Loading...
HomeMy WebLinkAboutASPHALT RESURFACING PROJECT 2017 ASPHALT RESURFACING 2017 PROJECT 2017 21-Feb-2017 Plans,Specs,opinion of cost. 21-Feb-2017 Res 17-53, setting a public hearing. 27-Feb-2017 Notice of PH 07-Mar-2017 Res 17-72, approving plans,specs,form of agreement,and estimate of cost 09-Mar-2017 Notice to Bidders 04-Apr-2017 Res 17-90,awarding contract—LL Pelling 04-Apr-2017 Form of Agreement 06-Mar-2018 Res 18-57,accepting the work. "'''- e 2 '7p2r Tii4 : fib Cry r! '.'r+;� rig-. �- ••I - �' t IT. !i�. . \ - -:... -I.- • ". '.: Pik- ' . - CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ASPHALT RESURFACING 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: DATE: 0Q--- 2- i9 -13— Dave A. Panos, P.E. City Engineer Iowa Reg. No. 15579 My license renewal date is December 31. 2018. SPECIFICATIONS ; fl TABLE OF CONTENTS - — 2 ]FEE 2 ! iN"iumber Cry 0! TITLE SHEET IOWA TABLE OF CONTENTS NOTICE TO BIDDERS AF-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 WAGE THEFT POLICY WT-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM BF-1 TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work 01010-1 Section 01025 Measurement and Payment 01025-1 Section 01310 Progress and Schedules 01310-1 Section 01570 Traffic Control and Construction Facilities 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments 02050-1 Section 02100 Site Preparation 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading 02220-1 Section 02270 Slope Protection and Erosion Control 02270-1 Section 02510 Asphalt Cement Concrete Paving 02510-1 Section 02520 Portland Cement Concrete Paving 02520-1 Section 02524 Curb Ramps 02524-1 Section 02700 Sewers 02700-1 Section 09010 Seeding 09010-1 APPENDIX Iowa DOT Standard Road Plans Detail Number PCC Driveways and Alleys MI- 210 Detectable Warnings and Pedestrian Ramps MI- 220 Combined Retaining Wall —Sidewalk MI- 221 Line Types PM-110 Symbols and Legends PM-111 Full Depth PCC Patch With Dowels PR-103 Joints PV-101 PCC Curb Details PV-102 Manhole Boxout in PCC Pavement PV-103 Manhole Boxout in HMA Pavement and HMA Overlays PV-201 Hot Mix Asphalt Resurfacing PV-202 Lane Closure on Low Volume Road TC-211 Lane Closure with Flaggers TC-213 Lane Closure involving TWTL TC-228 Pedestrian Detour TC-601 Circular Storm Sewer Manhole SW-401 Open Throat Curb Intake Under Pavement SW-541 Extension Unit for Open Throat Curb Intake Under Pavement SW-542 Single Open Throat Curb Intake with Extended Opening SW-545 Iowa Department of Transportation Design Manual Chapter 12A-2: Sidewalks and Bicycle Facilities Accessible Sidewalk Requirements, Dated 7-17-14 . ---+ -->-i C:.7 ... -10 J N ..' NOTICE TO BIDDERS ASPHALT RESURFACING 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29TH 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 4h day of April, 2017, or at special meeting called for that purpose. The Project will involve pavement milling and resurfacing, and ADA curb ramp replacement along Benton Street, Market Street, and Sheridan Street in Iowa City. This work will include the following estimated quantities: 3.387 tons of asphalt cement concrete, 16,613 sq. yards of pavement milling, 2,245 feet of pcc curb and gutter replacement, 1,827 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement. The Project will also include street sealcoat work along St Clemens Street. Scott Park, Taft Avenue, and Gilbert St. Ct. in Iowa City. This work will include the following estimated quantities: 3,877 GAL. of chip sealing binder, 179 tons of chip seal cover aggregate. traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, 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 anil afty its • completion and formal acceptance by the City Council ,71-42 rso ;,.„; — AF-1 The following limitations shall apply to this Project: Phase 1: Street Milling and Overlay (Benton Street, Market Street, Sheridan Avenue) Early Start: May 15, 2017 --(Market Street Only) Early Start: June 15, 2017 -- (Benton Street, Sheridan Avenue) Late Start: June 15, 2017 --All Locations Completion Deadline: August 11, 2017 Liquidated Damages: $500 per day Phase 2: Chipseal Surfacing Early start: July 1, 2017 Completion Deadline: August 31, 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of 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. 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. t i Posted upon order of the City Council of Iowa City. Iowa. JULIE VOPARIL, DEPUTY CITY CLERK c. C "x?!. = ' ( J •� ^o4 V r •9 -� AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal • r-,) • ) sn t7-v 1 NB-1 FORM OF PROPOSAL ASPHALT RESURFACING 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. r11 • r 1 i 3 FP-1 SCHEDULE OF PRICES-ASPHALT RESURFACING 2017 ITEM ITEM UNIT TOTALUNIT PRICE EXTENDED TOTAL NO. 1 CLEAN&PREPARATION OF BASE _ 1 MILE 1.06 2 HMA SURFACE PATCH TON 153.89 3 PAVEMENT MILLING,3" _ SY 16,612.76 4 PAVEMENT MILLING,FULL DEPTH SY 1,851.67 5 HMA HIGH TRAFFIC(HT),SURFACE.1/2",NO FRICTION TON 1,490.48 5 HMA HIGH TRAFFIC(HT),BASE,1/2" TON 1,897.83 7 ASPHALT REMOVAL,DRIVEWAY AND APRON _ SY 1,600.00 8 HMA PATCH,8" SY 2,435.01 9 COVER AGGREGATE TON 373.87 10 BINDER BITUMEN GAL 7,627.33 11 SURFACE PRIME GAL 348.87 12 ASPHALT PATCHING"COLD MIX" TON 207.66 13 WATER VALVE ADJUSTMENT.MINOR EA 9.00 14 WATER VALVE ADJUSTMENT,MAJOR EA 2.00 15 MANHOLE ADJUSTMENT,BOXOUT EA 5.00 16 REMOVE STORM INTAKE EA 3.00 _ 17 REMOVE STORM SEWER PIPE,8-12" LF 82.00 18 STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 45.00 19 STORM SEWER STRUCTURE,SW-401 EA 1 20 STORM INTAKE,SW-542,WITH EXTENSION EA 1 21 STORM INTAKE,SW-545,WITH EXTENSION EA 1 22 INTAKE TOP REPLACEMENT EA 1 23 RMVL OF PCC SIDEWALK SY 982.12 24 RMVL OF CURB&GUTTER LF 2,245.20 25 STANDARD CURB+GUTTER,PCC,2.0' LF 2,245.20 26 SIDEWALK,PCC,4" SY 1,257.24 27 SIDEWALK,PCC,8" SY 570.45 28 SIDEWALK CURB,PCC LF 20.00 29 REMOVAL OF SIDEWALK RETAINING WALL,PCC LF 10.00 30 SIDEWALK RETAINING WALL,PCC LF 20.00 31 DETECTABLE WARNING PANEL,CAST IRON SF 942.00 32 ALLEY APRON REMOVAL AND REPLACEMENT,PCC,7" SY 50.00 33 PORTLAND CEMENT CONCRETE(PCC)PATCH,8" SY 601.98 34 CLASS A ROADSTONE SURFACING,3/4" TON 250.00 35 MODIFIED SUBBASE TON _ 187.07 36 PAVEMENT MARKINGS,WATERBRNE/SLVNT STA 53.14 37 PAINTED SYMBOL+LEGEND,WATERBRNE/SLVNT EA 7.00 38 TRAFFIC CONTROL LS 1 39 FLAGGER DAY 315.00 40 HYDROSEEDING LS 1 r-.1 41 MOBILIZATION LS 1 - , Total BID PRICE CI f f $Fi I r,-i ^..) . .3 •FP-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Appx $Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: l N) FP-3 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (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) -j -1 ,(Seal) Surety Witness By (Attorney-10Oct) Attach Power-of-Attorney • .. BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20_, for the 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; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance,Program (Anti; Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and 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: $Amnt: DATED this day of , 20 City Contractor By By Mayor (Title) ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office rn :74 } :<:11 , -o 111 • AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa. as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves. their heirs, executors, administrators. successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for 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 fora 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 PB-1 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. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) C-3r�r% "r1 (Surety) =71 rA Witness (Title) a (Street) (City, State, Zip) (Phone) PB-2 Contract Compliance Program I it . grath..., farimtri7 airilla ive Ale UP I II:TN "ileums. r.„ CITY OF i0WA CITYA _7(-) r--. -0 ni (J. , SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex. gender identity. sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance. which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract. the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. r." 4 137 C)-‹ i • " 1 rt "� N mgr\asst\contractcompliance.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.) 1. 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. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name. telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site; all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. �= -- k.`,j mgr\asst\contractcompliance.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? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date C.) —IT mgr\asst\contractcompliance.doc CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore. disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts. employee meetings, web page postings. employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. 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 tral-t fer 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 mgr\asst\contractcompliance.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, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. -J --( N r a ..X N 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. (Ord. 03-4105, 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. 2. 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. 0 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. 08-4312, 8-11-2008) •-J <? ; .-1 ca r") --- r r � -v ii 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. ..1 ry.a ca N r_ 11 -t3 - 0 N CC-8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy 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 entity) who 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, 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. Ill. 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 gyring 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; 111 N t. or •`tom d. Other factors that the person or entity believes are relevant. `_ a 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 STATE OF ss: COUNTY , upon being duly sworn, state as follows: 1. I 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 on , 20_ Notary Public in and for the State of:� .._, y" 1 ..!I -O ti ,. r:, WT-2 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. fJ r]7 -J `i 3 N �.. .a 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. - 'n ' " 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 Aggreciate 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 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. -4 ; .. ria 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 Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 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 vailable to the City. L.) -*t , >_ w I i SC-3 r``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. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and 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 fol approval by the City and as noted on the Form of Proposal and the Agreement. •:-), -n 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 purpcses 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. :1 • 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 a rate 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. N •x.21 W .� c)-G N . �, .. �C N kT SC-6 Bidder Status Form To be completed by all bidders Part A Please answer"Yes" or"No" for each of the following: El 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 0 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 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes 0 No 3. If you answered "Yes"to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach addition&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 knowlecfger and-) knoyv tijat my failure to provide accurate and truthful information may be a reason to reject my bid. _ Firm Name: Signature: 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 may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. O Yes 0 No My business is currently registered as a contractor with the Iowa Division of Labor. O 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. O Yes 0 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. O Yes 0 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. O 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. O Yes 0 No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa aild the certificate has not been revoked or canceled. (7)-4 N ..<. _.� - ` �'1 -0 BF-2 ARC 1271C LABOR SERVICES DIVISION[8751 Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21,the Labor Commissioner hereby adopts a new Chapter 156,"Bidder Preferences in Government Contracting,"Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public 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 perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b"was changed by deleting the phrase"under this Act." 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 definitions. These rules institute administrative and p}erationlj procedures for enforcement of the Act. The definitions and interpretations contained-iin Iowa Code. section 73A.21 shall be applicable to such terms when used in this chapter. J' N "Act"means Iowa Code section 73A.21. r` "Affiliate,"when used with respect to any specified person or entity,means another pbrson or en�i that, either directly or indirectly through one or more intermediaries,controls, or is controlledaby, or under common control or ownership with,such specified person or entity. "Commissioner"means the labor commissioner appointed pursuant to Iowa Code sectioid'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 school district,public utility,or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part 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 first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that hasa more stringent definition than is set forth in paragraph 156.2(2)"a"for determining whether a person or entil in that_ state or country is a resident bidder,then the more stringent definition applies. a 156.2(3) Determining authorization to transact business. A person or entity is authpizedttransacf:. business in the state if one or more of the following accurately describes the person or enttty: "T" a. In the case of a sole proprietorship,the sole proprietor is an Iowa resident for Iowa income tart 1 purposes; b. In the case of a general partnership or joint venture,more than 50 percent of the genera partners or joint venture parties are residents of Iowa for Iowa income tax purposes; •.,�, B F-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 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state,the limited partnership or limited liability limited partnership has not filed a statement of termination; f In 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 (l)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 91C. 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 first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail,telephone calls,and e-mails;and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers'compensation policy, if applicable,in effect for each of those three years. 875-156.3(73A)Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder,the public body shall allow a preference to a resident bidder as 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 eVi name, then the public body shall allow a preference as against such bidder that is equal to thepreference given or required by the home state or foreign country of the bidder's parent. In the instance_oj a larior force' preference,a public body shall apply the same resident labor force preference to a publicirprdv$ment in: this state as would be required in the construction of a public improvement by the homesate.oi foreiin y country of the nonresident bidder, or the parent of a resident bidder if the parent W tilil qua ify as q nonresident bidder if such parent were to bid on the public improvement in its own name,.-) ti A preference shall not be applied to a subcontractor unless the home state or foreigrftoutiy of the" nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF-5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event 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 may submit 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 case to be taken deposition of witnesses,and require by subpoena the attendance and testimony ci.Nness4 and the., production of all books, registers, payrolls, and other evidence relevant to a matter vi3der injtigation➢ or hearing. N e. Employment of personneL The commissioner may employ qualified personnel p are iiecessiry for the enforcement of Iowa Code section 73A.21. The personnel shall be employed'pursuat to the I merit system provisions of Iowa Code chapter 8A, subchapter IV. BF-6 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 custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee 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(1)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 b court, the remainder of these rules or the rules' applicability to other persons or circumstances shaot be erected. These rules are intended to implement Iowa Code section 73A.21. --� r-74 g", rsa [Filed 12/16/13,effective 2/12/14] } — u.. [Published 1/8/14] -t, 1 EDITOR'S NOTE: For replacement pages for IAC,see IAC Supplement 1/8/14. BF-7 SECTION 01010 SUMMARY OF THE WORK PART 1 - GENERAL General description, not all inclusive. A. Base Bid Work: Phase 1 —Mill and Overlay(Benton Street, Market Street, Sheridan Avenue) 1. Hot Mix Asphalt Milling, HMA Base and associated work. 2. Remove and replace Portland Cement Concrete curb and gutters. 3. Remove and replace Portland Cement Concrete ADA Curb Ramps. 4. Install HMA Surface 5. Provide traffic control during all phases of the project Phase 2 1. Complete chipseal work N C.> •ted 1; fl S-) Arm _<j -3 (i 1i 4/08 010 O.doc ` -7_ r t, 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: ,� y ,.fl A. Payment under this contract shall occur no more than once per month for work c9mpleted 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 Gbuncil, provided no claims against the project have been filed within 30 days of project acceptance.Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of 01025-1 work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or"CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of 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:depdsited thdre as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Cleaning & Preparation of Base The unit price for this item (MILE-full width) shall constitute full payment for all labor, material, and equipment to clean and prepare the base for the full width of the pavement in accordance with IDOT Standard Specifications Section 2212.04A. The City's street sweeping crew and equipment will be available once if needed to aid the Contractor with the sweeping operation prior to opening each street. 2. HMA Surface Patch The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for repair of existing asphalt base deficiencies prior to paving. Work includes surface sweeping and cleaning prior to placement in existing voids or milled partial depth HMA surface repairs prior to placement of the asphalt base. 01025-2 3. Pavement Milling, 3" The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to remove by milling and dispose of the entire depth of asphalt down to a clean existing street, PCC or brick surface. Milled headers at the interface between new and existing pavement shall be considered incidental to this item. Asphalt millings will remain the property of the City and shall be delivered by the contractor to the Iowa City Landfill and stockpiled at the specific location as coordinated with the City. Temporary asphalt fillets are incidental to this item. 4. Pavement Milling, Full Depth The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to remove by milling and dispose of the entire depth of existing concrete roadbed. Contractor shall remove and dispose of concrete removed by milling. 5. HMA High Traffic(HT),Surface,1/2", No Friction The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the base course. Adjusting structures in the pavement shall be incidental unless specifically listed as a bid item. Water Valve adjustment for in-pavement adjustment rings will be included as a separate item. Adjustment of manhole structures will be completed by the City of Iowa City upon completion of final surface installation. Contractor will be required to mill around and match all asphalt lifts, including surface to existing surface of manhole structures within pavement during work. Binder, Tack coat and quality control management shall be incidental. Surface Mix shall include 58-28H Binder 6. HMA High Traffic (HT), Base,1/2" The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the base course. Adjusting structures in the pavement shall be incidental unless specifically listed as a bid item. Water Valve adjustment for in-pavement adjustment rings will be included as a separate item. Adjustment of manhole structures will be completed by the City of Iowa City upon completion of final surface installation. Contractor will be required to mill around and match all asphalt lifts, including surface to existing surface of manhole structures within pavement during work. Binder, Tack coat and quality control management shall be incidental. Base Mix shall include 58-28H Binder 7. Asphalt Removal, Driveway and Apron The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment for removal and disposal of existing asphalt removed at driveways alleys or general pcc approaches which require handwork to tie in new overlay HMA to match existing grades. Sawing, impact hammer removal or other means necessary to remove asphalt shall be incidental to this item. Asphalt removal by milling will not be paid with this item. Hot Mix Asphalt installation for replacement of asphalt removed will be2paid separately on a TONNAGE basis under the HMA (1M ESAL) or HMA (3M ESAL) Surface il<ecn depending on surface mix at each location. 8. HMA Patch,8" The unit price for this item (SQUARE YARD) shall constitute full payment for all labor,.r iaterial, and equipment to remove and dispose of asphalt or deteriorated 'concrete or remove and stockpile old brick, and any unsuitable subbase, replace and compact a minimum 6" modified subbase, and replace HMA Concrete to a minimum 8"thickness. Sawing asphalt and tack shall be incidental to this item. Any brick removed under item shall be palleted and delivered to City Street department stockpile for salvage or disposed of at the Engineers discretion. 01025-3 9. Cover Aggregate The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment for placement of the 3/8 inch cover aggregate (gradation 21) as per IDOT Standard Specification Section 2307. 10. Binder Bitumen The unit price (GALLON) for this item shall constitute full payment for all labor, material and equipment necessary to apply MC-3000 binder as per IDOT Standard Specification Section 2307. 11. Surface Prime The unit price (GALLON) for this item shall constitute full payment for all labor, material and equipment necessary to apply Surface Prime as needed as per IDOT Standard Specification Section 2307. 12. Asphalt Patching "Cold Mix" The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment necessary to supply, place and compact asphalt cold mix in areas marked on the existing pavement surface by the Engineer. This item shall include all labor, materials and equipment necessary for removal of all existing loose or unsuitable materials and tack coat installation. 13. Water Valve Adjustment, Minor The unit price for this item (EACH) shall constitute full payment for supply and installation of new valve adjustment ring including all labor, material, and equipment to adjust the water valve ring to the final surface elevation. 14. Water Valve Adjustment, Major The unit price for this item (EACH) shall constitute full payment for adjustment of water valves outside of pavement areas during work on curb ramp replacement. Item shall include excavation and vertical adjustment, or replacement (as deemed necessary by IC Water Division) of existing valves to match final parkway surface. Iowa City Water Division will supply new water valve box and apurtences if it is determined valve box replacement is necessary during this work. Contractor shall coordinate with Iowa City Water Division if adjustment or replacement of water valve box is deemed necessary by the Engineer to meet final ground surface elevations. 15. Manhole Adjustment, 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. 16. Remove Storm Intake The unit price for this item (EACH) shall be considered full compensation for removal of storm intakes as indicated in project plan. For estimating purposes, intakes removed as a part of this item will should be considered comparable in size and depth to the replacement structure at each location. Contractor shall work to minimize removal and pavement limits as much as possible during this work to minimize street removal and ROW disturbance. Supply, placement and compaction of Class A Granular Roadstone has backfill to subgrade depth shall be incidental to this item. )- 17. Remove Storm Sewer Piping, 6"-12" y The unit price for this item (LINEAL FOOT) shall be considered full compensatidn foKertoving and disposing of pipe as indicated in plan documents. No change price adjustmentjvill be made for different pipe materials encountered. Length will be measured for removed pipe. Measurement shall exclude the space across manholes and intakes. Street pavement 01025-4 removal will be paid separately under the applicable HMA or PCC Street patching item. Supply, placement and compaction of Class A Granular Roadstone as backfill to subgrade depth shall be incidental to this item. 18. Storm SWR G-Main,Trenched, RCP 2000D, 15" The unit price for this item (LINEAL FOOT) shall be considered full compensation for installation of pipe as indicated here. Length will be measured for each size and type of pipe along the pipe center line with no deductions for prefabricated bends. Measurement and payment shall include length along pipe measured to inside of intake wall and exclude the space across manholes and intakes. The following items shall be considered incidental unless they are included with other items listed in the FORM OF PROPOSAL: a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or other appurtenances. b. Trench excavation including furnishing necessary equipment. c. Trench boxes required for safety and to minimize disturbance to features to be saved. d. Exploratory digging (either by hand or equipment) required to determine location of existing structures or potential conflicts. e. Coordination assistance between utility company representatives and City to help resolve utility conflicts with proposed improvements in a timely manner. f. Furnishing pipe, wyes, tees, fittings,joint materials, and appurtenances. g. Supply, placement and compaction of specified pipe bedding material and standard or select material within the pipe envelope including concrete encasements. h. Supply, placement and compaction of Class A Granular Roadstone as primary, secondary and final trench backfill for all pipe segments included in this work from pipe envelope to finished surface will be incidental to this item. i. Dewatering trenches and excavations for pipe, intakes, manholes and associated structures including furnishing pumps, piping, well points, etc., as required. j. Temporary connections, piping, and pumping for bypassing sewage flows as required to construct pipe, intakes, manholes and associated structures. k. Frost excavation, frost ripping, frost blankets, or other activities associated with cold weather. I. Testing of sewers as required. m.Temporary support of existing utility mains and service lines. n. Temporary fencing. o. Repair or replacement of utility services damaged by the Contractor. p. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of various sizes, including backfill as specified by the Engineer. 19. Storm Sewer Structure, SW-401 The unit price for this item (EACH)will be paid based on the number of structures constructed (precast or poured in place) and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of Class A Granular Backfill to final surface elevations, providing stubs for drainage tiles and the frame and casting. Stoppers for stub connections are incidental. Connection to existing pipes and tile lines including RCP stubs, "C" collars, interior collars and interior intake fillets to pi4e stubs shall be incidental to this item. Approximate pipe sizes, depths, and locations are indicated in plans; however exact pipe sizes, depths, and locations should be field measured and verified prior, to fabricatiop and construction. This item shall also include supply and installation of the following items:. • Compacted Class A Granular Roadstone for all intakes to finished surface • City of Iowa City castings with logo. • 4'section of 12"VCP with fernco connector to existing sewer(NW) 01025-5 20. Storm Sewer Intake, SW-542 W/Extension 21. Storm Sewer Intake, SW-545 W/Extension The unit price for this item (EACH) will be paid based on the number of intakes constructed (precast or poured in place) and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of Class A Granular Backfill to final surface elevations, providing stubs for drainage tiles and the frame and casting. Stoppers for stub connections are incidental. Connection to existing pipes and tile lines including RCP stubs, "C" collars, and interior intake fillets to pipe stubs shall be incidental to this item. Approximate pipe sizes, depths, and locations are indicated in plans; however exact pipe sizes, depths, and locations should be field measured and verified prior to fabrication and construction. This item shall also include supply and installation of the following items: • Compacted Class A Granular Roadstone for all intakes to finished surface • City of Iowa City castings with logo. 22. Intake Top Replacement The unit price for this item (EACH) will be paid based on the number of intakes tops reconstructed (precast or poured in place) and includes excavation, forming, reinforcing steel, dowels, supply, placement, compaction and finishing of concrete, supply, placement and compaction of Class A Granular Backfill to final surface elevations. Approximate intake top sizes, depths, and locations are indicated in plans; however locations should be field measured and verified prior to fabrication and construction. This item shall also include supply and installation of the following items: • Compacted Class A Granular Roadstone for all intakes to finished surface • City of Iowa City castings with logo. 23. Removal of PCC Sidewalk The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to saw, remove and dispose of existing sidewalk including sidewalk curb ramps as determined by Engineer. 24. Removal of Curb&Gutter The unit price for this item (LINEAR FOOT) shall constitute full payment for all labor, material, and equipment to saw, remove and dispose of existing curb and gutter as determined by Engineer. 25. Standard Curb+ Gutter, PCC, 2.0' The unit price for this item (LINEAR FOOT) shall constitute full payment for all labor, material, and equipment to remove and dispose of existing curb and gutter marked in the field and replacement with new curb and gutter using a C-3 mix including a compacted rock subbase. The gutter section shall extend up to 24 inches from the back of curb. Saw cutting, backfilling, seed, mulch, and fertilizer as per section 02900 and clean-up shall be considered incidental to this item. 26. 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, thicknesses anti mix deigns. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, tie bar reinforcement, and or e<pansion jointing, and joint sealing. -1 Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities:(bated 7-17-14), and Standard Road Plan MI-22 shall apply to curb ramp installation. 27. Sidewalk, PCC,6" The unit price for these items (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix 01025-6 designs. Included with these items are subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curing, tie bar reinforcement, and or expansion jointing, and joint sealing. Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities (Dated 7-17-14), and Standard Road Plan MI-22 shall apply to curb ramp installation. 28. Sidewalk Curb, PCC The unit price for this items (LINEAL FEET) shall be full compensation for installing Portland Cement Concrete curb at the specified widths, thicknesses and mix designs. This item is to be used for curb installed beyond the back of sidewalk when needed (as determined by Engineer). Item shall be paid and measured based on LINEAL FEET of Sidewalk Curb installed from 6"-8" height. Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities (Dated 8-16-13), and Standard Road Plan MI-22 shall apply to curb ramp installation. 29. Removal of Sidewalk Retaining Wall, PCC The unit price for this items (LINEAL FEET) shall be full compensation for sawing, removal and disposal of Portland Cement Concrete retaining wall as indicated in plans. 30. Sidewalk Retaining Wall, PCC The unit price for this items (LINEAL FEET) shall be full compensation for installing Portland Cement Concrete sidewalk retaining wall as indicated in plans. 31. Detectable Warning Panel, Cast Iron The unit price (SQUARE FEET) for this item shall be full compensation for all materials, work, and equipment necessary to install detectable warning panels to ADA standards. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, Dynamis (Metadome). Color shall be approved by Engineer prior to installation. Brick red samples shall be submitted for Engineers approval 32. Alley Apron Removal and Replacement, PCC, 7" The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to saw cut, remove, and dispose of concrete and any unsuitable subbase, recompact existing base, and replace P.C. Concrete to the level and thickness of abutting concrete not less than 7" thick using M-3 mix or M Mix as specified. The use of aggregate base will be determined by the Engineer and dictated based on existing subbase conditions. This item will not be paid separately if needed. Doweling will be required as an incidental item to PCC repairs and shall be in accordance with Iowa DOT Standard Road Plan PV-101. 33. Portland Cement Concrete(PCC) Patch, 8" The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to saw cut, remove, and dispose of concrete and any unsuitable subbase, recompact existing base, and replace P.C. Concrete to the level and thickness of abutting concrete not less than 8" thick using M-3 mix or M Mix as specified. The use of aggregate base will be determined by the Engineer and dictated based on existing subbase conditions. This item will not be paid separately if needed. Doweling will be required as an incidental item to PCC repairs and shall be in accordance with Iowa DOT Standard Road.Plan']PV-101. Temporary asphalt fillets provided over the surface of base repair if needed-shall be considered incidental to this item. 1.5" HMA Base and 1.5" HMA final surfacing prpced.over:patch to match finished surface elevation will be paid separately. ) Curb installed at the back of patch when needed at edge of roadway shall,be paid and measured based on the footprint area (SQUARE YARD) of curb section added beyond the standard sidewalk width. 01025-7 34. Class A Roadstone Surfacing,3/4" The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment to install and compact stabilizing Class A Roadstone, 1" Nominal size at locations that require additional base stabilization as indicated by Engineer. Item quantity may vary according to conditions encountered. The unit price for this item (TON) includes all costs associated with delivery of material to project site. Also included is compaction of material to 95% standard proctor density. 35. Modified Subbase The unit price for this item (TON) shall constitute full payment for all labor, material, and equipment to install and compact Modified Subbase at patch locations that require additional base stabilization as indicated by Engineer. Item quantity may vary according to conditions encountered. The unit price for this item (TON) includes all costs associated with delivery of material to project site. Also included is compaction of material to 95% standard proctor density. 36. Painted Pavement Markings,Waterborne/Solvent Based The unit prices for this items (STATION)will be paid based on the number of stations installed based on a 4-inch width placed. The payment shall be full compensation for surface preparation, application of waterborne or solvent based markings and beads, and for furnishing all materials, equipment, and labor. Pavement markings shall be in accordance with the Iowa D.O.T. Standard Specifications 2527 and 4183. 37. Painted Symbol + Legend,Waterborne/Solvent Based The unit prices for this item (EACH) will be paid based on the number of Symbol-Sets placed. The symbol set will include bike and arrow symbol together. Separate payment will not be made for each arrow or bike symbol. The payment shall be full compensation for surface preparation, application of markings and beads, and for furnishing all materials, equipment, and labor. Pavement markings shall be in accordance with the Iowa D.O.T. Standard Specifications 2527 and 4183. 38. Traffic Control The unit price for this item (LUMP SUM) shall constitute full payment for all labor, material, and equipment to install, maintain, and remove all traffic control devices for all divisions of this contract. Item shall include signage and facilities for detour and re-routing of pedestrian facilities during project as needed which may include installation of temporary non-slip walkways or ramps, dependent upon Contractors internal phasing of work. Item shall include signage and facilities for work required for the storm sewer pipe work at Rundell/Sheridan and Dearborn/Sheridan and shall be dependent upon the chosen means and methods for installation of the pipe. If this work requires closure of roadway, this item shall include traffic control or signage and facilities for detour and re-routing of vehicle traffic for pipe crossing work on Sheridan Avenue and Rundell Drive. If work allows for roadway to remain open under one-way control, the item shall include facilities and signage provisions to protect traffic control during a one lane closure with alternating traffic configuration. Contractor will be required as a part of the project and phasing to .provid, and reynove temporary asphalt fillets along accessible routes to provide traversable surface for veicles, bicycles and pedestrians crossing through the project work zone. 39. Flagger The Engineer will count the number of days each flagger was used. For flaggers to be counted: a. The flaggers must be needed and used as part of pre-planned work that is started that day and is intended to proceed for major part of the day. If used less than four hours, the flagger will be counted as a half-day. 01025-8 b. Other flaggers must be needed and used for at least one hour during the day, perhaps intermittently, and this must be the primary duty of that employee. If used less than four hours, the flagger will be counted as a half-day. Short time, emergency, or relief assignment of employees to flagging operations will not be counted separately. For the number of days each flagger was used, the Contractor will be paid the predetermined contract unit price per day. 40. Hydroseeding The unit price shall (LUMP SUM) be full compensation for furnishing all materials, labor, and equipment necessary to maintain erosion control during construction. Bid item includes maintenance of site erosion according to guidelines provided with the Storm Water Pollution Prevention Plan included with project plans. Payment for this item will be made at 50%and 100%of substantial completion. Work shall include: Site clean-up including rock and debris removal,4" Minimum topsoil installation, Hydroseeding application as per section 09010. Topsoil brought to the site shall be inspected prior to placement. In addition to the SWPPP provided with the project documents, Contractor shall also reference the "Iowa Construction Site Control Manual" for guidelines and procedures in reducing silt erosion from work locations. 41. Mobilization The unit price for this item (LUMP SUM) includes all costs associated with mobilizing to and from the sites, lodging expenses, temporary restrooms, permits and all other overhead expenses. This item includes all efforts necessary for multiple mobilizations to complete the project. 01025-9 SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall he planned with this in mind. 1.02 SUBMITTALS: The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Project phasing and completion Phase 1: Street Milling and Overlay(Benton Street, Market Street, Sheridan Avenue) Early Start: May 15, 2017 -- (Market Street Only) Early Start: June 15, 2017 -- (Benton Street, Sheridan Avenue) Completed: August 11, 2017 Liquidated Damages: $500 per day --� .n `^ rrl Phase 2: Chipseal Surfacing ' Early start: July 1, 2017 Completed: August 31, 2017 Liquidated Damages: $500 per day = r*1 ' rzo Note: Phase 1 project start and completion dates are based on reducing interference and impact with the University of Iowa and Iowa City Community School District schedules. The early start of May 15 will only apply to Market Street as this date correlates with the end of the University of Iowa regular school session for 2016 - 2017. Work at other locations cannot begin until June 15, 2017. This date correlates with the end of the regular school session for the Iowa City Community School District for 2016 —2017. 01310-1 B. Liquidated Damages 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. 2. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. C. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer,with the exception of saw cutting freshly poured concrete. D. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. E. Construction will proceed in phases: The particular phasing sequence shall be discussed and agreed upon prior to any work beginning. Prior to advancing to the next phase or sub- phase, the existing phase or sub-phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. G. The Contractor will become an active partner with the City in communicating project progress and delays and providing information to concerned residents and businesses as requested. H. Work will be staged to minimize the length of time parking spaces and parking revenue is lost. Contractor will be responsible for maintaining a safe and accessible work area for vehicles and pedestrians during times when accessibility is being provided or allowed through work area. This responsibility includes installation of temporary pavement as needed to provide a smooth and unobstructed transition in surfaces between pavements of differing elevations. When accessibility is restricted to vehicles or pedestrians during closure of sidewalk or roadway facilities, Contractor shall be responsible for maintaining closure devices. .. -. ` C < N 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care ofahegd o time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub-drainage, ballast, sub-ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take 01310-2 place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET AND SIDEWALK CLOSINGS: A. Notify the Engineer four days in advance of street or sidewalk closings so that a press release can be issued and a plan for maintaining accessibility for pedestrians can be discussed and implemented. No street or sidewalk closure will be allowed without the Engineers approval and said notification. -T1 T1 Na - . T1 r ^ r, .J 3 '?l 01310-3 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways,"2009 Edition, or current edition. C Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. 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 N 3.01 TECHNIQUES: `= 'J • A. Except as amended in this document, the work in this section will conform with tht following divisions and sections of the IDOT Standard Specifications: �,; n ._.. Division 11. General Requirements and Covenants. <rr ri -D 1 Ti Section 1107.09. Barricades and Warning Signs. - ' N 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. CI) h • - CD.< N ..� x N • 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or 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. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform vrith the folloOg divisions and sections of the IDOT Standard Specifications: • v . _n r Division 24. Structures. = n -0 fl Section 2401. Removal of Existing Structures. = Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. 02050-1 Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained. at all times. Temporary gravel surfaces shall be provided as directed by the Engined. a � 2. Contractor shall perform demolition and removal operations. so as to maintein vehicular access to adjacent properties and businesses to the ,maximum I extent possible. rri t11 D. Disposals ^_ - t� 1. No material or debris shall be buried within the project work area. Alt unsuitable 02050-2 material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 N CJ t ri -G 171 -" -v 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as"REMOVE"or"CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees'drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by tlwe 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 end for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. ,Salvage and 02100-1 store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 shared\engineer\specs•i i102l00.doc � J z1 11 7.0 t, 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 - GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration, 1d landscaping work. Strip topsoil to a uniform depth to provide sufficient gtyanfi of material for placement of a minimum of 9 inches of topsoil for surface restoratio2andinds9laping. Protect topsoil from mixture with other materials such as aggregate,and from erosipn. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: . 02220-1 A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, or just below, designated subgrade when 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 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. , D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet above tqp 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. 02220-2 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 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 torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees'drip line. • 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in One of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient,i maiitained, cif applicable. • , b. Connect drainage tiles to nearest storm sewer. ��� 02220-3 The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1-inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. 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 • 1 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 913%. Standard Proctor Density. If under pavement, backfill-to bottom of the subgrade. If not under pavement, backfill to within 12 inches offinished) surface. • b. Do not place stone or rock fragment larger than 2 inches within 2 feet of 02220-4 pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 sh a red\e n g i n e e r\s pe cs•i i\0 2220.d oc • N 7-71 c; `)-C N 1 '" r N 1,� 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. --� Ti u -n r�n a C.:3 N :� ,41 N !TN 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete& Stone Revetment. and the following IDOT Standard Road Plans: RC-5 Wood Excelsior Mat RC-16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile,at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed a necessary and where appropriate, to prevent slippage or movemOt of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced 02270-2 by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. c.7 7,5 Ar,� . .�. —, -< N � .. c-> -a 1 02270-3 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING. PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. C. IDOT Developmental Specification DS-15024 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per 2012 Iowa DOT Standard Specifications section 2303. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23 Surface Courses . _ 1-7-1 Section 2303 Hot Mix Asphalt Mixtures Division 41 Construction Materials -v I. 11 Section 4109 Aggregate Gradations Section 4125 Aggregate for Bituminous Sealcoat N Section 4127 Aggregate for Hot Mix Asphalt Section 4137 Asphalt Binder 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122 Paved Shoulders. Division 22 Base Courses Section 2203 Hot Mix Asphalt Bases Section 2212 Base Cleaning and Repair Section 2213 Base Widening Section DS-15024 Interlayer Base Division 23 Surface Courses Section 2203 Hot Mix Asphalt Mixtures Section 2307 Bituminous Seal Coat Section 2316 Pavement Smoothness Division 25 Miscellaneous Construction Section 2510 Removal of Pavement Section 2511 Removal and Construction of Sidewalks, Rec trails Section 2512 PCC Curb and Gutter Section 2514 Curb Removal Section 2521 Certified Plant Inspection Section 2529 Full Depth Finish Patches Section 2530 Partial Depth Finish Patches 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: A. Division I -Iowa City Streets-Asphalt Overlay � �LL Existing asphalt streets to receive 3" Milling full width and 3" Overlay(1.5"Eiase + 1.5" Surface) installed. Street Milling and 3"Overlay ,-1 • Benton Street from Greenwood Drive to Michael Streetc.._ tU k • Greenwood Drive from Benton Street to Woodside Place �; , -• • Market Street from Madison Street to Clinton Street • Sheridan Avenue from Summit Street to South 7th Avenue 02510-2 3.05 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, all asphalt millings to remain the property of the City and will be delivered to the Iowa City Landfill. Location to be determined prior to work beginning. 1. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts any existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (3) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 1. A 1/2-inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust valve boxes within the existing pavement (minor), or outside of pavement(major) as determined by Engineer. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full- depth grinding. Pavement courses will be placed around manhole structures, and the City of Iowa City will adjustment to final grade after paving is completed by coring, replacement and boxout of each structure. The gas and water companies will furnish the necessary adjustmet$ rings to the Contractor at no charge to adjust valve boxes. --� 3.09 ASPHALT BINDER A. SURFACE COARSE -Asphalt binder shall be PG 58-28H - ri B. LEVELING (BASE) COARSE -Asphalt binder shall be PG 58-28H .111 s ` F (J - ' 3.10 EXISTING STREET SURFACES 7` 02510-3 A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full-depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT A. Lifts 1. 1W depth intermediate course followed by a 1W depth surface course. B. Compaction 1. Class 1B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be %" Gradation 21. Bituminous material shall be MC-3000. Primer shall be MC-70. 3.14 STREETS TO BE SEAL COATED: A. Division I -Iowa City Streets-Chipseal Chipseal Application • Taft Avenue from Herbert Hoover Road to American Legion Road • Gilbert Court from E Benton Street to Iowa Interstate Railroad Property • St. Clements Alley —North of North Dodge Street Hy-Vee • Scott Park Parking Lot 1.15 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project; there will be no smoothness incentive payment �-1 J -C3 , 11 77117) 5 r r-- 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete shall consist of Class C mix. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. -n • r • "ID• .c 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed •90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is plated below 90° E. 02520-2 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6"dia. x 12"cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete,when specified. 1 1/00 sharedkngi neer\specs-ii\02520.doc r� O c) Fri < rt _-, • 02520-3 SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act(ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309—Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed 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. rJ 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather concrete world < N >1. -y- -� B. Pre-Installation Pre-Installation Meeting <<ri -17 Tl = N PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 C. Tactile/Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24"x 48" nominal or width of sidewalk Depth: 1.400"+/-5%max. Face Thickness: 0.1875+/-5%max. Warpage of Edge: +/-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. --J C") r j 11 3.04 WIDTHS: - - :.n ---' 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 existinij sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Fpur-foot dr 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". Quantity changes due 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 Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 7 02524-3 SECTION 02700 SEWERS PART 1 -GENERAL 1.01 SUMMARY: A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe- For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low- Head Pressure Pipe. B. Reinforced Concrete Arch Pipe-For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified-Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified-Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile-Iron Pipe, Centrifugal ly+ Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA-A21.50/C150, latest edition, Thickness Design of Ductile-Iron Pipe. • 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile-Iron Compact_Fittings, 3 in.i through 16 in., for Water and Other Liquids. - •i n 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber-Gasket Joints for Ductile-Iron Pipe and Gray-Iron Pressure Pipe and Fittings. 