 2.07 MULCH A. For Conventional Seeding: Material used as mulch may consist of the following: a. Dry cereal straw (oats, wheat, barley, or rye) b. Prairie hay c. Wood excelsior composed of wood fibers, at least 6 inches long, based on an average of 100 fibers, and approximately 0.024 inch thick and 0.031 inch wide. The fibers must be cut from green wood and be reasonably free of seeds or other viable plant material. 2. Do not use other hay (bromegrass, timothy, orchard grass, alfalfa, or clover). 3. All material used as mulch must be free from all noxious weed, seed -bearing stalks, or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. B. For Hydraulic Seeding: 1. Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper (by volume). b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing. c. Form a homogeneous slurry of material, tackifier, and water. d. Use a slurry that can be applied with standard hydraulic mulching equipment. e. Dye the slurry green to facilitate visual metering during application. f. Do not use materials that have growth or germination -inhibiting factors or any toxic effect on plant or animal life when combined with seed or fertilizer. 2. Bonded Fiber Matrix (BFM): 09010-10 a. Produced from long -strand wood fibers, held together by organic tackifiers and bonding agents that, when dry, become insoluble and non -dispersible. b. Upon curing 24 to 48 hours, form a continuous, 100% coverage, flexible, absorbent, erosion -resistant blanket that encourages seed germination. r- 9 t R" r c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Fibers: Virgin wood, greater than 88% of total volume.1 FSR -6 Q ; q 2) Organic Material: Greater than 96% of total volume. 3) Tackifier: 8-10%. Q*K 4) pH: 4.8 minimum('*; Ci__ 6) Moisture Content: 12%+/-3%. 6) Water -holding Capacity: 1.2 gal/Ib. e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non - dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo -degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event (R -factor) of 140 < R according to ASTM D 6459. 6) Have a cover factor of C 5 0.03 according to ASTM D 6459. 7) Vegetation Establishment of 400% minimum according to ASTM D 7322. 8) Water Holding Capacity 600% minimum according to ASTM D 7367. 3. Mechanically -Bonded Fiber Matrix (MBFM): a. Produced from long -strand wood fibers and crimped, interlocking synthetic fibers. b. Within two hours of application, form a continuous, 100% coverage, flexible, absorbent, porous, erosion -resistant blanket that encourages seed germination. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Wood Fibers: 73% minimum. 2) Tackifier: 10% +/- 1 %. 3) Crimped, Interlocking Synthetic Fibers: 5%+/- 1%. 4) Moisture Content: 12%+/- 3%. 5) Water holding capacity: 1.2 gal/Ib. 6) Minimum pH: 4.8. e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non - dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo -degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event (R -factor) of 175 < R according to ASTM D 6459. 6) Have a cover factor of C!5 0.01 according to ASTM D 6459. 7) Vegetation establishment of 500% minimum according to ASTM D 7322. 8) Water holding capacity of 700% minimum according to ASTM D 7367. C. For Pneumatic Seeding: Use compost meeting the following requirements. 09010-11 1. Derived from a well -decomposed source of organic matter. 2. Produced using an aerobic composting process, meeting Code of Federal Regulations (CFR) 503 for time, temperature, and heavy metal concentrations. .. 3. No visible admixture of refuse or other physical contaminants, nor any material toxic to plant growth. nm 4. Certified by the U.S. Composting Council's Seal of Testing Assurance (STA) program, 5. Conforms to chemical, physical, and biological parameters of AASHTO MP 10-03, with'V; the following additional requirements: a. Follow U.S. Composting Council's TMECC guidelines for all testing. b. Organic Matter Content: 30% minimum. c. pH: between 6.0 and 8.0. d. Maturity (growth screening): Minimum 90% emergence for all compost to be vegetated. e. Particle Size: Sieve Size Percent Passing* 2" 100 1" 90-100 3/4" 65-100 3/8" 0-75 '6 inch maximum particle length. PART 3 - EXECUTION 3.01 EQUIPMENT A. Aerial Equipment: When aerial application of seed and fertilizer is specified, use aerial equipment capable of providing a uniform distribution of seed and fertilizer on the specified area. B. Compost Blower: A compost blower is pneumatic equipment to blow compost over the desired area. It may be equipped with a supplemental seed injection system. Use equipment with sufficient power to cover the required area without driving on the prepared seedbed. C. Cultipacker: Use a pull -type cultipacker with individual rollers or wheels. Cultipackers with sprocket -type spacers between the wheels may be used. The cultipacker must produce a corrugated surface on the area being compacted. Operate the cultipacker separately from all other operations, and do not attach the cultipacker to the seeder or disk, unless combined cultipacker seeder is manufactured to operate as a unit. Make provisions for addition of weight. D. Disk: When preparing a seedbed on ground having heavy vegetation, use a disk with cutaway blades. Make provisions for the addition of weight to obtain proper cutting depth. E. Endgate Cyclone Seeders: Endgate cyclone seeders must be suitably mounted. Movement must be provided by mechanical means. The seed drops through an adjustable flow regulator onto a rotating, power driven, horizontal disk or fan. F. Expanded Mesh Roller: Use equipment that is an open grid type or a cultipacker type, modified by covering with expanded metal mesh. G. Field Tiller: Use equipment designed for the preparation of the seedbed to the degree specified. 09010-12 H. Gravity Seeders: Gravity seeders must provide agitation of the seed, have an adjustable gate opening, and uniformly distribute seed on the prepared seedbed. Use a seed hopper equipped with baffle plates spaced no more than 2 feet apart. The baffle plates must extend from the agitator shaft to within approximately 2 inches of the top of the seed Mprk Wind guards are required to facilitate seeding when moderate wind conditions exist and when ordered by the Engineer. Place wind guards in front or in back (or both) of the seed outlet and extend them to near the ground line. This seeder may be used for -application of fertilizer. I. Hand Cyclone Seeders: Hand cyclone seeders are carried by the person dispensing seed. The seed drops through an adjustable flow regulator onto a rotating Thand driven, horizontal disk or fan. J. Hydraulic Seeder: Use hydraulic seeding equipment with a pump rated at no less than 100 gallons per minute. Inoculant, seed, and fertilizer may be applied in a single operation. The equipment must have a suitable working pressure and a nozzle adapted to the type of work. Supply tanks must have a means of agitation. Calibrate tanks and provide them with a calibration stick or other approved device to indicate the volume used or remaining in the tank. K. Mowers: Use mowers that are rotary, flail, disk, or sickle type. Do not use mowers that bunch or windrow the mowed material. L. Mulch Anchoring Equipment: Use mulch anchoring equipment designed to anchor straw or hay mulch into soil by means of dull blades or disks. It should have flat blades or disks, may have cutaway edges, must have a nominal minimum diameter of 20 inches, and must be spaced at approximately 8 inch intervals. The mulch anchoring equipment must be pulled by mechanical means and weigh approximately 1,000 pounds. When directed by the Engineer, increase the weight by addition of ballast. M. Native Grass Seed Drill: Use a native grass seed drill designed to provide uniform distribution of native grass and wildflower seeds. Provide separate seed boxes to apply both small seeds as well as fluffy bearded seeds. If a no -till attachment is specified, use an attachment of the same manufacturer as the drill. N. Pneumatic Seeder: Use an air blown system with sufficient power and hose to reach 300 feet. O. Pulverizer: Use equipment designed to break up compacted soil to prepare a seedbed. P. Rotary Tiller: Use equipment with rotary -type blades designed for the preparation of seedbed to the degree specified. Q. Slope Harrow: Use a slope harrow, consisting of a rolling weight attached by heavy chain to a tractor. The chain must be of suitable length, with picks attached, and a means of rotating the picks as the rolling weight is pulled in a direction parallel to the movement of the tractor. R. Spike Tooth Harrow: Use equipment designed to provide adjustment of the spike teeth to level the ground, or to be used as specified by the Engineer. S. Straw Mulching Machine: Use a machine to uniformly apply mulch material over the desired area without excessive pulverization. The Engineer may consider excessive pulverization as the general absence of straw longer than 6 inches after distribution. 3.02 AREA OF SEEDING Place seed only in the areas specified in the contract documents. Repair damaged areas that are disturbed outside the contract limits at the expense of the Contractor. Do not disturb areas having a satisfactory growth of desirable grasses or legumes. 3.03 FINISH GRADING AND TOPSOIL 09010-13 See Section 2010 for finish grading and topsoil placement. 3.04 CONVENTIONAL SEEDING . I r. 1 A. Order of Operations: 1) fertilizing, 2) seedbed preparation, 3) seed preparation/application, and 4) mulching. 2011FEB -5 Pe, 1: 13 B. Fertilizing: rr!TY 1. Apply fertilizer immediately prior to seedbed preparation.-Incbrporate the fertilizer into the top 2 to 3 inches of topsoil during the seedbed preparation. Equipment that results in ruts or excessive compaction will not be allowed. 2. Do not apply fertilizer with native grass, wildflower, or wetland seeding. C. Seedbed Preparation, Permanent: 1. Limit preparation of seedbed to areas that will be seeded immediately upon completion. 2. Work areas accessible to field equipment to a depth of no less than 3 inches. Use mechanical rotary tillage equipment for the preparation of seedbed on earth shoulders, urban or raised medians, and rest areas. Prepare by hand areas inaccessible to field machinery, to a depth of no less than 2 inches. Use care that the entire width of the shoulder and areas around headwalls, wingwalls, flumes, and other structures are prepared in the manner specified. Where weed growth has developed extensively, they may be disked into the ground. If weed growth develops sufficiently to interfere with proper seedbed preparation, mow the weeds and remove them from the project at no additional cost to the Contracting Authority. Use crawler type or dual -wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross- section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding. 3. Shape and fine grade to remove rills or gullies, water pockets, undesirable vegetation, and irregularities to provide a smooth, firm, and even surface true to grade and cross- section. For Type 1 (lawn seeding), prepare to a fine texture and without soil lumps. Coordinate preparation of all ditches designated for special ditch control with the seedbed preparation. Till parallel to the contours. 4. Smooth the seedbed with a cultivator -type tillage tool having a rake bar or a rock rake. Pick up and remove all debris, such as rocks, stones, concrete larger than 2 inches (1/2 inch maximum for lawn seeding), or roots and other objectionable material that will interfere with the seeding operation. A spring tooth cultivator may be used in lieu of a rock picker. Remove the rock by hand after each use of the cultivator; repeat the process until the soil is relatively free of rock as determined by the Engineer. 5. Choose equipment to minimize soil compaction. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Roll the area with at least one pass of the cultipacker. Remove ruts that develop during the sequence of operations before subsequent operations are performed. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. D. Seedbed Preparation, Temporary: Till the soil to a minimum depth of 5 inches with a disk, harrow, or field cultivator. E. Seeding: 09010-14 1. Seed Preparation: a. Thoroughly mix all seed specified for the contract prior to placing the seed in the seed hopper. Provide 48 hours notice prior to mixing the seed, and give the Engineer an opportunity to witness the seed mixing. The mixing of a certified blue tag seed mix at an approved (by Iowa Crop Improvement Association) seed conditioners iaeilityTeP4 not be witnessed. b. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent''q� j ible wits other materials. A sticking agent is not required if a liquid formulb bf ocu inlant is i used. Use mechanical mixing equipment to apply sticking agent and iilpculgn,(on_ seed quantities over 50 pounds. c. Inoculate all legumes with a standard product humus culture before 62ing.rnhied with other seeds for sowing. d. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re -inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre -inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with Contractor -applied inoculant. e. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 2. Seed Application, Permanent: a. Prior to seeding, the seedbed will be inspected and approved by the Engineer. Use methods and procedures consistent with equipment manufacturers recommendations; however, do not operate ground -driven equipment at speeds greater than 10 mph. b. On all areas accessible to machinery, sow seed with a gravity seeder, endgate cyclone seeder, or seed drill. c. On areas inaccessible to field machinery, the use of hand -operated cyclone seeders will be allowed, but no other hand -seeding methods will be accepted. d. The application of grass and legume seed with hand seeders on early spring work must be performed as separate operations. No mixing of the two types of seed will be allowed. e. All seeded areas will have one pass with a roller or cultipacker to firm the soil. 3. Seed Application, Temporary: a. On areas accessible to field machinery, sow seed with an endgate cyclone seeder. b. On areas inaccessible to field machinery, the use of hand -operated cyclone seeders will be allowed, but no other hand -operated seeding methods will be accepted. c. Cover the seed and fertilizer by lightly tilling the seeded area with a disk, rigid harrow, spring tooth harrow, or field cultivator. 4. Seeding Outside of the Specified Seeding Dates: With the agreement of the Engineer and at the full responsibility of the Contractor, seeding operations for all seed types may be conducted outside the specified seeding dates. Should the seeded areas require reseeding, it must be done as specified and at no additional cost to the Contracting Authority. a. Dormant Seeding: When winter dormant seeding is allowed or specified by the Jurisdiction, complete it when air temperatures are consistently below 40°F and prior to December 25 of a given year. Dormant seeding is not allowed on snow. 1) Prepare the seedbed before the ground freezes. 2) To ensure protection of the seed, apply on a frosty morning or before a predicted snow. 3) Seeding may be done by hand or with seeding equipment. 4) For hydraulic seeding, apply the fertilizer at no more than 0.5 pounds nitrogen per 1000 square feet, followed by the seed. b. Frost Seeding (Overseeding): 09010-15 1) Complete frost seeding, also referred to as overseeding, in the spring when the ground is friable from frost action (February 1 to April 1). 2) Frost seeding is not allowed on more than 1 inch of snow. 3) Seeding can be done with a hand -operated cyclone seeder or other equipment. 