5. ANSI/AWWA-A21.4/C104, latest edition, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 02700-1 E. Poly Vinyl Chloride(PVC) Pipe—For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe—For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile-Butadiene- Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals(Gaskets) for Joining Plastic Pipe G. Manholes 1. ASTM C478, latest edition, Standard Specification for Precast Reinforced Concrete Manhole Sections. H. Intake Structures 1. IDOT Standard Specifications. 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize !cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the-Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. 02700-2 F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified-Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART 2 -PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe- For Sanitary and Storm Sewers 1. Joints: All joints will be confined 0-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36-inch diameter and smaller will have bell and spigot joints. Pipe larger than 36-inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B-wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. B. Reinforced Concrete Pipe- For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined 0-ring or profile gasket meeting ASTM C443. All pipe 36-inch diameter and smaller will have bell and spigot joints. Pipe larger than 36-inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber-based sealant meeting the requirements of AASHTO M198-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be. B-wall a defined in ASTM C76. .- b. Arch pipe: Minimum wall thickness as defined for in ASTM C$06. 3. Pipe Strength 02700-3 a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be"extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe—For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having .a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and-f913i Joint shall meet the requirements of ASTM D 2680 and ASTM D3212: 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5%deflection. > 4. Minimum Bedding — Crushed stone encasement to the top of the'pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. 02700-4 F. Poly Vinyl Chloride(PVC) Pipe—For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4"and 6"services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding—Drainable stone encasement to 6" above pipe. H. Manholes 1. Joints: All joints will be confined 0-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast-in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4-foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non-rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION . . 3.01 INSTALLATION OF PIPE: • A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 02700-5 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF-19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. F. Backfill as specified in Section 02220. G. Clean pipeline upon completion. H. Tolerances 1. Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached Under no condition will a sewer be accepted when one or more pipe lengths have been installed without"fall". _ 2. The completed sewer must be laid so nearly in a perfect line that art-ordinary electric lantern held at center of the sewer at a manhole may be wholly visibleto the eye at the level of the sewer at the next manhole. ? , ' " 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: 02700-6 • A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. c. If pipe is larger than 27-inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum %-mile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole-to-manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. b. Procedure (1) Perform from manhole-to-manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to; stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: • (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 02700-7 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. c. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. b. Locate and repair leaks, and retest as required. c. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 7. Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench,whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers agai]ist leakage from test pressure, where conditions between manholes may result in t?st pressure causing leakage. c. Rate of leakage from sewer: Determined by the amount Of wader required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5%for each additional foot of head. e. Modification to this test only as approved by the Engineer. 02700-8 f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality(from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of ± .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install 0-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertigtjt spice between masonry top and bottom flange of frame. .: — i.7 H. Backfill as specified in Section 02220. ' Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 02700-9 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20-foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. - 4. Backfill trench with low permeability soil for the 20-foot length centered on the crossI 1g. F. Sanitary sewer force mains and water mains shall be separated by a horizoritil distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700-10 zn . ...� _.• Zall FEB 2 P1 2= 1 CITY CLERK I- 8 M1 N O 8 G yC c SECTION 09010 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 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. Compciist 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. 09100-1 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. 1.04 SUBSTITUTIONS Comply with Division 1 -General Provisions and Covenants. 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: 1. 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. =) v 3. Mulching: rrl a. Measurement: Measurement will be in acres of mulch. b. Payment: Payment will be in unit price per acre of mulch. ry -1.7) -- B. Seeding, Fertilizing, and Mulching for Hydraulic Seeding: irn 1. Measurement: Measurement will be in acres for each type of seed. 09100-2 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; 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. C. Seeding, Fertilizing, and Mulching for Pneumatic Seeding: 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 be at 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. PART 2 -PRODUCTS 2.01 SEED A. General: 1. 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 certifieii "yellow tag,"when available. If GO-Iowa certified "yellow tag" sourced seed is unavbilable, or is only available from a single source, a substitution may be approvedby 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 requiremgnts of purity and germination stated on an independent certificate of seed analysis docurflent according to the Association of Official Seed Analysis (AOSA) rules. The seed certification 09100-3 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 multiplying purity 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 the seed on a basis of PLS or may authorize a suitable substitution for the seed specified. C. Requirements on Containers: 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 Purity Germination Common Name Scientific Name (%) (%) 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 Orchardgrass Dactylis glomerata 90 90 Red top Agrostis alba 92 85 Ryegrass, perennial Lolium perenne 95 90 Wildrye, Canada Elymus Canadensis 95 85 Wildrye, Russian Psathyrostachys junceus 95 85 Table 9010.02: Legumes Purity Germination Common Name Scientific Name (%) (Ya) Alfalfa, RANGERNERNAL Medicago sativa 99 90* Alfalfa, travois Medicoa spp. 99 90* Clover, Alsike Trifolium hybridum 99 90* Clover, red, medium Trifolium pratense 99 90* : 11 Clover, white Trifolium repens 98 90* T Vicia villosa * Hairy vetch 96 . 85 - E Lespedeza, Korean Lespedeza stipulacea 98 -.<r80*_a ; 'fl 'Includes hard seed. l,j Table 9010.03: Stabilizing Crop Common Name Scientific Name Purity Germination 09100-4 (%) (%) Oats Avena sativa 97 90 Rye Secale cereale 97 90 Sudangrass, PIPER Sorghum vulgare var. sudanese 98 85 Table 9010.04: Native Grasses Common Name Scientific Name Big bluestem* Andropogon gerardii Blue grama Bouteloua gracilis Blue-joint grass Calamagrostis Canadensis Bottlebrush sedge Carex hystericina Buffalograss* Buchloe dactyloides Common rush Juncus effusus Fowl bluegrass Poa palustris Fowl manna grass Glyceria striata Fox sedge Carex vulpinoidea Green bulrush Scirpus atrovirens Hairy wood chess Bromus purgans Indiangrass* Sorghastrum nutans Intermediate wheatgrass Agropyron intermedium Little bluestem* Andropogon scoparius Prairie dropseed Sporobolus heterolepis Reed manna grass Glyceria grandis Rice cutgrass Leersia oryzoides Rye grass, annual Lolium italicum Sand bluestem* Andropogon gerardii, var. paucipilus Sand dropseed Sporobolus cryptandrus Sand lovegrass Eragrostis trichodes Sideoats grama* Bouteloua curtipendula Slender wheatgrass Agropyron trachycaulum, var. unilaterale Spike rush Eleocharis palustris Softstem bulrush Schoenoplectus tabernaemontani Switchgrass* Panicum virgatum Tussock sedge Carex stricta Virginia wild-rye Elymus virginicus Weeping lovegrass Eragrostis curvula Western wheatgrass* Agropyron smithii Wool grass Scirpus cyperinus Table 9010.05: Forbs Common Name Scientific Name Black-eyed Susan Rudbeckia hirta _� Blue-flag iris Iris virginica-shrevii •n r-r1 Boneset Eupatorium perfoliatum =i �� r Canadian anemone Anemone canadensis "{ N r Common mountainmint Pycnanthemum virginianum ter-- fl Common rush Juncus effusus - rl t, Fowl manna grass Glyceria striata :v Golden Alexanders Zizia aurea -- Great blue lobelia Lobelia siphilitica Grey-headed coneflower Ratibida pinnata Heath aster Symphyotrichum ericoides 09100-5 Ironweed Veronia faxciculate Joe-pye weed Eupatorium maculatum Meadow blazingstar Liatris ligulistylis Milkweed, butterfly Asclepias tuberosa Milkweed, swamp Asclepias incarnata New England aster Symphyotrichum novae-angliae Ohio spiderwort Tradescantia ohiensis Oxeye sunflower Heliopsis helianthoides Pale purple coneflower Echinacea pallida Partridge pea Chamaecrista fasciculate Prairie blazing star Liatris pycnostachya Purple prairie clover Dalea purpurea Rattlesnake master Eryngium yuccifolium Reed manna grass Glyceria grandis Rice cutgrass Leersia oryzoides Showy goldenrod Solidago speciosa Showy tic-trefoil Desmodium canadense Stiff goldenrod Solidago rigida Swamp aster Aster puniceus White wild indigo Baptisia alba Wild bergamot Monarda fistulosa 2.02 SEED MIXTURES AND SEEDING DATES 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' Common Name Application Rate lb/acre Creeping red fescue 25 Turf-type perennial ryegrass` 20 Turf-type perennial ryegrass 20 Kentucky bluegrass cultivar' 65 Kentucky bluegrass cultivars 65 Kentucky bluegrass cultivar' 65 A commercial mixture may be used if it contains a high percentage of similar bluegrasses; it may or may not contain creeping red fescue. 2 Choose two different cultivars of turf-type perennial ryegrass,at 20 lbs/acre each. 3 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 jinowed. 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 lb/acre Fawn fescue 100 Kentucky bluegrass 20 Ryegrass, perennial 75 09100-6 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. Table 9010.08: Type 3 Seed Mixture Common Name Application Rate lb/acre Big bluestem* 3 PLS Grain rye 40 Indiangrass* 4 PLS Little bluestem* 3 PLS Oats 16 Sideoats grama* 5 PLS Switchgrass* 1 PLS Furnish seed certified as Source Identified Class(Yellow Tag)Source GO-Iowa. 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 lb/acre SPRING-March 1 - May 20 Annual ryegrass 40 Oats* 65 SUMMER- May 21 -August 14 Annual ryegrass 50 Oats* 95 FALL -August 15- September 30 Annual Ryegrass 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 lb/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 Grain rye 62 c-3 . T1 Oats 62 ^, Seed does not need to be certified Source Identified Class(Yellow Tag). --C F. Type 6 (Salt-resistant Mixture): Use for grass medians and areas immediately bank 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 Application Rate Purity Germination 09100-7 lb/acre (%) (%) 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 G. Wetland Seeding: Between April 1 and June 30, use the following seed mixture for wetland grass seeding areas. Table 9010.12: Wetland Grass Seed Mixture PLS** Common Name Scientific Name (per ac) Arrowhead Sagittaria latifolia 4 oz Big bluestem* Andropogon gerardii 1 lb 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 pectinata 1 lb 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 incarnata 1 lb 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 Identified Class(Yellow Tag)Source GO-Iowa. **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 Forbs (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* Andropogon gerardii 1.0 , } Canada wild rye Elymus Canadensis 1.5 1 . lndiangrass* Sorghastrum nutans 1.0 ' . Little bluestem* Schizachyrium scorparium 2.0 Sideoats grama* Boutelouea curtipendula 2.5 Switchgrass* Panicum virgatum 0.5 ; FORBS (WILDFLOWERS) oz/acre Black-eyed Susan Rudbeckia hirta 3.0 09100-8 Butterfly milkweed Asclepias tuberosa 4.0 Canadian anemone Anemone canadensis 0.5 Common mountainmint Pycnanthemum virginianum 0.25 Golden Alexanders Zizia aurea 8.0 Grey-headed coneflower Ratibida pinnata 2.75 Heath aster Symphyotrichum ericoides 0.25 Ironweed Veronia faxciculate 3.0 New England aster Symphyotrichum novae-angliae 1.25 Ohio spiderwort Tradescantia ohiensis 7.0 Oxeye sunflower Heliopsis helianthoides 12.0 Pale purple coneflower Echinacea pallida 15.0 Partridge pea Chamaecrista fasciculate 32.0 Prairie blazing star Liatris pycnostachya 4.5 Purple prairie clover Dalea purpurea 2.5 Rattlesnake master Eryngium yuccifolium 1.75 Showy goldenrod Solidago speciosa 0.50 Stiff goldenrod Solidago rigida 1.0 Swamp milkweed Asclepias incarnata 4.0 White wild indigo Baptisia alba 2.0 Wild bergamot Monarda fistulosa 1.25 NURSE CROP Ib/acre Oats (spring seeding -April 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. 09100-9 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 by the manufacturer to improve adhesion of inoculant to the seed. For small quantities less than 50 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: 1. 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 8 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 tg 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): 09100-10 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. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Fibers: Virgin wood, greater than 88% of total volume. 2) Organic Material: Greater than 96% of total volume. 3) Tackifier: 8-10%. 4) pH: 4.8 minimum. 5) Moisture Content: 12% +/-3%. 6) Water-holding Capacity: 1.2 gal/lb. 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 <_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/lb. 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. 1 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. 09100-11 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. 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 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 cuttitt depth. • E. Endgate Cyclone Seeders: Endgate cyclone seeders must be suitably mounted Movement must be provided by mechanical means. The seed drops through an i djustable 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. 09100-12 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 hopper. 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, hand 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 oveccthe desired area without excessive pulverization. The Engineer may consider-excessiye 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 09100-13 See Section 2010 for finish grading and topsoil placement. 3.04 CONVENTIONAL SEEDING A. Order of Operations: 1)fertilizing, 2) seedbed preparation, 3) seed preparation/application, and 4) mulching. B. Fertilizing: 1. Apply fertilizer immediately prior to seedbed preparation. Incorporate 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: 09100-14 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 conditioner's facility need 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 is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. c. Inoculate all legumes with a standard product humus culture before being mixed 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 manufacturer's 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 p�unds-nitrogenr per 1000 square feet, followed by the seed. •, i b. Frost Seeding (Overseeding): r '' Z.r' Jai 09100-15 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 ground is friable from frost action. F. Mulching: 1. Mulch all conventionally seeded areas the same day the seed is sown. Uniformly distribute the mulch over the required areas at a rate of 1.5 tons/acre for dry cereal straw, 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 lb/acre dry weight. 2) Tackifier: Minimum 50 lb/acre. b. Bonded Fiber Matrix: Minimum 3,000 lb/acre dry weight. c. Mechanically-bonded Fiber Matrix: Minimum 3,000 lb/acre dry weight.. t i 7. Retain and count empty bags of mulch to ensure final application rate. ,-< ry 1-- 8. Hydromulching may be done over conventional seeding and/or fertilizing, if.approved by, the Engineer. 09100-16 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) seed application. 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 forbs 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 RE-SEEDING 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. � N C. Repair any damage resulting from seeding operations. .,rte 09100-17 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: 1. Guarantee in writing that all work has been completed as specified and provide the date that all activities were completed. When a warranty is a separately-bid item, this also establishes the beginning of the warranty period. 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 c=# to >-� ry -,r� 7. in 09100-18 PI ! - f 2011 FEES 21 PM 2: 19 CITY C►_FR4 X 0 z w 0 0 Special details for entrances other than Cases 1 and 2 are SSkewsd Entrance included in the derail plans.The shape and surface of driveways and alleys will vary to tit individual conditions. IlikUse unreinforced concrete pavement mix with a minimum thickness of 6 inches,unless specified otherwise to driveways and alleys.I1 an alley drains toward the roadway, g,tea© use a 2 inch inverted crown;otherwise.use flat surface for - driveway pavement. . Roadway W is measured at the street side of sidewalk.If sidewalk is Concrete drive '� I LOCATION STATION not present W is to be measurd at Ne end of Ote relums for In piece ' ,ji .' V.\ casetand10feetbackofcurbforCase2.- / �\ \ Q Transverse Pavement Joints es per detail Project Plans. ,.e " + 1' 1, 9 nth 0 Entrance 2 'K'Pavement Joint Refer to PV-101 from end of radius 'E'JolnO\ �4. •i :"� f• O e������/i!'f''��II1��0 I Q 0 ) Q i , to end of radius. �'` �N i / ENTRANCE LOCATION _ ;D. - .4110``�� .- Outer Ila " O Line at the Back of Curb. posatiAbi r i' ri.© .``\._, / i O'C'Joint on Centerline. 7 Refer to contract documents for sidewalk construction if $r i i the entrance is designed to accomodate sidewalk. i ��� Construct sidewalk using the same thickness as the See petal'A' iwe4�`Q,``�. " driveway. ��� QQ If the sidewalk is in place at the time of construction. A.``\, - Le Length or Gpenmg place'E'Joint along the front edge of the sidewalk.If the ' / sidewalk is reconstructed with the driveway entrance, ��`\` i/' place'E'a'C'Joint Jointalong or formed along the fronof the tidewalk and edge of the i i i sidewalk,Refer to PV-101 for joint detads. i ` Widthof presont i ®Maximum cross slope is 2%unless specified otherwise ,. drivem the contract documents. / � Drive Qi 11 cross slope of the sidewalk panel exceeds 2%. _ in place remove and replace to transition from existing sidewalk £Joint® to sidewalk through driveway.If elevation change CASE 1 ENTRANCE �� Or requireste a curb ramp,complyewith M1-22nginee verify need for da cur pg panel with Engineer. i Y .y • .- i �� Possible Contract Items: Driveway,P.C.Concrete 0 r,-' Driveway,Reinforced P.C.Concrete 'E'Joico - S Q ,V _� Removal of Paved Driveway vi Line I Sidewalk.P.C.Concrete - tins I a)• O ` , Possible Tabulation: ..:�t i ^—1 I n �w�y\ E O /0 / 102-3 ..�� 1J r.1[:.! i Joint �\ - 0IOWA DOT 6 jie.20.t5 i; 1 •�zd t z � ttZ MI-210 tk.,,,oirrpSTANDARD ROAD PLAN 5FEE7,o12 U 47101 rtevunru a.or..e e.oor ecu h n.u..oaa.e�o.M...nm. a .n.now.ao.ucaw k',8n-,.,i A i Lii CASE 2 ENTRANCE PCC DRIVEWAYS AND ALLEYS 0•K'Pavement Joint(Refer to PV-101)from end of radius 6"or a ©© to end of radius. specified thickness Curb ® Iftlessialier �� Q Line at the Back of Curb. Sidewalk Driveway QS Taper to Pavement Thickness. Pavement el Roadway Back of 1V NS x 60" ©Lip curb varies from either 4i Inch or 3 inch at back of g Pavement Curb and Reinforcing Bar to 0 Inch at front of sidewalk. SECTION A-A Joint / (Case 1 Entrance) 12, \ W 09 Refer to Tabulation 102-3. 6"or a \l-_— O 0 Maximum cross slope is 2%unless specified otherwise imillMilla thick © � � in the contract documents. thickness Curb IIIIMIMMIR _di Sidewalk® Drh'ewa =� DETAIL'A' Pavement CASE 1 ENTRANCE Roadway Pavement SECTION B-B (Cases 2 Entrance) Length of Opening t C}" Curb Y ill Wil 1-11MailiaiMI PLAN ('ayaae 6'Standard Curb Varrabin`46- 6"Sloped Curb Surface of Driveway . _j Surface of Driveway ON Rep O ped Curb r d y� I.(u Form OGrade Elevation '— GIOWADOT 6 I 10-20-15 Dropped Curb Height-I 9 Dropped Curb Height STANDARD ROAD PLAN M I-210 SHEET 2 of 2 REVISIONS.Rblac.d ar DOT lope hen No Obit.110 M now rRNan. SECTION C-C SECTION C-C - •-• - (Standard.Curb) (Sloped Curb) �,., .wnovcI o.Or.istar.uETnoos Ee.+erR DROPPED CURB PCC DRIVEWAYS AND ALLEYS i _ . . :aril d Curb 1Q Unless curb ramp Is aligned perpendicular to the street Guam Guulino—� f radius,provide an area of apodal sharing at the bottom \\• ip of the ramp.This area allows the grade break at the bottom of the ramp to be perpendicular la the ramp and r I provides a smooth transition to gunergne for wheelchair ..a `. .. ... aooeas. Q2 Use vertical curb..}.cent b ramp.Ness nares are • - %� 1 A spxJfled In the proJed pWns.Irotell DatecUble Warnings �� 0 I �J so that no gap{s left between warning panel and base of P curb. AIETI P. CrosswalkCURB RAMP PERPENDICULAR TO CURB L _ - - — - See Detail'A' , \ A CURB RAMP NOT PERPENDICULAR TO CURB Top of Curb :.-- - 1 Joao Face of Cut 71'rad. Goner Line Possible Contract Items: Roadway Pavement 1 1.6',2.40Dire ..of bevel on ramp Delectable Warnings Roadway Pavement -+{ 1,6•-2.4• ctSidewalk,P.C.Concrete,61n. Sidewalk.P.C.Commie,4 In. 50%to 65%of Removal of Sidewalk DEfALL'A' base dameter 1 — _ — PossibleTabulation:atbn: LEGEND, • v t 1 s-z 4 I \or r�_S Ramp 6• `7 —[ ) - 42.)-- 1••�0.g•-1.4'�-i� REVIMON 6 1 26x5 0IOWADOT n x_11 SECTION C-C AI���U '�°'°g STANDARD ROAD PLAN SH lJ ghwadigiughadtia, Q va —\�f/ SHEET 1 0l 7 0•R -_ –_ _. VI/ REVISIONS:CNrvW amnion Iron Irma u awuw•wrong on 51.41 a Amer �1 _ .. _ ]b Shod 3. Deletiaae Warnings _ SQUARE PATTERNSa1+•0 . Z SLA (Parallel alignment) -..O«oVro ay 0r51n1.1.wcr,.00n r pron.,. SECTION D-0 Vegetation DETECTABLE WARNINGS DOME DETAILS ON DETECTABLE WARNINGS AND PEDESTRIAN RAMP • Baas of Cure r-------24'nb, Q Unless Cure ramp Is alignedaofspecial perpendicular to the bottom aushe radius, mp.T an area OI wsthshaping al the bottom of the ramp.This area allows the grade break al the ,; bottom of the ramp to be perpendicular to the ramp and Joint 0 provides a smooth transition to gutterline for wheelchair illy access. 6•nn n. SECTION B$ Eagy Subgrade 4•mrn 24•Mn. 41:1211,1111 Pftsrele R �� Landing 'E'Joint 6•mrn Earth Subgrede SECTION A-A 4"min. TYPICAL INSTALLATION DETECTABLE WARNING WITH NON CURBED ROADWAY See PV-102 Back of 24"min. 1 alliM 411112441484 4"rnirt Earth Subgrade ,E,Joint 0 6"min. SECTION B$ j SaePV402 Back of • 24'min- 1 j LEGEND : 313 Jk 113 I � ® •°m° R[V1510N .� �'r 4'min. GIOWADOT 6��t t'20-t5 a I '4 Wci I Earth Subgrade IA I"220 Landing STANDARD ROAD PLAN SHEET2ut3 £Joint mat.8'm . nCVL510Nb'..wvb emend.tion uta n 4MecYrM wwraq on Seer 3Added mb]b5rwt]. 11 Detectable Warnings ` II SECTION A-A v '�- I .� A,, eo eoc „Fy'- E„ vegetatwn TYPICAL INSTALLATION DETECTABLE WARNING DETECTABLE WARNINGS WITH CURBED ROADWAY AND PEDESTRIAN RAMP U If crossing gate conflicts with location of delectable warning,or II pedestrian crossing gate Is provided,place delectable warning panel in advance of the crossing gate. 12 03 15 3 3 12'10 15' 24'wide (ren) delectable warning _ 5•.0 1111n. Sidewalk 1 • .mac � • k•=•-.: � 24'wide (min) AC l detectable warning i • RAILROAD CROSSING • •-•1 ' " 'ii ;. I Ir' ,. " 01 .+ ♦... ..1 .: LEGEND Y...-13-10 Alla '•-r,.. : Rema Q . -Z 'rid 1-4 831.101 �J'IIOWADOT 6 I102O-15 Landing STANDARD ROAD PLAN sHEMIE220 . e aw REVISIONS' Nman.Y .Cq.a. on Yon.rk dratl .... in min en s 3.Addad . f —. 5 I mai mw 3 n Stamm 3. Detectatrie Warnings %. le sglA U �,p r.�,.A.11_ Arnow .rt-cn .' Vegetation DETECTABLE WARNINGS AND AND PEDESTRIAN RAMP 6:1 or flatter3/4"Bevel Provide a minimum concrete cover to near _ min. reinforcement of 1 1/2 inches, Provide 3 J�=s inches minimum cover at the ends of bars. \ ZO Excavate and place backfill material 1 © ,;� 4w1 as necessary. 1 • Wrap porous \ ' 1 Wall backfill with f„ ; O3 Provide 3 inch diameter weep holes at 8Height 8 foot intervals. Install rodent engineering fabric. 3'-0"max.) l j ( Possible Longitudinal Joint guards in weep holes. Align bottom i of weep hole with top of subdraln. Weep Hole 3 (for sidewalks 8'-0"wide or greater) 12" f.i.1!,t .,� 4w2 Between ® Additional 12 inch width is adjacent ! is --14w1 1.5%and 2.0% to wall.Y4MtiLJI _. �, 3:1 or flatter f Subdrain � �"_ v_ `�*<zs�"� Adjacent Sidewalk Width+12" 0 Wall Form Keyway Height+1" TYPE A WALL TYPICAL SECTION 4w2 6:1 or flatter Bevel �–�=__ � min. \ _-T&=-.re \ 4w4 ` 24" 1 .. BENT BARS 1 \ Wrap porous 1 • 4w3 backfill withi Wall REINFORCING BAR LIST engineering fabric. \ Height Wall Type Mark Size Shape Length Spacing 14w4 (3'-0"min. 4w1 4 Variable 15" I 5'-0"max.) Type A I 8" 4w2 4 L Variable 14" I 1 Possible Longitudinal Joint 4w3 4 — Wall Height+18" 14" 1 g'"? (for sidewalks 8'-0"wide or greater) 1 12 Weep Hole O Type B 4w4 4 — Variable 15" Between I r, 4w5 4 — 3'-10" 14" -n i ,f,c 4w4 1.5%and 2.0% 3:1 or flatter REVISION C SUDAS il�IOWADOT z 110-20-75 A .i .I ..mill.. 4.<4:`Q M o subdraln ' •L. ,.,, i v ��ess.yi N 4w4 j 4w5 O �— FIGURE 9012221 PANDAS MI-221 io 18" Adjacent Sidewalk Width+12" 4 SHEET z of 2 REVLSI°NS:R.p.na DOT and SLIMS En.."rn."wake*. l n.w ke 4w4 !� � 2 •..� •� ...> 7(>.>-.1,t�• 0-4- .GJU-o . $,-...- m SLAB°If'CCTU °r31°"MrTM°°S EHOINELA -41 16" I 6'I COMBINED RETAINING p TYPE B WALL TYPICAL SECTION -n WALL-SIDEWALK N Provide a minimum concrete cover to near reinforcement of 1 1/2 inches. Provide 3 inches minimum cover at the ends of bars. 113 Top bar parallel to top of wall.Lap 6 inch minimum as necessary.Tie securely. 20'-0"max. . .20'-0"• . 20'-0"max. - 20'-0"max. - max. 0 0 iii uiiiii■■■iiiiii■■iI —.,„ . 1■■III••UlU•LUIIU■IIII■■MML i _ ' II•_IIIMME■I■LM■■■■�■■■il I \_ .`7,.i �irigiaammmommimmai km '� ..mmummilumummummu '` ED'Joint 4w1 4w2 'ED'Joint ` C'' Joint 'C'Joint 4w4 4w3 TYPE B WALL TYPE A WALL TYPICAL LONGITUDINAL SECTION OF RETAINING WALL i.,-..-1–.- Use 1"half-round beveled or other approved device. 0i 0 C x REVISION m SUDAS QIOWADOT 2 I10-20.15 Ni ..E.artslon Joints J N FIGURE 907,221 STANDARD ROAD PAN MI221 TYPICAL RUSTICATION DETAIL SHEET I OF 2 . .. Nt1I510NS:Rapine.]OCT and SUOM Iwo.trIllnw~Yon. 2 +Q„41.t...4..--4- .03)1,4.% $ to m wOM OIMCOf SIGN, 101000 eNG NMI, m COMBINED RETAINING 0 m WALL-SIDEWALK N • BROKEN CENTERLINE(Yellow) BROKEN LANE LINE(White) SOLID LANE LINE(White) Lane layouts shown are typical. Centerlines and lane lines may be painted either side of centerline. 4., 4., Drawings on sheets 1 and 2 are oriented to q. —J_ 4" 4„ Joint " represent direction of traffic movingfrom left - Joint t_e -Lane Width 4i 4" to right. (Joint-6-1 10' I-.--30' '-I �n •I 10' I-.----30'--0-1Line NO PASSING ZONE LINE(Yellow) DCY4 DOUBLE CENTERLINE(Yellow) 4, 4" 4 8� 4 g" (Joint) ----1T (Joint) -� T. --i 10 I�--30'—o-I 7 4" 4" 0EDGE LINE RIGHT(White) EDGE LINE LEFT(Yellow) c __t___ i i (Joint)EdEdgeof j T Pavement 4"11of '-9" Pavent 11' -9" A. q. 4 Possible Contract Item: TT (Joint) 4 Pavement Marking Line Items 1 k ,,,., 1..:t! n j Possible Tabulation: {. 108-22 RAMP EDGE LINE F2fGAT(Wtilte) RAMP EDGE LINE LEFT(Yellow) `Iowa Department ,REVISION 1 04-16-13® ! `40. of Transportation 'fid `' "'�' LI Jv STANDARD ROAD PLAN PM-110 i ± SHEET 1 d J A REN/COONS...AP dMW b Edge Una m Hive b pip.1.Added dna.b d'''' Wdhn Nor b pop.1 3" Edge of t'°' t< .u.�i ,i 3 Pavement Ramp Width 4 L� ��R Pavement—c tr8ampi Wi 1. """""° E"""E • T T LINE TYPES DLY4 DOTTED LINE(Yellow) DDY4 DOUBLE DOTTED LINE(Yellow) DLW4 DOTTED LINE(White) 4" 4" 4" 4" 4" 4.. I-w 2'-.-4-•—•4'--..I (Joint) —T T {-�-2'-�-• ---4'--`I I-2'-+�•---4'—►I CHANNELIZING LINE(Yellow) CHANNELIZING LINE(White) LDW8 LANE DROP(White) 8" 8., 8" I I f i I TI-.—3' . - 9' "-1 ® STOP LINE(White) YIELD LINE(White) 2411 t - 241, 1-...- 12'' __t 16„ f i T :]-10 . tet- CROSSWALK LINE(White) Iowa Department REVISION CF�OSSWALK BAR,(WhIU p 1 13 .G •v , ; Cd ,��I.+ � Nap of PM-110 10' 10' STANDARD ROAD PLAN SHEET 2of3 24" I 1 REV.6.OK3 A4G.4 Rea.kr E4G.u....a,m.o.b V.G.1.M40 4.41 kr Wel.Nom b pep S. _r LINE TYPES T -0-I f-+-6" SLOPED CURB 4"(White) SLOPED CURB 6"(White) STANDARD CURB 6"(White) ® 1Q Paint Paint 1 Q Paint li Apne.ply paint from back of curb to gutter 0 h4) h4O Gutter Line Gutter Line Gutter Line SLOPED CURB 4"(Yellow) SLOPED CURB 6"(Yellow) STANDARD CURB 6"(Yellow) ® 1 O Paint 10 Paint _ 1 Pai t kk bilowo hi Gutter Line Gutter Line Gutter Line 40 MEDIAN NOSE(Yellow) :',,.i� liAA_t3 130.10N,)Z 'L [Ad I Z 83J L UIZ ``Iowa Department 1 ��,-,E.,, 'lie of Transportation PM-110 A STANDARD ROAD PLAN SHEET 7O a •� NEV6bM8'.O.astrY bEOp.U".m.•w nyp.,.0.404.Oran for WOW Now b,4.4 0. ...6121 Or oc.gw un "nMEEN LINE TYPES i 42.f\- STRAIGHT ARROW White RIGHT TURN ARROW(White) LEFT TURN ARROW(White) Layouts shown are for typical installations. 410 (White) Drawings are oriented to represent direction of traffic moving from left to right. Center markings within the lane. All dimensions shown are nominal.For 3'-4" 6'-0" 6-0" proper proportion details,see current 9'-6" i, i MUTCD Standard Highway Signs and Markings booklet. II 4 8'-0" I' 1-4—8'-0" ► Pavement word,symbol,and arrow markings are to be proportionally scaled to ° fit within the width of the facility upon which 4411ptie COMBINED STRAIGHT AND COMBINED STRAIGHT AND COMBINED STRAIGHT,RIGHT they are applied. RIGHT TURN ARROW(White) LEFT TURN ARROW(White) AND LEFT TURN ARROW(White) Except for the SCHOOL word marking,all 12'-9" III t ' " markings are to be no more than one lane T 6-0 � in width. 3'-4,. 4. t 1 11'-0" ®Add template for Right Turn Arrow 3.-4" I 4 12'-9"--{ (RTAW)to Left Tum Arrow(LTAW)or Combined Straight and Left TurnArrow F+6'-0" H--12'9" ii. I (CSLW)to create new templates. 1 COMBINED RIGHT AND LEFT O ® TURN ARROW(White) FREEWAY,EXPRESSWAY LEFT LANE AND RAMP ARROW(White) REDUCTION ARROW(White) h-v 10-0„yy 220° 18.-0,. II 11'-0" / i� -----------7 Possible Contract Item: 8'-0" 1 ► I Pavement Marking Symbol and Legend Items ' i4 —0 i Possible Tabulation: .... , - 1 108-29 RIGHT LANE RAILROAD CROSSING SYMBOLSe REDUCTION ARROW,(White) i (White) ; � iu� REVISION ' I-- 2-s PM-111 r...-1STANDARD ROAD PLAN 14'-10" ► 1 1-4-2'-0" 6'-0" 2'-0"-4-1 F t REVISIONS Added Mend...kW bb Y.osneer i a z t �r E Va M "� n...k. Rod GnW TSymbol S Lane i 4 �b width 3.-4" 6'-1l7" width $ 20" 18'-0" I 1 1'-7"—�-1 � '' SYMBOLS AND LEGENDS \4-....„-------- 1 4 T 24'_0" ►14 20,-0" I. 14 16'-0" ►-f WHEELCHAIR PARKING BIKE LANE SYMBOL(White) � p WHEELCHAIR SYMBOL(White) SYMBOL(Blue) 02 When placed across one lane,use the smaller dimensions shown.When placed t t across two lanes,use the larger dimensions shown. 40" 6,l-0, 24• '} T H--72" P. 7'-0" r 28" • SCHOOL WORD MARKING (White) • XING WORD MARKING(White) STOP WORD MARKING(White) 1 —T. ----f 9'-3"or 19'-4" 5'-1" 7-8" lt I 1 1-4I—8'-0w ► Fes—8'-0" ► I 8'-0"or 10'-0" •HD AHEAD WORD MARKING(White) ONL ONLY WORD MARKING(White) EXIT WORD MARKING(White) 10-8 5,9„ 6'-0" J BIKE WORD MARKING(White) LANE WORD MARKING(White) "�� ISlON JZ :6 ,.: .1� t�; 0IOWADOT 3 I-- STANDARD ROAD PLAN PM 111 --- --- a l( "E" -MOW~own*eon.d=died s"wwtr.a Raft.e Civ 31" 32"1 .»wo�co o.n"w wa an i _1 SYMBOLS AND LEGENDS f+—44"—0-11-4-44"—•-I • Existing Pavement See PV-101 for joint and bar placement details. Match Existing F�•(� Existing Pavement Existing Joint I '-" ` Joint Spacing © I Construct rectangular patches even when existing pavement joints are skewed. Q UAC.Existing Lame 'BT-3'Joint II 'B'Jdnl 'CO'1JointsJ I\LSI Q Joint spaGng 10 feel minimum,201ee1 maximum,15 Remove ExisU _I I I-1 I I 1 1 , e ISI I �-- Remove Existing feet optimum. / Pavement 1111M r5 'RI'Joint Q If there is no existing joint or crack In the adjacent 'RD'Joint _ Pavement a 'BT.3' _ _ RT Joint _y © Joint -'RT Joint pavement,place a'CT joint.if there is an existing joint or crack in the adjacent pavement,place a'CD'joint al 'RD'Joint RT Joint the same transverse location.Saw but do not seal'CT' I I1 II '� joints. -�-{6'-10'j+-- -.-16,101-0- Q3 New'CD'joint must be a minimum S feet from the patch 10'or more end. ONE LANE WIDTH PATCH May require'CD'and/or'CT joints ONE LANE PATCH ONE LANE WIDTH PATCH (NO OPPOSING JOINT) Oa Do not saw or seal the joint.Place}Inch preformed joint material between patch and concrete In adjacent lane. Existing Pavement Remove Existing Pavement 0 05 If one lane patch exceeds 50 feel.both lanes should be Existing Joint © Jolla Spatlng e--1 'RD Joint Possible Joint considered for patching. 'KT-2'or'130-3'Joint t linim; © Possible Subbase Patch,see PR-140. ili 87.3'Join) Q If It Is not longitudinal ent on ln( of a not to pe placedhd, or 'RD'Joint If It Is itu present on side o roadway to be belched, 'RD'Joni then place drain per PR-140. 3'MB RT min. Urn" viimilpRT Joint MI 'RD'Joint 'KT-2'or 137-3'Joint IIII CD ����M�� � Joint Joint +16'-tO'I-- I" If more than 10' May require'CD'joints —a-I 5.1-..---10'or more—,,--min. FULL ROADWAY WIDTH PATCH FULL ROADWAY WIDTH PATCH PARTIAL LANE WIDTH PATCH Possible Contract Items: Existing Pavement CD Joint Assembly CT Joint Full depth Saw Cut Patches by Count(Repair) RD'or RT int Patches,Full-Deplh Finish,by Area Internal edge of Patches,Full-Depth Finish,by Count travel lane 12• (Concrete Removal Area Patches,Full Depth Finish,by Area(50 feet in length or greater) Patches,Full-Depth Repair a 4 at 12•Spacing - Possible Tabulation: Removal of subbase or 102-6C Bars Variable aubgrade If required li by plan. Lana(Paint) ,_PCC Pevdmenf Dowels or lie Bars Composite Pavement Revision Line�� 4 at 12'Spacing' PAVEMENT REMOVAL DETAILS GIOWADOT New I 10-21-14 J Outer edge of J� lane 12' ..a -t ' PR-103 • �� ,r � STANDARD ROAD PLAN Outer edge of lane greater Man 12' - - - SHEET t Of h ge-y••8-•�..g.g BAR SIZE TABLE Rcvsoas r.a.y...m.. 0 ..-114a- 44.4 � SUbgrede smooth and graded �j DETAIL FOR lir OR'RD' to a uniform elevation. Existing P PCC Less 8-b Naro all-i-.0".jN LL;A JOINT BAR SPACING O Thlc rbcs than a 10 10. xrPoovEo ay ocaoo....r...oa.rW,»,ir,. TYPICAL HALF PLAN LONGITUDINAL SECTION THRU PATCH DOWEL r ti• t. For interior lanes,place first bar FULL DEPTH PCC PATCH 121 hoes edge of lane(slab). TIE BAR us r10 an WITH DOWELS SIZE See Detail C j ® See dowel assemblies for fabrication details. °.° '°°' °° 'c 20 See Bar Size Table. a•'1,`'..' (1° 30 Locate'DW joint at a mid-panel location between future filo ••° 30"Long Tie Bar ?0 C'or'CD'joints.Place no closer than 5 feet to a'C'or at 12"Centers 'CD'joint. PLAIN JOIINNT 'DW®®O ® Place bars within the limits shown under dowel (Abutting Pavement Slabs) DAY'S WORK JOINT(Non-working) assemblies. ® Edge with 118 inch tool for length of joint.For HT joint, Pavement Edge 24"minremove header block and board when second slab is See Detail A or B . • placed. Header Board Plastic or Tarpaper Wrapped © Unless otherwise specified,use'CD'transverse, • 0.• • .;,0.•:,:o contraction joints In mainline pavement when Is o' o'° O •o.°.°b �I� '.8•,;0°:•8•: :$o o:•80.0 ® T o greater or equal to 8 inches.Use'C'jointswhen®is o-° °0. ° 0...7..0 0.•° .0-%°.1:11111• ® less than 8 Inches. 'C' 607 'RT joint may be used in lieu of'DW joint at the end of CONTRACTION JOINT ®30"Long Tie Bar Header Block the days work.Remove any pavement damaged due to at 12"Centers 'HT' ®Q the drilling at no additional cost to the Contracting HEADER JOINT Authority. (End Rigid Pavement) Top of Curb Top of Slab See Detail A or B Pavement Edge • See Detail C 9"min.9"mi . / -.• =$-a i' 00:8•;,/ .,00. .0._• � ® $ � � 30"Long Tie Bar • 18"Long Dowel 7 ° 1 7 at 12"Centers at 12"Centers Hole Diameter 8' ®18"Long Dowel 'CD' ®®® Larger than Dowel at 12"Centers 'DW-CG'®® DOWELED CONTRACTION JOINT 'RD'®O DAY'S WORK JOINT ABUTTING PAVEMENT JOINT CURB AND GUTTER UNIT LEGEND See Detail A or 8 Pavement Edge • = F: "9 Pavement -n •"min 15"min. j I I Proposed Pavement C •9.•0-•0�y.Q� . o•°.a'.coo ' " - m no °PJ Yh p;-^ P,°o °: o°•._ O rseva on r o,.A.,•,,o• OD.'b •0 ••0°•.•0 0 Lei 'SUDAS QIOWADOT 6 1041946 o ®30"LongTie Bar — -.. ' . - o at 12"Cnters Hole Diameter 8' 24"Long Tie Bar® AGURI 7010.101 STANDARD ROAD PIAN •-101 'CT 4 Larger than Tie Bar at 12"Centers. SHEET 1 a8 g 'RT ® REVISIONS.` ee.a: ro°�:1. bai.'.'A nP "v .i TIED CONTRACTION JOINT _ ,; ABUTTING PAVEMENT JOINT 4� ,. - Q --4 ,i 4,•%. $,,a t1t M RIGID TIE •°°^• uwneae"a•saa 0 TRANSVERSE CONTRACTION JOINTS m 1"±1"Saw Cut ® Saw'CD'joint to a depth of T/3±1/4";saw'C'joint to a Joint Sealant Material »-4 16 depth of T/4 i 1/4". 4 i 8 I 0 g® When tying into old pavement,®represents the depth } -I— of sound PCC. °o-'°•Oo-� ®OO °°b°1f °O Saw Cul 0 , P° 0 o°• BAR PLACEMENT 1 00 00 (Applies to all joints unless otherwise detailed.) Crack or °°°°- o0o Joint Line °*0 DETAIL A BAR SIZE TABLE (Saw cut formed by conventional concrete sawing equipment.) T Dowel Tie Bar Diameter Size <8" 4- #6 — 1"to-a"Saw Cut a 8"but 1 1" #10 Top of Cu • aw Cut Joint Sealant Material 8 16 < 10" 4 Bottom of Saw Cut 1 1" 4"±8" 0 Z 10" 1 2" #11 Joint Sealant '- o °C)* Material !o ,e..:Vi. r, Top of Slab 1 1"±1"- °° Oi(OO p,o oeo Obo'o! O.?Oo OFF °.•-•,n8'° 0.0 . Crack or °0 ° 0 0 O 'C'JOINT IN CURB Joint Line (Match'CT,'CD',or'C'joint in pavement.) DETAIL B (Saw cut formed by approved early concrete sawing equipment.) ..—1„ 1„ LEGEND Top of Pavement •to 4 Joint Sealant Material 4 i 16 Saw Cut Existing Pavement • T Sealant ;0411 1"i1 0 F I Proposed Pavement 4 8 . 11 1"±1"Saw Cut REri5NN1 m ° ' 4 SUDAS QIOWADOT 6 104-1416 O. •°°r Pv4101 SECTION A-A 0ROUE 7010.101 STANDARD ROADPIAN o Crack or ° SHEET 2018 (Detail at Edge of Pavement) - Joint Line ° 0 REVISIONS'fr.. °�'°^wp R""°"°"'°""°13,4, °''" �r L•aa.d waa.°O".L.9 0b.....Ww wpaOUW"a..�W. i DETAIL C {x,,.41, p-i- Q3.u,a ,$,,.,;. m -I o TRANSVERSE CONTRACTION JOINTS -n CO See Detail C ® Bar supports may be necessary for fixed form paving to J. ensure the bar remains in a horizontal position in the Vo°.-.0 .o:°.-. #5 Bars, See Detail E plastic concrete. • .o•.g;.o © 30"Long at �. �°'°,o•o•° °.. 12"Centers •• 'ro°;o 0 0• 11 Sawing or sealing of joint not required. 7 a. ' � T •B• 21" 570.'!�7 MN © The following joints are interchangeable,subject to the PLAIN JOINT 2 1 't pouring sequence: (Abutting Pavement Slabs) #5 Bars at 'BT-1','L-1',and'KT-1' 'KS-1' 12"Centers 'KT-2'and'L-2' [Single Reinforced Pavement(Bridge Approach)] 'KT-3'and'L-3' 40 j ° ° OT See Detail 0-1,D-2,or D-3 'BT 7 #5 Bars 30"Long at 12'Centers oo °F°;, •-:;c),•-:•o11- '.140'1 °.' ° ° 0 ABUTTING PAVEMENT JOINT-RIGID TIE (1) #6 Bars at 12"Centers bd o. a .9•1°."':•!!..Va See Detail E •5 Bars at 12"Centers o °•°o- o ..... QT Joint Bars Bar Length and Spacing t @i- • • <8" 'BT-1' #4 36"Long at 30"Centers 22 •'i''�_o'.• ::911th 'L' ---- a 8" 'BT-2' #5 36"Long at 30"Centers '�'!.. CONTRACTION JOINT 2 #8 Bars at #5 Bars at O Joint Bars Bar Length and Spacing 12"Centers 12"Centers <8" 'L-1' #4 36"Long at 30"Centers 4"Dia.Hole for BT-3 GO j KS-2' 2 8" •L-2 #5 36"Long at 30"Centers and BT-4 Joint [Double Reinforced Pavement(Bridge Approach)] 'L-3' 36"Long at 15"Centers 8"Dia.Hole for BT-5 ;o:o "" T Joint 9"min. 15"min. "I- -- t See Detail E • i. ABUTTING PAVEMENT JOINT-RIGID TIE(Drilled) °•°o••°•' !Jk- - --- - - 0 OT Joint Bars Bar Length and Spacing 7101© LEGEND — <8" 1BT-5' #4 24"Long at 30"Centers KT. 7 >�Pavement II Proposed Pavement -n 2 8" 'BT-3' #5 24"Long a130"Centers ABUTTING PAVEMENT JOINT-KEYWAY TIE c 'BT-4' 24"Long at 15"Carters_- m OT Joint Bars Bar Length and Spacing SUDAS 01101NADOT REVISION 6 10<-19.16 o .- • 1 _ , <8" 'KT-1' #4 30"Long at 30"Centers PV-101 o See Detail`D-'[,`'D-2;6 D-J v V M 'KT-2' 30"Long at 30"Centers RGUOE 7010.101 STANDARD ROAD PIAN SHEET 7°I8 o See Detail E Z 8" 'KT-3' #5 30"Long at 15"Centers E ;R• ,,,,,,p5.•1.,,,...,-,,,,, ",,,�°,.,6,,,' O o .0t•O :;• •- .✓. •.mw 100 YW..i-d b er,..M«w.0 0000,00 p4"*]. M t • b.°,u°wecro 'K' 7 KEYED JOINT FOR ADJACENT SLABS LONGITUDINAL CONTRACTION JOINTS c. (Where T is 8"or more) Q9 When tying into old pavement,©represents the depth of sound PCC. 8'±16"Saw Cut t© Sealant or cleaning not required. I °O ° O, 00 0°O °O 00 O. 13 T/3±-4 – *o :O°•o'°•a.= ®OO 0° 0°° �•O:d D.p t ° ° 0 1. 1" 0 1"+4'or 8 m ° O ° °• ® . O Crack or O Joint Line � Q TIE BAR PLACEMENT o o A (Applies to all joints unless otherwise detailed.) DETAIL 0-1 } o 0 (Required when specified in the contract documents.) DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness OT Standard 8"or greater 13" 23" Joint Sealant Material 0' r`4 t 16"Saw Cut Joint Sealant Material —1 r-8 to t. 6'Saw Cut Narrow Less than 8" 1" 2" .0 . Ov T °°0 • ° T. 00 0° O o0 0°O .O 0 0 000° 0 0 LEGEND 0 O °°° O O °O° . . Po Existing Pavement — O 0 O °u p -n O .. °o O °. Proposal Pavement 0 5 Crack or Crack or C Joint Line Joint Line C _ nevisro" DETAIL D-2 DETAIL D-3 SUDAS GIOWADOT 6 I O0-1¢16 o (Required when the Oepartmen`t @j Tra�nspgDation, - -• - (Required when the Department of Transportation PV-101 Is not the Contracting Authoriity,or when is the Contracting Authority,or when FIGURE 7010.101 STANDARD ROAD PUN snEEr.ora – specified in the contract documents) specified in the contract documents) CD m . --- • . m 0 LONGITUDINAL CONTRACTION JOINTS -n co _� ® See Bar Size Table. o .•:,;o . : 0 1 Joint Sealant •• • •• Top of Curb QT 2"Thw Curb--1,I-4- (See Detail F) 14 Edge with 1/4 inch tool for length of joint indicated if °. •° ° •°- ® : o.0 : Resilient formed:edging not required when cut with diamond blade 0 •,0 % Joint Filler Joint Filler / © saw. Q�� To 0.•o-c;�0.- i 1 See Dowel Assemblies for fabrication details and of Slab °'° placement limits.Coat the free end of dowel bar to DOWEL PLACEMENT �I�I� 1"Nominal SECTION B-B prevent bond with pavement.At Intake locations,dowel (Applies to all joints unless otherwise detailed.) ...•4.411_4_ bars may be cast-in-place. _ ,E, — See Detail H JOINT IN CURB1" © Predrill or preform holes in joint material for appropriate (View at Back of Curb) 2 Joint Sealant dowel size. -0•0 U.ff°• Material •0 ..o 0.o © Compact tire buffings by spading with a square nose ° °0^° 0 Flexible Foam § ,...----... 1111I_ Joint shovel. Width(See I I� Top of Cur. Joint Filler i�IA Filler table below) 'CF'JOINT To. ''oo o •o:-l/ 8 of Slab .• -o,- , — — _ DOWELED EXPANSION JOINTS TYPE WIDTH o•0 9_'' DETAIL F •8'0•o te _ TYPE WIDTH FILLER MATERIAL 16 CF-1 2" .;;0'a6;1�j a. i. 4. 411-4-2"Nominal ED 1" Resilient(Detail F) CF-2 22" 0 EE 2" Flexible Foam(Detail F) CF-3 3" JOINT EN CURB 2 EF 2" Flexible Foam(Detail G) CF-4 32" (ViewI at Back of Curb) C) 2"Join i Sealant Material 3.. •:•:,••°.° 4 •°::of 0 •°:o plywood or BAR SIZE TABLE To of Curb •° °° P 1"Thru Curbpressed wooda 8"but See Detail F ResilientTop of Slab q'.o;' ; urb o IIPAII spacer required OT <8" <10.• a 10" Joint Filler -. ; ! for'EF'joint Dowel Resilient 3" 11" 11" •o:° ; t � o : Joint Filler DETAIL G Flexible Foam Diameter 4 4 2 o 0 0 Match'E'Joint . Joint Filler 6 o . goo in Pavement - •.• •'• Slab --11—1"Nominal4410jLEGEND ,E, 'ES' F----i D Existing Pavement T 1"EXPANSION JOINT JOINT IN CURB en 2"Joint Sealant Material Proposed Pavement 5 _ (View at Back of Curb) L.....0 T ° 6 I O 19-16 Detail F or Detail G Joint Filler Material 16 / SUDAS OIOINADOT (See Doweled ExpansioYl .v ''` 'ISN4 t bweled Expansion oo.°% PV-101 Joints Table) •°.•0 0- ,-p, Joints Table) O�/� FIGURE 1010.101 STANDARD ROAD PLAN SMEET6of8 o , •.• O o•.• 'A� ° °O,o.; � T ncvmo"s:www"obsoo a..t=2.,n1:142 =.4....ra _ : ° • •la Mk Q 6MMJ.••P'grM.l.e-W bOMr-•Yq'V wE VWw.0 Mvrrr. DETAILH TireBuffings4n,-,•:_°,•y �,t;o y $ tx m O 18"Long Dowel 'j f+VNdth ` °� •"w"'" m at 12°Centers (See Doweled Expansion Joints Table) "' 'ED','EP,'Er 10 EXPANSION JOINTS m DOWELED EXPANSION JOINT m C1 Use 18 inch long dowel bars with a tolerance of±1/8 CONTRACTION JOINTS inch.Ensure the centerlines of Individual dowels are parallel to the other dowels in the assembly within± 1/8 inch. I— 13'-0"±1"for 14'-0"Pavement 11'-0"±2"for 12'-0"Pavement I 19 Use wires with a minimum tensile strength of 50 ksi. _ I •9 . 1,_,..__„,.° _ 41' t f® Details apply to both transverse contraction and expansion joints. q ,' ® i Ial ©1 Weld alternately throughout. nn - ® #1/0 gauge(0.306 inch diameter)wire.Wire sizes Tie Wire© EN Tie Wire ®l �ie Wire shown are the minimum required. PLAN Side Rails ® #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+1/4 inch. ® Per lane width,install a minimum of 8 anchor pins Spaces between dowel bars are nominal dimensions with a 4"allowable tolerance. evenly spaced(4 per side),to prevent movement of I assembly during construction.Anchor assemblies 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" placed on pavement or PCC base with devices - I I- r I - - I I -I •-j1�- _ approved by the Engineer. r' r r rir- r r I I 1 IlI I ® If dowel basket assemblies are required for curbed pavements,the assembly length is based on the ® ® Leg® jointing layout.See PV-101, sheet 8. Side Rails ELEVATION 30 Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and Tohas no more than 1/4 inch horizontal skew from end Pavvement Contraction Joint and Assembly of 30 of basket to end of basket. 30 7 © dile Wire • \ l� DOWEL HEIGHT AND DIAMETER R�.o4+ m [)SUDAS Q10WADOT 6 I°"-1416 o Leg 1 5"min. Q DH® Diameter PV-101 o [I--zAnchor Pin s-'� 8 • Both 7"to 72" 32" a FIGURE 7010.101 STANDARD ROAD PLAN SHEET 6 d B o Sides RCVL510«5. oW� =:22,::lonpp"w::K LONGITUDINAL SECTION 8"to 91" 44' 14" N. Vopore m 10"to 112" 51" 12" ':pREC20" e J m o DOWEL ASSEMBLIES m18 19 12"to 13" 64" 12" JOINTS 0 -n m EXPANSION JOINTS 18 Use 18 inch long dowel bars with a tolerance of±1/8 inch.Ensure the centerlines of individual dowels are parallel to the other dowels In the assembly within± 13'-0"±2"for 14'-0"Pavement 11'-0"±2"for 12'-0' Pavement 1/8 inch. Tie ,PTie Wire© Retainer Rails@ - ® 19 Use wires with a minimum tensile strength of 50 ksi. ( � Tie Wire d I ® Details apply to both transverse contraction and 21 . 22 � �2] ��tl QV ® expansion joints. �� J _ © Weld alternately throughout. ® #1/0 gauge(0.306 inch diameter)wire.Wire sizes PLAN '�/ ®Side Rails-/ f/ shown are the minimum required. Spaces between dowel bars are nominal dimensions with a 1"allowable tolerance. © #10 gauge(0.177 inch diameter)wire,welded or p I a friction fit to upper side rail,both sides. 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" ® Measured from the centerline of dowel bar to bottom C' I I 1 I I I 1 I I h '1 of lower side rail+1/4 inch. TINNIIN1 ?. ''N/N' ® Per lane width,install a minimum of 8 anchor pins ® , Leg Retainer Rails® evenly spaced(4 per side),to prevent movement of Side Rails ® assembly during construction.Anchor assemblies ELEVATION placed on pavement or PCC base with devices approved by the Engineer. Retainer Rail ® Expansion Joint and Assembl 30 Top of p y ® If dowel basket assemblies are required for curbed Pavement —I 0 pavements,the assembly length is based on the jointing layout.See PV-101, sheet 8. 1 O I1111 Clip and remove center portion of tie during field =1,711125C _7 assembly. Approved ��/ �© DOWEL HEIGHT AND DIAMETER Expansion`//,' Tie :RIK 1 �""l� ® 1/4 inch diameter wire. Tube Wir OT DH'EJ Diameter ® Ensure dowel basket assembly centerline is within 2 "min. 7"to 7 „ 2" 4" ©Leg 2+ inches of the intended joint location longitudinally and Anchor Pinhas no more than 1/4 inch horizontal skew from end — Bot 8 to 92" 4g " 1q " of basket to end of basket. m SECTION THRU EXPANSION JOINT ,..)v r I 10"to 112" 4' r G) 12" X JOINT OPENING AND 1 RE"�°" m 7 r i 1,L 12"to 13" 61" 1 SUDAS IOWADOT 6 I00 1¢16 EXPANSION TUBE EXTENT! ` L; 1 u� 4 2 PV-101 0 'o Joint Type Q iim Tube Length FIGURE 1010.101 STANDARD ROAD PIAN 8 SHEET 7 018 "ED" 1" 6" - ! RE'. S;,".�«�ew=v.°7:iw6a:2=23p,= :'�.w 1 . _ "EE" 2" r L .� fit ...3 IT1 "E F" 31, 9" 18 19 .w.•O.acT oew"c wos e"a."e" DOWEL ASSEMBLIES O JOINTS -n CO CO 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 2" i inch. 1"min ® _c::2 Use wires with a minimum tensile strength of 50 ksi. �` — 12"min. ® Details apply to both transverse contraction and A T expansion joints. 45° Anchor Pin CO Diameter of bend around dowel is dowel diameter+1/8 #1/0 Gauge Wire to 3/16 inches. (0.306"diameter) OPTIONAL LEG SHAPESANCHOR PIN 33 For uniform lane widths:3"-6".For taper and variable width pavements:3"-12". Back of Curb C Longitudinal Joint Edge of Pavement Centerline Joint Gutterline Joint 7 Top of Pavement 6"— :mil •i ill, • •I (el lei- MK WI I I II Q 6"--.-I PLACEMENT LIMITS PLACEMENT LIMITS (Rural Section) (Curb and Gutter-Gutterline Jointing) Back of Curb 1/4 or 1/3 Point Longitudinal Joint 3 D+T8"max. D irt •. ION , �I_- UDAS OWA� C IS04 19-16 _� 2'-0" --' PV-101 o AGUE 1010.101 STANDARD ROAD PIAN BEND AROUND DOWEL® PLACEMENT LIMITS sneer 8018 (Curb and Gutter-1/4 or 1/3 Point Jointing) ('� _M-I 1, ',,.t a o..0.. Sal A1,0". 2,..,�,cA ter.. . ®19© $000s0 FC1 06.106 METHOD.661101660 CO DOWEL ASSEMBLIES 0 JOINTS T1 m For Joint details,see PV-101. r-72. 12" '2.. 12" R3" Zr--158" � Slo e as Slope as Slope as FORM 6,. per plans FORM 6" 2"R - per plans FORM l 4" per plans GRADEAni GRADE —�� --- GRADE` ELEV. ELEV. ELEV. ( 10 6"Standard Curb,6"Sloped Curb,or 4" Sloped Curb as specified. R 3" 02 1"if Proposed Pavement is HMA.No elevation difference if Proposed 6"STANDARD CURB 6"SLOPED CURB 4"SLOPED CURB Pavement is PCC. 03 'BT,'KT,or'L'joint If Proposed Pavement is PCC.'B'Joint if Proposed ,-72-- Pavement is HMA. Back of Curb 1 2"to 3" 2'-6" oras s.ecified 1„ utterline 0 2 (max.) ,`� Slope as (as specified) L r plans Slope as ilPnS lope as 0 19 FORMper plans FORM GRADE GRADE ELEV. ELEV. Level Varie Line DROP CURB AT SIDEWALK DRIVEWAY DROP CURB CURB AND GUTTER UNIT 6" 41, F.-41"—i Lil, ri, 11„ 6" 2 2 See Detail A 6' 1"R its.!1.1 m18" m nEnaan o OW le .dj.y L I UL ab SUDAS QIOWADOT 4 110.1b18 - PV-102 N RGUIE 7010.102 STANDAID ROAD PIAN SHEET 1 G 2 R BEAM CURB* b.oa zr,.. pr.pc,...r".m..p.1 _ 'For short replacement sections, _._. Q,....-0..11.cJ• �n;,a„. $,,, yL m match existing curb profile DETAIL A .,1,.....:, G.LU"14.1..003 E"OM." m O PCC CURB DETAILS m N Construct boxout with Class C concrete or match pavement class. Minimum 2 inches clear on reinforcement.Center casting within boxout area. 0 'KT-1','1(T-2','8T-1',or'BT-2' joint if three-piece floating casting(SW 601 Type B and D or SW-602 Type F)is 5.-/)11.1\17 Q used.'E'Joint if two-piece fixed casting(SW 601 Type A 4 © and C or SW-602 Type E)is used. © 1, ♦I © © 1.�.�/I 0 ® 4 foot 8 inch(typ.)#4 bar. Place at mid-slab. / ` ,(� `� l/ — •(� 0 #4 hoops(variable length). Place at mid-slab. 'C'or'CD' i�� 5'-0' Y Joint ` I ® No boxout is required for three-piece floating castings 0 ` I (SW 601 Type B and D or SW-602 Type F). If a boxout 0 is used with a three-piece casting,construct as detailed / © •���• in Section A-A for three-piece floating casting. 'C'or'CD' . © .� 0 76 \ © Joint 5'-0" ^'�� � E p 2 ® ®© To �'.S , y 7 C o J j1411---- ` PCC Pavement o 'E'Joint -.)-6-\_Adjustment Ring '- 'E'Joint AT JOINT INTERSECTION OFFSET AT JOINT INTERSECTION SECTION A-A (For two-piece fixed casting) 5'-0' s. 5,0" P do O Oe _ 4 : PCC 5'-0" Q /6.1.- �. ,J = 1 1 \_-__+._Pavement 0 KT-1','KT-2, [1-4-.J 1 'KT-1','KT-2', ZA j BT-1',or Adjustment Ring 'BT-1',or C'or'CD' _ _ °' 'BT-2'Joint 'BT-2'Joint ____ 0' Joint SECTION A-A 0 (For three-piece floating casting) P PV-103 c C 1 Oc ROUS 1111113 STAMMtOi Mi SHEET,a, w • a) - W,C.-a. e A i)eaiv c ri CIRCULAR AT A SINGLE JOINT MANHOLE BOXOUTS IN o PCC PAVEMENT -n Construct boxout with Class C concrete. Minimum 2 `o V inches clear on reinforcement.Center casting ms within boxout area. ib—c5 0 4 foot 8 inch(typ.)#4 bar. Place at mid-slab. ,\::,;_ 5'-0" ► —�� 0 If boxout is constructed prior to placement of HMA overlay or final lift of HMA pavement,boxout may be ,K,,n 0 1 constructed low and then final lift or overlay placed. c)414 `+ 0 Apply tack coat / ® !#4 hoops(variable length). Place at mid-slab. S F-0( r,\,,/ A 0O 7 RECTANGULAR CIRCULAR 5'-0' o o 0/—HMA Overlay A. \- •• } i O ll}} Existing PCC 'BT-3'or y - \— 13T-3'or Pavement 'BT-5'Joint ( • ' . I 'BT-5'Joint Adjustment Ring - SECTION A-A (For three-piece floating casting) T . REVISION m HMA Overlay � fi" SUDAS ,�.lm r�,sv uwl New 1°449-1' v © -L'J 0 iiiirryialow : .. PV-201 iv FIGURE 7020.201 STANDARD ROAD PAINSHEET 1 of 1 —';`_.......ti..._' HMA Pavement REVISIONS:INN JcnSward Mawtis. Existing PCC E'Jolnt 0 ..tea rc��d„j, 1) "4. m Pavement 6" .