4) Seedbed preparation will not be required provided the grouffis friab'raf� frost action. F. Mulching:iI ET Pf 1:?S 1. Mulch all conventionally seeded areas the same day the seed is scr*f.- UnI ormly distribute the mulch over the required areas at a rate of 1.5 tons/acro-for-Ory oefealstraw, or native grass straw. Prairie hay is not suitable for Type 1 (lawn seeding). 2. Work the mulch into the soil with mulch anchoring equipment designed to anchor the mulch into the soil by means of dull blades or disks with a minimum of two passes. Operate equipment in a manner to minimize displacement of the soil and disturbance of the design cross-section. 3.05 HYDRAULIC SEEDING A. Order of Operations: 1. Seedbed preparation 2. Seed application, fertilizing, and mulching B. Seedbed Preparation: Follow seedbed preparation for conventional seeding in Section 9010. 3.04. C. Seed Preparation: Inoculant, in the quantities specified above, may be applied directly into the supply tank with seed, water, and other material. D. Seed Application, Fertilizing, and Mulching: 1. Place all material, seed, fertilizer, mulch, and tackifier (if applicable) in hydraulic mulching equipment specifically manufactured for hydraulic seeding. 2. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. 3. Mix materials with fresh potable water using a combination of both recirculation through the equipment's pump, and mechanical agitation to form a homogeneous slurry. 4. Apply mixture within 1 hour after seed and fertilizer are placed in the hydraulic seeder. 5. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. 6. Apply the slurry evenly over all specified areas at component material rates specified. a. Wood Cellulose Mulch: 1) Mulch: Minimum 3,000 Ib/acre dry weight. 2) Tackifier: Minimum 50 Ib/acre. b. Bonded Fiber Matrix: Minimum 3,000 Ib/acre dry weight. c. Mechanically -bonded Fiber Matrix: Minimum 3,000 Ib/acre dry weight. 7. Retain and count empty bags of mulch to ensure final application rate. 8. Hydromulching may be done over conventional seeding and/or fertilizing, if approved by the Engineer. 09010-16 E. Native Grass, Wildflower, and Wetland Grass Seeding: Hydraulic seeding of native grasses, wildflowers, and wetland grasses is allowed only if approved by the Engineer. If allowed, increase specific seed rates by 25%. Do not apply fertilizer. 3.06 PNEUMATIC SEEDING A. Order of Operations: 1) seedbed preparation, 2) seed preparation, and 3) sere a cation. 20 1 7Q —6 F'' , B. Seedbed Preparation: Follow seedbed preparation for conventional seeding in Section 9010. 3.04. C. Seed Preparation: Follow seed preparation for conventional seeding in Section 9010, 3.04. Pre -inoculate seed in the quantities specified above prior to placing in the seed equipment. D. Seed Application: 1. Place all material, seed, fertilizer, and compost in equipment with a calibrated seeder attachment specifically designed for pneumatic seeding. Do not apply fertilizer with native grass, wildflower, or wetland seeding. 2. Apply compost to a 1 inch minimum depth on all designated disturbed areas. Apply the compost with a pneumatic (air blower) system with sufficient power and hose to reach 300 feet. Driving on the soil to apply compost will not be allowed. 3. Inject seed and fertilizer into the top 1/4 inch to 1/2 inch of compost during application with a calibrated seed injector at the specified rate. Do not inject native grasses and (orbs more than 1/4 inch. 3.07 WATERING A. Provide water, equipment, transportation, water tanker, hoses, and sprinklers. B. Use enough water to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. For turfgrass seeding areas, sufficiently water to keep the soil moist for a minimum of 21 days. If natural rainfall is adequate to keep the soil and mulch moist, artificial watering may not be needed. 3.08 RESEEDING A. When all work related to seeding, fertilizing, and/or mulching has been completed on an area, and is washed out or damaged, re -seed, fertilize, and/or mulch the area at the contract unit price(s) when so ordered by the Engineer. B. When work related to seeding, fertilizing, and/or mulching has not been completed in an area and is washed out or damaged, re -seed, fertilize, and/or mulch the area as necessary at no additional cost to the Contracting Authority. 3.09 CLEAN UP All work related to clean up throughout the project and upon completion is the responsibility of the Contractor, at no additional cost to the Contracting Authority. A. Remove all excess materials, debris, and equipment upon completion of work. B. Clean all paved surfaces open for public use at the end of each day and prior to forecasted precipitation. C. Repair any damage resulting from seeding operations. 09010-17 D. Remove hydraulic slurry and other excess debris related to seeding operations from buildings, landscaping, mulch, pavement, signs, sign posts, and any other areas not specified for application, at the end of each day. 3.10 ACCEPTANCE AND WARRANTY' €� A. Acceptance: f?I'I �Ppj j: 1. Guarantee in writing that all work has been completed t� c A fie__ and provide the date that all activities were completed. When a warranty is a sepaf§tely�id item, this also establishes the beginning of the warranty period. 11. 1. v 2. Acceptance will occur, provided seeded areas are in a live, healthy, growing, and well- established condition without eroded areas, bare spots, weeds, undesirable grasses, disease, or insects. a. Projects without a separately -bid warranty will be accepted no sooner than 60 days from the date that all activities were completed. b. When a warranty is established as a bid item and the warranty period excludes 60 days, projects may be accepted after all specified work, excluding the warranty, is satisfactorily completed, and a supplemental contract for the warranty is executed according to the Code of Iowa Section 573.27. B. Warranty: 1. Required only when established as a bid item by the Engineer. 2. The warranty is to guarantee completed seeding areas for a maximum period of twelve months. 3. During the warranty period, correct and reseed any defects in the seeded areas and grass stand, such as weedy areas, eroded areas, and bare spots, until all affected areas are accepted by the Engineer. 4. Replace or repair to original condition, all damages to property resulting from the seeding operation or from the remedying of defects, at the Contractor's expense. 5. Replacement costs are the Contractor's responsibility, except for those resulting from loss or damage due to occupancy of the project in any part, vandalism, civil disobedience, acts of neglect on the part of others, physical damage by animals, vehicles, fire, or losses due to curtailment of water by local authority, or by "Acts of God." END OF SECTION 09010-18 2111 FEB ?m I. 11 r RK, v APPENDIX See Detail C10 See dowel assemblies for fabrication details. 1 e ' ••°'P ' . O 91T Q See Bar Size Table. 'e o': •8'0 o°O: 0 ".°0 °.. O Locate 'DW joint at a mid-panel location between future 'CD'joints. 0 ^ ^• 30" Long Tie Bar I C' or Place no closer than 5 feet to a'C' or at 12" Centers 'CD' joint .B O 'DW @®Q4 O Place bars within the limits shown under dowel JOINt DAY'S WORK JOINT(Non-working) assemblies. (Abutting PPLAIIN Slabs) 05 Edge with 118 inch tool for length of joint. For HT joint. See Detail A or BHeader Pavement Edge 24" min. Board remove header block and board when second slab is placed. ' '°°•'°•° '°•'0°• Ilastic or tarpaper Wrapped J— © Unless otherwise specified, use 'CD'tmnsversg contraction joints in mainline pavement when V is •o.°°o•°. or equal to 8 inches. Use'C'oints when is 1 legreater ss than 8 inches. O30" Block 07 'RT joiynt may be used in lieu of'DW joint at the end of the dah work. Remove andamaed to CONTRACTION JOINT Long Tie Bar Header 12" Centers 'HT' ®@ st to the Contractingue e drilvement t ling at no additional cos at Authority. HEADER JOINT Top of Curb Top of Slab (End Rigid Pavement) See Detail A or B Pavement Edge ,-See Detail C "min.9"mi -$P Q•. 1 � ---_ °'O°.0 0: 6 O O 0.8 .' N ° °'a ` • ° • °' _T 30" Long Tie Bar y t C:J \�;/18" Long Dowel 1 O2 at 12" Centers at 12" Centers Hole Diameter-" 18" Long Dowel 'DW - CG'U3®' ? 'CD' 1O®© Larger than Dowel at 12" Centers DOWELED CONTRACTION JOINT RD' @0 DAY'S WORK JOINT ., CURB AND GUTTER UNI ABUTTING PAVEMENT JOINT LEGEND Pavement Edg m See Detail A or B " min 1 S' min. O vmnus� ra.e O ^0.0:8.'0. •O= °'o °•.; �SUDAS rrwrrrwDOT s"eV15oa-�srs PV•101 o 030" Long Tie Bar —{ 2 at 12" Centers Hole Diameter 8" 24" Long Tie Baro PIGUPf 7010.101 OTANCAOD AOADPIAN sNeerr as gat 'CT' ® 12" Centers. Larger than Tie Bar. ® °mBO`"""�'"B�pbpY1n"'�itlR'"i°N° °•",""'"� = TIED CONTRACTION JOINT ABUTTING PAVEMENT JOINT m RIGID TIE m ti JOINTS to TRANSVERSE CONTRACTION m • o T . T/2 L/2 L BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Top of Cu w Cut Bottom of Saw Cu 1 2" Joint Sealant Material o--Tta. Top of Slab � p.o ODoo �olJ O. o0 .9�o OIoO. �J 'C' JOINT IN CURB (Match'CT,'CD', or'C'joint in pavement.) Top of Pavement to4' Sealant SECTION A -A (Detail at Edge of Pavement) 1" * -L" Saw Cut Q Saw'CD' joint to a depth of T/3 t 1/4": saw'C' joint to a Joint Sealant Material A 4 16 depth of T/4 t 1/4". 4 f.1 9 When tying into old pavement, Q represents the depth O of sound PCC. Io0 Saw CunnN I O op °00 ° 0L °Q A Crack or 000 Joint Line ° e o DETAIL A (Saw cut formed by conventional concrete sawing equipment.) Joint Sealant to16" Saw Cut lgtqM-o. CrackJoint Linin Line DETAIL B (Saw cut formed by approved early concrete sawing equipment.) 1 ;LA- Saw Cut Joint Sealant Materia �� o°°�`'i 1q"t4"Saw Cut O. °o� A Crack or o Joint Line o O DETAIL C TRANSVERSE CONTRACTION BAR SIZE TABLE O Dowel Tie Bar Diameter Size s 8" but 1 1 #10 210" 12"N #11 C� , EGEND ,®,o EWtlng P...N OP,eponed Pav W SUDAS QIOMWT s oa,s+i B6uu7010.101 STGI=ROADMM PV•101 8HEEr3 W B JOINTS See Detail C 'a�uo•8voo: Q PLAIN JOINT (Abutting Pavement Stabs) 4" Dia. Hole for BT -3 and BT -4 Joint ; o0 8' Dia. Hole for BTS Joint 9" min. 15" min. 'Br ABUTTING PAVEMENT JOINT - RIGID TIE (Drilled) Q 11 Bars Bar Length and Spacing c 8" 'BTS 'BT �@ ABUTTING PAVEMENT JOINT -RIGID TIE QT Joint I Bars Bar Length and Spacing < B" 'BT -1' #4 36" Long at 30" Centers i 8" 'BT -2' #5 36" Long at 30" Centers 4" Dia. Hole for BT -3 and BT -4 Joint ; o0 8' Dia. Hole for BTS Joint 9" min. 15" min. 'Br ABUTTING PAVEMENT JOINT - RIGID TIE (Drilled) Q Jolnl Bars Bar Length and Spacing c 8" 'BTS #4 24" Long at 30" Centers 2 8 'BT -3' #5 - 24" Long at 30" Centers 2 8" •BT -0' p5 24" Long at 15" Centers See Detail D-1, D-2, or D-3 See Detail E 1 0 op d O 'K' I KEYED JOINT FOR ADJACENT SLABS (Where T is 8" or more) #5 Bars, See Detail E 11 30"" Long at 12Centers O #5 Bars at 12" Centers (Single Reinforced Pavement (Bridge Approach)] 11 #5 Bars 30" Long at 12" Centers #6 Bars at 12" Centers See Detail E Bars at 12" Centers 22„ .o , 22, ° 'o #8 Bars"-tnears at 12" Centers 12Centers 'KS -2' [Double Reinforced Pavement (Bridge Approach)] 1® Bar supports may be necessary for fixed form paving to ensure the bar remains in a horizontal position in the plastic concrete. 11 Sawing or sealing of joint not required. 1© The following joints are interchangeable, subject to the pouring sequence: 'BT -1','L-1', and'KT-1' 'KT -2' and'L-2' 'KT -3' and'L-3' See Detail 0-1, D-2, or D-3 1 e �t 'L' CONTRACTION JOINT OT Joint Bars Bar Length and Spacing < g" 'L-1' #4 36" Long at 30" Centers 2 8 'L-2' #5 - 36" Iteag at 30" Centers 'L-3' 36" at 15" Centers _{ La See Detail 11 Orl 2 1 ABUTTING PAVEMENT JOINT - KEYWAY TIE O RtlP°� 0 Joint I Bars I Bar Length and Spacing c 8" 'KT -1' 94 30" Long at 30" Centers •K7-2, 30" Long at 30" Centers 2:8" TITS• p5 30" Long at 15" Centers LONGITUDINAL CONTRACTION 41 SUDAS SGURI 7010.101 1 VANDAAD ROAD PLAN JOINTS a'O 6 nOu T .'U: a O: U: T/2 1.12 L TIE BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Joint Sealant Material I 4" t 16" Saw Cut 00 0° .o T/3 °O 00 Crack or Joint Line DETAIL D-2 (Required when the Department of Transportation Is not the Contracting Authority, or when specified in the contract documents) Q When tying into old pavement, Q represents the depth of sound PCC. t 18' Saw Cut Sealant or cleaning not required. QU o° :O O T/3 t q" DETAIL D-1 (Required when specified in the contract documents.) Joint Sealant Materials—j r`8° to 6 Saw Cut °V °c T/334" 'O O, � 00 Crack or Joint Line DETAIL D-3 (Required when the Department of Transportation is the Contracting Authority, or when specified in the contract documents) LONGITUDINAL CONTRACTION T/2 O o 0o A B 00 DETAIL E g}3UDASIQIOMIT], 6 6�-�5,66 O61, BOURE 7010.101 STANDARD ROAD PIAN PV -i JOINTS KEYWAY DIMENSION$ Keyway Type Pavement Thlcl nes3; T QA .. Standard 8" or greater 24" Narrow Less than 8" V : '; 2" :.J � LEGEND Evslin9 Pave,renl OPrtwvsatl Pavanen� g}3UDASIQIOMIT], 6 6�-�5,66 O61, BOURE 7010.101 STANDARD ROAD PIAN PV -i JOINTS oo•� oo• O ' T e.•o: .•o: T/2 V2 L DOWEL PLACEMENT (Applies to all joints unless otherwise detailed.) See Detail H @ See Bar Size Table. •o .roo o ® Edge with 1/4 inch tool for length of joint indicated 0 Flexible Foam (Detail F) Width (See - %^ table below) 'CF' JOINT Diameter TYPE WIDTH 1Q See Dowel Assemblies for fabrication details and CF -1 2" placement limits. Coat the free end of dowel bar to SECTION B$ CF -2 21" CF -3 3" CFS Z„ See Detail F /—Resilient Joint Filler O •'O,c D • —()--1" Nominal 'E' 1" EXPANSION JOINT 11 2" Thru Curb -"F+ Top of Curb esilient ° •° ° Joint Filler Top of Slab /@+,!tV Nominal .E' JOINT IN CURB (View at Back of Curb) Top of Top Top; 'EE' JOINT IN CURB (View at Back of Curb) Match 'E' Joli in Pavement Flexible Foam Joint Filler Thru Curb Y.,...- ES' JOINT IN CURB (View at Back of Curb) 2' Joint Sealant 14 Material .Y• :d. Joint ;• iller 8 8 DETAIL F 16 Predrill or preform holes in joint material for appropriate dowel size. Q Compact fire buffings by spading with a square -nose shovel. 2' Joint Sealant Material 4" plywood or pressed wood Spacer required for 'EF'joint MVFIDE Gexible Foam Joint Filler —1" Joint Sealant Material o o.: o Detail F or Detail ipans, Joint Filler Material 16 o°" o (See Doweled Exn (See Doweled Expansion Joints Table) , Joints Table)u O m DETAIL H m O18" Long Dowel See Doweled Expansion Joints Table) at 12" Centers 'ED','EE','EF' ib EXPANSION DOWELED EXPANSION JOINT 01 1 Buffings DOWELED EXPANSION JOINTS @ See Bar Size Table. Joint Sealant (See Detail F) ® Edge with 1/4 inch tool for length of joint indicated 0 Flexible Foam (Detail F) EF 2" formed; edging not required when cut with diamond blade Joint Filler Diameter saw. 2 1Q See Dowel Assemblies for fabrication details and placement limits. Coat the free end of dowel bar to SECTION B$ prevent bond with pavement. At intake locations, dowel bars may be cast4n-place. 2' Joint Sealant 14 Material .Y• :d. Joint ;• iller 8 8 DETAIL F 16 Predrill or preform holes in joint material for appropriate dowel size. Q Compact fire buffings by spading with a square -nose shovel. 2' Joint Sealant Material 4" plywood or pressed wood Spacer required for 'EF'joint MVFIDE Gexible Foam Joint Filler —1" Joint Sealant Material o o.: o Detail F or Detail ipans, Joint Filler Material 16 o°" o (See Doweled Exn (See Doweled Expansion Joints Table) , Joints Table)u O m DETAIL H m O18" Long Dowel See Doweled Expansion Joints Table) at 12" Centers 'ED','EE','EF' ib EXPANSION DOWELED EXPANSION JOINT 01 1 Buffings DOWELED EXPANSION JOINTS TYPE WIDTH FILLER MATERIAL U6 ED 1" Resilient (Detail F) EE 2" Flexible Foam (Detail F) EF 2" Flexible Foam (Detail G) r� BAR SI2F+TABLE O "r8" but -e_g„ c210„ ° 10" Dowel ,gg„ 11„ 11,. Diameter - d 4 2 LEGrvD "V •. aY ®o' E i:inH pa.emeaL _. OPtapoSe p.. d [Ji W SUDAS QIOWAWT a 01^91f NOUN 1010.101 1 STANDARD ROAD NUN PV 101 JOINTS Q CONTRACTION JOINTS -13'-0" s 2" for 14'-0" Pavement 11'-0" t Z" for 12'-0" Pavemen®t1 �err<r�rr�r_ar—rr_rrr.