- Adjustment Ring SECTION A-A MANHOLE BOXOUTS IN o (For two-piece fixed casting) HMA PAVEMENT AND -n HMA OVERLAYS Unless specified otherwise,construct full runouts for HMA resurfacing at a rate of 50 feet for each 1 kid,of resrufadng O f thickness. EillENIUM Edge of Pavement I Edge of Pavement Construct tempary runouts at a length of 10 feet for each Size Slee Venable Intermediate,Leveling.or 1 inch of resurfacing thickness.Place subgrade paper, b Sire burlap.or simlar material over adjacent surfaces to facilitate 1 1 t Strengthening Course removal of wedges. 1` W1 (See Tabulaas tion) Construct wedge shaped HMA fillets at all paved entrances 0 faistinglPavoment and paved intersecting roads.Construct full thickness fillets �1 at all non-paved entrances and non paved side roads. HMA Surface Al*""h Ental fiotl Patch(Min.1') Fillet sizes as listed in the Normal Fillet Sizes table are Or Enemas Full Depth Patchrecommended and are to be used for design and estimating .�" purposes.The Engineer will establish the length and width of y each individual fillet to accommodate conditions at the site. TYPICAL PLAN FOR FILLET TYPICAL SECTION AT ENTRANCE OR INTERSECTING ROAD FULL DEPTH AND SURFACE PATCHES Surface of Existing Non-Paved Road Edge of Pavement 7 O ` Edge of Pavement Granular Surfacing 0 Filet width is 3.33 feel for each inch of overlay thickness. 1 Surface Course 10' O The ratio of the intermediate Course runout length to the Surface Course Intermediate total runout length is the same as the ratio of the Runout 11 Sand Seat Intermediate Course inteediate Course resurfacing thickness 10 the total Intermediate Course ® I - intermediate (when specified In the resurfacing thickness. (when specified In the contract documents) _ Normal a% contract documents) =w__. ...„.........______ FxSting `�o� O3 Special shaping of existing surface prior[o placement of Fxlefing aPavement r "P-8 fillet may be required by the Engineer and is incidental to Pavement 1:1 other work on the project. Surface of Existing 6'Min. 4 Surface of Existing Paved Road or Entrance Thickness Non-Paved Road O O For existing fillets at non-paved roads and entrances, construct a wedge shaped fillet matching the thickness SECTION A-A SECTION A-A of the resurfacing. (WEDGE SHAPED FILLET) (FULL THICKNESS FILLET-NON-PAVED ROAD) Surface of Existing Non-Paved Entrance Edge of Pavement Granular Surfacing NORMAL FILLET SIZES Surface Course Design Shoulder Width Min.41 TYPE OF ACCESS O Intermediate Course Min.-ft. (when specified in the Residential Entrance 40 contract documents) _Jr__ Noon=14%�� r Farm Entrance 60n9� ll�- - �•�a,: . Commercial Entrance 60 Pavement Non-Paved Road 100 11 6-Min. 4 Surface of-ExiStMg ``Iowa Department Paved Road Variable' Thklvmesss NunPaved Enhance® 7 p New 4-16-17 •See myoid drawing for demlis of -- _ • ( � ,'`.i3 f I O` of Transportation PV-202 construction of special areas. SECGION-A-A `I L 1r STANDARD ROAD PLAN (FULL THICKNESS FILLET-NON-PAVED ENTRANCE) SHEET 1 of 2 REVISIONS:S .conseW R W ma RGd./^W'Tl!/Ij�/ . _ nv0 Kirt�w 4�mw/ecu eEv GENERAL DETAILS HOT MIX ASPHALT • RESURFACING C.— Begin Station EM Station—D LENGTH OF LEVELING COURSE r , Station Progress ills- f S Sapp Malarial Existing Pavement` Surface Material LEVELING COURSE 1 (See Tabulation for Location) C.Begin Station End Station Ruoul Bade LENGTH OF STRENGTHENING COURSE - Runout Mead,1 /t) Station Progress �� f Existing Pavement, t St'°�wng TNckness �() l (Surface Material) STRENGTHENING COURSE (See Tabulation tor Location) SINGLE COURSE RESURFACING C— Begin Station End Station—2 LENGTH OF LEVELING COURSE • Station Progress .. - r intermediate Material `Existing Pavement Intermediate Material LEVELING COURSE (See Tabulation for Location) C—Begin Station End Station—0 Runout Back r LENGTH OF STRENGTHENING COURSE Runout Ahead �,Iowa Department N5,�,�„ I Station Regress —► r of Transportation PV-202 ��--__---- - f-- -__ - --� k.F.As1Yp Pavement 1 SeenngrttsNdnlagteThMamri ) ) STANDARDROAD PLAN SHUT z or a acinsromr—Ca.et 4 nc a era ace STRENGTHENING COURSE �r� � (s«.Tabulation for Location) .---- - .,.ry ov..o e.ce�«+....f.. Se.�o..cen DOUBLE COURSE RESURFACING HOT MIX ASPHALT RESURFACING • %\ ROAD:. #` OMOR r.: W1-4R ® .<y 46'x46' 1--^,1' - 1 W13-1w20.4 W20.1 (.•ryr:1rh••i 24'x24'48'x46' 4rx4C 020-2A - 350'maO 500 I– 1000 1 46'x24' a i i • •'r` ' • • -DID.-, I_ 500 'I 500' ---i- 500 -11 50-100— ' L6Cr-a- 100' J ROW RORL ..1��� ��..� ,>d Mount one Warning Light at 48'xx 24' 1yMORK A. -`STT' v each end of the work area,on ..FJLD ® Y' �\-/� tho d um closest o Wo {.. �j" R1-2 48 _ 48"x48'x ' 1 W20-4 48x48- W13-1 4 x49• 46'x4r '- 24'x 24' TO Oarci " R1-2A 38'x30' Do not use this layout when ADT exceeds 2000 vehicles. Possible Contract Item: �- Traffic Control Locate this layout at least 2.500 feet from any other work site IayouL i;:,k_,• A t I ' LEGEND Full-depth openings duri non-working hours will not be allowed.Temporary \pn9 9 ry ,�rki Ali- ,-,,.., IOWA Department SON 2 REVL D4-17-12plating,planking or filling may be necessary.Vehicles,unattended equipment, +Of Transportation -',....:7 Type'A Warning Light materials or stock fed waste aro not permitted between the shoulder lines during non-working hours. '` ` j • "d 83 1 Z 3 `'STANDARD ROAD PLAN TC-211 F Traffic Sign � SHEET 1 011 For bridge deck overlay prbjecls:Tho night before overlay operations begin,a bridge .' deck finishingmachine and necessarymaterials ma be placed on the roadway. rthe1o11rc r1r.w.atrv.rdlv.�r�4r a.r..e.tit.ara rwon.a f,. Work Area YOn=wry rimer n n.opoliontloro. Bad.", LI . t � Direction of Traffic (1)Do riotN use this layout r(e No Passing Zone for o closed lano is located ` { ��! cA •e`•e•v D°M0" O1°�P within this area. V �.i • 42'Channelizer LANE CLOSURE ON LOW VOLUME ROADWAY LM ROAD 11110 OPE ROAD WORK AHEAD ROAD ENO ROAD tiOR[l W20-7A W20-4 W20-1 020-2A //'' Spacing•C p 48•a 48' 48'x 48' 4r'x 4D' 4$'x24' / 150'-300' --+I O 8•I A HA- H .— I ) • • C ENO AD �---A -Ie A -I- F - 5 Tom' --• E -I.. 1 MO•MR e_...1 �C32P2;K • 48'x 24' ROAD ORE LAW H r WORK ROAD AHEAD AHEAD W20.1 W20-4 W20-7A 411'x 48' 48'x48- 4r x4r • I i• . /1 :.tv .01 Ysd13AIi •7 Possible Contract[terns. �'] Flaggers F i"r7I 1 v 7 tJ 3d t I Ql Traffic Control �j REVISION __ LEGEND U Keep F and G distances as near to minimum values as worts permits. ,f', Iowa Department 3 104-17 12 -. However,to allow advancement of the work area without moving of Transportation Au TC•21 A F Traffic Sign signs,F and G distances may be vaned within the limits of the table. STANDARD ROAD PLAN 1V' 1 'V{ Maximum movement can be achieved by sarong one F or G value at Flogger SPEED (-1-) F-.-G H the minimum and the other value at its maximum. SHEET I of 1 eaV� ..v.Am, bum in�q LIMIT A C E F and G T • 4T Cfwxreltzer ( ) Range Max. Max 0 If length of work area exceeds 114 mile,use TC-214. '7 , Work Area 35 or 1•R• 250' 40 1'-200 506-3000' 3500 2000' 50 o•aliN 40-45 3W W 0-200' 700-3W0' 3700' 2000' 1W - ♦ 50 Of ysakr 500 100 200-30300' • Direction of Traffic 00' 10004000' 2000 — 'too LANE CLOSURE WITH FLAGGERS i. 1i,.1 .I '.1.i0; __ W20-1 48'x48- G20-2A 8' G2 S T - A .I 8'x 2A Spacing=C 40'CIC Spacing-_C .. 5 devices d8'z 24` i ♦m i, \�7 F • • • • • • • • • x• • �� x x x • • �/� ti x • • IC X. 114 (") (''') M T E 5 devices A -I' A �' S - 50' Spacing 4C L 50' Sae Kaes -1Et yI'. '';Y r;r. G20-2A 48`x 24` \,,:,1;1,-..I1,..' 111' et. W20-1 W1-4L ,'OAD., 48'x 48` 48`x 48` \ '�1VDa �, W20-1 17, J'-vT T 48'x 48' G20-2A Device Spacing=C —50' 5 Devices A 48`x24' iA . (/) • . • • • • • :7#/# /.4,ff.A,://,:m...• • • • • • • • . ...... (")_ F Pr f_ A 5 Devices 50 Device Spacing=CJ:�.19 fY 020-2A 48`o 24` E 0 Possible Contract Item: `x' • .\_--.i .j - Traffic Control W204 48-.3-1"J /\ I a1 48'0 48` REVISION 1 7 �`7' ``Iowa Department 4 ,a,�,3 LEGEND 17 >7 1.1.J x/ 83J L t OI �' of Transportation TC-228 01 Spacing=D for a8 drums. v SPEED STANDARD ROAD PLAN • 42-Channelizer LIMIT A C D S T SHEET 1 of 1 REVISIONS:000e4 KWPNsmn tram TC-030 and vung . •a a X Drum (mph)25 o less 100' 40' - 25' .. '100' 50 -OA/0,, � $n,�_.fA I. Traffic Sign 30-35 250' 40' 30'E..' 120' :50'. PPROVELI Ev OESP,.+..rl.aros e.+IINER 40-45 350' 80' 40 280' 10g Work Area 50 or greater 500' 100' 50' 350' 100' LANE CLOSURE Direction of Traffic INVOLVING TWLTL O Omit"SIDEWALK CLOSED AHEAD CROSS HERE'(R9-11)sign when closure is at sidewalk intersection as shown In layout 1. Layout 1 -a Layout 2 0 SIDEWAEI CLOSES AHEAD CROSS HEPE Ii9-1 I .'4"x lb 1i 11111111 • A Possible Contract Item: Traffic Control ,�I. ryJR:t:Uf `.'•` 1 v {.jll Possible Tabulation: NA331l3 A't 3 113-2 MID-BLACK CLOSURE Iowa Department nEW REVISION �ia1e 11 LEGEND :(14 14 I , '` :: .� of Transportation TC-601 Roadway i O STANDARD ROAD PLAN SHEET1002 No ._ , .f i IKlM15larb'rr. IP Sign U .�+� /QQx^.- /1ru.�M ..o.o...®o FF'hh n.�ry.,....c,w+o.F ..wen Pedestrian Path Closure "' Work Area PEDESTRIAN DETOUR SIDESIAIM CLOSED /HAD CHOSE HERE 89-11 24"0 18" SIOEUALA CLOSED AHEAD '..7 CROSS HERE 89-11 24'a18' Ork r n oroo,ir rj//, (/) (") IA Iowa Department NEW 110-18411 LEGEND ' 'gip of Transportation Roadway STANDARD ROAD PLAN TC 601 - Sidewalk SHEET 2 012 //gqvv`���_�eccc�'�w+//ems�� ID Sign CLOSURE AT INTERSECTION Pedestrian Path Closure Work Nee PEDESTRIAN DETOUR ® Cast-in-place base shown. If base is precast integral with bottom riser,the footprint of the base is not required to extend beyond the outer edge of the riser. SW-602 Casting , -- ® For additional configurations,maintain a minimum of 11 2 inches of concrete between vertical edges of pipe Precast Topi.. ...,,,,— ...,,,,—AdJustment Rings openings. Q 12 inch minimum riser height above all pipe openings. J l-27"dia. Manhole Diameter Location Station Steps (typ.) 1111 �'' ah - R ��i Precast Sectionsiser Depth Manhole Maximum Pipe Diameter® Diameter 12"min. (inches)for 2 Pipes . 1 PLAN (inches) At 180° At 90° Separation Separation 48 24 18 Invert 60 36 24 • 72 42 30 \�\\ 84 48 36 96 60 42 \ // Square Edge Lowest \ // Flowline -- - .- — 1f�• AM= '• . . , . __ _ lwa NEN 104-21-09- .8 Lll.1_L 8"min. SURAS mmr�ar+anoo 1 xi --i 4 L 6"min. FIGURE 6010401 STANDAtDlI0AD11At1 SW-401 m 4 Bars e 12" QIMEET 1 of 1 c o.c.Each Way Base REVISIONS:Nev.Replaces SWAS Type'M-A"Madwle.11111 fireplace RA-11). II 051 6 RFCT°ft °ESIGn F1M°°5—F IFFR m TYPICAL SECTION CIRCULAR STORM SEWER m MANHOLE 0 For joint details,refer to PV-I01. A 5'-4" it 4'-0"min. ir 8" 4 4'-0" 1.- 8" -( 241 mmiinn.on atLowF_owrad?)oint Back of Curb Ir.== fr—= '1..=_—.= f. _4 liv I -------N\k 13" t Y • " - t ocATION STATIO = = . .--=_ : --------------.--..-,__L cF J=F g I 7_,, _Alitn: = = 4" 'B'J it.__ 1 ' _____ 1 11 II II 11 l., 1 'B'Joint , 11 111 I I II r 11 , 1 , 11 111 II 11 II II Insert — li —11-! 1 `-Insert , FLOW limillirEdge to ::,rod.— 8 ,..,_... 'B'Joint ' D'Joint 'ED'Joint 11.-4"(min.)to 20'-0"(max.) ....*--N---Existing Possible Contract Item: Existing 4 match existing pavement Joints Pavement Intake,SW-541 Pavement Joint Possible Tabulation: Joint PLAN 104-513 v, i ,,L1 I Cad L1OZ . • . i 1-,, Iowa Department REVISION 12 3 I 10-16- `qap of Transportation SW-541 - STANDARD ROAD PLAN .. SHEET 1 012 ' I. E '; REVIS40,15 Nkteci Pont.Contraci Mtn wed Pont.1,6,6•Dan Ciaglea 13 r ' Li .:j i i .„4 a....b.In PLAN vlwe '10 ire.91014 1,40,..A4101 ER OPEN-THROAT CURB INTAKE UNDER PAVEMENT Bock of Curb SW-602 Back of Curb • [--13- Type G Casting 13"_ I I 4" 4" 4"" 4"" QI 39 inches when attaching the SW 542 t8' 3 of{ I� Form Grade extension unit. • 11111 Face of 6" O Additionalkeyed construction joint when All ----- —— `B'Joint c2 �— ,—� - 1 / Standard Curb attaching the SW 542 extension unit. C- t — —_ _ _ 10" 1,. , Ail Q3 Modify dimensions as required to II /' l� accommodate other curb heights when 4 �� 6," specified. Variable • 5!c--) 41 - 2e-� 10"min. 4'-0""(min.)to A .4 Ii_i = = 16" Wall--\•;. III 1 lu 2"min. t 11 31k"i-1--^1 14," -1 { r;H 02 CURB OPENING 8"min. _ _ _ _ _ _ _ _ --— bl G•- ..,� t - - al Bose/ �` /I.8' --:Fes4'-0" I B' 8"--.-1 5'-4" TYPICAL SECTION REINFORCING BAR LIST 1+12'1 12, l Mark Size Location Shape Length Spacing REVISION al 4 Base 5' O" 14" Iowa Department , 110-16-124 ' .5 -__. — of Transportation SW-541 02 4 Bose 5'-0" 14" 20" D,4"" bl 4 Wall 3'-0" 14" STANDARD ROAD PLAN SHEET 2of2 L d CI 4 Top r 2'-8" 14" Bensons AaewFag.Corm.Awn.roP .,___crr.a1r dimon•bn hl RAN viror. .. c2 4 Top 5'-0" See Detail .... BENT BARS c3 4 Top — 5'-0" See Detail c4 4 Top — 3'-4" See Detail OPEN-THROAT CURB INTAKE UNDER PAVEMENT Extension unit may be used on either or both sides of intakes.Details are similar when extension unit is on the opposite side. 2'-0"min.on Grade Dimensions shown are for the construction 4'-0"min.at Low Point of a 6 inch standard curb as a port of pavement.Modifications may be mode to 3' 6"min. I_ 5' 0" 5' 4" I conform to other curb shapes. 4., L'----L g3 -i _ —1—ct�—LBack of -= _ 1 - - �: 1 __ c2_r Curb Line I t"` "'��''- —— —i" QI The location station is where the centerline I ,� g4 � of intake meets the back of the curb line. — e -0 9 � 9 I l°CATION STATION ) j e3— - - - --—0 }* •4+•. FLOW— v Oi•�•i•�•i —0 'B'Joint •�::•:::':' Q— — 0••••• I�•OO••00••• Round all edges ••.e:..0..• N'-----'ED'Joint -'ED'Joint to a I/4"radius A'8'Joint A. I 15'-10"(min.)to 20'-0"(max.) _ Match Existing Pavement Joints . PLAN (SW-542 EXTENSION AND SW-541 INTAKE) c.' - • I I , .+ Possible Contract Item: • • ;\,.':"Lj 313 A113 Placing sequence: I.Base; 2.Walls and Extension; 3.Top; 4.Insert Intake Extension Unit,SW-542 -� � �J t REINFORCING BAR LIST ez /.....6" O.' TF �`- Iowa elon M%V�Io-2D_0y `AIH SUE LOCATION SHAPE I13. LB6TH 11E@I1 SPAC �'of b2 4 intake gal 3 rte" 5.0 "'"' ` 6" %- °' STANDARD ROAD PLAN SW-542 11 4 Bottom — 3 1'-9" 9.5 9" SET L of 3 k w f2 4 Bottom — 4 r-r 4.2 1B" X IF'NSICW Nev.Replaces RA-42. S _I k 1. 1 a 4 W — 5 V 1w 3.9 e- * . : n�� �wi ••••7 92 4 td — I 4'-B" 7J I T 12" 26" � ��� ,./''I'.Q/ 93 Top Varies. LB 19" % N" 29" .ee"OVEO 0'OE5�4" 'L*"OPS E"41r+EE" . 91 4 Top — 3 6'-r L2.T - e" s EXTENSION UNIT FOR Totd 45 be. Provide one of Provide we of OPEN-THROAT CURB each length each Watt INTAKE DOER PAVEMENT Back of Curb Back of Curb_ ."___1I3" IB" 33" rr-O41 I # ® Face of Standard Cu: pavement 10 c2 Slab30" _11-1111j----770,, � CI T , Q 2:ISIope IHorizontal:Verticall / N Keyed g4 r Form Grade Q See SW-54I for reinforcing. Construction 3'-3" 92 Elevation Joint 21"1 bl® II 2"Clear I f2 III SECTION A-A 8" - lbmigok fl 4 d b2— Back of Curb • 23" rg 13' '---► 4"4"4IB" 4 , 6%"L 0" We -I 2" g3 II i IIIlli 92 14 5'-4„ I_________ , 94 = 9I 2„Clear 1E.s�a SECTION C-C �, Iowa Department NEv i IO-2O-o6 ©of Transportation fl- 2"Cie.; SW-542 8„ 7" 8" STANDARD ROAD PLAN 2 of 3 IEIISIPG,New.Replaces RA-42. . •. — r OLUcn.A_ SECTION B-8 > e+oes u4s E an rca EXTENSION UNIT FOR OPEN-THROAT CURB INTAKE USER PAVEMENT r—18" ► 18" ► - 18" 6' 18"lop 2"Clear l ,.. g4� c2® } # Varies ====y`==-=i( 11 _E--jl-= -j 10" t LL - �— � � u u u �=a=1�= 1 Varies i &�� - - g3 -y -.-II In CI_ n VI Bottom Edge 3' 3" 12 Varies II u u 94 II IT-CI-III in Keyed of Intake Top I ' ��� - -L_-I-yr-=„=T= Joint Construction 8" -I_ I_ �_- II - ff1 II IL__ ®See SW-54I f or reinforcing. L u u 2"Clear I I —_ —__ _II tl II '`NI II } 6„L- lik f2 b2-�II ii II h u I 2”Clear-.I ---- SECTION D-D c g3 4", - __ _ _ _ f ____� t � Variesoftint edge I g4 V-- 18"of intake topat face of Intake 7,--- I 1 g2 _ Varies I Varies 30" 3� I II ll 8, �J II 11 gl_.� ,I ---L t c3 u c IL > �2"Clear 4 i fl r I.,-2"Clear REVISION ,. ,I �I ) b21 1._ f2 0 Iowa Department �y oy .._ .0.0. c' •L "U ' ` J.., `. l of Transportation ����� J2" 12" 2" 12"-- STANDARD ROAD PLAN MEET 3 d 9 • w,./G New.Replaces RA-42. .. d.. -.4�2"Clear SECTION E-E EXTENSION UNIT FOR OPEN-THROAT CURB INTAKE UNDER PAVEMENT Extension Length® Extension unit may be used on either or both sides 011 5•-4•' —SW-602 Type G Casting of intake.Details are similar when extension unit is F 4'-0" 1 1 on the opposite side.For joint details,refer to PV-I01. u4 /s':yi: � 02 Match gutter slope. Drain to well. 03 Other lengths of opening may be constructed by } 18"Curb B _. .__ _. _. __ • .a L: ___ :.•.:::'j IS"Curb 4'.-0"5•_q•• varying the length of the extension and the rebar. Transition =:'J __ Transition Oq Includes 2 inches far 'ED'Joints. 31 'E'Joint i 6.. 6" 8"dia.Concrete Post F 'E'Joint + 4 ! � o- FLOW ► 6' 10'i I I 30"1Top ‘-'B'Joint 'ED'Joint' 'ED'Joint Walls Length of Curb Opening® Boxout Length - 23'-0"max.® Keyed Joint 4111111L4k11-1' © _ (should not I extend onto PLAN front wall of box) kill Top of Curb Top of Curb �u l—� ISOMETRIC LS Gutter6'� -� F Gutter INTAKE WELL,WALLS AND TOP Grade : Grade 4./ Keyed Construction Possible Contract Item: 6" -1-•• Joint SECTION A-A (Typical Extension Unit) Intake.SW 545 ! %,Iowa Department 3 0�I to., tl-„ ON ` of Transportation ' " " J STANDARD ROAD PLAN SW-545 TABLE 6F DIMENSIONS �. SHEET,w 3 LO CuL-oh of rb Opening 7-0- N'-0" b'-0" Ir-0" 8" 1,., -•.� eEo.S.0 S 0 .d'Typo G.Ka.**m r...u'.,„2. r Keyed Construction Joint v © Extension ria 9,10" r-:m utin �a`: 1110 v-r' e'-r m-r' zr-r B 4'-0"--J 8 SINGLE OPEN-THROAT ©eoxour Length 5'-4" SECTION B-B CURB INTAKE WITH (Typical Intake Well) EXTENDED OPENING SW-602 Type G Casting SW 602 Type G Extensioon Length B'Joint • Back of Curb 5'-4"� �Costlnq I 4tl i 30 22" 26" -{ r -T,-,_%...__(---1 Roadway 4 402 I 4tl r. 1-1---1-:4.:::.:M7 1 7 t Pavement 4e3 -NormalSlo! r_�. 1 ::5:x.:4. 1 Form _ _ _r.�=�`� 6 4e 4e14e1� 4el 4ei- u � I :::::::::::'Ss I 5.-4" 1 Grade —f Optional `� 5.;..;.,;.:.:., Construction o ., _ �.. ,. e� ...: :?' I Joint 1402 1 I 1 1 1 I 1 i I_ 4t21 1 I Back of Curb PostConc 1 1 I 1483 I I I !Tr I-J. j li Depth ri c1 -1 14e4T r—'T-'1- I- - 1 I _ _--..- 4'-0"(min.)to _ >k =_ =r =t=t =s ==I- - ----__.- num 16'-0"(max.) f 4e3 4e4 --�. Keyed i Construction i _Keyed B"dia.Concrete Post 30" Joint 4Construction 6'-10" k Joint t 4b2 °-Y-= 4b2 FLOW I `'B'Joint 4b1 I FL8,, E J +"1-----4'-0„ g„ 40-1 Boxout Length - 23'-0"max.( 5 4 BL SECTION D-D PLAN TOP REINFORCING PLACEMENT REINFORCING BAR LIST Extension Length(3) Intake Well © 5'-4" I i i* LounaI po. LENGTH HEW vast qb I a ease s sem^ c� r 1--�.-I L.r - 4.I 4N4:1eons 7 s'-o^ 3.3 r-r i t 1 1 m Tao � s•-e^ 3.3 ¢' "' 4 I 412 Tao 4 r-c^ OA See Detail e Post I rs^ 0-3 I 4e5- i 4132-'1 I 5Told 36 ns. L I I 4el 'I 1 t f I I- I� 1 4_bl�_4- - -_ -L �1 1 4e1 1 1 4el 1 1 4e1 1 1 4e1 1 I I © Other lengths of opening may be 1 I�.n. constructed by varyingthe length I 1� I V I V 14e5 I I 1 1 of the extension and the rebars. 1 - —1 r '.. i I 1 1 1 A a 1 I 0Includes 2 inches for 'ED'Joints. - I 1 1 I I I 1 • 1 I — 1 1 1 I 1 =�-—— - ne�sa� 1 1 1 8"din.Concrete Post I 4b1 30" 11owa Department 3 110-18.11 u 1 1 1 1 1 1 1 1 6'-10" - - - - - of Transportation _ � - .1 = -1e _�:=�-� -i - � 413- -- --� SW-545 STANDARD ROAD PLAN SHEET 2o13 FLOW 4_1 \-'B'Jolntf /died,>9.Ga .. 1 .alaarr ,.sz 40-1 ._ . _. Boxout Length - 23'-0"max.® D /1 0 SINGLE OPEN-THROAT PLAN CURB INTAKE WITH BOTTOM REINFORCING PLACEMENT EXTENDED OPENING • C-Line at Back of Curb Keyed Extension Length® 4e2 Construction 8'Joint Edge to I/+"rad. Joint Form 4e3 r.-- 4e3 -.—Normal Slope .� See Detail'A' Grade 6„ . Y Elevation allikliMI ,ii G / 4e4 4e1 4e1 4e1_ 4e1 4e1 As _ 4e1_ Roadway II 6" I I Pavement f41 14" ��..�T�.-ter- _ .. �.":.I..r����.y�rr 1 6" II t 1/ 14e'I t I 1 I 1 1 t'• --6" 6" 6" 6" 6'=- ii 20" I t I 14e3 _ I I 1 M• 1//2, f'' I ,-4e5 4el I 4e5 O w_"i--17e - r -T 1- -,-- i - 4e4 4e3 C-4.1 8"dia.Concrete Post I V2 r, 1 I/2" 6" 22" I 8" f 26" 3" 5'-2" ,, 1 'B'Joint INSERT DETAIL SECTION C—C BENT BAR DETAILS REINFORCING BAR LIST LO = 12'-0" 'B'Joint • PLAN MARK SIZE LOCATION NO. LENGTH MASS SPACING, 0/4-1 1 32"—�- TOP OF EXTENSION REINFORCING PLACEMENT +e1 + Top/Bose 9 9-5y2" 56.9 12" y2"± I/e"— /+ 1 i — 4e2 4 Tap I q'-o•• 6.T Drop 4 I D=4"r1-1 +e3 4 Too 2 ¢'-9•' 17.o 15/1' 22", Extension Length® +e+ + Tap 2 Ira R•0 6 HMA D=4"/, 1 ® �1 +e5 4 Base 2 8'-2" 10.9 22" fi l 41• + heart 1 15,10" 10.6 I �� •nm 16 6"Boxour. Tore a9J ros Ila 10" L 20" I 38" - 2/ „.,,./ G REINFORCING BAR LIST LO = 14'-0" 111.6W 4e1 465 1 IAA(Bc StZS LOCATION NO. LENGTx MASS 5PA[NG NOTE:ALL DIMENSIONS ARE OUT TO OUT �i?, +e1/ , iop/8ow 2 9'-51/i' 69.5 G!" D = PIN DIAMETER 4 :c.. , 1 /1=' �' - t `ze 402 1 Top 1 I2-0" _ DETAIL 'A' 4e1 I 1 4e1f1 1 4e1 14e1 I I +e3 4 Top 2 N'-9" 15.7 151/i' Use when adjacent pavement 4e1 'It Ir I '` I ( 14e51/ Il +e+ 4 Top 2 H'-9" R.7 6" is HMA or composite. 03 Other lengths of opening may be 1 I I I I 1 ` +ds 4 Bose 2 K1'-r' 0.6 22" constructed by varying the length - .,I -I-—r -r 1. -.-I-:"}--r- y• 4 next N Ir-ur' +•9 of the extension and the rebars. v • '1 • , •elm 0,6"Boxout. told 142A bs. 8"dia.Concrete Post 1OVA lows Department 3 R` 0. 78.,, I I I I ' 1G ' .1,-11 I I REINFORCING BAR LIST LO = l6'-0" REINFORCING BAR LIST LO = I8'-0" r Of Transportation 1 I 4 '`- .'-, I r u 1` 41 VL 1 1 MAW SILL LOCATION N0. LENGTH MASS SPACING MAJ WE LOCATOI NO. LENGTH MASS WAENG STANDARD ROAD PLAN SW-545 ,____L_J__I__V21 1--1_J--_I__L_ m 4 Top/Base 4 9,Z" 821 p" 44 4 TON/Bate b 9'-51/2" 949 Co' +e2 + Top I N'-0" 9.3 +e2 + Top I 6'-0" at SHEET 3 d 3 'B'Joint +83 4 Top 2 6'-9" 22.4 151/1' 4e3 + Top 2 Or-r 25 411/2" oEvsn-s.aa•e•r*c coring).rwr'.m2 M+ 4 Top 2 6'-9" 22.4 6" 404 4 Top 2 PP-9" 25 6" /, MS Bose 2 12".2•' 62w 22" Ae5 4 Bo2 H'-Y' 69 22" ( 0Yr 1 " o..cu wncs"w ur +r"u.+cc 4• 4 Insert I 19'-0I" 132 +1• 4 Insert I 2T-6" N.6 PLAN •With 27-6"Bo:out. Total 65.6 1o. •111th 22-6"Boxout. Told 119.0 os. SINGLE OPEN-THROAT BOTTOM OF EXTENSION REINFORCING PLACEMENT CURB INTAKE WITH EXTENDED OPENING 12A-2 0IOWADOT iowcz Design Manual Chapter 12-Sidewalks and Bicycle Facilities SUDAS 12A-Sidewalks 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 a broad range of accessibility guidelines including businesses,restaurants, public facilities,public transportation,and sidewalks. These standards were originally adopted in 1991 and have been expanded and revised several times. 2. PROWAG: The July 26,2011 "Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right-of-Way"was written by the US Access Board and is also known as the Public Right-of-Way Accessibility Guidelines or PROWAG. PROWAG provides more specific information than the ADAAG for transportation facilities within the right-of-way including pedestrian access routes,signals,and parking facilities. The PROWAG requirements are currently in the development and adoption process and have not been officially adopted by the Department of Justice;however,the Federal Highway Administration has issued guidance that the draft version of the PROWAG"are currently recommended best practices,and can be considered the state of the practice that could be followed for areas not fully addressed"in the existing ADAAG requirements. Due to the widespread acceptance of the PROWAG,and their pending adoption in the future,the standards of this chapter are based upon the PROWAG requirements. The designer is encouraged to reference the complete PROWAG document for additional information(www.access board.gov). References to the PROWAG in this section are shown in parentheses;�.g,-$302.7). Buildings and other structures not covered by PROWAG must comply with the applicab,Je • requirements of the ADAAG. For parks,recreational areas,and shared use paths,rreferto other sections within this chapter. ? -73 N 1 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements B. Transition Plan 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 ADA accessibility requirements 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 law provided the opportunity to develop a transition plan for the implementation of these improvements. Covered entities had until 1992 to complete a transition plan. In addition,any local 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 perpen iculai, parallel,or a combination of parallel and perpendicular curb ramps. - a 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 exist. Pedestrian Access Route: A continuous and unobstructed path of travel provided for pedestrians with disabilities within,or coinciding with,a pedestrian circulation path. Pedestrian Circulation Path: A prepared exterior or interior surface provided for pedestrian travel in the public right-of-way. Pedestrian Street Crossing: A marked or unmarked route,providing an accessible path to travel from one side of the street to the other. Pedestrian street crossings are a component of the pedestrian access route and/or the pedestrian circulation path. Running Slope: The grade that is parallel to the direction of pedestrian travel. PROWAG: The Public Right-of-way Accessibility Guidelines establish the criteria for providing a feature within the public right-of-way that is physically accessible to those with physical disabilities. Scope of the Project: Work that can reasonably be completed within the limits of the project. This is not defined by the written project scope;however,it focuses on whether the alteration project presents an opportunity to design the altered element,space,or facility in an accessible manner. 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. Iffull compliance with this section is structurally impracticable,compliance is required to the Actent that it is not structurally impracticable. [2010 ADAAG 28 CFR 35.151(a)] ` ' -� =i 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 requited 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 SUDAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements Resurfacing is an alteration that triggers the requirement for curb ramps if it involves 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: • New layer of surface material(asphalt or concrete,including mill and fill) • 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 [DOJIU.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 `� y • Chip seals %[ - ti'] • Slurry seals n - • Fog seals v • 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 SUDAS 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 at the crosswalks is recommended, if none already exists. The other accessibility improvements of this section are also recommended,but not required with such projects. 4. Technical Infeasibility: Examples of existing physical or site constraints that may make it technically infeasible to make an altered facility fully compliant include,but are not limited to, the following: • Right-of-way availability. 