®�®�®�a�u�a��o 111 T I0i"11I12i111MIMMI.IMV Diameter 7.. to 72" 31" 4.. 8" to 9Z" 44" I 21= 5q" 12" 12" to 13"6q" G�m 12" a Tie Wire® (UTie Wire) ®Side Rails) UTie Wire) PLAN Spaces between dowel bars are nomma dimensions with a q" allowable tolerance. 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" Side Top of Pavement, Contraction Joint and Assembly b �2„ min. Anchor Pins 8 Both Sides LONGITUDINAL SECTION DOWEL ASSEMBLIES @@@ t Q8 Use 18 inch long dowel bars with a tolerance of t 118 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. 19 Use wires with a minimum tensile strength of 50 ksi. ® Details apply to both transverse contraction and expansion joints. ® Weld attemately throughout. ® #110 gauge (0.306 inch diameter) wire. Wire sizes shown are the minimum required. ® #10 gauge (0.177 inch diameter) wire, welded or friction fit to upper side rail, both sides. ® Measured from the centerline of dowel bar to bottom of lower side rail + 114 inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. ® If dowel basket assemblies are required for curbed pavements, the assembly length Is based on the jointing layout. See PV -101, sheet 8. 3® Ensure dowel basket assembly centerline is within 2 inches of the intended joir"cation longitudinally and has no more than 1/4 inctfMrizontal skew from end of basket to end -Df basket -i � u DOWEL HEIGHT AND DIAMETER T ("I Diameter 7.. to 72" 31" 4.. 8" to 9Z" 44" 14" 10" to 112" 5q" 12" 12" to 13"6q" 12" EXPANSION JOINTS i-- 13'-0" t 1" for 14'-0" Pavement 11'-0" ±16 for 12'-0" Pavement Spaces between dowel bars are nominal dimensions with a 4" allowable tolerance. 12" 12" Side Raila ELEVATION Retainer Rail ® Top of Expansion Joint and Assembly® Pavement 0 r- -101 O TieDI Wir o-` Anchor Pin 8 min. Both Sides SECTION THRU EXPANSION JOINT JOINT OPENING AND EXPANSION TUBE EXTENSION Joint Type O minimum Tube Length "ED" 1" 6" EE" 2" T. "EP., 4q" 12" 12" DOWEL HEIGHT AND DIAMETER OT ® Diameter 7" to 72„ 2" 2" 8" to 92" 4q" 14" 10" to 112" 4° 12 12" to 13. 6q" 12„ 18 19 DOWEL ASSEMBLIES 1® Use 18 inch long dowel bars with a tolerance of t 1/8 Inch. Ensure the centerlines of Individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. re 19 Use wires with a minimum tensile strength of 50 ksi. ® Details apply to both transverse contraction and expansion joints. © Weld alternately throughout. ® #1/0 gauge (0.306 inch diameter) wire. Wire sizes shown are the minimum required. ® #10 gauge (0.177 inch diameter) wire, welded or friction fit to upper side rail, both sides. ® Measured from the centerline of dowel bar to bottom of lower side rail + 114 inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. ® If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV -101, sheet 8. ® Clip and remove center portion of tie during field assembly. ® 1/4 inch diameter wire. ® Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and has no more than 1/4 inch horizontal skew from end of basket to end of basket. OPTIONAL LEG SHAPES Edge of Pavement °avement PLACEMENT LIMITS (Rural Section) D +T's" max. BEND AROUND DOWEL® 2"1" min 12" min. 45° Anchor Pln #1/0 Gauge Wire (0.306" diameter) ANCHOR PIN 114 or 1/3 Point Longitudinal Joint 1® Use 18 inch long dowel bars with a tolerance of 2 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. Use wires with a minimum tensile strength of 50 ksi ® Details apply to both transverse contraction and expansion joints. ® Diameter of bend around dowel is dowel diameter+ 1/8 to 3/16 inches. For uniform lane widths: 3" - 6". For taper and variable width pavements: 3" - 12". Back of Curb Guttedine Joint PLACEMENT LIMITS (Curb and Gutter - Guttedine Jointing) Back of Curb —P PLACEMENT LIMITS (Curb and Gutter- 1/4 or 113 Point Jointing) DOWEL ASSEMBLIES®®® N O J `D ➢ ji ,n 'N 6" STANDARD CURB Back of Curb 1 uttedine " jmj1 �1 Slope as per plans Level Line DROP CURB AT SIDEWALK FORM L L2- R\ GRADE – – ELEV. 6" SLOPED CURB 11" to 3"-1 72 I ELEV. A BEAM CURB* "For short replacement sections, match existing curb profile – 4" Slope as }_I per plans FORM 4" ---I GRADE – I ELEV. Slope as per plans DRIVEWAY DROP CURB 4" SLOPED CURB Slope as per plans 1 21-6" or ass ecified jFORM Pe p � 2 3 ADEEV. Proposed Pavement CURB AND GUTTER UNIT DETAIL A For joint details, see PV -101. 10 6" Standard Curb, 6" Sloped Curb, or 4" Sloped Curb as specified. 02 s" if Proposed Pavement is HMA. No elevation difference if Proposed Pavement Is PCC. 03 'BT ,'KT', or'L' joint if Proposed Pavement is PCC. 'B' joint if Proposed Pavement is HMA. N 0 t� rl i GD - r. –,J kc 17� w �D Wsums QWWADOI FIGURE 7010.101 1 STANDARD ROAD PLAN PCC CURB DETAILS 15' Normal® r b - - Curb and Gutter pavement is PCC, match if pnoposedspacing IIomt s'a'ng for proposed pavement 10 re in curb and gutter P section section where expansion jointsare to be placed in proposed Pavement nt Proposed Pavement N [7 V Curb and Gutter �7� 1 15' Normal 4 JOINTING DIAGRAM FOR CURB AND GUTTER UNIT - FTI W O No Curb 5-0' 16" 5,-D^ Transition Sta lard Transr6on Cuyb T_ O CURB RUNOUT FOR ALL CURBS CURB TRANSITION FROM 6" STANDARD TO 6" SLOPED m SUDM Q roaam 4" PV-10 o D" Sloped g-,. Transrtron 5-0". Sloped 6" nsMon Tra FIGURF MIO.IM STANDAADIOADMAN a�rrs a: =36=-, ,,,.r -......" N Sloped Standard x m CURB TRANSITION CURB TRANSITION PCC CURB DETAILS Om FROM 6" SLOPED TO 4" SLOPED FROM 6" STANDARD TO 4" SLOPED N Construct boxout with Class C concrete or match pavement class. Minimum 2 inches clear on reinforcement. Center casting within boxout area. 0 B joint it three-piece ating LP) 1 casting (SW 601 Type 8 and F) Is used.gE' jointt if two-piece fixed casting (SW 601 Type A 5' 2 and C or SW-602 Type E) Is used. 2 2 0 4 foot 8 inch (typ.) #4 bar. Place at mid-slab. 2 5'-0' `�' 3O #4 hoops (variable length). Place at mid-slab. '/ A<D, • - - — - — — J I ® No boxout Is required for three-piece Boating castings / (SW 601 Type B and D or SW-602 Type F). If a boxout is used with a three-piece casting, construct as detailed 2 in Section A-A for three-piece floating casting. 'C' or'CD' Jointm 1 c �5 1 2O3 O2 3 c �� o PCC Pavement 'E' Joint 6" Joint Adjustment Ring AT JOINT INTERSECTION OFFSET AT JOINT INTERSECTION -7 � SECTION A-A-! (For two-piece fixed casting) t " CID 02 3 6 6" ,. n Pavement 1 A A 'KT-1' XT-2'. 2' Adjustment Ring 'BT-1', or / • 'C' or'CD' _ _ - — - 'BT Joint 'BT-2' Jolnt SECTION A-A M / Joint (For three-piece floating casting) c m / 3 3 SUDAS ` PV-103 c c 1 0° FIGURE 7010.103 STANDARD ROADPIAN s�sri a+ u .� o ve+awax...xnswe.uawa N c � m m CIRCULAR AT A SINGLE JOINT MANHOLE BOXOUTS IN p PCC PAVEMENT T ymR[ ROBg wuo s . Ba WIM b wxw UGM Type 'N We IW UgM Tre sin Wok Neo � olreelm of TnIBc • p2°CMInaYtrr wn.w •a�P 900BrcO i V�o-�m�l mv—eN—m.nm--�I roal.BaBrweu.f O `' wxwxw j=e ca W m � BBB mY � wnan Mr maeeds amg vahMm FBIFdeps WBnlrge dudrp roywtlng MVB rAl nal be elloead, Temp nwbxtoY. ,IW we mBl• ftd belxean �eMIN Vohkim elwuq up�nC n. daring Iwnuol M houla. Fa bridge da .c yOlal•adB TM niM beton o.*.pUBtlaU begln, a bedB d fhY w lwv . eal n•samry ftww Y n M PI Bn d raadwaY. 10 [b MIUB tb w,o Ile RaP ng ImefertlU adoeed YnB YIoceYd wiNln thY enB. PeeelbY Can4eM Ym: Trelnn Cama) M, uP be'. e' PO%0 •ORK 5 T A G20-MS BpPehg.0 bP fJC A Syayny=C� 4Sce 8' 1\\\ { • • • • • ~• • x• y \• ' ' •_ V y � x x x � :' •L T sA A S SV --Y SPM�M�Hr SO' S �'I POAY IMS G20.2A RDA. 68'x24" WOAK AHEAD N S3 W261 W14L 4 "'e RDAO 48'x48• 48.8• FDR{ j I HEAD NAO Nu T (T 40'x4ew3o-, • W. 24 Deriro SparSq=C SU SD•P� . _ -►1 \ F aa-v�aD --- A SDeWm ` Dwke SP•d49=C {DP••M{ POAD G3 WDRK48' .24- AHEAD P..lae CaMrad 14em: TraMC Conlml W61 46.48• 4-,Inwa ❑PnartmROt SPEED LIMB A C 0 8 T mn 35•r F•a 1w 4P 25 1 W DD -95 m 4P DP I0PWW 5P 40-45 1 W 8P 4P 2W 1W SDorgl••1•r SDP 1w SP 3ED 1w 0 Spadog=0 for all dr s. 'B'joint Ot`9gzQ` 'E' Joint 1 2 /7 1 SS �sn. 'C'Or'E'—\ 10$A', C'Jolnt Refer DetailBack of curb TYPE A VVITH FLARES TYPE A WITH RADII DETAIL A 2 3Drop cu b Lrb-height: 0'ro 2• --®Sidewalk Drieway 7 ,n. TYPICAL SECTION OS #5x36' OR - reinforcing be �{ of curb DETAIL B O1 Driveway radius (R). Residential: 10 foot minimum,15 foot maximum. Commercial and industrial: As specified in the contract documents. 0 Transition the curb height to 0 inches at end of taper/radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. O3 Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. ® Sidewalk thickness through driveway to match thickness of driveway. 6O Center reinforcing bar vertically in the pavement © Match thickness of adjacent roadway, 8 inches minimum. QPmvide'E' joint at back of curb unless 'B' joint is specified. 8O For alleys, invert tt("avement crown 2% toward center "ley. O9 Target eros@-slope,aI1.5%with a maximum;=ss s14 of 2.0%. If specified in thg con ctdocume ds, construct the sidewdlk through the driveway S I s ij widalo serve as a passing spaces -Y1 1� 10 If cross slope of adfaoant sidewalk panel exceeds 2.Olq' remove and replade to transition from existIM sidewalk to sidewalk through tlway. If elevation change requires a ctt[b ramp, comply with Figure 7030.205; v M/ need for detectable warning panel with Engineer. varies) I (4'4'X4'-0" min.) 6" min. See Detail A 1 2 6.25% l�rget) 6.3% ~-- 5% rnax Cross Slope 6" min. Pavement �-=r =_ — X" expansion joint or KT -2 y 12 18" or BT -3 joint when specified. TYPICAL SECTION - CURB RAMP Key Curb Ramp Turning Space Detectable warning SKEWEDCROSSING PERPENDICULAR CROSSING Debtectab- 6leWarning _ ge of Pavement Crossing Arm varies) O Ct of Roadway DETECTABLE WARNING LOCATION AT RAILROAD CROSSING Parallel Curb R. (8 required) 510 Varies 4" min. When a KT or BT joint is Installed at the back of curb, provide A" expansion joint at front or back of the turning space. OProvide a minimum 2 foot width of detectable warning surfaces In the direction of pedestrian travel across the full width of the curb ramp or turning space, exclusive of curbs or flares. O2 Provide a minimum of 6 inches of concrete below the detectable warning panel. OMinimum 4 feet by 4 feet. Target cross slope of 1.5% with a maximum cross slope of 2.0%. ® 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 Back of Curb required to exceed 15 feet, regardless of the resulting slope. Do not exceed 8.3% slope for parallel ramps shorter — than 15 feet. O If crossing gate conflicts with Yz° (max) v Gudariine location of detectable waming or if pedestrian crossing gate is provided, T — — — — place detectable vjating panel in Level Line advance cf the croiiiing gate. ' © Locate front edge,q*etectable warning panel 12 to 15 feat f m centefline of DETAIL nearest rail, Orien truncateddomes parallel to the din4pn of pidestrian travel.+° Provide a minimum 2 footwidth of detectable W waming surfaces in the direction of pedestrian travel across the full width of the curb ramp or turning space, exclusive of curbs or flares. 2 W Grade Break O1 When detectable warning is located on W y f 1 - curt ramp surface, orient domes in the W W u � � direction of pedestrian travel. 2'-0" min. t \\ W W Ora When the distance between the grade • �' break and the back of curb is less than Grade Break \ \ lace detectable W W W W surface at the bottomof the curb ramp. W W W W i 2'-0" min. Where one comer of the curb ramp is more than 5 feet from the back of curb, 2'-0' min. Grade Break construct curb ramp as a parallel curb 1 ramp. Move grade break back as required to place detectable waming on tuming space at the back of curb. PERPENDICULAR RAMPS Grade Break — — — — — — — — — — — —m— — — — — v , _� 2--"'-0min. _-. 1tNs c�' n ' -Curb Ramp sJ —Uljl�uming Space 1 W W —Oetectable'�aming W W 2'-0" min. t W •• C y \ O W `x�. �" H.w 10.16kt SUDAS 7030.210 c :• L2'-0"min. •• W W W � ^' �• W W BaEEr i a t SUDAS Standard Specifications x � m M DETECTABLE WARNING 0 PARALLEL RAMPS PLACEMENT Q 12A-2 QJIOWADOT ✓�W Design Manual SUDAS Chapter 11- Sidewalks and Bic-cle Facilities w •^ w —^^ 12A - Sidewalks 2011 FEB - Accessible Sidewalk Requirements A. Introduction SUDAS and Iowa DOT jointly developed this section based on the July 26, 2011 "Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right -of -Way." This section was developed in accordance with Federal regulations (23 CFR 652 and 28 CFR 35) and is the standard for use by all governmental entities in the State of Iowa. A local jurisdiction may elect to produce their own standards; however, these will require review and approval by FHWA and/or the United States Department of Justice. Where sidewalks are provided, they must be constructed so they are accessible to all potential users, including those with disabilities. This section establishes the criteria necessary to make an element physically accessible to people with disabilities. This section also identifies what features need to be accessible and then provides the specific measurements, dimensions, and other technical information needed to make the feature accessible. The requirements of this section were developed based on the following documents: 1. ADAAG: The "Americans with Disabilities Act Accessibilities Guidelines" (ADAAG) was written by the US Access Board and adopted by the Department of Justice (DOJ) in 2010. This document includes abroad range of accessibility guidelines including businesses, restaurants, public facilities, public transportation, and sidewalks. These standards were originally adopted in 1991 and have been expanded and revised several times. 2. PROWAG: The July 26, 2011 "Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right -of -Way" was written by the US Access Board and is also known as the Public Right -of -Way Accessibility Guidelines or PROWAG. PROWAG provides more specific information than the ADAAG for transportation facilities within the right-of-way including pedestrian access routes, signals, and parking facilities. The PROWAG requirements are currently in the development and adoption process and have not been officially adopted by the Department of Justice; however, the Federal Highway Administration has issued guidance that the draft version of the PROWAG "are currently recommended best practices, and can be considered the state of the practice that could be followed for areas not fully addressed" in the existing ADAAG requirements. Due to the widespread acceptance of the PROWAG, and their pending adoption in the future, the standards of this chapter are based upon the PROWAG requirements. The designer is encouraged to reference the complete PROWAG document for additional information (www.access- board. ov . References to the PROWAG in this section are shown in parentheses, e.g. (R302.7). Buildings and other structures not covered by PROWAG must comply with the applicable requirements of the ADAAG. For parks, recreational areas, and shared use paths, refer to other sections within this chapter. 1 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements B. Transition Plan �PF) The ADA law passed in 1990 required public entities with more than 50 total employees to develop a formal transition plan identifying the steps necessary to meet ADt Tff!&b Jy requirlm" for all pedestrian access routes within their jurisdiction by upgrading all noncompliant features. Recognizing that it would be difficult to upgrade all facilities immediately, the tawprovidedthe opportunity to develop a transition plan for the implementation of thT$e improvements: Covered entities had until 1992 to complete a transition plan. In addition, any focal public agency that is a recipient of US DOT funds must have a transition plan. For those agencies that have not completed a transition plan, it is critical that this process be completed. Although the transition plan may cover a broader scope, this section will only cover requirements within the public right-of-way. Key elements of a transition plan include the following: • Identifying physical obstacles in the public agency's facilities that limit the accessibility of its programs or activities to individuals with disabilities • A detailed description of the methods that will be used to make the facilities accessible • A schedule for taking the steps necessary to upgrade pedestrian access in each year following the transition plan • Identification of the individual responsible for implementation of the plan The document: ADA Transition Plans: A Guide to Best Management Practices (NCHRP Project No. 20-7 (232)) provides guidance for the development and update of transition plans. The document also assists communities in prioritizing required improvements for accessibility. Public entities not required to have a formal transition plan are required to address noncompliant pedestrian access routes. C. Definitions Accessible: Facilities that comply with the requirements of this section. Alteration: An alteration is a change that affects or could affect the usability of all or part of a building or facility. Alterations of streets, roadways, or highways include activities such as reconstruction, rehabilitation, resurfacing, widening, and projects of similar scale and effect. Alternate Pedestrian Access Route: A route provided when a pedestrian circulation path is temporarily closed by construction, alterations, maintenance operations, or other conditions. Curb Line: A line at the face of the curb that marks the transition between the curb and the gutter, street, or highway. Cross Slope: The grade that is perpendicular to the direction of pedestrian travel. Crosswalk: See pedestrian street crossing. Curb Ramp: A ramp that cuts through or is built up to the curb. Curb ramps can be perpendicular, parallel, or a combination of parallel and perpendicular curb ramps. Detectable Warning: Detectable warnings consist of small, truncated domes built in or applied to a walking surface that are detectable by cane or underfoot. On pedestrian access routes, detectable warning surfaces indicate the boundary between a pedestrian route and a vehicular route for pedestrians who are blind or have low vision. 2 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements New Construction: Construction of a roadway where an existing roadway does not currently r st. j 1 Pedestrian Access Route: A continuous and unobstructed path of travel provided for pedestrians with disabilities within, or coinciding with, a pedestrian circulation path. 71111 FEB _ 6 FM 1: 4 0 Pedestrian Circulation Path: A prepared exterior or interior surface provided for pedestTlITt] ERM in the public right-of-way. ! 0 "' A G1 T Y,! n Pedestrian Street Crossing: A marked or unmarked route, providing an accessible path to travel from one side of the street to the other. Pedestrian street crossings are a component of the pedestrian access route and/or the pedestrian circulation path. Running Slope: The grade that is parallel to the direction of pedestrian travel. PROWAG: The Public Right-of-way Accessibility Guidelines establish the criteria for providing a feature within the public right-of-way that is physically accessible to those with physical disabilities. Scope of the Project: Work that can reasonably be completed within the limits of the project. This is not defined by the written project scope; however, it focuses on whether the alteration project presents an opportunity to design the altered element, space, or facility in an accessible manner. Structurally Impracticable: Something that has little likelihood of being accomplished because of those rare circumstances when the unique characteristics of terrain prevent the incorporation of full and strict compliance with this section. Applies to new construction only. Technically Infeasible: With respect to an alteration of an existing facility, something that has little likelihood of being accomplished because existing structural conditions would require removing or altering a load-bearing member that is an essential part of the structural frame; or because other existing physical or site constraints prohibit modification or addition of elements, spaces, or features that are in full and strict compliance with the requirements of this section. (2010 ADAAG 106.5) Turning Space: An area at the top or bottom of a curb ramp, providing a space for pedestrians to stop, rest, or change direction. D. Applicability 1. New Construction: Newly constructed facilities within the scope of the project shall be made accessible to persons with disabilities, except when a public agency can demonstrate it is structurally impracticable to provide full compliance with the requirements of this section. Structural impracticability is limited to only those rare situations when the unique characteristics of terrain make it physically impossible to construct facilities that are fully compliant. If full compliance with this section is structurally impracticable, compliance is required to the extent that it is not structurally impracticable. [2010 ADAAG 28 CFR 35.151(a)] 2. Alterations: Whenever alterations are made to the pedestrian circulation path, the pedestrian access route shall be made accessible to the maximum extent feasible within the scope of the project. If full compliance with this section is technically infeasible, compliance is required to the extent that it is not technically infeasible. [2010 ADAAG 28 CFR 35.151(b)] Alterations shall not gap pedestrian circulation paths in order to avoid ADA compliance. 3 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Resurfacing is an alteration that triggers the requirement for curb' ramlifjt)nvolves work on a street or roadway spanning from one intersection to another. Examples include, but are not limited to, the following treatments or their equivalents: 1 �, • New layer of surface material (asphalt or concre��ipaiaaingmiFf and hIV, • Reconstruction • Concrete pavement rehabilitation and reconstruction • Open -graded surface course • Microsurfacing and thin lift overlays • Cape seals (slurry seal or microsurfacing over a new chip seal) • In-place asphalt recycling [DOJ/U S DOT Glossary of Terms and DOJ/U.S. DOT Technical Assistance; June 28, 2013] Where elements are altered or added to existing facilities, but the pedestrian circulation path is not altered, the pedestrian circulation path is not required to be modified (R202.1). However, features that are added shall be made accessible to maximum extent feasible. The following are examples of added features: • Installation of a traffic sign does not require sidewalk improvements; however, the sign cannot violate the protruding objects requirements. • Installation of a traffic or pedestrian signal does not require sidewalk improvements; however, the signal must be accessible. • Installation of a bench adjacent to the pedestrian access route would not require sidewalk improvements, but the bench cannot be placed in a manner that would reduce the sidewalk width below the minimum requirement. 3. Maintenance: Accessibility improvements are not required for work that is considered maintenance. Examples of work that would be considered maintenance include, but are not limited to, the following items. • Painting pavement markings, excluding parking stall delineations • Crack filling and sealing • Surface sealing • Chip seals • Slurry seals • Fog seals • Scrub sealing • Joint crack seals • Joint repairs • Dowel bar retrofit • Spot high -friction treatments • Diamond grinding • Minor street patching (less than 50% of the pedestrian street crossing area) • Curb and gutter repair or patching outside the pedestrian street crossing • Minor sidewalk repair that does not include the turning space and curb ramps • Filling potholes If a project involves work not included in the list above, or is a combination of several maintenance items occurring at or near the same time, the agency administering the project is responsible for determining if the project should be considered maintenance or an alteration. If either of these two situations is determined to be maintenance, the agency administering the project must document the reasons for this determination. If the project is defined as maintenance, federal funding and Farm -to -Market funds cannot be used. 4 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements When a maintenance project modifies a crosswalk, installation of curb ramps atx—hcrosswalk$ is recommended, if none already exists. The other accessibility improvements oft i tim are also recommended, but not required with such projects. 2GI7FF6-6 FR 1:4e 4. Technical Infeasibility: Examples of existing physical or site constraints that may make it technically infeasible to make an altered facility fully compliant include, but are hot lirgj Mod i the following: • Right-of-way availability. Right-of-way acquisition in order to achieve full compliance is not mandatory, however, it should be considered. Improvements may be limited to the maximum extent practicable within the existing right-of-way. • Underground structures that cannot be moved without significantly expanding the project scope. • Adjacent developed facilities, including buildings that would have to be removed or relocated to achieve accessibility. • Drainage cannot be maintained if the feature is made accessible. • Notable natural or historic features that would have to be altered in a way that lessens their aesthetic or historic value. • Underlying terrain that would require a significant expansion of the project scope to achieve accessibility. • Street grades within the crosswalk exceed the pedestrian access route maximum cross slopes, provided an engineering analysis has concluded that it cannot be done without significantly expanding the project scope (for example, changing from resurfacing an intersection to reconstructing that intersection). 5. Safety Issues: When accessibility requirements would cause safety issues, compliance is required to the maximum extent practicable. 6. Documenting Exceptions: If the project cannot fully meet accessibility requirements because the accessibility improvements are structurally impracticable, technically infeasible, or safety issues, a document should be developed to describe how the existing physical or site constraints or safety issues limit the extent to which the facilities can be made compliant. This document should identify the specific locations that cannot be made fully compliant and provide specific reasons why full compliance cannot be achieved. It is recommended that this document be retained in the project file. For local agency projects administered through Iowa DOT, an "Accessibility Exceptions Certification" (Form 517118) with supporting documentation shall be signed by a registered professional engineer or landscape architect licensed in the State of Iowa and submitted to the Iowa DOT administering office. The certification shall be as prescribed by Iowa DOT Local Systems I.M. 1.080. For Iowa DOT projects, contact the Office of Design, Methods Section. Note: Documenting exceptions does not remove an agency's responsibility to consider making accessibility improvements the next time the facility is altered because physical or site constraints and safety issues may change over time. The determination of exceptions and corresponding documentation needs to be made each time a facility is altered, based on the existing conditions and the scope of the proposed project. 7. Reduction in Access: Regardless of whether the additions or alterations involve the modification of the existing pedestrian circulation path, the resulting work cannot have the result of reducing the existing level of accessibility below the minimum requirements. For example, the installation of a bench cannot have the effect of reducing the width of the pedestrian access route to 3 feet (4 feet is the minimum). Likewise, the construction of an overlay cannot result in a street cross slope of more than 5%, nor have a lip at the curb ramp that exceeds 1/2 inch. 5 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements , . s. -...-moi Pedestrian facilities may be removed if they are being re-routed for safety reasons, of termina{€c"j 114 because they do not connect to a destination or another pedestrian circulation path. 8. Addition of Pedestrian Facilities: If a sidewalk exists on both sides of the st". 1,7 Eaf 4s r M ' 4 shall be installed on both sides when the street is altered. PROWAG does not require , _ V r construction of pedestrian facilities where none currently exists, although the jurisdiction' v�-I l r 4 transition plan may require them. - hT Y' 1011 9. Utility Construction: If the pedestrian circulation path is disturbed during utility construction, the requirements of this section and Section 12A4 shall apply. E. Standards for Accessibility The following section summarizes the design standards for the elements of an accessible pedestrian access route. The minimum and maximum values stated are taken from the PROWAG. Target values are also provided. Designing features to the target values, rather than the allowable maximum or minimum, allows for appropriate construction tolerances and field adjustment during construction while maintaining compliance with the PROWAG standards. 1. General Requirements: These requirements apply to all parts of the pedestrian access route. a. Surfacing: PROWAG requires all surfaces to be firm, stable, and slip resistant (8302.7). All permanent pedestrian access routes, with the exception of some Type 2 shared use paths (see Section 1213-2), shall be paved. When crossing granular surfaced facilities, consider paving wider than the pedestrian access route; see the shared use path section. b. Changes in Level: Changes in level, including bumps, utility castings, expansion joints, etc. shall be a maximum of 1/4 inch without a bevel or up to 1/2 inch with a 2:1 bevel. Where a bevel is provided, the entire vertical surface of the discontinuity shall be beveled (8302.7.2). Figure 12A-2.01: Vertical Surface Discontinuities "-T-E: i c. Horizontal Openings: Horizontal openings shall not allow passage of a sphere more than 1/2 inch in diameter. Elongated openings in grates shall be placed so the long dimension is perpendicular to the dominant direction of travel. The use of grates within the pedestrian access route is discouraged; however, where necessary, the grate should be located outside of curb ramp runs, turning spaces, and gutter areas if possible. (R302.7.3) It should be noted that none of the standard SUDAS/Iowa DOT intake grates meet the requirements for use within a pedestrian access route; therefore, a special design is required. 6 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.02: Horizontal Openings Dominant directionothavel �s. El "? FEB -6 FM 1:40 ODDDDOODD00 Long dimension D D D D D D D D D D D perpendicular to dominant direction of travel 7M CITY.1 2. Standard Sidewalk: Sidewalks solely serving private residences are not required to follow these requirements. a. Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5% (8302.6). b. Running Slope: Sidewalks with a running slope of 5% or less are acceptable. However, where the sidewalk is contained within the street right-of-way, the grade of the sidewalk shall not exceed the general grade of the adjacent street (8302.5). For design, consider the general grade of the adjacent street to be within approximately 2% of the profile grade of the street. c. Width: The minimum width of the pedestrian access route is 4 feet. Five foot sidewalks are encouraged and may be required by the Jurisdiction. Iowa DOT will design 5 foot sidewalks unless otherwise requested. (8302.3) d. Passing Spaces: Where the clear width of the pedestrian access route is less than 5 feet, passing spaces are required at maximum intervals of 200 feet. The passing space shall be 5 foot minimum by 5 foot minimum. Passing spaces may overlap with the pedestrian access route. (R302.4). Driveways may be used as passing spaces, as long as the 2.0% maximum cross slope is not exceeded. 7 Revised: 7/17/2014 SURAS 2015 Edition Chanter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.03: Standard Sidewalk and Curb Ramp Elements 7 ! I �� I R�� T' Space I ❑ Cross Slope � Existing _ Transition Segment Sidewalk Mal h,xlsnng ❑ Standard Sidewalk sidew alk truss slope... r: L`loti Slope Tonsil Passing area I Segmcnt(whcre ncccssary) i Detectable Warning I Curb Transition Cross slope: I 1.5% (target) 2.0%(maximmn) 11 M&hhh, Parking Parallel Curb Ramp � (ifrequired) I 1 1 1, r- Grade Break Special Shaping 8.3% 000 o C\nb Ramp Space S' eo ooa Curb rem 1. Maxi of S.( 2. h1mi'. any c 5'min.- I Passing area S 15' sidewalk re less than 5' wide. t Space passing area at 200' (max.) intervals 0 0 0 n e w (Required for new O O a o 0 0 o constrklaion) o..00a.o ,.. 0 e 0 0 0 0 a Grade Bleak 0 - Face of Curb Back of are Special Shaping g Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements 3. Pedestrian Street Crossings: 1 a. Cross Slope: The longitudinal grade of a street becomes the cross slope for a pedestrian j street crossing. PROWAG has maximum limits for,the cross slope of pedestn eet crossings, which vary depending on the location of the crossing and the type o� 115u— 6 plt I: (t traffic control at the crossing. These requirements, in effect, limit the longitudinal grade of a street, or require a "tabled crosswalk" at the intersection. (8302.6) 1) Intersection Legs with Stop or Yield Control: For pedestrian street crossings across ttrl I r';',' intersection leg with full stop or yield control (stop sign or yield sign), the maximum cross slope is 2.0% (maximum 2.0% street grade through the crossing). 2) Intersection Legs without Stop or Yield Control: For pedestrian street crossings across an intersection leg where vehicles may proceed without slowing or stopping (uncontrolled or signalized), the maximum cross slope of the pedestrian street crossing is 5.0% (maximum 5.0% street grade through the crossing). 3) Midblock Pedestrian Street Crossings: At midblock crossings, the cross slope of the pedestrian street crossing is allowed to equal the street grade. Figure 12A-2.04: Example Street Intersection . Match pedestrian street crossing cross slope or flatter b. Running Slope: The running slope of the pedestrian street crossing is limited to a maximum of 5.0% (maximum street cross slope or superelevation of 5.0%) (R302.5.1). 9 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements c. Location: Driver anticipation and awareness of pedestrians increases as one in closer tQ the intersection. Therefore, curb ramps and pedestrian street crossings should be located as close to the edge of the adjacent traveled lane as practical. Where a stop sign or yield signis"— provided, MUTCD requires the pedestrian street crossing, whether marked or unmarked, be t located a minimum of 4 feet from the sign, between the sign and the inter1Wt14Utis6 3 i • -I recommended stop and yield signs be located no greater than 30 feet from the edge of the intersecting roadway; however, MUTCD allows up to 50 feet. Consult MUTCD V61 r placement of curb ramps and pedestrian street crossings at signalized interseW4U, C i I 'f . t Figure 12A-2.05: Pedestrian Street Crossing Location MARKED OR UNMARKED CROSSWALK Source: MUTCD, FHWA SIDEWALK 4 ft MIN. -l72ft MINI / J d. Medians and Pedestrian Refuge Islands: Medians and pedestrian refuge islands in pedestrian street crossings shall be cut through level with the street or complying with the curb ramp requirements. The clear width of pedestrian access routes within medians and pedestrian refuge islands shall be 5.0 feet minimum (R302.3.1). If a raised median is not wider than 6 feet, it is recommended the nose not be placed in the pedestrian street crossing. 4. Curb Ramps: a. General: There are two types of curb ramps: perpendicular and parallel. Perpendicular curb ramps are generally perpendicular to the traffic they are crossing with the turning space at the top. Parallel curb ramps have the turning space at the bottom. Parallel curb ramps may be used where the sidewalk begins at or near the back of curb and there is little or no room between the sidewalk and curb for a perpendicular curb ramp. A separate curb ramp is required at each pedestrian street crossing for new construction. Parallel ramps with a large turning space, as shown in Figure 12A-2.08, are allowed. For alterations, follow the new construction requirements if possible; however, a single diagonal curb ramp is allowed but not recommended where existing constraints prevent two curb ramps from being installed. For transitions into and out of driveways, curb ramp requirements may be used. For curb ramps within and near an alteration area, see Figure 12A-2.06. 10 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.06: Curb Ramps for Alterations -- 4-, I U q �3 �5� r Alteration Area ii.TY, IO 1 a.0 5 _ �1 11 4 1. Required. 2. Strongly recommended. 3. Required due to barriers in the path of travel between the sidewalk on one side of the street to the sidewalk on the other side of the street. 4. Recommended, but not required because it is outside the alteration area. Consider based on pedestrian usage, safety, and land development. 5. Install both sides or remove the existing one, based on pedestrian usage, safety, and land development. b. Technical Requirements: 1) Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5%; however, for intersection legs that do not have full stop or yield control (i.e. uncontrolled or signalized) and at mid -block crossings, the curb ramp cross slope is allowed to match the cross slope in the pedestrian street crossing section. See "pedestrian street crossings" for additional details. (R304.5.3) 2) Running Slope: Provide curb ramps with a target running slope of 6.25% and a maximum slope of 8.3%; however, curb ramps are not required to be longer than 15 feet, regardless of the resulting slope. (R304.2.2 and 8304.3.2) 3) Width: The minimum width of a curb ramp is 4 feet, excluding curbs and flares. If the sidewalk facility is wider than 4 feet, the target value for the curb ramp is equal to the width of the sidewalk. (R304.5. 1) 4) Grade Breaks: Grade breaks at the top and bottom of curb ramps must be perpendicular to the direction of the curb ramp run. Grade breaks are not allowed on the surface of curb ramp runs and turning spaces. (8304.5.2) 5) Flared Sides: For perpendicular curb ramps on Class A sidewalks, or configurations where the pedestrian circulation path crosses the curb ramp, PROWAG requires the flares along the sides of the curb ramp to be constructed at 10% or flatter. (R304.2.3) This allows pedestrians to approach the curb ramp from the side and prevents a tripping hazard. It is recommended to design these flares at a slope between 8% and 10%, which will clearly define the curb ramp from the sidewalk. 6) Clear Space: At the bottom of perpendicular curb ramps, a minimum 4 foot by 4 foot area must be provided within the width of the pedestrian street crossing, but wholly outside of the parallel vehicle travel lanes. (8304.5.5) 7) Turning Space: Turning spaces allow users to stop, rest, and change direction on the top or bottom of a curb ramp (8304.2.1 and R304.3.1). a) Placement: A turning space is required at the top of perpendicular curb ramps and at the bottom of parallel curb ramps. b) Slope: The maximum cross slope and running slope is 2.0% with a target value of 1.5% (R304.2.2 and R304.3.2). When turning spaces are at the back of curb, cross slopes may be increased to match allowable values in the pedestrian street crossing section (8304.5.3). 11 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements c) Size: The turning space shall be a minimum of 4 feet by 4 feet.-Vfhere the turning space is constrained on one or more sides, provide 5 feet in the direction of the pedestrian street crossing. 8) Special Shaping Area: Transition area between the back of,gpf> andth� rade brea> The longest side cannot exceed 5 feet. LLUU!! tC Figure 12A-2.07: Curb Ramp Turning Spaces {k; f TYIOW`r Building, wall, m other obstruction Flare Unconstrained i. u •~�r4ttmHa� ❑ KI ❑ no Sidewalk 7laaing R we Curb Ramp Grass Detectable Warning c. Curb Ramp Design Considerations: 1) Combination Curb Ramps: For many intersection configurations, a perpendicular curb ramp will not provide enough length to establish the top turning space at the sidewalk elevation; in these situations, a parallel curb ramp is often required to transition from the turning space up to the sidewalk elevation. The use of a perpendicular curb ramp from the curb to the turning space in conjunction with a parallel curb ramp between the turning space and the sidewalk elevation is referred to as a combination curb ramp. When transitioning from a turning space to sidewalk elevation on a steep street, it is not necessary to chase the grade. As noted in the technical requirements above, a parallel curb ramp is not required to exceed 15 feet in length, regardless of the resulting curb ramp slope. In practice, the parallel curb ramp should be extended to the next joint beyond 15 feet. 2) Cross Slope Transition Segment: When connecting to existing construction that is out of cross slope compliance, the cross slope transition should be completed beyond the parallel curb ramp or turning space; this recommendation eliminates the need to list this curb ramp in the transition plan. It is recommended this cross slope transition take place at 1% per foot or less. Typically, this can be accomplished in a single panel. 3) Parking Slope: In situations where the length of the perpendicular curb ramp is insufficient to bring the turning space up to sidewalk elevation, consider lowering the sidewalk and flattening the parking slope. 12 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements 5. Blended Transitions: A blended transition is allowed but not recommended. Design and— t constructability is difficult to meet compliance requirements. In lieu of a blended'transtti614 curb ramp or standard sidewalk should be used. 6. Detectable Warnings: 2011 FEB -6 P" 46 r3` a. General: Detectable warning surfaces are detected underfoot or with a cane,, b d"r low vision individuals. The warnings indicate the location of the back of &4 t, Rete t Sl warnings also provide a visual queue to pedestrians with low vision and aid in locating the curb ramp across the street. For these reasons, the detectable warning shall contrast visually (light on dark or dark on light) from the surrounding paved surfaces (8305.1.3). b. Location: Detectable warnings shall be installed at all pedestrian street crossings and at - grade rail crossings (R208.1). Detectable warning surfaces should not be provided at crossings of residential driveways since the pedestrian right-of-way continues across the driveway. Where commercial driveways are provided with yield control, stop control, or traffic signals at the pedestrian access route, detectable warnings should be installed at the junction between the pedestrian access route and the driveway (Advisory R208.1). c. Size: Detectable warning surfaces shall extend a minimum of 2 feet in the direction of pedestrian travel and extend the full width of the curb ramp or pedestrian access route (R305.1.4). d. Dome Orientation: On curb ramps, the rows of truncated domes should be aligned perpendicular to the grade break so pedestrians in wheelchairs can track their wheels between the domes. On surfaces less than 5% slope, dome orientation is less critical. e. Parallel Curb Ramps: On parallel curb ramps, detectable warning shall be placed on the turning space at the back of curb (8305.2.2). 13 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.08: Detectable Warnings on Parallel Curb Ramps T y, Grade When greater than 5', place detectable warnings at back of curb. b C=i r rye -o PF,: 40 - ---- ------------ Back of Curb ^i' C LE'RF, CITY, {1Ukih 2'-O" alio. 4'x4' min. ❑ Sidewalk ® Ttaaing space Detectable Warning Curbgetup ® Grass ® C7rbTransitioa f. Perpendicular Curb Ramps: Placement of detectable warning varies based upon location of grade break as shown in Figure 12A-2.09. Figure 12A-2.09: Detectable Warnings on Perpendicular Curb Ramps r t r t Where both ends of the When less then 5', place detectable bottom gradebreak are at warnings at bottom of ramp. If / t the curb fine, place the greater than 5', refer to parallel ramp. t detectable warning at the i t backofemb. Grade break - 2 mm T-O'`min.' - Flare ❑ © Sidewalk Turning space '.�''.'.� Detectable Wamiag ❑ Carb Romp ® Grass ® Curb Transition 14 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements g. Refuge Islands: Where refuge islands are 6 feet wide or greater from back of currbcto back of curb, detectable warning shall be placed at the edges of the pedestrian island and'sepamtedby a minimum 2 foot strip without detectable warnings. Where the refuge island is less than 6 feet wide, a 2 foot strip without detectable warnings cannot be installed. tuaFions, detectable warnings shall not be installed at the island and the pedestrian %hh ! t 1Q timed ` for full crossing. (8208.1 and R208.2) i TY C'_ h. Rural Cross-section: Detectable warnings should be placed similar to urbari'la'ydh& except at the edge of shoulder instead of the back of curb. F. Bus Stop 1. Bus Stop Pads: New and altered bus stop pads shall meet the following criteria. • Provide a firm, stable, and slip resistant surface (8308.1.3.1). • Provide a minimum clear length of 8 feet (measured from the curb or roadway edge) and minimum clear width of 5 feet (measured parallel to the roadway) (R308.1.1.1). • Connect the pad to streets, sidewalks, or pedestrian circulation paths with at least one accessible route (R308.1.3.2). • The slope of the pad parallel to the roadway will be the same as the roadway to the maximum extent practicable (R308.1.1.2). • Provide a desirable cross slope of 1.5% up to a maximum cross slope of 2.0%perpendicular to the roadway (8308.1.1.2). 