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 cpgstraints and safety issues may change over time. The determination of exceptions and correspond'ng documentation needs to be made each time a facility is altered,based on the existing conditions _ and the scope of the proposed project. -=ii J 7. Reduction in Access: Regardless of whether the additions or alterations involve the 1 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 exart►ple,the installation of a bench cannot have the effect of reducing the width of the pedestrian acSeAs route to 3 feet(4 feet is the minimum). Likewise,the construction of an overlay cannot result RI 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 SUDAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements Pedestrian facilities may be removed if they are being re-routed for safety reasons,or terminated because they do not connect to a destination or another pedestrian circulation path. 8. Addition of Pedestrian Facilities: If a sidewalk exists on both sides of the street,curb ramps shall be installed on both sides when the street is altered. PROWAG does not require construction of pedestrian facilities where none currently exists,although the jurisdiction's transition plan may require them. 9. Utility Construction: If the pedestrian circulation path is disturbed during utility construction, the requirements of this section and Section 12A-4 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(R302.7). All permanent pedestrian access routes,with the exception of some Type 2 shared use paths (see Section 12B-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(R302.7.2). Figure 12A-2.01: Vertical Surface Discontinuities 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/lowa DOT intake grates meet the! requirements for use within a pedestrian access route;therefore,a special design is required. . •Jh EJ 6 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements Figure 12A-2.02: Horizontal Openings Dominant direction of travel 41111 Long dimension perpendicular to dominant direction of travel •i�Itn MaL 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%(R302.6). 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(R302.5). 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. (R302.3) d. Passing Spaces: Where the clear width of the pedestrian access route is less than 5 feet, passing spaces are required at maximum intervals of 200 feet. The passing space shall be 5 foot minimum by 5 foot minimum. Passing spaces may overlap with the pedestrian access route. (R302.4). Driveways may be used as passing spaces,as long as the 2.0%maximum cross slope is not exceeded. N (2 Fri < ry 1"" —{r . Z1 rpt > N N 7 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements Figure 12A-2.03: Standard Sidewalk and Curb Ramp Elements Grass %ii,iroini Curb Ramp de' Ihk Turning Space Cross Slope Existing I Transition Segment Sidewalk 1. Match existing Standard Sidewalk sidewalk cross slope. Cress Slope Transition Passing area Segment(where need. / . Detectable Warning .00 Curb Transition Cross slope: 1.5%(target) 2.0%(maximum) Curb ramp requirements: I. Maximum curb ramp slope Parking Parallel of 8.3%,or Curb Rama 2. Minimum length of 15'at (if required any constant slope . t t s 4 1 1 Grade Break 1-..---5'min.—�{ f t \ •\ t t 0 0 0 000 `s ::0 o Rant TurningPassing area if 5':r.:n. Spccinx l xo e oCurb 1 Space sidewalk is less P g o 0 0 than 5'wide. 0 0 s. \\s\ _ Space passing arca at s. 200'(max-)intervals Curb Ramp Slope:._. . 114 o 0 0 V0 0 0 (Required for new 6.25%(target) .� 000 0 00 0 0• 0 0 construction) 8.3%(maximum) mss. 0 0 0 0 0 0 0 0 Grade Break Face of Curb ' Special``` — 4 Back of Curb Shaping 8 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements 3. Pedestrian Street Crossings: a. Cross Slope: The longitudinal grade of a street becomes the cross slope for a pedestrian street crossing. PROWAG has maximum limits for the cross slope of pedestrian street crossings,which vary depending on the location of the crossing and the type of vehicular traffic control at the crossing. These requirements,in effect, limit the longitudinal grade of a street,or require a"tabled crosswalk"at the intersection. (R302.6) 1) Intersection Legs with Stop or Yield Control: For pedestrian street crossings across an 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 j :tLi e IC e e I Lc). * -.- •i zi.,:,:, 4c 2 . L. ._ .,. 1.5% 1.5% „ STOP - 1 - 2% Street MAX: Grade STOP Is /lc 1.5�oaa111111k .1.. o L . i 11.0 ( ,_.._i 1.5% 1.5% 'J -�1 :� . iiii ,, .)--=, " ..) •• 1 i II . r, - 7 - + 1 1 *Match pedestrian street crossing cross slope or flatter J 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 SUDAS 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 moves closer to 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 sign is provided,MUTCD requires the pedestrian street crossing,whether marked or unmarked,be located a minimum of 4 feet from the sign, between the sign and the intersection. It is recommended stop and yield signs be located no greater than 30 feet from the edge of the intersecting roadway;however,MUTCD allows up to 50 feet. Consult MUTCD for placement of curb ramps and pedestrian street crossings at signalized intersections. Figure 12A-2.05: Pedestrian Street Crossing Location MARKED OR UNMARKED CROSSWALK 1 SIDEWALK t-4 ft MIN. 1�2ftMIN. (2)r Source: MUTCD,FHWA 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 copstnfctidn. 3 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 di4gonai curb ramp is allowed but not recommended where existing constraints prevent two ci»;b ramps from being installed. = tv 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 SUDAS 2015 Edition Chapter 12 -Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements Figure 12A-2.06: Curb Ramps for Alterations _l IIz2 2 z L PF 411 7,I 1 3 6 Alteration Area 411, 1 ,i 3 5 2 2 �---� T 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 R304.3.2) 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. (8304.5.1) 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. (R304.5.2) 5) Flared Sides: For perpendicular curb ramps on Class A sidewalks,or configurations where the pedestrian circulation path crosses the curb ramp,PROWAG requires the flares along the sides of the curb ramp to be constructed at 10%or flatter. (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. (R304.5.5) 7) Turning Space: Turning spaces allow users to stop,rest,and change direction the top or bottom of a curb ramp(R304.2.1 and R304.3.1). a) Placement: A turning space is required at the top of perpendiculat cbtrb rat`rii3s and at the bottom of parallel curb ramps. -- b) Slope: The maximum cross slope and running slope is 2.0%with a target vale of 1.5%(R304.2.2 and R304.3.2). When turning spaces are at the back of curb,cross r� slopes may be increased to match allowable values in the pedestrian street crgssing section(R304.5.3). 11 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 -tiide►ralks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements c) Size: The turning space shall be a minimum of 4 feet by 4 feet. Where the turning space is constrained on one or more sides,provide 5 feet in the direction of the pedestrian street crossing. 8) Special Shaping Area: Transition area between the back of curb and the grade break. The longest side cannot exceed 5 feet. Figure 12A-2.07: Curb Ramp Turning Spaces Building,wall,or j other obstruction 1 "''''!!!!llttt fes— �1 4'min. t \ viii__ , �r ' All • 4 ‘NMI _t_ \ min III I \ \ O .,,,,,g, Flare—� ` 1 ____ Wall,building, ——curb,etc. 4'min. \ 4'min \ S'min. ' ( / n> ' 4( 3- S /WIWI e t T—... •:r::.r.;.1 Constrained Side,calk 'turning space 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 thai 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 td fist this ' ' curb ramp in the transition plan. It is recommended this cross slope transition take placr • 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'? - l 1 insufficient to bring the turning space up to sidewalk elevation,consider low.ering;the ; sidewalk and flattening the parking slope. 12 Revised: 7/17/2014 SURAS 2015 Edition (hapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements 5. Blended Transitions: A blended transition is allowed but not recommended. Design and constructability is difficult to meet compliance requirements. In lieu of a blended transition,a curb ramp or standard sidewalk should be used. 6. Detectable Warnings: a. General: Detectable warning surfaces are detected underfoot or with a cane by blind and low vision individuals. The warnings indicate the location of the back of curb. Detectable warnings also provide a visual queue to pedestrians with low vision and aid in locating the curb ramp across the street. For these reasons,the detectable warning shall contrast visually (light on dark or dark on light)from the surrounding paved surfaces(R305.1.3). b. Location: Detectable warnings shall be installed at all pedestrian street crossings and at- grade rail crossings(R208.1). Detectable warning surfaces should not be provided at crossings of residential driveways since the pedestrian right-of-way continues across the driveway. Where commercial driveways are provided with yield control,stop control,or traffic signals at the pedestrian access route,detectable warnings should be installed at the junction between the pedestrian access route and the driveway(Advisory R208.1). c. Size: Detectable warning surfaces shall extend a minimum of 2 feet in the direction of pedestrian travel and extend the full width of the curb ramp or pedestrian access route (R305.1.4). d. Dome Orientation: On curb ramps,the rows of truncated domes should be aligned perpendicular to the grade break so pedestrians in wheelchairs can track their wheels between the domes. On surfaces less than 5%slope,dome orientation is less critical. e. Parallel Curb Ramps: On parallel curb ramps,detectable warning shall be placed on the turning space at the back of curb(R305.2.2). n TI_ r�7 •) -<•n 9 N N 13 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12-Sidewalks and Bicycle Facilities Section 12A-2-Accessible Sidewalk Requirements Figure 12A-2.08: Detectable Warnings on Parallel Curb Ramps i S '-'-0',.,,) ' Back of Curb Grade bn.. 1 - I Grade bratk fit ' 1#1111.7 IliWhen greater than 5', t�—4'x4'min.place detectable warnings i at back of curb. ` Sidewalk I('�il Turning space :▪: : Detectable Wanting Curb Ramp ` Grass I ▪ Curb Transition f. Perpendicular Curb Ramps: Placement of detectable warning varies based upon location of grade break as shown in Figure 12A-2.09. Figure 12A-2.09: Detectable Warnings on Perpendicular Curb Ramps t t t t t ii Whem both ends of the When less than 5',place detectable 1rd............_ bottom s at bottom of ram . If bottom grade break are at g P t the curb line,place the greater than 5',refer to parallel ramp. I detectable warning at the i t -- - hack of curb. Si./ Grade break s` I 1 4401 x /moi 2'-0"mm. . ..,........ 4. ,u. .bilh, , _ ., 2'-0"min. " - ---- Flare Sidewalk —1 Turning space ...• Detectable Warning i 1 Curb Ramp 1-1 Grass Curb Transition 1 • 1 • t i -j 1 -'' ) 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 curb to back of curb,detectable warning shall be placed at the edges of the pedestrian island and separated by a minimum 2 foot strip without detectable warnings. Where the refuge island is less than 6 feet wide,a 2 foot strip without detectable warnings cannot be installed. In these situations, detectable warnings shall not be installed at the island and the pedestrian signal must be timed for full crossing. (R208.1 and R208.2) h. Rural Cross-section: Detectable warnings should be placed similar to urban layouts,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(R308.1.3.1). • 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(R308.1.1.2). 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 firm on 1 red volumes • The complexity of the signal phasing,such as split phasing,protected turn phass,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 accidental damage,when the existing pedestrian signal controller and software are altered,or the pedestrian signal head is replaced,the pedestrian signals shall include accessible pedestrian signals and pushbuttons. (R209.2) 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 (R214 and R309.1). Table 12A-2.01 On-Street Accessible Parking Spaces Total Number of Marked or Metered Minimum Required Number of Parking Spaces on the Block Perimeter Accessible Parking Spaces 1 to 25 1 26 to 50 2 51 to 75 3 76 to 100 4 101 to 150 5 151 to 200 6 201 and over 4%of total • Identify accessible parking spaces by displaying signs with the International Symbol of Accessibility(R411). • 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(R309.1). • 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(R309.5.2). • 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(R309.2.1). 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(R309.2.2) • 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(R309.3). • For perpendicular or angled spaces,connect the access aisle to the pedestrian ac1ess route witli a curb ramp. Do not locate curb ramps within the access aisle(R309.4). ,) ;v 16 Revised: 7/17/2014 SUDAS 2015 Edition Chronology of Changes to Design Manual Section: 012A-002 Accessible Sidewalk Requirements 7/17/2014 Revised FHWA requested additional guidance for accessible pedestrian signals and a new subsection for on-street parking. 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. N.3 C=I_ -J (-,C.) rn I� -t c") y r-7 r) PROJECT COST OPINION ASPHALT RESURFACING PROJECT 2017 Date: 1/14/2017 INO ITEM UNIT QUANTIA IES UNIT PRICE EXTENDED TOTAL 1 CLEAN&PREPARATION OF BASE MILE 1.06 $ 4,100.00 $ 4,347.63 2 HMA SURFACE PATCH TON 153.89 $ 180.00 $ 27,699.73 3 PAVEMENT MILLING,3" SY 16,612.76 $ 4.50 $ 74,757.40 4 PAVEMENT MILLING,FULL DEPTH SY 1,851.67 $ 11.00 $ 20,368.33 5 HMA HIGH TRAFFIC(HT),SURFACE,1/2",NO FRICTION TON 1,490.48 $ 82.00 $ 122,219.00 6 HMA HIGH TRAFFIC(HT),BASE,1/2" TON 1,897.83 $ 81.00 $ 153,724.23 7 ASPHALT REMOVAL DRIVEV/AY AND APRON SY 1,600.00 $ 10.00 $ 16,000.00 8 HMA PATCH,8" SY 2,435.01 $ 75.00 $ 182,625.50 9 COVER AGGREGATE TON 373.87 $ 55.00 $ 20,562.67 10 BINDER BITUMEN GAL 7,627.33 $ 3.50 $ 26,695.67 11 SURFACE PRIME GAL 348.87 $ 3.50 $ 1,221.03 12 ASPHALT PATCHING"COLD MIX" TON 207.66 5 185.00 $ 38,417.10 13 WATER VALVE ADJUSTMENT,MINOR EA 9.00 $ 250.00 $ 2,250.00 14 WATER VALVE ADJUSTMENT,MAJOR EA 2.00 $ 850.00 $ 1,700.00 16 MANHOLE ADJUSTMENT,BOXOUT EA 5.00 $ 2,200.00 $ 11,000.00 16 REMOVE STORM INTAKE EA 3.00 $ 2,000.00 $ 6,000.00 17 REMOVE STORM SEWER PIPE,6-12" LF 82.00 $ 15.00 $ 1,230.00 18 STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 45.00 $ 55.00 $ 2,475.00 19 STORM SEWER STRUCTURE,SW-401 EA 1 $ 5,000.00 $ 5,000.00 20 STORM INTAKE,SW-542,WITH EXTENSION EA 1 $ 5,000.00 $ 5,000.00 21 STORM INTAKE,SW-545,WITH EXTENSION EA 1 $ 5,000.00 $ 5,000.00 22 INTAKE TOP REPLACEMENT EA 1 $ 2,000.00 $ 2,000.00 23 RMVL OF PCC SIDEWALK SY 982.12 $ 13.00 $ 12,767.56 24 RMVL OF CURB&GUTTER LF 2,245.20 $ 13.00 $ 29,187.60 25 STANDARD CURB+GUTTER,PCC,2.0' LF 2,245.20 $ 45.00 $ 101,034.00 26 SIDEWALK,PCC,4" SY 1,257.24 $ 65.00 $ 81,720.60 27 _ SIDEWALK,PCC,6" SY 570.45 $ 80.00 $ 45,636.00 28 SIDEWALK CURB,PCC LF 20.00' $ 60.00 $ 1,200.00 29 REMOVAL OF SIDEWALK RETAINING WALL,PCC LF 10.00 $ 150.00 $ 1,500.00 30 SIDEWALK RETAINING WALL,PCC LF 20.00 $ 200.00 $ 4,000.00 31 DETECTABLE WARNING PANEL,CAST IRON SF 942.00 $ 50.00 $ 47,100.00 32 ALLEY APRON REMOVAL AND REPLACEMENT,PCC,7" SY 50.00 $ 95.00 $ 4,750.00 33 PORTLAND CEMENT CONCRETE(PCC)PATCH,8" SY 601.98 $ 80.00 $ 48,158.13 34 CLASS A ROADSTONE SURFACING,3/4" TON 250.00 $ 40.00 $ 10,000.00 35 MODIFIED SUBBASE TON 187.07 $ 50.00 $ 9,353.30 36 PAVEMENT MARKINGS,WATERBRNE/SLVNT STA 53.14 $ 110.00 $ 5,845.40 37 PAINTED SYMBOL+LEGEND,WATERBRNE/SLVNT EA 7.00 $ 250.00 $ 1,750.00 38 TRAFFIC CONTROL LS 1 $ 55,000.00 $ 55,000.00 39 FLAGGER DAY 315.00 $ 400.00 $ 126,000.00 40 HYDROSEEDING LS 1 $ 10,000.00 $ 10,000.00 41 MOBILIZATION LS 1 r $ 75,000.00 $ 75.000.00 Total Construction Costs • i $ 1,400,295.89 --a r, -- k-•�. ! r fi N 0 1- LLI N V Q o - 1 1 rw -..,,, N o cc CD C...1-1 , ASPHALT RESURFACING 2017 PROJECT r t,._ €- L' ,:-) i ccQ. o 'er , 2 ,1 'F3 21 P.I z (N < j •I1i4 _ Q z .1,,,,,,....,_T_,_ CITY OF IOWA CITY , c,,,' ,c.;= Q CITY OF IOWA CITY • • t 1�, i l, 1 w HMA and CHIP SEAL RESURFACING i- D J V) Q La = l PARK I- lit I II. � Q J I l ` - --4 OVERLAY MILEAGE SUMMARY 105-1 INDEX x MODIFIED Q. Q ,' I ■■ , LOCATION UN. FT. MILES A.01 Title Sheet and Plan Certifications jl'ROJECTlij A.02 Legend and General Information ■' SHERIDAN AVE STA. 00+11.83 TO 26+05.17 2593.34 0.49 A.03 General Notes 411141111.01 SITE link / / , MARKET ST STA. 00+41.03 TO 07+74.50 733.47 0.14 A.04 Pollution Prevention Plan ` ■ :c =�� BENTON ST STA. 00+11.01 TO 14+88.66 1477.65 0.28 B.01 Typical Cross Section and Construction Detals w■� GREENWOOD DR STA. 00+16.17 TO 08+34.44 818.27 0.15 C.01 Estimate of Quantities, Tabulations and General Information MARKET ST _. D.01-D.03 Sheridan Street /� ii mIN , D.04 Market Street islitii O■■ NM \> D.OS-D.06 Benton Street / It 1 � D.07 Greenwood Drive BURL NGTON ST)HWY 11 �', ' - si Iiiiiii �.. J.01 Traffic Detour Plans PROJECT- \, TOTAL LENGTH OF PROJECT 5622.73 1.06 K.01-K.03 Pavement Marking Plans ' M.01 Storm Sewer Utility Plan 01 SITE ,, W.01 Chip Seal Plan 1 0 0 0c' PROJECT ,�°°° _1111116_ �HERID�AVE ii SITE G�0°� • MMMFUAUIIIIIIII 6 w 7 BENTON ST �_• KIRKWOOD AVE If) HWY ` �� = 1-11rall aRill * IOWA ONE CALL ACCEPTED FOR LETTING . : ��, Do Not � 1. _y.. 800-292-8989 Scale / Z/2.i/I 7 N LOCATION MAP - HMA Resurfacing TOLL FREE TTY ENGINEER, CITY OF IOWA GTY N = ,� - CALL BEFORE YOU DIG N - N N ' ----6(113 �� el MA -4 • •:: ' O ■:■rf E■ r g •••�•'•�" � dpilleMAC I hereby certify that this engineering document was prepared by me rm:::Ia carte _ ■......s ►�� _ ,,,,,,,,,„, or under my direct personal supervision and that I am a duly st o 11 """'��'� % � ���=�I�II troll I Mil ,`�.s`0c ESS 10A,,,,,�� licensed Professional Engineer under the laws of the State of Iowa. Illo :1:7�1ll�1�111 ��LI�JD%it�lTig � r` Q�. •.4< ': Signed: Date: ,�r,/1r. n t 1�1�1 • �. Q `�A ,1��,:.�- :■,,,_. i D = DAVE A. _ , �� :.-.:;;;,, ' � Chip Seal Resurfacing Locations _I? PANOS - s'�1� n 1. �'� I - A-South Gilbert Court 15579 ',7, DAVE A. PANGS, P.E.o -� �r �i1F~='I�. ', B-St Clements Street J City of Iowa City '�',,* • • * .� ` Iowa License No. 15579 lik L �� C-Taft Avenue IOWA , 11 1 ',,,,,,,,,,,,,,,, My licensed renewal date is December 31, 2018 > I■ Q + I �.. D-Scott Park Pages or sheets covered by this seal: ALL SHEETS LOCATION MAP - Chip Seal Resurfacing v l7 FISCAL YEAR 2017 CITY OF IOWA CITY ENGINEERING DIVISION CITY FILE NUMBER PS-3xx SHEET NUMBER A.01 Z w - vi CONTACTS GENERAL NOTES UTILITY NOTES GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE 1. IOWA CODE 480,UNDERGROUND FACILITIES EDGE OF PAVEMENT MANHOLE 0 MH FACILITIES IN PROXIMITY TO THE PROJECT: WITH THE CITY OF IOWA CITY STANDARD INFORMATION,REQUIRES VERBAL NOTICE TO GAS&ELECTRIC MID AMERICAN ENERGY CO. SPECIFICATIONS AND DETAILS,UNLESS IOWA ONE CALL,1-800-292-8989,NOT LESS THAN RIGHT OF WAY(ROW) - - CATCH BASIN www. • R 0 CB 1630 Lower Muscatine Rd. OTHERWISE SPECIFIED BY DETAILS AND NOTES 48 HOURS BEFORE EXCAVATING,EXCLUDING CENTERLINE - CLEANOUT '� ' "`"` CO WEEKENDS AND LEGAL HOLIDAYS. o Iowa City, Iowa 52240 SHOWN IN THE PLANS. TREE,DECIDUOUS 01i GUY WIRE a 'i4 2. CONSTRUCTION ADMINISTRATION AND SURVEY 2. WHERE EXISTING POWER POLES ARE IN CLOSE FIRE H T U DON MASTON-GAS PROXIMITY TO OPEN AREAS,UTILITY TREE,CONIFEROUS r.? WILL BE PERFORMED BY THE CITY OF IOWA CITY. CULVEhT fi COMPANIES SHOULD BE CONTACTED TO HOLD LJ 1 F'j'i '~ Phone: 319-341-4461 THE CONTRACTOR SHALL NOTIFY THE CITY HEDGEITREE COVER THE POLES DURING CONSTRUCTION.SCHEDULE DRAINAGE LINE ��-__� JASON WARREN-ELECTRIC SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF ACCORDINGLY. FENCE 0 0 0 fv -- Phone: 319-341-4425 NECESSARY STAKING. x GAS MAIN.,,. I i i ',, - — G — — — 3. UNDERGROUND FACILITIES,STRUCTURES AND RETAINING WALL BURIED TELEPHONE CABLE' .— — T — — — 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON UTILITIES HAVE BEEN PLOTTED FROM — — —Tv— — — THE PROJECT PLANS. THE CONTRACTOR SHALL AVAILABLE SURVEYS AND RECORDS,AND BUILDING BURIED TELEVISION CABLE TELEPHONE CENTURY LINK GET AUTHORIZATION FROM THE ENGINEER PRIOR THEREFORE THEIR LOCATIONS MUST BE BURIED ELECTRIC — — — E — — — 615 3rd Avenue SE TO PERFORMING ANY WORK ON PRIVATE BACK OF CURB TO BACK OF CURB B-B CONSIDERED APPROXIMATE ONLY. OVERHEAD ELECTRIC OE Cedar Rapids, IA 54201 PROPERTY. THE CONTRACTOR SHALL CONFINE PORTLAND CEMENT CONCRETE PCC ALL ACTIVITIES TO WITHIN THE LIMITS OFWATER MAIN — — — W— — — 4. IT IS POSSIBLE THERE MAY BE OTHER HOT MIX ASPHALT HMA DENNIS LANG CONSTRUCTION,UNLESS AUTHORIZED BY THE UNDERGROUND FACILITIES,THE EXISTENCE OF FIBER OPTIC CABLE — — —FO— — — Phone: 319-399-7487 ENGINEER AND/OR PRIVATE PARTIES IN WRITING. WHICH IS PRESENTLY NOT KNOWN OR SHOWN. MAILBOX MB SANITARY SEWER — —SAN— — — NO CLAIMS FOR ADDITIONAL COMPENSATION SIDEWALK SW 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO WILL BE ALLOWED TO THE CONTRACTOR FOR WATER METER VVtvi STORM SEWER — — ST— — — CABLE TELEVISION MEDIACOM INDIVIDUAL PROPERTIES THROUGHOUT THE ANY INTERFERENCE OR DELAY CAUSED BY 546 Southgate Avenue CONSTRUCTION OF THE PROJECT. THE SUCH WORK. DUCTILE IRON PIPE DIP LIGHT POLE LP Iowa City, Iowa 52240 CONTRACTOR SHALL NOTIFY PROPERTY OWNERS REINFORCED CONCRETE PIPE RCP UTILITY BOXES O 1 I TIM EAGAN 48 HOURS IN ADVANCE OF DRIVEWAY 5. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES WATER VALVE fwl VW MODIFICATION THAT WILL TEMPORARILY LIMIT ARE SHOWN AS EXISTING ON THE PLANS OR SIGNS =117 q Phone: 319-351-0408 x3701 OWNER ACCESS TO THEIR PROPERTY. ENCOUNTERED WITHIN THE CONSTRUCTION POWER POLE $PP GAS VALVE GV Mobile: 319-350-3679 AREA,IT SHALL BE THE RESPONSIBILITY OF THE WATER SHUTOFF 5. SEE SHEET A.04 FOR SPECIFIC EROSION CONTROL CONTRACTOR TO: FIBER OPTICS A.T. &T. MEASURES NECESSARY TO PROTECT PROJECT 1425 Oak Street SITE AGAINST SILTATION,EROSION AND DUST • Notify the owners of those utilities prior to the Kansas City, MO 64106 POLLUTION. PROJECT SITE SHALL COMPLY WITH beginning of any construction. LENNY VOHS SOIL EROSION CONTROL REQUIREMENTS OF IOWA • Coordinate operations with utilties CODE AND LOCAL ORDINANCES. • Afford access to these facilities for necessary Phone: 816-275-4014 modification of services. Mobile: 770-335-8244 • Determine existence and exact location of 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE underground utilites and avoid damage thereto. IOWA NETWORK SERVICES U.S.STATE PLANE IOWA SOUTH ZONE;U.S.SURVEY • Prior to beginning construction,provide labor and Jeff Klocko FOOT NAD 83(1996 HARN)AND NAVD 88 equipment necessary to determine the exact Phone: 515-240-2544 RESPECTIVELY. location and elevation of all utility crossings which c may result in conflicts to proposed improvements. o Mobile: 515-830-0.445 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION Y SHALL REMAIN IN PLACE.THE CONTRACTOR SHALL z CITY OF IOWA CITY PROCEED WITH CONSTRUCTION ACTIVITIES IN N WATER DIVISION SUCH A MANNER TO INSURE THE SAFETY OF ALL IF ARE MARKED,Phone: 319-356-5160 TREES AND SITE FEATURES WHICH WILL REMAIN IN Sloped curb •oadway curb OFCLKS FLOARES,�WITHIN THE CROSSWALKTE MARKINGS.EXCLUSIVE E PLACE. Back of curb Q 10 PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION UNIVERSITY OF IOWA 773" C CANNOT BE ACHIEVED WITH THE PERPENDICULAR GEORGE STUMPF 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE °�644P, RAMP BETWEEN THE STREET AND LANDING DUE TO d ALL WATER MAIN AND VALVE ADJUSTMENT WORK °",,o / a9 LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO a, Phone: 319-335-2814 WITH THE IOWA CITY WATER DIVISION. Gutter line . �O o°d• MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE '11Normal slope �5 8" max. wi R LANDING AND THE STANDARD SIDEWALK. Ca N IMON 9. DURING REMOVAL AND CONSTRUCTION THE THE LENGTH OF THE PARALLEL RAMP IS NOT —� 'I REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RandySchoon CONTRACTOR SHALL USE ALL MEANS NECESSARY , evel line RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR 1-- ,-, expansion joint PARALLEL RAMPS SHORTER THAN 15 FEET. Phone: 319-261-4630 TO CONTROL DUST SPREADING FROM ALL WORK Roadway pavement N AND STAGING AREAS. DUST CONTROL MEASURES Z Mobile: 319-553-1176 Detail A Detail B (Curb Return)t02 INSTALL A 24 INCH WIDE (MIN.) STRIP OF DETECTABLE 0 N SHALL BE IN ACCORDANCE WITH APPLICABLE WARNINGS AT THE BACK OF CURB. EXTEND THE I— a' SPECIFICATIONS AND APPROVED BY THE DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF v UTILITY LOCATING CREW "ONE CALL" ENGINEER,AND SHALL BE INCIDENTAL. THE RAMP. M Q Phone: 1-800-292-8989 PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE 0 Curb ramp Larding Passible parallel ramp Standard sidewalk ® U- a, 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS 1 BELOW THE DETECTABLE WARNING PANEL. C TO BE FIELD VERIFIED AND APPROVED BY Length varies 5'-0" min. Length varies I I Z q CITY WATER DEPARTMENT KEVIN SLUTTS ENGINEER PRIOR TO REMOVAL. See ® 6"min. • min' a varies 0 0 LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. Phone: 319-356-5169 Detail A 6"min. 2%max !9°" 43 © W 5%max.ct © 83%max. KEY W cross `slope 0 .c CITY SEWER DEPARTMENT TIM WILKEY r� Rigid Tie joint (RT) 0_ -�� W= SIDEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMENTS. a Phone: 319-356-6106 PavementQ n Doweled ,1" y: = RAMP pp DETECTABLE WARNING Z .-4 Sealed expansion E �__. CITY TRAFFIC ENGINEERING JOHN RESLER )¢^ Sealed 117 I_ 16' joint (ED) = LANDING ec Phone: 319-356-5180 expansion joint W > CITY PARKS&FORESTRY ZAC HALL O W Phone: 319-356-5107 TYPICAL SECTION - CURB RAMP J vSCALE NONE G City File No. PS-3xx W DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2017 PROJECT SHEET NO. A.02 vs 1 GENERAL NOTES GENERAL NOTES GENERAL TRAFFIC CONTROL NOTES 08-23 04-04-89 , STAGING NOTES 01-20-84 203-1 06-07-94 232-8 TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION, TRAFFIC CONTROL ON THIS CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT Plan and profile sheets included in the project are for the purpose The top six (6) inches of the disturbed areas shall be free of rock PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC LOCATIONS INDICATED AT PROJECT.SITES AND ADJACENT SIDE Of alignment, location and specific directions for the work to be and debris and shall be suitable for the establishment of vegeta- CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE STREETS. THEREFORE IT IS ADVISABLE TO ADOPT A CONSTRUCTION performed under this contract. Irrelevant data on these sheets is tion, subject to the approval of the Engineer. DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER TO not to be considered a art of this contract. MAINTAIN MOST TRAFFIC PATTERNS AT ALL TIMES. P -- -- THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC 10-28-97 232-10 CONTROL THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED CONTRACTOR SHALL STAGE WARK,AGCORDING TO THE FOLLOWING 01-20-84 204-2 The contractor is expected to have materials, equipment, and labor TO, THE FOLLOWING: MILESTONES: t_ , ; All holes resulting from operations of the contractor, including removal available on a daily basis to install and maintain erosion control 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED ! Phase 1: Street Milling and Overlay of guardrail posts, fence posts, utility poles, or foundation studies, features on the project. This may involve seeding, silt fence, rock AND REMOVED BY THE CONTRACTOR. , Early start: May 15, 2017 (Market St Only) shall be filled and consolidated to finished grade as directed by the ditch checks, silt basins, or silt dikes. Early start: June 15, 2017 (Benton St, Sheridan Ave Only) engineer to prevent future settlement. The voids shall be filled as 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL Late start: June 15, 2017 (All locations) soon as practical - preferably the day created and not later than the 01-20-84 241-1 PROPERTIES AT ALL TIMES DURING CONSTRUCTION. Completed: August 11, 2017 following day. Any portion of the right-of-way or project limits Road contractor is to use due caution in working over and around 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN Liquidated Damages: $500 per day (including borrow areas and operation sites) disturbed by any such all tile lines. Breaks in the tile line due to the contractor's care- SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE I A. Benton St Closure: operationsTraffic shall be restored to an acceptable condition. This oper- CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO shall be maintained to all properties within the P P lessness are to be replaced at his expense without cost to the State closure area: ation shall be considered incidental to other bid items in project. of Iowa. Any tile lines broken or disturbed by our cut lines will be BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. 611 Greenwood Dr replaced as directed bythe engineer in charge of construction and 612-600 Benton St P 9 9 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES 747 W Benton St 213-1 at the State of Iowa's expense. IN TRAFFIC PATTERNS DURING CONSTRUCTION. 733 W Benton St It shall be the contractor's responsibility to provide waste areas or disposal sites for excess material (excavated material or broken 01-19-88 251-1 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF Phase 2: Chioseal Surfacing. Concrete which is not desirable to be incorporated into the work 25-FEET FOR TAPER CHANNELIZATION, AND 50-FEET FOR TANGENT Earlystart: 1, 2017 aPThe contractor shall be responsible to maintain access to individual CHANNELIZATION. July involved on this project. These areas shall not impact wetlands properties during construction. Completed: August 31, 2017 or "Waters Of The U.S." No payment for overhaul will be allowed 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR Liquidated Damages: $500 per day for material hauled to these sites. No material shall be placed Relocated access shall be completed to individual properties prior OF THE BACK OF CURB WHERE POSSIBLE. within the right-of-way, unless specifically stated in the plans or to removal of existing access. GENERAL TRAFFIC CONTROL OPERATIONS 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. approved by the engineer. If the permanent access cannot be completed prior to removal of PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY 1. MAINTAIN 1-LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 the existing access, the contractor shall provide and maintain an INSTALLATION OF LESS THAN 3 DAYS. A.M. TO 7 P.M. 213-2 alternate access. Temporary Granular Surfacing will be paid for as The contractor's attention is directed to the following consideration a contract item or by extra work. 8. 'ROAD CLOSED' AND "ROAD CLOSED TO THRU TRAFFIC" SIGNS TO BE 1 2. OPEN LANES TO 2-LANE TRAFFIC OUTSIDE OF THESE HOURS. MOUNTED ABOVE TOP in regard to removal and replacement of topsoil in borrow areas: THE DIAGONAL PANELS. OF TYPE III BARRICADE SO AS TO NOT OBSCURE Quantities estimated for topsoil are calculated on the basis of 3. FLAGGERS ARE REQUIRED FOR 1-LANE OPERATIONS DURING P 06-22-84 251-3 MILLING/RESURFACING. a uniform removal of topsoil to a depth of 12 inches. The material A plan for stage construction of local accesses which are required 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS, removed is to be spread uniformly to a minimum depth of 8 inches to remain open to traffic duringconstruction shall be submitted byPREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING CHIP SEAL LOCATIONS over tee borrow area uspread completion of nuion work. P UPON APPROVAL BY THE PROJECT ENGINEER. P P the contractor for approval by the engineer. 1. MAINTAIN 1-LANE TRAFFIC WITH FLAGGERS DURING WORK AT - - 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED CHIP SEAL LOCATIONS. 213-4 01-20-84 261-2 ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL The contractor shall a necessarymoisture to the construction LOCATIONS WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. apply Before performing earthwork, tiling, or excavation within three hundred area and haul roads to prevent the spread of dust. Refer to Article feet of an existing pipeline, the contractor shall notify the pipeline 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE 1107.07 of the current Standard Specifications for additional details. company and the pipeline company shall mark the location of the pipe- BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS line as required bySection 479.47 of the Code of Iowa. MINIMUM OF SIX YELLOW REFLECTORS, ONE AT EACH END OF EACH RAIL OR CONCURRENTLY. PROVIDED THAT TRAFFIC TO ADJACENT 213-6 q AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERTIES IS MAINTAINED. 0PROPERLY SLOPED AT EACH END. c The backfilling and associated embankment construction shall be The contractor shall exercise all due caution when working in the u completed within 14 working days after the curing period has expired vicinity of pipelines carrying combustible or toxic materials which are 12. FULL LANE CLOSURE WILL NOT BE ALLOWED, EXCEPT AS INDICATED IT IS CONSTRUCTIONRECOGO PROGRESS,THAT ATHE VARIOUS ACTIVITIES ARISERELSEED TO Zpresent on this project. Pipeline location shown on theplans re re- SPECIFICALLY IN PLANS. ONE LANE WILL BE OPEN AT ALL TIMES. THIS WORK WILL CERTAIN SITUATIONS MAY WHICH for culvert extension. P Ie P P WILL PRECLUDE ADHERING TO THE ORIGINAL CONSTRUCTION u, sents the best information available at the time of plan preparation. IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL SEQUENCE OR WHICH WOULD READILY LEND THEMSELVES TO MORE rq Y The immediate embankment shall be placed to provide 8:1 slopes EFFICIENT STAGING OPERATIONS. SHOULD THE CONTRACTOR DESIRE E away from the culvert top. 09-21-99 262-3 13. TYPE "A" LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON 1 TO DEVIATE FROM THE ORIGINAL PLAN, A WRITTEN ALTERNATIVE a BEFORE YOU DIG: ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. PLAN SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR 221-3 APPROVAL. IOWA 1-CALL# 1-800-292-8989 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR f Estimated quantity for new concrete pavement includes all integral FENCING TO PROTECT PEDESTRIANS. ALL SIDEWALK CLOSURES SHALL BE A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REQUIRED. a curb, all street returns and special areas of repairs to connecting APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE 1 THE SCHEDULE SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO r` PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. I SPECIFIED STARTING DATE OR AT THE PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE STARTING DATE !v 03-26-04 IOWA CITY 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT AND THE AMOUNT OF COMPLETION, IN PERCENT OF THE CONTRACT r_ 221-4 Contractor shall provide Certified Plant Inspection far SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCATION TO AMOUNT, THE CONTRACTOR EXPECTS TO COMPLETE IN EACH 10 c, In order to avoid any unnecessary surface breaks or premature Portland Cement Concrete and HMA paving, per IDOT Specifications. BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE DAY WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE CV spoiling, the contractor is cautioned to exercise extreme care when RESPECTIVE OWNERS. ASSURANCE OF FINAL COMPLETION OF THE SCHEDULE OF THE '- performinganyof the necessarysow cuttingoperations for the ! CONTROLLING OPERATION DURING EACH STAGE OR PHASE OF WORK N P 03-26-04 IOWA CITY 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING FOR THE ENGINEERS INFORMATION AND PREVIEW. THE a, proposed pavement removal. Contractor may use the Maturity Method of testing NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, CONTRACTOR MAY REVISE THIS CONCEPT WHEN CONDITIONS - - - - - to determine the strength of Portland Cement Concrete AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE WARRANT A CHANGE AND FORWARD TO THE ENGINEER FOR 0 222-2 paving, per IDOT Standard Specifications. PROPERTY OWNER. REVIEW. To obtain the correct form grades at low points where intakes are - 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON C' located, the contractor must exercise extreme care when paving RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE full width pavements. This may require pouring one half of the pave- 03 26-04 IOWA CITY CORRIDOR, AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. ment at a time or other methods approved by the engineer. The contractor is required to exercise all necessary .. , caution in construction operations directly adjacent to 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED cc 232-5 the project and utilize methods of construction to TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD. THEY SHALL NOT BE To prevent damage to the surrounding buildings. The CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE fl The contractor shall not disturb desirable grass areas and desirable PROJECT. contractor is responsible for pre- and post- w a trees outside the construction limits. The contractor will not be construction damage surveys for properties directly - I-- 19. THE BID ITEM "TRAFFIC CONTROL" SHALL INCLUDE THE COST OF ALL TRAFFIC 0 permitted to park or service vehicles and equipment or use these adjacent to theproject includingevaluatin and o areas for storage of materials. Storage, parking and service area(s) g CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE Z documenting any damages. Any damages as a result WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID -i will be subject to the approval of the resident engineer. of construction activities shall be corrected at the ITEMS. aZ cc -, contractor's expense. 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE W > IOWA CITY ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES z a The City of Iowa City shall be responsible for the TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN w 6 construction staking. ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. 0 V — F., City File No. PS-3Xx DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2017 PROJECT SHEET NO. A.03 POLLUTION PREVENTION PLAN • • All contractor's subcontractors shall conduct their operations in a manner that 4.Inspection and Maintenance minimizes erosion and prevents sediments from leaving the project site.The prime The contractor is required to maintain alt temporary erosion control measures in proper working ori Orficiu cleaning,repairing, replacing throughoutfollowing �L.1 r.--.-'. "•,_. n, 3. Paints, Solvents and Clearing Solvents contractor shall be responsible for compliance and implementation of the pollution p g,or re lain them the contract period. The inspection and mainland 2 I I'i i t . •Excess paints and solvents shall not be discharged into the storm sewer system. The contractor prevention plan(PPP)and local ordinances for their entire contract practices will be used to maintain erosion and sediment controls and stabilization measures. shall refer to the manufacture's instructions and federal regulations on the proper disposal n...-•, _ techniques. 1.Inspection and Maintenance Procedures • - 4. Concrete Wastes This responsibility shall be further shared with subcontractors whose work is a A. All control measures will be inspected at least once every seven(7)calendar days and fdlowirg dry_• _ - - .Concrete trucks will be allowed to washout or discharge excess concrete in specifically source of potential pollution as defined in the PPP. storm event of 0.5•or greater. . . , ;; designated areas which will be required to minimize contact between the concrete and B. All measures will be maintained in good working order. If a repair is necessary,it will be initiated within storm water discharge from the site. 24 hours of the report. •The hardened product form the concrete washout areas will be disposed of as other 1. Site Description C.Any built up sediment will be removed from silt fence when it has reached one-half the fence. non-hazardous waste materials or may be broken up and used on the site for other appropriate This Pollution Prevention Plan(PPP)is for the construction of the Asphalt Resurfacing Project 2017 in Iowa D. Silt fence and silt socks will be inspected for depth of sediment,tear,etc.,to see of the fabric is securely uses. attached to the fence posts,and to see that the fence are securely fastened in the ground. 5. Solid and Construction Wastes City,Iowa. Construction activities includes HMA overlay paving and crack and sealing. E. Site shall be inspected daily(preferablyat days end)and swept if necessary.Y eP •All trash and construction debris shall be deposited in a dumpster that will be emptied as F. Temporary and permanent seeding and planting will be inspected for bare spots,washouts,and healthy necessary. No construction waste material will be buried on site. The cum stern must bein This PPP covers approximately 0.50 acres with an estimated 0.50 acres being disturbed. P put growth. a location where the contact with storm water discharge is minimized. G.A maintenance inspection report will be made after each inspection and recorded on the Inspection form 6. SanitaryWastes Refer to the project plans for locations of typical slopes,ditch grades,and major structural and non-structural provided by the engineer. •Aportable restroom facility shall be located onsite at all times unless an approved equal is controls.A copy of these plans will be on file at the project engineers office.Runoff from this project will flowh PP H. The contractor will be responsible for selecting a"qualified"Inspector to conduct the Inspections. allowed. Wastes shall be collected and disposed of in a complete compliance with local,state into various storm sewers,ditches,streams and drainage tile systems that flow into the Iowa River. Po P P "Qualified"is defined as a person knowledgeable in the principles and practices of erosion and and federal regulations. Thls facility shall be located in an area where contact with storm water 2. Controls sediment controls who possesses the skills to assess conditions at the construction sire that could discharge is minimal. impact storm water quality and to assess the effectiveness of any sediment and erosion control 7. Rural Agricultural Activities The Contractor/subcontractor shall be responsible for implementation and management control measures for 9 the following erosion and storm water management control measures that are specific to this site. measures selected to control the quality of storm water discharges from the construction activity. •Runoff form agricultural land use can potentially contain chemicals including herbicides, pesticides,fungicides and fertilizers. This work shall be done in accordance with Section 2270 of The City of Iowa City Specifications and Section 2. Materials Management Plan Site sources of pollution generated as a result of this work related to silts and sediment which may be A. Spill Prevention and Response Procedures 2602 of the Iowa D.O.T.Standard Specification.If the work involved is not applicable to any contract Items,the P Pce work shall be paid for according to Article 1109,03 paragraph B,of the Iowa Department of Transportation transported as a result of aa storm event. However,this SWPPP provides conveyance for other beyond the The contractor Is responsible for training all personnel in the proper handling and cleanup of spilled materials. Standards and Specifications. related)operations. These other operations have storm water runoff,the regulation of which is beyond the No spilled hazardous materials or wastes will be allowed to come into contact with storm water discharges. If control of this SWPPP contact does occur,the storm water discharge will be contained onsite until appropriate measures in 1. Permanent Stabilization Practicescompliance with all federal,state,and local regulations are followed to dispose of the hazardous substance. A.Permanent seeding and planting of all unpaved areas by seeding shall be completed after final A.The following is a list of materials or substance expected to be present onsite during construction. The following practices will be followed for spill prevention and cleanup: 1. Concrete 1. In addition to thegood housekeeping and material management practices discussed in the previous grading is complete.Seed shall be sown at only times of the year when temperature,moisture and cep 9 2. Detergents sections of theplan,the followingpractices will be done to minimize the potential for hazardous material climate conditions will promote the germination and plant growth. 3. Paints B. Preserve vegetation in areas not needed for construction. spill and to reduce the risk of the spill coming in contact with storm water. 4. Tar •Manufacturer's recommended methods for spill cleanup will be dearly posted and site personnel 2. Temporary Stabilization Practices 5. Soil Stabilization Additives will be trained regarding these procedures and the location of the information and deanup A.The use of silt fence,temporary seeding,mulching,sodding and diversion dikes to help control 8. Fertilizers supplies. 7. Petroleum Based Additives •Materials and Equipment for III control,containment and cleanupwill be provided sediment and erosion. If construction activity is not planned to occur in a disturbed area for at least 21necessary P 8. Cleaning Solvents on sire in a material storagearea. Equipment and materials will include but not be limited to days,the areas shall be stabilized with temporary seeding or mulching no later than 14 days form the 9 Woad last construction activity. 10. Solids and Construction brooms,dust pans,mops,rags,gloves,goggles,kitty litter,sand,sawdust,and plastic and metal B. Mulching exposed areas. trash containers. C.Filter socks shall be used for protection of inlets and used as ditch checks along temporary and 11. Wastes permanent drainage ditches. 12 Pestlaster es 2. In event of a spill the following procedures will be followed: D. At areas where runoff can move offsite,silt fence shall be placed along the perimeter of areas to be 13. Plaster •All spills will be cleaned up Immediately after discovery. distributed prior to beginning grading,excavation or clearing and grubbing operation. 14. Asphalt •The spill area will be kept well ventilated and personnel will wear appropriated protective clothing 15. Antifreeze Coolant 16. Gasoline/Diesel Fuels/Kerosene to prevent injury with the hazardous substance. p 3. Sequence of Implementation stabilization practices •Spill of toxic or hazardous material will be reported to the appropriate state or local governmental c 17. Hydraulic oil fluids agency and to the project manager and engineer,regardless of the size of spill. Spills A.ConsWd temporary construction exits/entrances and designate staging area. 9 Y 1 9 ng P PI s of V B. Install perimeter silt fencing and temporary sediment basins. 18. Glue Adhesive amounts that exceed reportable quantities of certain substance specifically mentioned in federal t,, C.Begin clearing and grubbing operations. These operations should only take place in those areas 19. Curing Compounds regulations must be immediately reported to the EPA and any other governmental agencies. w where earthwork is expected to take place within 21 days of completion. 20. Waste from construction equipment washing •If the spill exceeds a reportable quantity,the SWPPP must be modified within 14 days after the ..-- ✓ spill and a written description D. Site grading shall begin. Contractor will be responsible for temporarily stabilizing an area that will not B. Material Management Practices: The following is a list of material management practices that will be be disrupted for at least 21 days no later than 14 days from the last construction activity. •of events must be included. The modification shall Include:a description of the release;the date E used onsite to minimize the risk of spills or other accidental exposure of materials and substances to of the release;and a E. Installation of underground utilities. Inlet/outlet protection at all locations specified in the plan shall be P installed. storm water runoff. •explanation of why the spill happened;a description of procedure to prevent future spills and/or v 1. Good Housekeeping release from happening;and a iFinalize p F. avement subgrade preparation. i •An effort will be made to store onsite only enough products required to complete the job. •description of responseprocedures should a spill or release occur again. G.Construct all curb and gutter,inlets and manholes as specified in the plans. P Po •All materials stored onsite will be kept in a neat,orderly manner and in their appropriate •The site superintendent will be responsible for the day-to-day siteoperations and will be the spill H. Remove inlet preparation around all inlet and manhole structures and carry out final paving Pan Pon Y- Y n operations. containers. If possible products shall be kept under a roof or other enclosure. prevention cleanup to •Material will be kept in their original th containers withe originals manufacture's label. •coordinator. He or she will designate at least three other sire personnel who will receive spill I. Prepare final backfill,grading,and seeding operations. 6d •Substances will not be mixed with one another unless recommended by the manufacture. and cleanuptraining. Z IN J. Once all paving and permanent stabilization of the side is established,remove sill fencing and other preventionsJQ ^u • temporary stabilization. •Whenever possible,all of a product will be used up before disposing of the container. •These Individuals will each become responsible for a particular phase of prevention and cleanup. •Manufacture's recommendations •for proper use and disposal will be followed. r-iC ••The job site superintendent will be responsible for daily inspection to ensure proper use antl The names of these CL V. 3. Other Control disposal of materials. •individuals will be posted in the material storage area and in the office trailer. Z Po 6. • Non-Stone Discharge N 1. Hazardous Products The is a list of non-storm water discharges allowed by tlhe Iowa De artment of Natural Resources and rca O Contractor disposal of unused construction materials and constriction material shall comply with applicable followingP y •Products will be kept in their original containers with the original manufacture's label. federal,state and local regulations. In the event of a conflict with other governmental laws rules and occur occur at the jab site under the condition that no pollutants will be allowed to came into contract with the water prior to or rn •The original labels and material safety data will be kept for each of the materials as they after its dischargedfrom the site. LU regulations„the more •restrictive laws,rules or regulations shall apply. During the course of construction,itis contain important product information. ✓ possible that situations will arise where unknown materials will be encountered. When such situations arise, •Disposal of anyexcessproduct will be done in a manner that follows all manufacture's W the ill be handled according to all federal,state and local regulations in effect at the time. The following is a list po 1.Water from the fire fighting activities and fire hydrants flushings. g of other control measures that contractor/subcontractor shall be responsible for implementingmethods for proper disposal. 2.Water used to clean vehicles, CC 3.Portable water sources Including water main flushings,irrigation drainage and routine building wash downs excluding c C. Product Specific Practices:The following is a list of potential sources of pollution and specific practices to Z •u 1. Off-site vehicle tracking detergents. ,s reduce pollutants discharge from materials or sources expected to be present onsite during construction. O .t A.The contractor shall reduce vehicle tracking of sediments offsite. The paved streets adjacent to the 4.Air conditioning condensation. ct construction site shall be inspected daily and cleaned as necessary to remove only excess mud,cut 5.Foundation or footing drains where flows have been exposed to solvents m or rock tracked from the site. 1. Petroleum Storage Tanks 6.Pavement wash waters where spill or leaks or hazardous material has not occurred. rz •All onsite vehicles shall be inspected and monitored for leaks and receive preventative J .. B. Street sweeper shall be available to clean streets as needed at inspector's discretion. maintenance to reduce the change of leakage. m C. Dump trucks hauling material form the sire shall be properly covered with tarpaulin. An initial Storm Water Pollution Prevention Plan(SWPPP)will be provided to the contractor at the start of c construction. O r •Steps will be taken by the contractor to eliminate contaminates from storage tanks from A copyof thisplan is available for review duringnormal business hours. This Isprovided as a reference onlyand is CL D. Inspections and Maintenance Procedures. entering ground soil. Any petroleum storage tanks kept onsite will be located with an plan not Intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall CC Impervious surface between the tank and the ground. W-- 1 2. Fertilizers be solely responsible for. o d bthe It•Fertilizers shall be applied in minimal amounts as recommended manufacture1.The implementation,administration,and monitoring of the initial plan. shall be worked into the soli as to minimize the contact with storm water discharge. 2.Marking modifications to the initial plan as needed 2 3.Compliance with all NPDES or storm water discharge statutes,rules,regulations,or ordinance applicable to the site. CC O a Cf) 0 G City File No, PS-3xx z Lel DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2017 PROJECT SHEET NO. A.04 STREET OVERLAY LOCATION OVERLAY WIDTH Ol Driveway radius (R): Residential: 10 foot minimum, 15 foot maximum. Commercial LOCATION STATION TO STATION ® (FT) and industrial: As specified in the r1 L. contract documents. SHERIDAN AVE 00+12 26+05 24 0 Transition the curb height to 0 inches at end of toper/radius or at the front edge © © urb Drop curb MARKET ST 00+41 07+75 30 ^" 'ry '' of sidewalk. Do not extend raised curb height: 0" to 2" t 1 FEBIEB 1 1( II across sidewalk. 1.1.111141,411.- - BENTON ST 00+11 14+89 24 03 Pavement thickness. Residential: 6 inches r '-' -^'' minimum. Commercial and industrial: 7 GREENWOOD DR 00+16 08+34 24 . , �.• _._ N inches minimum. ®Sidewal Drivewa 18" 112".1 0 ® Sidewalk thickness through driveway to match thickness of driveway. ® Center reinforcing bar vertically in the TYPICAL SECTION pavement. © Match thickness of adjacent roadway, 8 inches minimum. O Provide 'E' joint at back of curb unless 0 'B' joint is specified. ® For alleys, invert the pavement crown 2% 3" HMA MILL AND OVERLAY toward center of alley. 1.5" BASE - HIGH TRAFFIC (HT) MIX 1.5" SURFACE - HIGH TAFFIC (HT) MIX p r Mb . aper, —SLOPE VARIES SLOPE VARIES- - ,\ ly 476, B' jointI . of ed ..... .. O��Je� spec\`\ '�'. . . . . . . . . . . . s 0 <0 o 'E' joint �, 0 or E . \ joint Q All PCC PAVEMENT (THICKNESS VARIES 6-7") EXISTING HMA ` 2 ROCK OR EARTH SUBBASE (VARIES) C' joint e'. i Back of cur. Q Refer to C, , coAd Detail A S-0" min O CONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD Bock of cur. - c 5' 0" max. o c i Y _ DETAIL A F TYPICAL SECTION: STREET OVERLAY LOCATIONS — TYPE A WITH FLARES D properly/- , is a \a�r 'B' join. r c`�' (4 z' Qec\`\ea . \ 1,p rsi05 'E' joint o D, or .E. 44.0" - 1# r jointO App.. 4.410 ---------...'''''' t'J#5x36" r reinforcing o bar 03 C join e' / ll--1" "F rn oQ t1 CO 0 R Refer t. �wi � O 1 etail B400111' -- P cc Dock of curb Q W : of cur. L O N - _ _ ' TYPE A WITH RADII DETAIL B 0 J 0 a CONCRETE DRIVEWAY, TYPE A a ••C E City File No. PS-3)0( vi DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2017 PROJECT SHEET NO. B.01 ESTIMATED QUANTITIES loo-IC MODIFIED "-", t , g�" 1 L C 1 St Clements Street Scott Park Taft Avenue Gilbert StCt. Market Greenwood Benton Sheridan ITEM ITEM UNIT2 c o v - NO. Tiry W o p R TOTAL QUANTITIES t U V V U U U) /t 0 V) 1 CLEAN&PREPARATION OF BASE MILE 0.14 0.16 0.27 0.49 1.06 2 HMA SURFACE PATCH TON 16.8 73.7 13.5 49.8 153.89 3 PAVEMENT MILLING,3" SY 2578.8 2260.4 4140.3 7633.2 16,612.76 4 PAVEMENT MILLING,FULL DEPTH SY 589.6 0.0 300.0 962.1 1,851.67 5 HMA HIGH TRAFFIC(HT),SURFACE,1/2",NO FRICTION TON 231.36 202.80 371.47 684.84 1,490.48 6 HMA HIGH TRAFFIC(I-TT),BASE,1/2" TON 447.04 165.93 303.93 980.94 1,897.83 7 ASPHALT REMOVAL,DRIVEWAY AND APRON SY 0.00 166.67 666.67 766.67 1,600.00 8 HMA PATCH,8" SY 198.9 452.1 321.00 1463.00 2,435.01 9 COVER AGGREGATE TON 10.00 108.87 220.00 35 373.87 10 BINDER BITUMEN GAL 200.0 2177.3 4400.0 850 7,627.33 11 SURFACE PRIME GAL 0.0 108.9 220 20 348.87 12 ASPHALT PATCHING"COLD MIX' TON 50.00 33 50 75 207.66 13 WATER VALVE ADJUSTMENT,MINOR EA 0.0 2.0 3.0 4.0 9.00 14 WATER VALVE ADJUSTMENT,MAJOR EA 0.0 2.0 0,0 0.0 2.00 16 MANHOLE ADJUSTMENT,BOXOUT EA 1 0 2 2 5.00 16 REMOVE STORM INTAKE EA 0 0 0 3 3.00 17 REMOVE STORM SEWER PIPE,6-12" LF 0 0 0 82 82.00 18 STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 0 0 0 45 45.00 19 STORM SEWER STRUCTURE,SW-401 EA 0 0 0 1 1 20 STORM INTAKE,SW-542,WITH EXTENSION EA o 0 0 1 1 21 STORM INTAKE,SW-545,WITH EXTENSION EA 0 0 0 1 1 22 INTAKE TOP REPLACEMENT EA 0 0 1 0 1 23 RMVL OF PCC SIDEWALK SY 73.0 160.0 37.4 711.8 982.12 24 RMVL OF CURB&GUTTER LF 201.0 160.0 295.6 1588.6 2,245.20 26 STANDARD CURB+GUTTER,PCC,2.0' LF 201.0 160.0 295.6 1588.6 2,245.20 26 SIDEWALK,PCC,4" SY 612 125.1 28.5 1042.5 1,257.24 Z co 27 SIDEWALK,PCC,6" SY 61.1 36.7 14.4 458.3 570.45 0 ni 28 SIDEWALK CURB,PCC LF 0.0 0.0 20.0 0.0 20.00 ~ z 29 REMOVAL OF SIDEWALK RETAINING WALL,PCC LF 0.0 10.0 0.0 0.0 10.00 30 SIDEWALK RETAINING WALL,PCC LF 0.0 20.0 0.0 0.0 20.00cc Y 31 DETECTABLE WARNING PANEL,CAST IRON SF 100.0 60.0 32.0 750.0 942.00 OW a 32 ALLEY APRON REMOVAL AND REPLACEMENT,PCC,7" SY 0.0 0.0 0.0 50.0 50.00 Z 33 PORTLAND CEMENT CONCRETE(PCC)PATCH,8" SY 128.9 113.0 207.0 153.0 601.98 Q 34 CLASS A ROADSTONE SURFACING,3/4" TON 50 100 50 50 0 0 0 0 250.00 W P.: 35 MODIFIED SUBBASE TON 58 0 30 99 187.07 Z 36 PAVEMENT MARKINGS,WATERBRNE/SLVNT STA 22.42 0 25.62 5.1 53.14 W P.0 0r ci 37 PAINTED SYMBOL+LEGEND,WATERBRNE/SLVNT EA 7 0 0 0 7.00 O "" 38 TRAFFIC CONTROL LS Z 0 39 FLAGGER 0.25 0.25 0.25 0.25 1 Q DAY 45 45 45 180 315.00 en rsin 40 HYDROSEEDING LS 0.25 0.25 0.25 0,25 1 Z .--141 MOBILIZATION LS 025 0.25 0.25 0.25 1 O N P. 3 v D 'i m V Q al F- c 'iS C1) W N I- ce Z I Q I3 W Y City File No. PS-3)o< v, DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2017 PROJECT SHEET NO. C.01 COi — — IU) \ 2 co__' 1 IL- . L . urf..e .. a Q II D REPLACE WITH 25'RADIUS J MI 1014 - ,. III 41, li _....,........_....... L I _ a 0+00 1+00 2+00 3+00 ®4+00 I s0 f I I I I I -I I SHERIDAN AVE asphalt _ .'• surface — a— / 1 48:itet. .4 ----------1-1 1 i I : Ai iiii\ ------- �' �• - CO 1011 1019 1027 a� asphalt Ati ND • It 4 4- V o Z w N . NP-=-1 0 30 REPLACE CURB RAMPS WITH 5'x 5'COMMON PANEL&2'x 5' c ADA TILE(TYP.) NIfV O 651-- §-O 1120 1122 1126 1130 1204 1210 j 3 oUMW — EMIR■ ■• •••• MANHOLE■■••�■•ADJUSTMENT(BY OTHERS) _' 1111 = / _/� ' N 5+00 6+00 7+00 8+00 9+C 0 I f I I I I I I I I v �a VALVE ADJUSTMENT(TYP.) SHERIDAN AVE r s \ suace [ _,__ _,•_._....i111�111.. ®M■ r, .n -- cc 1111 ei 1115 a I asphalt ' � 1211°� ; E . surface I— = n L_ > It Z W I 1 _ g o C/) 0 g 0. I- O 0 s z City File No. PA-3XX ,.: „, DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017I JOHNSON COUNTY 1 ASPHALT OVERLAY 2017 PROJECT SHEET NO. D.01 i _ \ 1 i , --... L-- I MANHOLE ADJUSTMENT(BY OTHERS) ;� # ' 1 al l ,/ 1,228 It01 1 r� 2u 17 FEB 21 P ,ti 2: -; �G 20 1229 > asphalt II + a surface 11—L1. 1 : i__l 174. 1 1111111.1101. \__i' \ i . MI 10+00 11+00 12+00 13+00 I I I I I I I A I I Aa A SHERIDAN AVE Irk WA 11111ffiriM asphalt .1.,, surface I-- : 1■■■■■LI•9'��� Alr111■ i \, (' ..I.. — —_ ■■M■ V1fr Dasphalt a.� 1221 �, ¢ 1227 1231 Zsurface 801-03 �w +1Q Q I. ql Y W ' Q fi I I 10 < 0 0 C N V w QE 030 a p i I L !. o CO 01 N m co n Z ti o y N I asphalt m N1 1 i surface . ® I . . Mill MEN i ( 'o al o i I is t "4+00 15+00 1:+00 17+00 18+00 0 I I I I I I I I I-- .,!F ra SHERIDAN AVE If o concrete ® /� m /�\ surface J .110:ew Ali , - i / .a.T7r asphalt _atJ E c ilk' 0 • surface WATER VALVE AD-2 Merdla _Emma_ N 31111111.,/ ) JUSTMENT 2 Q _ sr w il ® 800-802 ® / Cl) (.9 Z >- 0 L cc > 1w a D O a z _ City File No. PA-3)0( N DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY 2017 PROJECT SHEET NO. D.02 CO I !• I— oI . R r-,-.9 O MI1 z I ■ t Ct FEBi LLI asphal REPLACE WITH 20'RADIUS I• supfacle — 2017 B `2 1 PM2: j 1 1 ! °surface 1924 j a . 7502 1510 �, �� , n. . — 11 l 1 _,,,,By A ifEW 19+00 ® 20-00 21+00 22+00 23+d I I O I I I I I I SHERIDAN AVE ( c..o.,. 11\ / 1ill - iii -- ►'s I(A \. t W • n a. SEE SHEET M.01 FOR STORM A asphalt SEWER REPLACEMENT PLAN 1 1 Isurface _ -4 e asphalt ■ surface IN c I c° r \v l.9 Z w P- 1-1 ' " 0 30 a I I 1 — 'IQ '^ O VJ W o REMOVE EXISTING TILE AND _ mTREET INTAKE AT INTERSECTION Ir �y cO I < 111 W t• .p _ ZV 0 II U1 CO1k Irli a I. ul � — ` I . all 73 - 111 111 di 111 ISM 1 i 1 _ L---1-a-.l--tel_, \TA 0 di 0 Vii in r 23+061 24+00 25+00 26+0i 26+A In I I I I I I I I W I — . SHERIDAN AVEal ¢ o Y cc ' - - I 111 Q �\ W No z I _ 1 : NNREPLACECURBADGUTTER v \ W �� WITH A 20'R(ALL QUADRANTS OF 1 g Q DEARBORN ST INTERSECTION 1 ` cc j a II I 0 ‘$---- City File No. PA-3)0( W DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY2017 PROJECT SHEET NO. D.03 \_ - 51 z 2 r1 -; V 0 co 2C1 7 FLB 21 Psi 2: I r ® pcc asphaltMARKET ST 3+00 4+00 0+00 surface surface 1+00 2+00 I I 1 I 1 ® I I I 1 WTK --- MANHOLE ADJUSTMENT BY OTHERS --J D4 i -- n INT, �- 1 L 13° i 23 SHEET SCALE PIII N 0 30 I 1- 213 26 z 164 _z J 1 I 1U l C / , , _ ii I 1 gs+oo 7+00 8+00 MARKET ST 5+00 I 1 I I 1 I { f I 1 asphalt asphalt 2i- surface V surface co 5. F— W e t _.— 3 5 W .g >O a City File No. PA-3XX s 6 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET NO. D.04 VI I Lr /ifi i i' r' ... ......... –_. —._ ........- COORDINATE WITI-WOWA CITY — WASTEWATER DIVISION Q IY ' m -' Am"1' • I U pcc f r r ace asphalt +� 4 S i i ‘ surf surface _r q_ r IT y/ro17:1 1 R, 0+00 00 1+00 2+00 0 00 4+6W I Ao N I I I I BENTON ST D4 I, 747 733 725 1 1 i SHEET SCALE N 0 30 _� 611 I 612 04 5+00 6+00 7+00 . 8+00 9+0( I I I I I BENTON ST i I— cn z v z W o m a q f c[ a W N O 6 s City File No. PA-3XX 6 w DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET NO. D.05 > /06 51 L__ 0 Q lra � �2 61 2 60 60 I / _.._._ -- -----._ _.... ---_.- ❑INTK W ----_ -_ J 1 2U FI • FEB 21 PM 2 , r surface\ C} / ❑INTK -- TY 11_-::-..:'; 9+00 10+00 O 11+00 12+00 13+00 I I I I I BENTON ST asphalt _ � , I surface L Wasphalt surface 805r" ct 25 523 515 ---- W / \ , 5 / J 0. naC l_I J t, Z w fV Ea SHEET SCALE N 0 30 N O N I` o I ?0 I- 0) " 3 512 506 452 446 442 w 336 r— 402 Q - I I I U Y __ m —_9-{NTKf.; .. 13+00 14+00 150 15+36 _ I e I I I cua' BENTON ST mare 0- 43-43 ....__ __ cn c - Z .t \ \ asphalt .,,,, Q tea surface _ • - ! Z ut asphalt -- W — W surface I 03 t3 .. L _____ _....- ....0 ...... ___.. .. C — \ \ c) 5�5 805 z 8 a q05 403 -,„,,,, I a .., o _____ �! = o Q City File No. PA-3XX w DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCAL YEAR 2017 I JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET N0. D.06 cA GPR O % t yAI o 21 _ - "E ".4 2� �� + 3+00 c r c?_r_-n .i' A ..f.o. iteil-` 1 Oy 0 .00 1+00 2+00 % ,,f!,F r0 GREENWOOD DR S' REMOVE AND REPLACE SIDEWALK V , WALL AS NEEDED. FIELD VERIFY WITH -� CITY PRIOR TO REMOVAL. O O Jr 0 SHEET SCALE 0 30 1 ii/111 J ill -,- -_- Iii 08 P. mexa 5+00 ® 6+00 MINIMIIIIIINViunr. 7+00 S .� 8+00 rte il cc> ��pp GREENWOOD DR_� B+gC0404044.17 o s�,�l0 __ s aspha 1 r —�� C -- 1�__- surface l' f — ---_,___________________ W A / — 0 0 Z g j } a City File No. PA-3XX N DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET N0. D.07 TYPE III BARRICADE TYPE III BARRICADE TYPE III BARRICADE ROAD CLOSED DETOUR BENTON ROAD ROAD CLOSED BENTON STREET CLOSED ROAD CLOSEDSTREET AVENUE AT GREENWOOD DRIVE AHEAD DETOUR AHEAD TO LAOCALILLER TRAFFI ONLY DETOUR LOCAL TRAFFIC ONLY ,sTHRU TRAFFIC, R11-4 W20-2 M4-9 W20-2 R11-4 R11-4 36 x 36 36 x 36 2717 FEES 21 P`+" : . 0 0 3A o 0 CI) T` f:a - z OOO e i • 1011010-''. p'r ` _ 4,f' '+Cu �� '-� f,` [g"� i'ti • l� eF t _ G�L�' • y' �r r. I. I i-, - '. Cil .1 M �r i..C tay�.� .�.. ���� - e. ..1 I t K t+ t 1 r�-� -,• , r ,, .. (Dip 4,c), ,, .. • , •-; . ..,..4iiiii_s„. o 0 o Y ;f . . . ,. • .,.., .... • .•.• • . ,::. '',4-i. ,. ..,'k,r4,-,,, ': , - - • • 4 • _ ;gid,,iso - .: _.. ;y: I BENTON STREET -t C--) O O O m cn - -; M1 BENTON STREET • I I ;; + b�i 1 ' r, • WORK ZONE rn m - k- o Z ~ m K (DJ •••... .a•••.',..!_f ,... la ,..,.. --F1 it .1..y-, ,., . I E' ... — y 1 r f � A -' _./.,Fri �•r , . ,i ! J:Ma �1 t'I�M=ysa may.,t;w�. ZZ.. •r .:,e � ^.'..k'." • � • _ 7�J"� . / _. A, -e:"...isi,ttSt„. ' • . - ''.4 i . 4-8414a.- ----. , .. •VV I ti II. Y i • •VI s,. ," 1 ! i t) :J. I it ��l A,'iy, - .. "..-.0- 1 :.I+ J -I ` ,..:,;• L\ ..;;•:„ • \ ? - .—_..- .._i -,� - . -...., �+a-..+..� T ry.,17:11...., / e• ••' ''' .A,4'''%,'`',..4',*4.;:' / ' . ''' ' Ilinly -• - %,), ... . j. 14' Y0 ' f JP / a . ^ �. Sl " ,� ,, _ n',ar^F.oa0 • v % QS �r i- Z y ' � j-�''iT `5 � , .:�.: ` ..7A / _,„"tri ✓:. u'F"% 1 t•t'�. 1 •^Y- - FW— t . \ '� YAM "•' `•/ ''y`' rSY O cCr W 0 w W w NOTES : BENTON STREET f— CC 1. TRAFFIC AND ACESS SHALL BE NED FOR BUSINESSES z AND RESIDENTS WITH PRIMARY CCESIS WITHIN WORK ZONE DETOUR ROUTE O F- Z W m City File No. PA-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET NO. J.01 I I J k I a F rs R rLr1n.l I I l 6sm i „ -r ,� ■ 111 11 all FE�3 2 p 2: _ 1 n \ asphalt � surface 0+00 w ott. 1+00 2+00 ®+00 4+0 II BENTON ST \Iv , , 7 , I _ ) / r+ r "} 733 72 SHEET SCALE `o N PAVEMENT MARKINGS — BENT' ON v 0 30 ()DOUBLE CENTERLINE (YELLOW), 4" 19.00 0 BEGIN DOUBLE YELLOW NO PASSING. z ()BROKEN CENTERLINE (YELLOW), 4' 1.52 STA.00+10.84 i E 3OCROSSWAU< UNE (WHITE) 4.00 ..1-• ' ®STOP UNE (WHITE), 24' 1.10 V c TOTAL STA. (BASED ON 4" EQUIV) 25.62 n r-1 V N n ri O N n r1 N W 61 1 I 15 C/1 ?' 3L, 0 co z 0 5+00 6+00 7+00 8+009+0( z Lu �' —I I - — m V BENTON ST u) cc Z m7Y n Q Q'' w a Q n 0_ 0 G City File No. PA-3XX E DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET NO. K.01 51 6 706 � � 12 \___---) 0 0 Q # •. r.. ..�, 5 612 6 0 6 + �. ... ❑i NTK W © 2017 FEB 2 I P 2: ' FL— sure 0 tNTK J' CIT r: - C'T V , asphalt t '° 13+00 9+00 10+00 ® 11+00 surfac12+00 I - I I BENTON ST M ..pha aspnatt W91RIM!� - 5 523 515 Spy Lct U 1 52 / 1111 0 v PAVEMENT MARKINGS — BENTON z ()DOUBLE DOUBLE CENTERLINE (YELLOW), 4' 19.00 ESHEET SCALE ®BROKEN CENTERLJNE (YELLOW), 4• 1.52 Z' N 3®CROSSWALK UNE (WHITE) 4.00 0 30 ®STOP UNE (WHITE), 24' 1.10 a o TOTAL STA. (BASED ON 4' EQUIV) 25.62 1,4v N N v-1 NO 512 506 111 462 ® 446 qq2 UJ 336 / 402 W i c`.-1 I i ---9iNTK_________// . \\<„,......_ c • /-1A X14+00 150 15+36 a. 13+00335 = �_ I I �~, - Z Lel ...BENTON ST s�tare o —. —._ W 2 1 ----�ANII>< / co -,p __. I asphalt 't surface tx3 cr) K — asphalt _. Z _- W surface Y .2 > r cc 5 —. 805 z SpA 405 403 z 1 I m&` \ L 5Oal I a . _ › City File No. PA-3XX E DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET NO. K.02 F– i'4Ji u) 1— 30 zSTART WHITE LANE LINE 20 0 STA.00+40.45 O 2 I1 if".r , U ,C MARKET ST n,'. . No 4+00 .. NMI 2+00 3+00 .� 0+00 1+00 I I I 1 F-— - mo myt ... my 4- ..r. « t << 0 IVTK _..-.. -- 1;4v pec asphalt surface surface \ — 7 -- -_ INST• 'GAPOSSWALK BARS, 2'x 6'BARS WITH 2' INTK 13� \ ______ X23 END WHITE LANE LINE STA.01+60.84 c 0 c m Y W SHEET SCALE PAVEMENT MARKINGS — MARKET SYMBOLS — MARKET O1 CHANNEUZING UNE (WHITE), 8' 2.26 ARROW SYMBOLS 4 >, N pMIIIII 0 30 O2 BROKEN LANEUNE (WHITE), 4' 1.98 SHARROW SYMBOLS 3 3°CROSSWALK UNE (WHITE) 23.28 I r1 N ro v, TOTAL STA. (BASED ON 4' EQUIV) 27.52 TOTAL SYMBOLS 70 N O N 213 26 p 10 rg, Oa f- Y �__I ir U 5 _ — 1 IPPY c MI m NM —7 t U 7+00 misphalt 8+0Qphalt MARKET ST Y g5+00 1 'J I I �_ =urface I ,U facer Ics, rx << 0 Y a Q Z o `--5 lyl -- C III I 1 f a I I I i u ' City File No. PA-3XX w DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2017 JOHNSON COUNTY ASPHALT OVERLAY PROJECT 2017 SHEET NO. K.03 vi iI �5021424 F FED A J REMOVE EXISTING INTAKE rill FEB2 , P1{ n. + 111 W EXISTING POLE TO REMAIN GU CITY �'+i r-... Q tJ i £ l� , :1 7 rtilxt+l 1 ' Y tn',F+n NEW SW-S41 -EL SG RIM ELEVATION 678.26 FL(S)=675.29 r EXISTING 12"VCP TO REAMIN I / \ -- SW_ �i� NEW 401 ` RIM ELEV.=678.26 s.••. FL(VV)=674.97(12"DIP 10'WEST) ^� FL(E)=675.07 \ ---M1 ® ---- - \ NEW 15"RCP 11 o C © 22LF @ 1.0% NEW 15"RCP W �23LF@0.5% CN E 1 © 20'0 a f o0O 10 EXISTING 12"VCP TO d6 BE REMOVED SHERIDAN AVE WV 3 _, IW/I / S > bi- 1 O SGN ,���f�1,; - et v REMOVE EXISTING INTAKE a I. t :( i_ _ .__ ___ _ \ _ ttii lat9- S (1' SGN _ NEW SW-541 n- RIM/GUT=678.48 z FL(N)=675.52(15"RCP) H a OC 813 w OM 814 0 F., City File No. PA-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA I FISCAL YEAR 2017 r JOHNSON COUNTY ASPHALT OVERLAY 2017 PROJECT SHEET NO. M.01 S:\ENG\CAD\PAV-STRM\2017 Asphalt Resurfacing\W01-02.dwg,2/17/2017 3:02:55 PM,\\citypmt2\ENG-Canon 0 m • L, �': ••,...41‘, r' am /b�'�• � ti � i� r' ' +,iY° �c ,yyz l.. .'., y --I . i 4 2. V,,,.. ,-,..-,,' :",-, - 'Ac: . ,,,-4 dit• n S& - -07- 4'oki , ''l- ,•;;;.. ..-.,-f-- - ..1 PRAIRIE DU CHIEN RD - • 16 A • 1i '� r,. 1(261- .. , .. . M „ � 1(�. tT m • y4 y t--"3 --I yp -_..I m C.D y.. :., - iC-, a :<I— 11 1 — ,-• C•J ) • Fh,+ ` *7 ). I • Y•f • • ,, , �_ rte ' lel '.--.rii•" ` J 2, rte, r_ up...41e -. /r 11137 '%1 O at MAIDEN LN <+r .� r 0% ♦•. - ' W '� s; lam .` • 44e. r� .� ' ra • 1. jl,rjm _> 1,. P 1tz � . - .o , O cn - �+T t. , 1 I..8'.W#"lR1 .4^1,413 ..F` ,ia W."4:•4r '1 - .;``l1/'. i .Y1 ' L, ..JM ."t 41`n.✓ I.. d /1.•.' r • �� l • t., _. . . _ ,. . ., _ ..,, Z 1, -7? a ' � t. _ S GILBERT CT f � 1:_ u� `' I, , ' j ". .., r it ' •„ .. f '!i!,:--.": ,< ';;�inr�. " n I °' '1" ,z1A., • y ,A r + IF tib^ • tt • ' it 7 J. Mki` .. tl ,k 1-i , .ST _ 7 . "~ 'Y., s".��.�!1•�S,,4... 'iL yf t'I, = S VAN BUREN ST , 4 � • f.: fl 1 7' D 0) r � 1 C 4. IA S :41 •Irjpy/s _ Z __ . X k 7iY --.. .. - `� - IV . ��-4 . r„43 '- + i , •. i'', .% 1ems. - r 0 O { �,.,47�/ . ! : • ey4t ,r' I-it- -0 ----Trz-.40.-v.---':-7 1../..#,....,:„. ',. __1 L.0-' r — •---- . ... ‘1 A- -.. .- - I.. ' ' 4 ' ..6 i f • ,,, , , , 7:) n /r�-� ' }d•L y. r ,, 7....,,1*..,,-'-.."' FYI r t �' 7-7 p- ! ., m • t' ,� t3SAI'Xr .` —•� til. fl �-` .3. - � s . .� n t r;- i i 'Ii., T `� „ TAFT AVENUE i q 11 O Z I h, g• �� . , Z VIII O * u a , oCP w 0 0 CHIP SEAL PLAN 3e (3) Prepared by:Dave Panos, Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5145 RESOLUTION NO. 17-53 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 7, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ASPHALT RESURFACING 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 Pavement Rehabilitation account# S3824. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. 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 7r" day of March at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 21st day of February , 2017. M OR \\ `\ Approved by ATTEST: �. . a . .... .a. ... DE PY CITY CLERK City Attorney's Office,,g,t7 S:\ENG\PNAResoluticns\Project Resolutions\Setting Public Heanng\Asphalt Resurfacing 2015\Set Public Hearing Project-Asphalt Resurfacing 2015 floc Resolution No. 17-53 Page 2 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton q... .A6\ .. , poi JN3iedia PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Iowa City, Iowa,the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit"A"and made part of this affidavit,was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0001951653 2/27/17 02/27/17 $32.57 Copy of Advertisement Exhibit"A" ra IS Subscribed and swor / me by said affiant this 1th day of March 2017 Cirtiv_____ Notary Public in and for State of Iowa or s, ANDREA HOUGHTON a A� 2- COMMISSION NO. 753956 • 4igli * COMMISSION EXPIRES tow. 2m ZDI • . NOTICE OF PUBLIC HEARING a1%� ON PLANS SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ASPHALT RESURFACING 2017 PROJECT IN THE CITY OF IOWA CITY JOWA TO ALL TAXPAXERS OF THE CITYATO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa CityIowa, will con-duct a public 'hearing on plans, specifications, form of contract and estimated cost for the construction of the Asphalt Resurfacing 2017 Project in said city at 7:00 p.m. on the 7th day of March, 2017 said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in.the City Hall ;in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans specifications, contract or the cost of making said improvement. This notice isven by order of the City Council of the City of Iowa City, Iowa and as provided bylaw. J JLIE VOPARILRK DEPUTY CITY 9. s Prepared by:Dave Panos,Public Works,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 RESOLUTION NO. 17-72 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ASPHALT RESURFACING 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 Pavement Rehabilitation'account# S3824. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to 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 Hall, before 2:30 p.m. on the 29th 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 4th day of April, 2017, or at a special meeting called for that purpose. Passed and approved this 7th day of March , 20 17 . Er MA OR � // Appr ved by ATTEST;-2 L<-c- 1-)--1-7--LL�f %i Gtit.c, l fie,` DEPUTY CITYLIFRK City Attorney's Office,/ ,X19 pwengvmasters\res appp&s.doc 2/17 V 1 Resolution No. 17-72 Page 2 It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton Ag..,,,,411 IOWA LEAGUE Qf CITI ES 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 - Asphalt Resurfacing 2017 Classified ID: 102486 A printed copy of which is attached and made part of this certificate,provided on 03/09/2017 to be posted on the Iowa League of Cities' interne site on the following date: March 9 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/9/2017 C64.,•%. VV .—76t-tdr Alan Kemp, Executive Director Post 3/9 NOTICE TO BIDDERS ASPHALT RESURFACING 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29TH 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 4th day of April, 2017, or at special meeting called for that purpose. The Project will involve pavement milling and resurfacing, and ADA curb ramp replacement along Benton Street, Market Street, and Sheridan Street in Iowa City. This work will include the following estimated quantities: 3,387 tons of asphalt cement concrete, 16,613 sq. yards of pavement milling, 2,245 feet of pcc curb and gutter replacement, 1,827 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement, installation of 2 intakes and 1 storm manhole, installation of 45 feet of storm sewer piping. The Project will also include street sealcoat work along St Clemens Street, Scott Park, Taft Avenue, and Gilbert St. Ct. in Iowa City. This work will include the following estimated quantities: 3,877 GAL. of chip sealing binder, 179 tons of chip seal cover aggregate, traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, 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 hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Phase 1: Street Milling and Overlay(Benton Street, Market Street,Sheridan Avenue) Early Start: May 15,2017--(Market Street Only) Early Start:June 19,2017--(Benton Street, Sheridan Avenue) Late Start:June 19,2017--All Locations Completion Deadline:August 11,2017 Liquidated Damages: $500 per day Phase 2: Chipseal Surfacing Early start:July 1,2017 Completion Deadline:August 31,2017 Liquidated Damages:$500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of 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. 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. JULIE VOPARIL, DEPUTY CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Friday, March 10, 2017 4:38 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 3.10.17 Notice To Bidders 1-2.pdf; 3.10.17 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 Parking Garage Maintenance Program 2017 City Of Iowa City Asphalt Resurfacing 2017 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): March 10, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CA.4_4 KA March 10,2017 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 IF Project Information Follow us on Social Medial i Facebook krwas tirsi and only con '. ehenrve a:n construction Md date carendsrr IowaBidDate.com 1 RECEIVED Post 3/9 MAR 0 9 2017 NOTICE TO BIDDERS ASPHALT RESURFACING 2017 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29TH 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 41h day of April, 2017, or at special meeting called for that purpose. The Project will involve pavement milling and resurfacing, and ADA curb ramp replacement along Benton Street, Market Street, and Sheridan Street in Iowa City. This work will include the following estimated quantities: 3,387 tons of asphalt cement concrete, 16,613 sq. yards of pavement milling, 2,245 feet of pcc curb and gutter replacement, 1,827 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement, installation of 2 intakes and 1 storm manhole, installation of 45 feet of storm sewer piping. The Project will also include street sealcoat work along St Clemens Street, Scott Park, Taft Avenue, and Gilbert St. Ct. in Iowa City. This work will include the following estimated quantities: 3,877 GAL. of chip sealing binder, 179 tons of chip seal cover aggregate, traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, 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 hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two(2) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Phase 1: Street Milling and Overlay(Benton Street, Market Street, Sheridan Avenue) Early Start May 15,2017--(Market Street Only) Early Start: June 19,2017--(Benton Street, Sheridan Avenue) Late Start:June 19,2017--All Locations Completion Deadline:August 11,2017 Liquidated Damages:$500 per day Phase 2:Chipseal Surfacing Early start July 1,2017 Completion Deadline:August 31,2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of 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 ' � I 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. JULIE VOPARIL, DEPUTY CITY CLERK • ) ( ,, Prepared by:Dave Panos, Public Works,410 E.Washington St., Iowa City,IA 52240(319)356-5145 RESOLUTION NO. 17-90 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE ASPHALT RESURFACING 2017 PROJECT. WHEREAS, L.L. Pelling Company of North Liberty, Iowa has submitted the lowest responsible bid of$1,257,212.78 for construction of the above-named project; and WHEREAS, funds for this project are available in the Pavement Rehabilitation Fund account # S3824; 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: 1. The contract for the construction of the above-named project is hereby awarded to L.L. Pelling Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 4th day of April , 2017. M OR Approved by ATTEST: dkAr (57.5: 1 ceD 3 a 5 - CITY CLERK City Attorney's Office It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton r FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and L.L. Pelting Company ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract Documents dated the 17th day of February, 2017, for the Asphalt Resurfacing 2017 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$1,257,212.78, 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- 0, 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 Contractor's Completed Assurance of Contract Compliance Program (Anti- Discrimination Requirements), attached hereto; j. Completed Form of Proposal; and AG-0 k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: n � $Amnt: ea 0(wit 4 TrnacFCCoA4roL I L5 t, nM_ Co,&CO- m4KuuelS C,on�rucL•o,- 1 LSA 3O4r5 3�,415� m An� � No- II Ls 3fl1 Co 39,71 (7 C, tisk. c 55`on I Ls '110.000 IID, 0Op°° 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this ?I " day of f- pr / , 20 Ii. City Contractor 1.. n. C o ,`-\+ By ptcrosuaaw (Title) Lice `Cce, AckeU,ic Mayor ATTEST: ATTEST: gtk 2S4A1 - c - (Title) y (Company Official) Approved By: C(t K Azie-- .wni7/ *-feel,. City Attorney's Office c/h9/,9 AG-1 dC�k� Prepared by:Dave Panos, Public Works,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 Resolution No. 18-57 Resolution accepting the work for the Asphalt Resurfacing 2017 Project Whereas, the Engineering Division has recommended that the work for construction of the Asphalt Resurfacing 2017 Project, as included in a contract between the City of Iowa City and LL Pelling Company of North Liberty, dated April 4, 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 in the Pavement Rehabilitation Fund #S3824; and Whereas, the final contract price is $1,193,064.87. 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 6th day of March , 2018 �t Ma r AApp roved by Attest: i ,/ / Ci Clerk City Attorney's Office It was moved by Taylor and seconded by Salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Botchway X _ Cole x Mims x Salih x Taylor x Thomas x Throgmorton