2. Bus Shelters: Where new or replaced bus shelters are provided, install or position them to allow a wheelchair user to enter from the public way. An accessible route shall be provided from the shelter to the boarding area. (R308.2) G. Accessible Pedestrian Signals An accessible pedestrian signal is an integrated device that communicates information about the WALK and DON'T WALK intervals at signalized intersections in a non -visual format (i.e. audible tones and vibrotactile surfaces) to pedestrians who have visual disabilities. Consistency throughout the pedestrian system is very important. Contact the Jurisdictional Engineer regarding the standards and equipment types that should be incorporated into the design of the accessible pedestrian system. Where new or altered pedestrian signals and pushbuttons are provided they shall comply with MUTCD 4E.08 through 4E.13. Operable parts shall comply with R403. (8209.1) 1. New Pedestrian Signals: Each new traffic signal project location should be evaluated to determine the need for accessible pedestrian signals. An engineering study should be completed that determines the needs for pedestrians with visual disabilities to safely cross the street (MUTCD 4E.09). The study should consider the following factors: • Potential demand for accessible pedestrian signals • Requests for accessible pedestrian signals by individuals with visual disabilities • Traffic volumes when pedestrians are present, including low volumes or high right turn on red volumes • The complexity of the signal phasing, such as split phasing, protected turn phases, leading pedestrian intervals, and exclusive pedestrian phases • The complexity of the intersection geometry If a pedestrian accessible signal is warranted, audible tones and vibrotactile surfaces should be included. Pedestrian push buttons should have locator tones for the visually impaired individual to be able to access the signal. 15 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements 2. Existing Pedestrian Signals: Excluding routine maintenance or repairs due to 'a ' ecidental damage, when the existing pedestrian signal controller and software are altered, r the pedestrian signal head is replaced, the pedestrian signals shall include accessible pedestrian signals and pushbuttons. (8209.2) _ 20{71 If pedestrian signals are non-compliant, upgrades are recommended but not required when alterations are being made to the pedestrian circulation path. H. On -Street Parking • When on -street parking is marked or metered, provide accessible parking spaces according to Table 12A-2.01 (8214 and R309.1). Table 12A-2.01 On -Street Accessible Parking Spaces Total Number of Marked or Metered Parking Spaces on the Block Perimeter Minimum Required Number of Accessible Parking Spaces 1 to 25 1 26 to 50 2 51 to 75 3 76 to 100 4 101 to I50 5 151 to 200 6 201 and over 4% of total • Identify accessible parking spaces by displaying signs with the International Symbol of Accessibility (11411). • Comply with R403 Operable Parts for parking meters and pay stations that serve accessible parking spaces. • Locate accessible parking spaces where the street has the least crown and grade (11309.1). • Accessible parking spaces located at the end of the block can be served by the curb ramps or blended transitions at the pedestrian street crossing (R309.4). • Keep sidewalks adjacent to parallel accessible parking spaces free of signs, street furniture, and other obstructions. Locate curb ramps or blended transitions so the van side -lift or ramp can be deployed to the sidewalk (R309.2) • At parallel accessible parking spaces, locate parking meters at the head or foot of the parking space (R309.5.1). Ensure information is visible from a point located 3.3 feet maximum above the center of the clear space in front of the parking meter or parking pay station (8309.5.2). • For areas where the sidewalk width or available right of way exceeds 14 feet, provide an access aisle 5 feet wide at street level the full length of the parallel parking space and connect it to a pedestrian access route (8309.2.1). When an access aisle is not provided due to the sidewalk or right-of-way not exceeding 14 feet, locate the accessible parallel parking space at the end of the block face (8309.2.2) • Provide an 8 feet wide access aisle the full length of the parking space for perpendicular or angled accessible parking spaces. Two accessible parking spaces are allowed to share a common access aisle (8309.3). • For perpendicular or angled spaces, connect the access aisle to the pedestrian access route with a curb ramp. Do not locate curb ramps within the access aisle (8309.4). 16 Revised: 7/17/2014 SURAS 2015 Edition Chronology of Changes to Design Manual Section: 012A-002 Accessible Sidewalk Requirements 11nE 7/17/2014 Revised FHWA requested additional guidance for accessible pedestrian signals arrd �1;,ner ei'seoGpn fbr.on-stfepto parking. 44 CITY CI-cRK 8/16/2013 Revised Revised to reflect changes resulting from clarifications by DOJ/USDOT on what work elements trigger the need to construct curb ramps. 5/8/2013 Revised Revised the language to reflect concerns over the need to acquire right-of-way for full compliance and following proper acquisition procedures. Also added reference to exception form. 9/20/2012 Revised - Definition for "Stucturally Impracticable" was added - Improved the explanation of Right Of Way availability 4/17/2012 NEW New. Replaces 11C-3. Adds 15' maximum for ramp length. Gives list of physical constraints. Location Map Johnson County, Iowa N DEPARTMENT of PUBLIC WORKS ILE[ 2017 FEB -b Pil 1: 33 T Y CLE CURB RAMP 2017 PROJECT Not to Scale NO Index Title Sheet 1 IOWA CITY Notes and General Information 2-3 ENGINEERING Stormwater Pollution Prevention Plan 4 Plan View- Tag Drive / Hafor Drive 5 Plan View- Teg Drive / Bike Trail 6 DIVISION Plan View- Teg Drive / Graslon Drive 7 410 East Washington Street v 315 Plan View- Teg Drive / Kathlin Drive 8 Plan View- Park Road / Magowan Avenue 9 Pages or sheets covered by this seal: ALL Plan View- Regina Driveway / Rochester Avenue 10 Plan View- Alpine Drive / Alpine Court 11 Plan View- Alpine Drive / Juniper Drive 12 Plan View- Amhurst Street / Lake Forest Avenue 13 Plan View- Norwood Circle / Ferndale Drive 14 CITY OF IOWA CITY ENGINEERING DIVISION APPROVED7/J,C Za CITY ENGINEER DATE .lm I hereby certify that this engineering document was prepared by me oryq.,, under direct personal supervision and toot I a duly licensed Professional State Engineer under the laws of the State Iowa. p�pFESSIp �� Q ••. % Signed: Date: 3 t� DAVE A. PANOS 15579 e 2 - 01- I :+,� • * DAVE A. PANOS. P.E. Iowa License No. 15579 C r1,1hn.1,110,, Di�A My licensed renewal date Is December 31, 2017 Pages or sheets covered by this seal: ALL 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 DON MASTON-GAS Phone: 319-34141461 JASON WARREN - ELECTRIC Phone: 319-341-4425 TELEPHONE CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 DENNIS LANG Phone: 319-399-7487 CABLE TELEVISION I FIBER OPTICS UTILITY LOCATING CREW MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 TIM EAGAN Phone: 319-351-0408 x3701 Mobile: 319350-3679 A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNYVOHS 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 GEORGE STUMPF Phone: 319335-2814 IMON Randy Schoon Phone: 319-261-4630 Mobile: 319-553-1176 "ONE CALL' Phone: 1-800-292-8989 CITY WATER DEPARTMENT KEVIN SLUTTS Phone: 319-356-5169 CITY SEWER DEPARTMENT TIM WILKEY Phone: 319-3563106 CITY TRAFFIC ENGINEERING JOHN RESLER Phone: 319-356-5180 CITY PARKS & FORESTRY ZAC HALL Phone: 319-356-51107 GENERALNOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. UTILITY NOTES 1. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. FIELD VERIFICATION IS REQUIRED. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO OF 10 WA INDIVIDUAL PROPERTIES THROUGHOUT THE . IT IS POSSIBLE THERE MAY BE OTHER q CONSTRUCTION OF THE PROJECT. THE CONTRACTOR UNDERGROUND FACILITIES, THE EXISTENCE SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN OF WHICH IS PRESENTLY NOT KNOWN OR ADVANCE OF DRIVEWAY MODIFICATION THAT WILL SHOWN. NO CLAIMS FOR ADDITIONAL TEMPORARILY LIMIT OWNER ACCESS TO THEIR COMPENSATION WILL BE ALLOWED TO THE CENTERLINE CONTRACTOR FOR ANY INTERFERENCE OR PROPERTY. DELAY CAUSED BY SUCH WORK. 5. SEE SHEET 5 FOR SPECIFIC EROSION CONTROL 5. KNOWN UTILITY CONFLICTS ARE BEING MEASURES NECESSARY TO PROTECT PROJECT SITE RESOLVED BY EACH RESPECTIVE UTILITY AGAINST SILTATION, EROSION AND DUST POLLUTION. COMPANY. UTILITY CONFLICTS DISCOVERED PROJECT SITE SHALL COMPLY WITH SOIL EROSION DURING CONSTRUCTION WILL BE ADDRESSED CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL AT THE TIME OF DISCOVERY. ORDINANCES. 'C( 6. WHERE PUBLIC AND PRIVATE UTILITY 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. FIXTURES ARE SHOWN AS EXISTING ON THE STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY FOOT NAD PLANS OR ENCOUNTERED WITHIN THE 83 (1996 HARN) AND NAVD 88 RESPECTIVELY. CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: 7. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. 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. 11. DISPOSE OF ALL WOOD MATERIAL GENERATED AS A RESULT OF CLEARING AND/OR GRUBBING ACCORDING TO THE IOWA DEPARTMENT OF AGRICULTURE AND LAND STEWARDSHIP'S EMERALD ASH BORER (EAB) QUARANTINE ORDER. FOR MORE INFORMATION REFER TO http://iowatreepests.com/eab—regu labons. html • Notify the owners of those utilities prior to the beginning of any construction. • Coordinate operations with utikies • Afford access to these facilities for necessary modification of services. • Determine existence and exact location of underground utilites and avoid damage thereto. • Prior to beginning construction, provide labor and equipment necessary to determine the exact location and elevation of all utility crossings which may result in conflicts to proposed improvements. GENERALLEGEND OF 10 WA CITY INEERING EDGE OF PAVEMENT MANHOLE O MH RIGHT OF WAY (ROW) - - CATCH BASIN ❑ CB CENTERLINE CLEANOUT Co (e TREE, DECIDUOUS O GUY WIRE ier FIRE HYDRANT 'C( TREE, CONIFEROUS CULVERT. _. it Fit 1: 33/ ------ y HEDGE/TREE COVER S ZwA$E LINE i FENCE - GAS MAIN — — G - — — - RETAINING WALL BURIED,TELEPHONE CABLE — — — T - — -' - BUILDING BURIED TELEVISION CABLE —TV- BURIED ELECTRIC — E BACK OF CURB TO BACK OF CURB B -B OVERHEAD ELECTRIC OE PORTLAND CEMENT CONCRETE PCC WATER MAIN — — — W_ _ _ _ HOTMIXASPHALT HMA FIBER OPTIC CABLE — — — FO- — — - MAILBOX MB SANITARY SEWER � — —SAN _ _ _ SIDEWALK SW STORM SEWER — ST- — — - WATER METER VMA LIGHT POLE 0-0 LP DUCTILE IRON PIPE DIP UTILITY BOXES O r-1 REINFORCED CONCRETE PIPE RCP WATER VALVE . VW SIGNS o ¢ tj GAS VALVE w GV POWER POLE 1 PP WATER SHUT OFF tom° I CITY OF 10 WA CITY INEERING I H SCALE: N/A V SCALE: N/A I DESIGN: DAP DRAWN: I Project: CURB RAMP 2017 PROJECT I Sheet Title: NOTES AND GENERAL INFORMATION I File I Sheet 2 D VISION DATE: 2017 GENERAL NOTES 01-20-84 203-1 Plan and profile sheets included in the project are for the purpose of alignment, location and specific directions 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 poles, or foundation studies, shall be filled and consolidated to finished grade as directed by the engineer to prevent future settlement. The voids shall be filled as 241-1 soon as practical — preferably the day created and not later than the following day. Any portion of the right—of—way or project limits (including borrow areas and operation sites) disturbed by any such operations shall be restored to an acceptable condition. This oper— ation 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 a disposal sites for excess material (excavated material or broken concrete) which is not desirable to be incorporated into the work involved on this project. These areas shall not impact wetlands a "Waters Of The U.S.' No payment for overhaul will be allowed fa material hauled to these sites. No material shall be placed within the right—of—way, unless specifically stated in the plans or approved by the engineer. 01-09-90 213-2 The contractors attention is directed to the following consideration 251-3 in regard to removal and replacement of topsoil in borrow areas: Quantities estimated for topsoil 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 Iowa. area and haul roads to prevent the spread of dust. Refer to Article The contractor shall exercise all due caution when working 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 backfilling 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 shall be placed to provide 8:1 slopes IOWA 1—CALL/ 1-800-292-8989 away from the culvert lop. 01-20-84 221-3 Estimated quantity fa new concrete pavement includes 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 one 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 vehicles 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 shall be responsible for the construction staking. GENERAL NOTES 06-07-94 232-8 The top six (6) inches of the disturbed areas sholl be free of rack 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 available on a daily basis to Install and maintain erosion control features on the project. This may involve seeding, silt fence, rock ditch checks, silt basins, or silt dikes. 01-20-84 241-1 Road contractor is to use due caution in working over and around all tile lines. Breaks in the tile line due to the contractors care— lessness are to be replaced at his expense without cost to the State of Iowa. Any Tile lines broken or disturbed by our cut lines will be replaced as directed by the engineer in charge of construction and at the State of Iowa's expense. 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 shall provide and maintain an alternate access. 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, or excavation within three hundred feet of an existing pipeline, the contractor shall notify the pipeline company and the pipeline company shall mark the location of the pipe— line as required by Section 479.47 of the Code of Iowa. The contractor shall exercise all due caution when working in the vicinity of pipelines carrying combustible or toxic materials which are present an 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/ 1-800-292-8989 03-26-04 IOWA CITY Contractor shall provide Certified Plant Inspection for Portland Cement Concrete and HMA paving, per DOT Specifications. 03-26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland Cement Concrete paving, per IDOT 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. GENERAL TRAFFIC CONTROL NOTES I 14--23 Oh04-89 TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION, TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL. THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED T0, THE FOLLOWING: 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED AND REMOVED BY THE CONTRACTOR, 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES DURING CONSTRUCTION. 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25—FEET FOR TAPER CHANNELIZATION, AND 50—FEET FOR TANGENT CHANNELIZATION. 6. ALL TRAFFlC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF LESS THAN 3 DAYS. 8. "ROAD CLOSED" AND "ROAD CLOSED TO THRU TRAFFIC' SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS, PREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING 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. 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YELLOW REFLECTORS, ONE AT EACH END OF EACH RAIL, OR AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH END. 12. FULL LANE CLOSURE WILL NOT BE ALLOWED, EXCEPT AS INDICATED SPECIFICALLY IN PLANS. ONE LANE WILL BE OPEN AT ALL TIMES. THIS WORK IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL. 13. TYPE "A" LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR FENCING TO PROTECT PEDESTRIANS. ALL SIDEWALK CLOSURES SHALL BE APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY OWNER. 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTIURES WITHIN THE CORRIDOR, AS NOTED IN THE TABULATION OF UTIUTY CONFLICTS. 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD. THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 19. THE BID ITEM "TRAFFIC CONTROL" SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS. 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE—ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE—ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. STAGING NOTES CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS INDICATED AT PROJECT DIVISIONS AND ADJACENT SIDE STREETS. THEREFORE IT IS ADVISABLE TO ADQPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN OR Y[M(NNER-TO MAINTAIN MOST TRAFFIC PATTERNS AT ALL TIMES.. THE FOLLOWING SCHEDULE RESTRICTIONS SHALL APPLY: EARLY START DWiF'1 rAPItIL 36201F JJ 1 : '3'. i ATE START DATE- APRIL� 1,2. 20017 45 WORKING DAYS ALI.[MIED!?tY•`''� GENERAL TRAFFIC CONTROL OPERATIONS PER LOCATION - 1. MAINTAIN 2—LANE TRAFFIC DURING CURB RAMP REPAIRS. 2. MAINTAIN PEDESTRIAN TRAFFIC TIRU INTERSECTIONS AND AROUND OPERATIONS. 3. WORK WILL REQUIRE SEQUENCING REMOVALS TO ALLOW PEDESTRIAN RE—ROUTING AT THE INTERSECTIONS. REMOVAL OF ALL RAMPS TOGETHER AT AN INTERSECTION WILL NOT BE ALLOWED. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY. PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES IS MAINTAINED. IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION PROGRESS, CERTAIN SITUATIONS MAY ARISE WHICH WALL PRECLUDE ADHERING TO THE ORIGINAL CONSTRUCTION SEQUENCE OR WHICH WOULD READILY LEND THEMSELVES TO MORE EFFICIENT STAGING OPERATIONS. SHOULD THE CONTRACTOR DESIRE TO DEVIATE FROM THE ORIGINAL PLAN, A WRITTEN ALTERNATIVE PLAN SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR APPROVAL. RATIONS WILL BE REQUIRED. THE THE ENGINEER PRIOR TO SPECIFIED STRUCTION CONFERENCE. IT SHALL SHOW THE AMOUNT OF COMPLETION, IN T, THE CONTRACTOR EXPECTS TO DAY PERIOD. IT SHALL PROVIDE COMPLETION OF THE SCHEDULE OF THE CH STAGE OR PHASE OF WORK FOR THE _W. THE CONTRACTOR MAY REVISE THIS IT A CHANGE AND FORWARD TO THE CITY OF 10 WA CITY DIVES ON INEERING HSCALE: N/A DESIGN: DAP Project: Sheet Title: File x Sheet V SCALE: N/A DRAWN: CURB RAMP 2017 PROJECT NOTES AND GENERAL INFORMATION PS Joos 3 DATE: 2017 POLLUTION PREVENTION PLAN All contracto/s subcontractors shall conduct their operations In a manner that minimizes 4. Inspection and Maintenance erosion and prevents sediments from leaving the project site. The prime contractorsha/I be The contractor is required to maintain all temporary erosion control measures in properworking order, Including 3. Paints, Paint Solvents and Gearing Sol It: responsible for compliance and implementation of the pollution prevention plan (PPP) and local cleaning, repairing, or replacing them throughout the contract period. The following inspection and maintenance ,� • Excess paints and solvents shill ctrl eltistlharged into the storm sewer system. The contractor 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 proper disposal techniques. ,i This responsibility shall be further shared with subcontractors whose work is a source of 1. Inspection and Maintenance Procedures A. All control measures will be Inspected at least once every seven (7) calendar clays and following any storm 4. Concrete Wastes . Concrete .t7 rrn �s truck't will gnfy be 811I to �ashout or discharge excess concrete in specifically potential pollution as defined in the PPP. event of 0.5• or greater. concrete washout which will be required to minimize tooted B. All measures will be maintained in good working order. If a repair is necessary, it will be mitiated within 24 gefrom the site. between the concrete and ,sbmrwatar discharge from the site. between the concrete and ster hours of the report. . The hardened product form the concrete,Washoutemas will be disposed of as other 1. Site Deis C. Any built up sediment will be removed from silt fence when it has reached one-hall the fenco. non-hazardous waste materials or may be brokenu and used on the site for otherappropriate Y p Potion This Pollution Prevention Plan (PPP) is for the construction of the Curb Ramp Improvement Project 2018 in D. Sin tenor and silt socks will be inspected for depth of sediment, tear, etc., to see of the fabric is securely uses. Iowa City, Iowa. Constructionactivities include removal and installation of concrete for use as sidewalk and mN attached to the fence posts,and to an that the fence are securely fastened in the ground. 5. Solid and Wastes ramps at venous locations in Iowa City. E. Site shall be inspected tlelly (preferably days end) and wept g necessary. . trash and construction debris shall be ted in that will as trashan cons tion F. Temporary Beetling and planting will be inspected for Gare spots, washouts, and healthy in site. p tors mu necessary. No construction waste material volt be buried on site. The tlumpsters must be put in ne al wilt i Refer to the project plans for locations of typical slopes, ditch grades, and major structural and mn-structural growth. G. A maintenance inspection report will be made after each inspection and recorded on the Inspection form a location where the contact with storm water discharge is minimized. controls. A copy of these plans will be on file at the project engineers office. Runoff from this project will flaw into S. Sanitary Wastes various storm sewers, ditches, streams and drainage the systems that flow into the Iowa River. provided by the engineer. 'Qualified' . A portable restroom facility shall be located onsite at all times unless an approved equal is H. The contractor will be responsible for selecting a -qualified' inspector to conduct the inspections. is allowed. Wastes shall be collected and disposed of in a complete compliance with local, state 2. Controls defined as a person knowledgeable in the principles and practices of erosion and sediment controls who and federal regulations. This facility shall be located in an area where contact with storm water The Contractor / subcontractor shall be responsible for implementation and management control measures for the possesses the skills to assess conditions at the construction sire that could impact slam water quality and to discharge is minimal. following erosion and storm water management control measures that are specific to this site. assess the effectiveness of any sediment and erosion control measures selected to control the quality of storm 7. Rural Agricultural Activities water discharges from the construction activity. . Runoff form agricultural land use can potentially contain chemicals Including herbicides, This work shall be done in accordance with Section 2270 of The City of Iowa City Specifications and Section 2602 pesticides, fungicides and fertilizers. of the lava D.O.T. Standard Specification. If the work Involved is not applicable to any contract gems, the work shall be paid for according to Article 1109.03 paragraph B, of the Iowa Department of Transportation Standards 2. Materials Management Plan Site sources of pollution generated as a result of this work related to sills and sediment which may be trmspoded A. Spill Prevention and Response Procedures and Specifications. as a result of a storm event. However, this SWPPP provides conveyance for other (non -project related) operations. The contractor Is responsible for training all personnel In the proper handling and cleanup of spilled materials. These other operations have storm water runoff, the regulation of which Is beyond the control of this SWPPP No spilled hazardous materials or wastes will be allowed to come into contact with storm water discharges. If 1. Permanent Stabilization Practices contact does occur, the storm water discharge will be contained onsite until appropriate measures in compliance This work shall be completed with this project. A. The following is a list of materials or substance expected to be present onsite during construction. with all federal, stale, and local regulations are followed to dispos , of the hazardous substance. The following 1. Concrete practices will be followed for spill preventions and cleanup: 2. Temporary Stabilization Practices 2. Detergents 1. I n addition to the good housekeeping and material management practices discussed in the previous A. The use of sill fence, temporary seeding, mulching, sodding and diversion dikes to help control sediment 3. Paints sections of the plan, the following practices will be done to minimize the potential for hazardous material and erosion. If construction adivity is not planned to occur In a disturbed area for at least 21 days, the 4. Tar spill and to reduce the risk of the spill coming in contact with storm water. areas shall be stabilized with temporary seeding or mulching no later than 14 days forth the last S. Soil Stabilization Additives . Manufacturers recommended methods for spill cleanup will be dearly posted and site personnel conshuction activity. 8. Fertilizers will be trained regarding these procedures and the location of the information and cleanup B. Mulching exposed areas. 7. Petroleum Based Addiffma supplies. C. At areas where runoff can move offsite, silt fence shall be placed along the perimeter of areas to be 8. Cleaning Solvents . Materials and Equipment necessary for spill control, containment and cleanup will be provided distributed prior to beginning grading, excavation or clearing and grubbing operation. 9. Wood on site in a material storage area. Equipment and materials will include but net be limited to 10. Solids and Construction brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal 3. Sequence of Implementation stabilization practices 11. Wastes trash containers. A. Construct temporary construction exits/entrances and designate staging area. 12. Pesticides B. Install perimeter sift fencing. 13. Plaster 2. In event of a spill the following procedures will be followed: C. Site grading shall begin. Contractor will be responsible for temporarily stabilizing an area that will not be 14. Asphalt . All spills will be cleaned up immediately ager discovery. disrupted for at least 21 days no later than 14 clays from the last construction activity. 15. Antifreeze Coolant . The spill area will be kept well ventilated and personnel will wear appropriated prolective clothing D. Installation of underground utilfties. 16. Gasdine/Diesel Fuels/Kerosene to prevent Injury with the hazardous substance. E. Construct all manholes as specified in Me plans. 17. Hydraulic oilmuids . Spill of toxic or hazardous material will be reported to the appropriate state or local governmental F. Remove inlet preparation around all Inlet and manhole structures. 18. Glue Adhesive agency and to the project manager and engineer, regardless of the size of spill. Spills of 19. Curing Compounds amounts that exceed reportable quantities of certain substance specifically mentioned in federal 3. Other Control 20. Waste from construction equipment washing regulations must be immediately reported to the EPA and any other governmental agencies. e If the spill exceeds a reportable quantity, the SWPPP must be modified within 14 days after the Contractor disposal of unused construction materials and construction material shall empty with applicable B. Material Management Practices: The following is a list of material management practices that will be used spill and a written description of events must be included. The modification shall include: a federal, stale and local regulations. In the event ofa conflict with Other governmental laws rules and regulations„ onsite to minimize the risk of spills or other accidental exposure of materials and substances to storm water description of me release; the dale of the release; and explanation of why the spill happened;a the more restrictive laws, miss or regulations shall apply. During the course of construction, it is possible that runoff. description of procedure to prevent future spills and/or release from happening; and a description situations will arise where unknown materials will be encountered. When such situations arise, they will be handled according to all federal, slate and local regulations in effect at the time. The following is a list of other 1. Good Housekeeping • Due to the limited work areas, an effort will be made to net store onsite any produces required to of response procedures should a spill or release occur again. . The site superintendent will be responsible for the day-t"ay site operations and will be the spill control measures that contractor/subcontractor shall be responsible fa implementing. complete the job. prevention cleanup coordinator. He or she will designate at least three other site personnel who . Any materials stored onsite will be kept In a neat, oroedy manner and in their appropriate will receive spill preventions and deanup training. These individuals will each become responsible 1. Off-site vehicle tracking containers. It possible products shall be kept under a roof or Omer enclosure. for a particular phase of prevention and cleanup. The names of these Individuals will be posted in A. The contractor shall reduce vehicle backing of sediments offsite. The paved streets adjacent to the • Material will be kept in their original containers with the originals manufacture's label. the material storage area and in the office baler. constructionsite shall be inspected daily and cleaned as necessary to remove only excess mud, dirt or • Substances will not be mixed with one another unless recommended by the manufacture. 6. Non-Storm Discharoe rock backed from the site. •Whenever possible, all of a product will be used up before disposing of the container. The following is a list of non-storm water discharges allowed by the Iowa Department of Natural Resources and may occur B. Street sweeper shall be available to dean streets as needed at inspectors discretion. • Manufacture's recommendations for proper use and disposal will be followed. at the job site under the condition that no pollutants will be allowed to come into contract with the water prior to or after Its C. Dump (rucks hauling material form the sire shall be properly covered with tarpaulin. • The job site superintendent will be responsible for daily Inspection to ensure proper use and discharged from the site. D. Inspections and Maintenance Procedures. disposal of materials. 1. Hazardous Products 1. Water from the fire fighting activities and fire hydrants flushings. • Products will be kept in their original containers with the Original manufacture's label. 2. Water used to clean vehicles. - • The original labels and material safety data will be kept for each of the materials as they contain 3. Portable water sources Including water main flushings, Irrigation drainage and routine building wash Important product information downs excluding • Disposal of any excess product will be done in a manner that follows all manufacture's methods detergents. for proper disposal. 4. Air conditioning condensation. 5. footing drains where gown have been exposed solvents C. Product Specific Practices: The following is a list of potential sources of pollution and specific practices to er 8. Pavement wash waters where spill or leaks of hazardous material has not occurted. PavemFoundent a reduce pollutants discharge from materials Or Sources expected to be present onsite during construction. An initial Storm Water Pollution Prevention Plan (SWPPP) will be provided to the mntrador at the start of constmdim. A 1. Petroleum Storage Tanks copy of this plan is available for review during normal business hours. This plan Is provided as a reference only and Is not • All onsite vehicles shall be inspected and monitored for leaks and receive preventative intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall be maintenance to reduce the change of leakage. solely responsible for: • Steps will be taken by the contractor to eliminate contaminates from Storage tanks from entering ground soil. Any petroleum storage tanks kept onsite will be located with an impervious surface 1. The implementation, administration. and monitoring of the initial plan. between me lank and the ground. 2. Marking modifications to the Initial plan as needed 2. Fertilizers 3. Compliancewith all NPDES or dorm waterdischarge statutes, min, regulations, "ordinance • Fertilizers shall be applied in minimal amounts as recommended by the manufacture. It shall be applicable to the site. worked into the soil as to minimize the contact with storm water discharge. CITY OF I0 WA CITY RING H SCALE N/A V SCALE: N/A DESIGN: DAP DRAWN: Project: CURB RAMP 2017 PROJECT4 Sheet Title: ST OP LAUN ION File # Sheet DIVISION PREVENTION DATE: 2017 /Q/J/j���\P H Scale: 1'=10 V scale: n/a Design: DAP g Drawn: KKL Project: CURB RAMP 2017 PROJECT Sheet Title Plan View File $ NOTES: 0 - - 10 1. CONTRACTOR SHALL COORDINATE ACCESS WITH PROPERTY OWNERS ® L, WHEN IMPACT TO ACCESS IS POSSIBLE DURING WORK. 693.415 69336 �� 2. FINAL LAYOUT AND SLOPES TO BE DETERMINED BY CONTRACTOR BASED ON FINAL GUTTER GRADES, AND BASED ON ACCEPTABLE PM �; 3 SLOPES LIMITS. SEE IOWA DOT DESIGN MANUAL, CHAPTER 12 FOR Z�y� FES ^o MORE DETAIL. VERIFY WITH ENGINEER ADDITIONAL REMOVALS II REQUIRED BEYOND PLAN LIMITS. ADDITIONAL LAYOUT AND STAKING ASSISTANCE AS NEEDED WILL BE PROVIDED BY CITY PRIOR TO INSTALLATION.REMOVAL ARE BASED S'T ON AND ANTICIPATEDREMOVAL TO MEET FIELDT ACC PTABLE REVIEW =1 1126 TEG DR SLOPES. Y 3. EACH RAMP SHALL INCLUDE A 2` X 5' PAINTED CAST IRON TRUNCATED DOME INSERT, CURB RAMP THICKNESS VARIES FROM 6" °Am' MINIMUM ADJOINING THE COMMON PANEL TO THE THICKNESS OF THE 692.20 692.80 EXISTING ADJOINING STREET. 69215 �( r 4. CONTRACTOR SHALL BE RESPONSIBLE, AS A PART OF THE TRAFFIC --- -- - -- CONTROL REQUIREMENTS, TO INSTALL SIDEWALK CLOSURE AND AND C7 RE—ROUTING FOR SIDEWALK LEADING TO A CLOSED INTERSECTION. 692.10 X 692.16 sA� 5. ALL RAMPS (EXCLUDING FLARE AND COMMON PANELS) SHALL BE 692.57 INSTALLED AT A MINIMUM WIDTH OF 5' UNLESS OTHERWISE NOTED AND STMINIMUM THICKNESS OF 6". 6. SIDEWALK RADIUS INSTALLATION BETWEEN CONNECTING SIDEWALK 691.6 PANELS AS SHOWN AT SPECIFIC ELEVATIONS WILL BE REQUIRED WITH 69174 THIS WORK. DESIGN RADII AND LAYOUT ASSISTANCE WILL BE PROVIDED AS NEEDED. 7. NOTES APPLY TO ALL PLAN SHEETS. PCC PAVEI PATCH, 9" AKE THROAT 'AIR Sloped curb Back of curb 71i Gutter line _f-5/8" max. Normal slope, _f Level line Roadway pavement Detail A Curb ramp See Detail 5% max. cross slope Pavement Y:" Sealed ' expansion joint TYPE E 18' 6" min. curb expansion pint —TWE E Detail B (Curb Return) Landing Possible min. IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. 10 PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND TURNING SPACE (LANDING) DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE TURNING SPACE (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. 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. 0 PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE BELOW THE DETECTABLE WARNING PANEL ® TURNING SPACE (LANDING): MAXIMUM SLOPE OF 2% IN ANY DIRECTION. KEY 6' min. Rigid Te joint TYPE RT W = SIDEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMENTS. \ Doweled �� = RAMP = DETECTABLE WARNING Sealed expansion joint —TYPE ED = TURNING SPACE (LANDING) TYPICAL SECTION -CURB RAMP SCALE: NONE ENGINEERING CITY OF I0 WA CITY H Scale: 1'=10 V scale: n/a Design: DAP g Drawn: KKL Project: CURB RAMP 2017 PROJECT Sheet Title Plan View File $ Sheet 5 DIVISION Teg Dr/HaforDr Date: 2017 i TOP OF Swd.uPo aS� - ';. E 2011 FEB -6 PM 1: 3� 7 ,., x`•1Y [, L ER, TEG DR I CITY OF IOWA ENGINEERING CITY I H Scale: 1"=16 V Scale: n/a I Design: Drawn: DAP KKL KKL Project: CURB RAMP 2017 PROJECT Sheet Title: Plan VIEW File N Sheet 6 DIVISION Date: Teg Dr/ Bike Trail 3 s a tr r_ Wei 10 2�d I PCP -o PN I: 3L CIT`.` CLEM MY, !C"! 120 TEG DR CITY OF IOWA CITY ENGINEERING H Scale: 1"=10' V Scale: n/a Design: Drawn: DAP KKL Project: CURB RAMP 2017 PROJECT Sheel Title: Plan View i e Sheet 7 DIVISION Teg Dr / Gra on Dr Date: 2017 2 i� C7 H 1924 KATHLIN DR 211 FEES o"' "" � 10 24" SIDEWALK / CURB PCC PAVEMENT PATCH, 9" 31 SY 1006 TEG DR I CITY OF I0 WA CITY H Scale: n/a I Design: DAP I Project: I Sheet Title: I File # I Sheet I ENGINEERING Plan View DIVISION V Scale: Na Drawn: KKL CURB RAMP 2017 PROJECT 8 Date: zon Teg Dr / Kathlin Dr INN Wld WIIN 524 PARK RD 430 PARK RD REMOVE / REPLACE 6' DRIVEWAY APRON •::.1 17:r;7;t;77 iJll Fw —6 PH i s 3'-> 446 MACOWAN AVE CITY OF IOWA CITY ENGINEERING H Scale: 1"=1d Design: DAP Project Sheet Title: File # Sheet v scoie: n/a Drawn: KKL CURB RAMP 2017 PROJECT Plan View 9 DIVISION Date• 2017 Park Rd / Magowan Ave 2130 ROCHESTER AVE 778.31 6P+.NOTE: w' 1. MAINTAIN ACCESS TO DRIVEWAYS 778.26yF AT ALL TIME 2011 FEP 3' Y �SGN 2. REPLACEMENT SHALL BE a COORDINATED WITH IOWA CITY 778.26 REGINA SCHOOLS AND CROSSING Esc: GUARDS. WORK SHALL OCCUR DURING WEEKEND OR SCHOOL CLOSURE DAYS. ]77.66 r<�qr PCC PAVEMENT PATCH, 8" 79 SY 11701 / x \ v 777.60 \ �cn \ Y�T]1 (77778)-- 7776 49- 4O 2221 2221 ROCHESTER AVE NG CITY 1 ®1 1 ®II �1 T Y ENGINEERIH Scale:"'=16'Design: DAP Project: Sheet Title: File jj Sheet n DIVISION Scale: /a Drawn: KKL CURB RAMP 2017 PROJECT RochesteriAve / Regina HS 10 Date: 2017 0 �IIVV 10 �\1 `,' `:3ALPINE DRIVE e 801 ALPINE DRIVE 3104 ALPINE COURT yvO PCC PAVEMENT PATCH, 9" X71 SY ALPI E CT MODIFIED ED 806 ALPINE DRIVE CITY OF IOWA CITY ENGINEERING H Scale: 1-10' Design: DAP Project: Sheet Title: Plan View File N Sheet DIVISION V Scale: n/a Drawn: KKL CURB RAMP 2017 PROJECT Alpine Ct/Alpine Dr 11 Date: 2017 0vIVV10 721.30 721. 3104 JUNIPER DR 723.22 722.22 W,a 723.72 723.15 - 5 722.85 am` Wld 723.70 723.05 JUNIPER DR qix 72& ao 72S.1S x�.1rY' W101 725.32 725.28 725.30 CO 725.45 725.35 72.5.38 704 ALPINE DR 727.72 72.80 Scale: V-10' — Design: DAP Project: Title Plan View Sheet CITY OF IOWA ENGINEERING CITY Scale: n1a S Drown: KKL CURB RAMP 2017 PROJECT Winston Dr / Woodridge Ave F71 12 DIVISION Dote 2017 I L 2011FC�`5 Psi i 3L cj 303 AMRURST STR1 MANHOLE ADJUSTMENT AND BOXOUT THROAT REPAIR PCC CURB REPLACEMENT (1 PCC PAVEMENT PATCH, 9" 60 SY 302 AMNURST STREET 256 AMHURST STREET 779.14 3237 LAKE FOREST AVENUE CITY CF IOWA CITY ENGINEERING H Scale: n/a V Scale: Na Design: Drawn: DAP KKL Project CURB RAMP 2017 PROJECT Sheet Title: Plan dew 1 Amhurst St / Lake Forest Ave File / Sheet 13 DIVISION Date: 2017 g7,14 FERN ®". 2711 FERNDAL� L=« . -- PCC PAVEMENT 9' x U Q O O 3 0 z PCC Cu REPLACI 18 NORWOOD CIRCLE 14 NORWOOD CIRCLE 10 NORWOOD CIRCLE CITY ' OF TO T,T� T�� > H Scale: 1'=1d Design: DAP Project: Sheet Title: File # Sheet 1 Y 1 VII/ CITY ENGINEERING Plan View DIVISION V Scale: n/a Drawn: KKL CURB RAMP 2017 PROJECT 14 Date: 201 Ferndale Dr /Norwood Cir OPINION OF PROBABLE COSTS CURB RAMP 2017 PROJECT Daa: 1Q=017 0 s _ ��...I . �e �L D • BEN UNITS 3 - t f a - E E wy3}• NOM i Y o a ' O� UNIT PRICE EKTENDED TOTAL m 9 b 1 CURB&GUTTER REPLACEMENT UF 11.0 33.0 18.0 10.0 81.0 30.0 8.0 29.0 28.0 54.0 292.0 50.0 $ 14850.0 2 R3 OFPCCSIDEWALK BY 35.0 38.0 32.0 41.0 57.7 302 51A 3]] 84.0 51.9 448.5 30.00 $ 13395.00 3 SIDEW PCC 4' BY 23.0 11.0 20.0 29.0 "A 287 39.8 29.0 40.0 252 287.8 W.W $ 18708.50 4 SIDEW PCC 6' I BY 12.3 25.0 12.3 12.3 13A 19A 21.7 10.3 24.3 28.7 M.7 'ro.0 13 12438.00 5 SIDEWALK CURB PCC BA' UF 0.0 0.0 0.0 16.0 0.0 0.0 0.0 0.0 0.0 0.0 15.0 25.03 400.00 6 PCC DRN AY APRON 8' BY 0.0 0.0 0.0 0.0 9.7 0.0 0.0 0.0 0.0 0.0 9.7 70.00 $ 6]8.00 7 PCC PAVEMENT PATCH 8' BY 14.0 0.0 0.0 40.0 0.0 38.7 Me 0.0 15.8 7.2 197.3 W.50 $ 15784.50 8 MANHOLE ADJUSTMENT AND WXOUT EA 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 1.0 750.00 $ 7W.0 9 STORM INTAKE THROAT REPAIR EA 20 0.0 2.0 0.0 0.0 0.0 0.0 0.0 2.0 0.0 8.0 1650.00 3 9800.50 10 DETECTABLEWARNING PANEL,CAST IRON SF 20.0 32A 20.0 20.0 20.0 40.0 40.6 20.0 40.0 40.0 2920 W.50 $ 1/BW.W 11 TRAFFIC CONTROL EA 1 1 1 1 1 1 1 1 1 1 10.0 750.W $ 7500.W 12 HYDROSEEDING EA 1 1 1 1 1 1 1 1 1 1 10.0 7W.W 3 7500.0 13 MOBILUATION EA 1 1 1 1 1 1 1 1 1 1 10.0 1000.50 3 10000.50 Subtolal ConsBuaion S 11,718.00 $ 9295.50 $ 10,721.50 S 11,578.50 $ 12,750.10 $ 12,935.W $ 17,523.00 3 8,675.W $ 17,335.W S 13,340.0 3 125,956.50 TOYI C•narval•n C••b 3 125,MW 0 ��...I . �e �L 'hlY•4 qe cl> Prepared by: Dave Panos, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 RESOLUTION NO, 17-38 RESOLUTION SETTING A PUBLIC HEARING ON FEBRUARY 21, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CURB RAMP 2017 PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Curb Ramps -ADA account #S3822. 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 21St day of February, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 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 7th day of February 20 17 MA OR Approved by ATTEST: I IcrJa�s�d DE lJ:!�CITY CLERK- City Attorney's Office /A// 5:\ENGNW Resolulicns\P,ojsct Resolutions\Setting Public Hearing\Asphalt Resurfacing 2014\Set Public Hearing Project -Asphalt Resurfacing 2014.dac J Resolution No. Page 2 17-38 It was moved by Botchwav and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Cole the Botchway Cole Dickens Mims Taylor Thomas Thrognorton I Prepared by: Dave Panos, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5145 RESOLUTION NO. 17-57 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CURB RAMP 2017 PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST 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; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Curb Ramps -ADA account # S3822. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hail, before 2:30 p.m. on the 14th day of March, 2017. 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 regular 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 March, 2017, or at a special meeting called for that purpose. Passed and approved this 21st day of February 2 17 G, M OR or \` Approved by ATTEST: l V a- r s- f DE CITYCLERK' City Attorney's Office pwengWastersves sppp&sxoc 2/17 Resolution No. 17 Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: Dickens the Botchway Cole Dickens Mims Taylor Thomas Throgmorton Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, February 23, 2017 4:40 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 2.23.17 Notice To Bidders 1-2.pdf; 2.23.17 Notice to Bidders 2-2.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City Curb Ramp Improvement Project 2017 City Of Iowa City Frauenholtz-Miller Park Project 2016 City Of Iowa City Iowa Avenue Bridge & East Bound Burlington Street Bridge Over The Iowa River Scour Repair & Mitigation A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): February 23, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. February 23, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d) 515-657-4400 (o) 515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w) www.mbionline.com Find us on Project Information Follow us on Social Medial K]Facebook if arwrK tuu, tr1 Mie c.alerui>.t IowaBidDate.com Post 2/22 RECEIVE FEB 222017 NOTICE TO BIDDERS CURB RAMP IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 14th day of March, 2017. Sealed proposals will be opened immediately thereafter. 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. Hanrat Hall at 7:00 P.M. on the 21'r day of March, 2017, or at special meeting called for that purpose. The Project will involve reconstruction of curb ramps at 10 intersection locations in Iowa City. The project includes all materials, labor and equipment necessary for construction of project improvements. Approximate quantities include: 288 SY of 4" PCC Sidewalk, 178 SY of 6" PCC Sidewalk, 197 SY 8" PCC Pavement Patch, 292 SF Cast Iron Detectable Warning Panels, 292 LF PCC Curb and Gutter, erosion control, hydroseeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 45 Specified Start Date: Early Start April 3, 2017 Late Start—June 12, 2017. Liquidated Damages: $ 200 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 Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A 12tiM fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. AF -1 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 Inspections and Appeals at (515) 281-5796 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 subcontract. 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 required 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. Posted upon order of the City Council of Iowa City, Iowa. DEPUTY CITY CLERK, CITY OF IOWA CITY AF -2 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice To Bidders Curb Ramp Improvement Project 2017 Classified ID: 102202 A printed copy of which is attached and made part of this certificate, provided on 02/22/2017 to be posted on the Iowa League of Cities' internet site on the following date: February 22, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 2/22/2017 Alan Kemp, Executive Director Post 2/22 NOTICE TO BIDDERS CURB RAMP IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 14th day of March, 2017. Sealed proposals will be opened immediately thereafter. 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 March, 2017, or at special meeting called for that purpose. The Project will involve reconstruction of curb ramps at 10 intersection locations in Iowa City. The project includes all materials, labor and equipment necessary for construction of project improvements. Approximate quantities include: 288 SY of 4" PCC Sidewalk, 178 SY of 6" PCC Sidewalk, 197 SY 8" PCC Pavement Patch, 292 SF Cast Iron Detectable Warning Panels, 292 LF PCC Curb and Gutter, erosion control, hydroseeding, traffic control and miscellaneous related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 45 Specified Start Date: Early Start April 3, 2017 Late Start —June 12, 2017. Liquidated Damages: $ 200 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 Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. AF -1 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 Inspections and Appeals at (515) 281-5796 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 subcontract. 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 required 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. Posted upon order of the City Council of Iowa City, Iowa. DEPUTY CITY CLERK, CITY OF IOWA CITY /_1�a 3d ( 1) Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. 17-77 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CURB RAMP 2017 PROJECT. WHEREAS, Feldman Concrete of Dyersville, Iowa, has submitted the lowest responsible bid of $98,005.55 for construction of the above-named project; and WHEREAS, funds for this project are available in the Curb Ramps -ADA account #S3822; and WHEREAS, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project is hereby awarded to Feldman Concrete, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 21st day of March 2017 /—, MANOR Approved by ATTEST:`> CITY CLERK t y Attorney's Office It was moved by Mims and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: i.7 �Iw*3 ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton 34 ()-'� Prepared by: Dave Panos, Public Works, 410 E. Washington Sl., Iowa City, IA 52240 (319) 356-5145 Resolution No. 18-4 Resolution accepting the work for the Curb Ramp 2017 Project Whereas, the Engineering Division has recommended that the work for construction of the Curb Ramp 2017 Project, as included in a contract between the City of Iowa City and Feldman Concrete of Dyersville, Iowa, dated 21" day of March 2017, 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 Curb Ramps -ADA Fund #S3822 and the Pavement Rehabilitation Fund #S3824; and Whereas, the final contract price is $ 113,126.15. 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 2nd day of January 2018 Ma)6r Approved by Atte/ kfg-i+ Ity Clerk'City Attorney's Office 1? -[,L 117 It was moved by sotchway and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: M Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton