Loading...
HomeMy WebLinkAboutASPHALT RESURFACING/2008ASPHALT RESURFACING/ 2008 ,..,Q S .,L .. ~ L r~ _ ... _ ~ ~-~ ~ ~ cal-{- -_~~u r~a c ~~ rl ~ ~~~ _~ pmt ~ o~ a ~~" ~P2- O 0 ; .: '~`~~so ~u.'~"i or O b - O ~ S ~-~-~ ~ v~ q C~ ~ia. ~ ~ i c '~'~Q[iY'r nQ an +`i~ r~ ,.;on ~lar,s~ :~~o~~~ 1 p c ! ~ Sp~.Gr~~trc.-trOHS ~ ~+orm oT ~Or-~~T s ~rm~'~- ~ COS cnns-l~1-~ o-.` ~ -~ ~. ~2 ~w ~ -~ s~,a~-~ ~~Su.r ~r yt4 :.. hec~r~ nc~,. ~ c~ i~rec.~--,r,o~.. C-;-1•~ F,~c~,,~r -~ P[c.c~ 5~..;d ~ Its ~~b\~ ~~~-',.,.~ N off-; ~~ .,. Ad,,tr.~~s~rne,~- ~a~ B;d.s a~~ APe - a `~ .. ; ~2so 1~--~; ova, ~ ~ ~ l ~/ ~r-ov -n~ P (tins, ~~c~ -1^~ c~i.-I!-~ ~~,5, -~ur--n . , ; ~~' co n-~-rac~- ~ ~e s~ ~ ,rna~ ~ ~ os -~ -~ -~ ~-~.e. Co ~ s ~-r~ c. ~-; v'-~ ...C7'r T~h~2 ~DO ~ '~F-{S ~J ~ r~. ~ - f - ~e 5 rcr -F- C>: L.r yt~ ~r ~~ 2~ J e ~-~.#~ 1. S ~ . n~ .:G~rrw~ n~ o-(_ b, ~ S .Cur; ~ y ~ acCA mpa»,r ~~~ i ~ ; c~ ~ c~ ,r'--e,c~c:-~ ~ nc~ .,;C~~~ Cl~~u-- ~ ~~b~rs~r c~V~,r~-5err~~rC~- ~Or .~tc~s ~ +~k-11U .. -~--~ ~,,e c~~.~ P ~ac~ -~o r r~e«r ~-~- c~-E' ~ ids . ~`6 "~p~-off.:: y'~'ac~ ... -Acl vev~-~-~Ser,ne~-~' ~or ~~~ ~S - 'P,r~~~ o-~ I~~~ol ; cc~.-~-; ~-- 3-J ~N- ~~' ..: ~,eSol..~-~-~, a,-L ~g-- 1?3 t«.uaYd ~ ~ Cor~~aCE' ~ C~ r,~~~or~~ z ~ „~ ~~e .: MA~OV' ~Cv S r ~ h Cc n~ ~ `i ~~, `l2 r' ~ ~~ ~TC~S~ a CUfI'tK CLc 1~ 7 vl' ... co n$ ~-r ~~ i o-n v-~ tic a6'v g --~ s (~ ~ a ~f ~~ s u v-~ c ; ,~ ~ ~r ~~ ~e c.-~'- -~ S P~'~t-~- ~~~ ~ ~~~~ ~P~~ ~ o~ ~ ~"D rrn fit' ~ C~ ~2~2r'12~ f ~i~~?pS~c. ~ ! ~ v~ ~DrrrtGl~t,C.~ ~ r ~~ 1 ~~ rrta ,- D ~ ~-escl u.-~-~ ems. O 9 - ~ ~v ~ Ci.~.~~ ~ n q '~~i1t. ~Y`~ ~~ -~.. a~ 8 y . fJ ~.. _ ~~~~ ~.P~ -2 r~', !~~ 5~ Ci ~ ,r;. ~ _~ r,~ ~ CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2008 ASPHALT RESURFACING PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Daniel R. Scott, P.E. Civil Engineer Iowa Reg. No. 14048 DATE: 3~/0~ My license renewal date is December 31, 2008. ~, :. _.._ TABLE OF CONTENTS Z0~?~ Ki= ~ -? ~~-~~ !~~ 5 ~ t Pag -~lumb~r~-~ ~'~ TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ................................................................................ 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 GENERAL CONDITIONS ........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS ........................................................................................................ R-1 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 02510 Hot Mix Asphalt Paving, Bituminous Seat Coat & Milling .... 02510-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02900 Landscaping ........................................................................ 02900-1 APPENDIX .............................................................................................................. AP-1 ~ , _. ~ _. 9 ~._. ADVERTISEMENT FOR BIDS 2008 ASPHALT RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 10:30 A.M. on the 20th day of May, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3`d day of June, 2008, or at a special meeting called for that purpose. The Project will involve the following: 2,600 tons of asphalt cement concrete, 16,000 sq. yards of pavement milling, 1330 feet of PCC curb and gutter replacement, 50,500 sq. yards of chip sealing and related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, which have 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 accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained -for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred a (" ,1''a I~~~~`r~~'~ ~~~1~ l; rl~ v AF-1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Liquidated Damages (all Divisions): $400/day Division # 1: Iowa City Streets -Asphalt Overlay Early Start Date: June 9, 2008 Late Start Date: July 7, 2008 Working Days: 30 Division # 2: Streets -Chip Seal Early Start Date: June 9, 2008 Late Start Date: June 23, 2008 Working Days: 10 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the City Engineer of Iowa City, Iowa, by bona fide bidders. A $20 non-refundable 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 the TREASURER OF THE CITY OF IOWA CITY, IOWA. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- t-- I , ~-- , :.. _ , c~~!~ ~%'~ ~ ~ i I~~ 5 `~ r, .~ ~ ~ ~~ ~,1_~_, ,, . ~~ r,,-=~; ^~t ~~ r,r', AF-2 quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ?pn^ R`='~ t5d E~~ 58 .4 ~~ I~~ ~ f.- _„ _~, ,,, ~';~~ ~ _;-,z~ AF-3 NOTE TO BIDDERS ~. Ol'J F.f Y`.~ 11 .r. f~i11 ~~~ W '~ The successful bidder and all subcontractors are required to submit at least 4 ay~~p,rigr,to. \ ~~; award three references involving similar projects, including at least 3~,~~~aa,,--~~~~~, rryu ~i~l'-,~~,~ reference. Award of the bid or use of specific subcontractors may be den~'ed 'if s'a'~~c~er~fi favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL 2008 ASPHALT RESURFACING PROJECT ~~ ! j_ ~~' ``` CITY OF IOWA CITY NOTICE TO BIDDERS: r PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDE~~~t<dr,T~1~';B~1~ VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center 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. --------------------------------------------------------------------------------------------------------------------------------- ESTIMATED ITEM DESCRIPTION UNIT QUANTITY Division 1 -Streets for Asphalt Overlay 1. HMA 300K Intermediate TON 1,197 Course'h" Mix 2. HMA 300K Surface TON 1,417 Course'/z" Mix 3. Mobilization LS 1 4. Asphalt Removal 5. Manhole Adjustment 6. Remove and Replace Curb and Gutter 7. Pavement Milling 8. P.C. Concrete Repair UNIT EXTENDED PRICE AMOUNT $ $ SY 600 EA 19 LF 1335 SY 16,014 SY 75 FP-1 ESTIMATED UNIT ~~ ~ °--- ~~~~XTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE ~ AMOUNT "k'~' 9. HMA Repair SY 50 10. Pavement Marking (tape) STA 13.10 ~-'" ' ~ ` ~ '' 11. Cleaning and Preparation of Base MILES 1.08 12. Traffic Control LS 1 13. Flaggers DAYS 52 $280.00 $14,560.00 Subtotal $ Division 2 -Streets for Chip Seal 14. Mobilization LS 1 15. Cover Aggregate TON 771 16. Binder Bitumen GAL 15,176 16. Primer, MC-70 GAL 110 17. Asphalt Patch "Cold Mix" TON 200 Subtotal $ TOTAL EXTENDED AMOUNT = $ 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: ~~! i ~' i' °~ ~_~~ ~ __ _{i3~ NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND as Principal, and d ' ~ ~ `~_ "_,~,' as Surety declare that we are held and are firmly bound unto the City of Iowa Cit~r,4lowa, ~~~7 phi ti --~ ~.. ,. hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum a's;~Ihereir.~'_i~;-;i'~, provided. We as Principal and Surety further promise and declare that these obligatiorss~rrall ~i~,~ our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the 2008 Asphalt Resurfacing 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 Witness A. D. , 20_. Witness Principal By Surety By _ Attach Power-of-Attorney day of (Seal) (Title) (Seal) (Attorney-in-fact) BB-1 FORM OF AGREEMENT _.~ .,... THIS AGREEMENT is made and entered into by and between the City of Iowa c~ty~ ,lo~~,. , ("City„) and ("Contr~~Qr~~;~ ~- ~ ~s r ~J~ ;~ ~, Whereas the City has prepared certain plans, specifications, proposal and bid doc:umerlts. ~. ,~ ~/ dated ,for the 2008 As halt Resurtacin Pro~ect 4 ' ~ ~~~ ~ `I ~ ' ~ ~~~~~~~~ p 9 1 C~J~ebt')~ dnd Whereas, said plans, specifications, proposal and bid .documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and 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 approved by City, together with quantities, unit AG-1 prices, and extended dollar amounts, are as follows (or shown on an attachment): r "'t m __ -<i ~ ~~._ ; ~~ d~~" ~DCP ~, _ ~ ~, ~ ~~: c:. (y; j:+ J u ., 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 City Mayor ATTEST: Contractor By (Title) ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND i--- t ? ~-.,.. r ~, ~ ~ ~ I ;-Mai.-,' (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Sur~t~y~~ ;. ,; : , . _.1 E ~~.i~.°"~i ~ as Surety, ~fi~f~~af'~al~;~~(~f the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ,entered into a (date) written Agreement with Owner for the 2008 Asphalt Resurfacing Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Daniel R. Scott, P.E., Project Engineer for the City of Iowa City, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 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~ofE ~ 'T_ ._..~ ~ ;; r _ the Contract Price," as used in this paragraph, shall mean the total amount "~ `-'~ ~ry~., payable by Owner to Contractor under the Agreement, together with any~adde`rr€ia ? Fay 1U~ 4 `, and/or amendments thereto, less the amount properly paid by Ow~r~ t~o - Contractor. ~ _'i j 'y , ;-~ ,,,,j~ 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: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 f~.~i' I I ~... _. .. _, ~ ~ ~ ... ~ r-., ~~' I i 4''vf ~ 4 I it ~'~.: ~ i.~ Contract Compliance Program CITY OFIOWA CITY ~~ SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires ther~n to;ensure that applicants seeking employment with them and their employees are treated equal +~~ho~~ r~'~q ~, race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disat~t~;`maYfi!i~l'st~ttas," ~ and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC-1 SECTION II -ASSURANCE OF COMPLIANCE `~~' ` '~^ ~ ~ l ~..... '._. .~ The following sets forth the minimum requirements of a satisfactory Equal Employment Oppot~r~ity-Prc~ raXn, which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF TI#rsStC`r~b~N l~~r ~~~~ "~' ~~ THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. _ With respect to the performance of this contract, the contractor, consultant or vendor agrr~s'f~41b1irs,,.; ~~,;~~, (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et se9.) 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 The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? ,.. ~-- -. The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT ~~C~RTh~NITIES COMPANY POLICY ~rtr,~ ~ ~ _ ~ j ~ a .~ ~- 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, di~~ri~inht~'~f~~ policy to all potential sources of employees and to your subcontractors asking their coop~`~`p~. rt~~`~io~i~+~.,,tement 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. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~ .,, .~~ 1 I ~ __ L_; i 7 ~~ i r ~_.:.®~~ ~ui~ ~ .wr®~~~ -~a.as__ ~O City of ~~ ~` Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; I ntlmldatlon 2-3-1: EMPLOYMENT; EXCEPTIONS: A. it shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to othervvise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-t -, , , ~_ , 1L... 1; ~t i Y I 1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, obJectionable or not- solicited for employment of membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: Y. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- Iowa city asp CC-6 2-3-f ~- ~~ ~ _' 2-3-1 ar;~,~ spective employee a test for the press u, % ~ ~ ~-''2.,;~1~~~ ~pyer or employment agency t ; ence of the antibody to the human . which ch rsses to offer employment or immunodeficiency virus. An agree- t_; ;' r ~a~ivs~tise for employment to only the ment between an employer, employ#(`~~f"~;,,,,~ ~~-~~ d~~.t?hed~ or elderly. Any such employ- ~ `- ment agency, labor organization or offer of employment shad not ~ne~i~Y lxt their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tai status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. {Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficiency virus to other persons in a those certain instances where sex is a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educa#ional facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 897 Iowa City CC-7 bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS ..sli; i^~ ~ s; i E ~) 7 .,. - Division 11, General Re uirements and Covenants of the Iowa De artmentrc~f ,'i,`ra~rrs~ rte G p ; `, ~~ , ~ i~,,'H "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements ,_., ., _ L- ~ ~ ~ ~ ,- ~~ _~_ ~ , E ~;; ~. y 4 r, ~ i 1 ~' ' ~'' f' ,~1, ,~.~~J These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. _',~ -. _. A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION ;. `'- -..~_ .. Before commencing work, the Contractor shall submit to the City for apprb~la# ~~ ~ ~ ~. fry (e ; 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 insurar>`ce' ~ _; company and agent must accompany the certificate. The liability limits re¢}~b~~, ;^ I , ~' ~ "},~~,,, 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: ape of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. "Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SC-2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form;,~i,~t~ilit~ irtsur~~e coverage. If Contractor can only provide "claims-made" insurance `t'~~~a `e, 41ien~ t ~` ~ ~ Contractor must comply with the following requirements: , -.,_ js'~ a. If the Contractor changes insurance carriers, or if Cont ' 'ar'~s'~~~p~si~rain~~~~.h coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 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 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 SC-3 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 b~rhir~self,or herself or by any Subcontractor or by anyone directly or indirectly employed key-~ith~er. of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. _ ~' _, S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, SC-4 marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. 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. =, =: _-~; _~.:: _ __ , ... ___- -.. ~ ~_; .... ,_ . , r - .. -' ~. SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: 2008 Asphalt Resurfacing Project TYPE OF WORK: Asphalt Paving DATE OF LETTING: May 20, 2008 A resident bidder shall be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 3/08 data on citynUEng/MasterSpecs/frontend.doc R-1 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: 1. Hot Mix Asphalt Paving, milling, bituminous seal coat and associated work. 2. Remove and replace Portland Cement Concrete curb and gutters. 3. Adjust manholes. 4. Furnish and install tape pavement markings. 5. Provide traffic control during all phases of the project. 4/08 OIOIO.doc r _. a ~: ~_-~ 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL I.OI 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 PA YMENT.• 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 r = r PART 3 -EXECUTION : ;- 3.01 PROCEDURE: .~ ~' A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-I 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an 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 PROP.OSAL), 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 backfi I I. 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 anc~~~d~ebris aft adjacent driveways, streets, sidewalks and private property, when mud and debris is`~deposited;there as a result of any construction activity. The cost of clean up shall be incidental. __ 4. , _ .~.~_ - .~.:.._ ;.- , 01025-2 - B. BID ITEM DESCRIPTIONS 1, 2, HMA 300K'/z" Mix The unit price (tons) for these items shall constitute full payment for all labor, materials, and equipment for construction of the base, intermediate and surface course. Adjusting structures in the pavement shall be incidental to these items unless specifically listed as a bid item. Tack coat, asphalt binder and quality control management shall be incidental to these items. 3, 14, Mobilization The lump sum price for this item 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. 4. Asphalt Removal The unit price for this item (square yards) shall constitute full payment for all labor, material, and equipment for removal and disposal of existing asphalt removed at intersections to tie into existing street grades or other miscellaneous areas. Sawing of asphalt shall be incidental to this item. Asphalt removal by milling will not be included in this item. 5. Manhole Adjustment The unit price for this item (each) shall constitute full payment for all labor, material, including concrete, and equipment to adjust the manhole to the final surface elevation and reconstruct a P.C. concrete base. No extra compensation shall be allowed for any additional work on the upper portions of the manhole to bring the castings to final grade. New castings to replace the old will be provided by the City to be installed by the Contractor where deemed necessary by the F.,ngineer. 6. Remove & Replace Curb & Gutter 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 extends up to 24 inches from the back of curb. Removal and..r~placement beyond 24 inches from the back of curb shall be paid for as Portland cerment cone"rete repair. Saw cutting, backfilling, landscaping as per section 02900 and clean-u:~_shall be Eonsidered ~, incidental to this item. 7. Pavement Milling The unit price for this item (square yards) shall constitute full payment ~or,all labor, material, and equipment to remove by milling and dispose of the entire depth of asphalt do~~ to a clean existing street, PCC or brick surface. Asphalt millings will remain the property of~Ire City and shall be delivered by the contractor to a site designated by the City. Temporary asphalt fillets are incidental to this item. 8. Portland Cement Concrete Repair 'The unit price for this item (square yards) shall constitute full payment for all labor, material, and equipment to saw cut, remove, and dispose of concrete and any unsuitable subbase, replace and compact aggregate subbase, and replace P.C. Concrete to the level and thickness 01025-3 of abutting concrete using M-3 mix or M Mix with calcium chloride as specified. Doweling will be required as per Iowa DOT Standard Road Plan RH-50 and RH-51, which can be found in the appendix of these specifications. Temporary asphalt fillets are incidental to this item. 9. HMA Repair The unit price for this item (square yards) shall constitute full payment for all labor, material, and equipment to remove and dispose of hot mix asphalt or brick, and any unsuitable subbase, replace and compact aggregate subbase, and replace HMA Concrete to the level and thickness of the asphalt base or brick with base. Sawing asphalt and tack shall be incidental to this item. 10. Pavement Markings (tape). The unit prices for these items will be paid based on the number of stations installed based on a 4-inch width and the number of symbols placed. Work includes prep work, layout, supply and placement of tape and protection during cure. Layout must be approved by the Engineer. Preformed Polymer Marking Material shall be prequalified as a polymer tape in accordance with Materials I.M. 483.06. 1 1. Cleaning & Preparation of Base The unit price for this item (miles-full width) shall constitute full payment for all labor, material, and equipment to clean and prepare the base for the full width of the pavement in accordance with IDOT Standard Specifications Section 2212.04A. The City's street sweeping crew and equipment will be available to aid the Contractor with the sweeping operation prior to cleaning each street, on a one-time basis only. 12. Traffic Control The lump sum price for this item 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. 13. Flaggers The Engineer will count the number of days each flagger was used. `-~ _; For flaggers to be counted: a. "The flaggers must be needed and used as part of pre-planned woxk That is started that day and is intended to proceed for major part of the day. If used less than-four hours, the flagger will be counted as a half-day. ;~' b. Other flaggers must be needed and used for at least one hour dur~ig the dad, perhaps intermittently, and this must be the primary duty of that employee. If usecr'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. 15. Cover Aggregate 01025-4 The unit price (tons) for this item shall constitute fiill payment for ali labor, material, and equipment for placement of the 3/8 inch cover aggregate (gradation 21) as per CD01' Standard Specification Section 2307. 16. Binder Bitumen The unit price for this item (gallons) shall constitute fiull payment for all labor, material and equipment necessary to apply MC-3000 binder as per IDOT Standard Specification Section 2307. 17. Primer, MC-70 The unit price for this item (gallons) slu~ll constitute full p~j~'n~~~~nt for all labor, material and equipment necessary to apply MC-70 Primer as per 1D0~1~ St~~ndard Specification Section 2 07. 18. nsphalt Patching "Cold Mix" The unit price for this item (tons) shall constitute frill 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. 'Chic item shall include all labor, materials and equipment necessary for removal of all existing loose or unsuitable materials and tack coat installation. 04/08 01025.doc 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTfI LS: A. 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. B. 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 CONSTR UC"PION: A. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF' WORK: A. Saturdays will not be counted as working days. Liquidated Damages $400/day for all divisions. Division # 1: Iowa City Streets for Asphalt Overlay Early Start Date: June 9, 2008 t~-~y , Late Start Date: July 7, ?008 _- _ Working Days: 30 Division #~ 3: Streets for Chip Seal Early Start Date: June 9, ?008 - ,: ;_ Late Start Date:.lune 23, 2008 =-~' Working Days: 30 z--_ t...~ 01310-1 B. 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. C. 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. D. Restoration activities such as pave-nent replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES: A. It is anticipated that many utility conflicts will occur-which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be . issued. No street may be closed without the Engineer's approval and said notification. 04/08 01310 doc `..J 1 _'_ '. " _..... _. r- _-_ a::: 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1-GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of "Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," Millennium Edition, December 2000. 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 at least 4 days in advance of starting work. PART 2 -PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the [DOT Standard Specifications. ~-_ :_:__> B. All construction fence shall be new and securely fastened to approved post5~~nd inst2la~d as directed by the Engineer. - '' -- ~_ ... • 2.02 EQUIPMENT.• - > - A. Portable generators may not be used to power traffic control devices wtthjrw~300.feet of„~~ residential dwellings, including apartments, between the hours of 10:00 p.m,, and 7:OQa.m. =~, _ ~. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [.DOT Standard Specifications: Division 1 1. General Requirements and Covenants. Section 1 107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 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 uwst be removed. 3.03 MAINTENANCE OP I%ACILITIES: A. The Contractor shall monitor the condition o1~ tr:(Iic control and construction facilities at all times, including non-worl: 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 EXCA i~ATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL I1AC/LL1'LES: A. All signs, barricades and fences within and bc~~~,,~~_I the project area deemed appropriate by the Engineer shall he the responsibility ofthe C~~i-'.rnc?~;r. B. Traffic Control on streets in the project as loll~~~~,~;~: 1. Valley Dr, Lucas St, Summit St, Union I~r, friendship St, F,Imridge Ave and Crestview Ave. Maintain traffic in both directions at all tinics with the use of one lane signs and flaggers as per [DOT Standard Road Plans "l~C-213 or TC-214. 2. Dubuque Street. Maintain enc lane ~>[~ trafTic at all tin~cs ~~~ ;~~r IOOT Standard Road Plans TC-418 and "I'C-419. 3. All Chip Seal Strcels. Maintain a~ least one lane of traffic (in each direction) at all times as per IDOT Standard Road Plans "1'C-213 or "hC-21 ~l. 04/03 01570_doc ~..:> u _ ~~~ _, ' h> ..~~ ~_~ _.', ,' _.p ..,... -__.i-.1 . _ ' ._ ___. ' ~ -_ .. ., . I ~ r /-- J'' t-.~ 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. IDO"l~ Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 -PRODUCTS 2.01 MA TERIAI S: A. Granular backtill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. -..... u_., 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 c nform ~tth the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 251 1. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION.• A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non-working and non-active periods. _~. -? _' C. Site Access Measures ' `~ ' - 1. Pedestrian access to homes and businesses shall be mainta~~d- at ~.ll~tim~s:=~~ Temporary gravel surfaces shall be provided as directed by the Ex~~i~eer. - . _:. --- _ ._ ~' ~~~ 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at aContractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals 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 confonr~ to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 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. 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. L 02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: l . As per [DOT Supplemental Specification 01014, section 04 Quality Control Program. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. t; ;, Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. - Section 4127. Type A Aggregate for I-Iot Mix Asphalt. .=_ - Section 4137. Asphalt Binder. :--- ~:.. __ PART 3 -EXECUTION ~~ "' ~:.a 02510-1 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the >DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: A. Division 1 -Iowa City Streets -Asphalt Overlay NAMF. L[MITS Valley Dr. Hwy 6 to Newton Rd Crestview Ave. Upland Av. to Court St. ~ Elmridge Ave. Court St. to Crestview Ave. `~ ~' ~ Dubuque St. I-80 south of bridge _ - Union Dr. Hollywood Blvd. to California Ave. __ ' Lucas St. College St. to Iowa Ave. =-'. - Summit St. Burlington St. to College St. Friendship St. Court St. to Arbor Dr. - _ - 02510-2 3.05 3.06 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave.. 1. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts an existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 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. l . "hype B aggregates shall be used in base mixtures. 2. "I~ype A aggregates shall be used in intermediate and surface mixtures. ~~; -_-'. , -,__ B. Gradation. .; 1. A '/-inch mix shall be used on all streets and all divisions of this project. --` 3.08 ADJUSTINGSTRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full-depth grinding. The leveling course will be placed over the structure. "l~he material over the casting will be removed and the casting will be adjusted to '/~" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting 02510-3 or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 70-28 on Jefferson Street. B. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.10 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full-depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHAL T PLACEMENT A. Lifts Division 1 - A 1'/z" depth intermediate course followed by a 1'/z" depth surface course. 2. Division 2 -Base course depth varies between 2"- 3" followed by a varying surface course of 2"- 3". 3. Division 4 - In the widening areas, a 3" and 2" depth base course followed by a 2"' depth surface course. B. Compaction Class 1 B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACF, TREATMENT WORK: ~, .r A. Work shall conform to Standard Specification Section 2307 unless speci~ied~~other'vv~se in this gg g shall be MC-30b0. document. Cover a re ate shall be '/R" Gradation 21. Bituminous matenal,, _ . Primer shall be MC-70. ==' r ., 3.14 STREETS TO BE SEAL COATED: - :.~ ~..__ Division 3 -Iowa City Streets -Chip Seal - `~,' 02510-4 NAME DESCRIPTION Width (ft) Length (ft) Area (s ) Sycamore St. Napoleon St. Patch areas with cold mix and single chip seal. Patch areas with cold mix and single chip seal. 24 22 5600 2450 14,935 6000 St. Clemens St. Double chip seal. 18 366 732 Hebl Ave. (Landfill Entrance.) Patch areas with cold mix and single chip seal. 25 2635 73 ] 9 South WWTP Entrance Rd patch areas with cold mix and single chip seal. 22 3960 9680 Soccer Park Access Rd. Patch areas with cold mix and single chip seal. 24 3250 8667 Taft Ave. Patch areas with cold mix and single chip seal. 22 500 1220 420`h St. Patch areas with cold mix and single chip seal. 23 790 2019 3.15 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Deparhment of "Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall he determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness incentive payment. 02510-5 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART1-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. [DOT Standard Specifications. 1.03 QUALITYASSIIRANCE: 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: ___ _, C~ _ G 1. Compressive Strength Tests. - _ _ ~_ - ~~ _..e_..__ 2. Entrained Air. -_.;,--. ,~~, ~~ . ; ' - _ __,__.I -r 3. Slump. ~ . ; T~ __ - -_ ;' . ~._ 4. Density Tests of Base and Subgrade. --`' 1-°~~ r`.; 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. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. ~~,T Section 2111. Granular Subbase. <-_' :v. ,~~.; -" ._. - .. 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 PA VEMENT.• 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. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 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 shared\engineer\specs-ii\02520.doc 1 c_ r ----~ ;'- ;'.,.~ _....::._ i...,_.. _.. __. 02520-3 SECTION 02585 PAVEMENT MARKING PART 1 -GENERAL 1.01 SUMMARY.• A. This work shall consist of furnishing and installing permanent tape pavement markings. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 -PRODUCTS 2.01 MATERIALS: A. Profiled Pavement Marking Tape for HMA Surfaces 1. Pavement marking tape shall be 3M Stamark 380 Pavement Marking Tape. PART 3 -EXECUTION 3.01 APPLICATION.• A. Profiled Pavement Marking Tape 1. The markings shall be applied in accordance with the manufacturer's installation instructions. Marking configurations shall be in accordance with the "Manual of UnifoT-m Traffic Control Devices." END OF SECTION ==j "~=: ~_ .. ;--~'; 02585-1 SECTION 02900 LANDSCAPING PART 1 -GENERAL 1.01 SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: l . Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVER Y, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. _... C. Keep container grown trees and shrubs, which cannot be planted immediately, rhgist by adequate watering. Water before planting. ~ - '' f.._ .. , _._ ,_, __ ._ ~ _.. _ .., J f'`•... 02900-1 PART 2 -PRODUCTS 2.01 SEED: Mix Minimum Proportion by Weight Lbs./ Acre Lbs./ 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engi neer if it contains a high percentage of similar grasses. 2.02 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones; and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.03 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - I S% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. ._ ._., PART 3 -EXECUTION ~ ' - ~. -~., - __. 3.01 SEED, FERTILIZE, LIME AND MULCH: _ -~ __ A. Apply lime by mechanical means at rate of 3,000 pounds per acre. - 1 B. Apply fertilizer at rate of 450 pounds per acre. ;_ C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to 02900-2 sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/4-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro-seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August I S to September ] 5, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/z tons of dry cereal straw, two tons of wood excelsior, or rivo tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.02 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000.pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there =are: any delays in sodding. "' E. Rake area to be sodded. ~- F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- 02900-3 year maintenance period. 3.03 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. D. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water frll station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 11 /00 shared\engineer\specs-i i\02900. doc r? x f'__ ~ ..} ~- 02900-4 APPENDIX • Location Map -Division 1 -Asphalt Overlay Streets • Location Map -Division 2 -Chip Seal Streets • Iowa City Streets -Asphalt Overlay :Tabulation of Quantities • Tabulation of Pavement Markings • Pavement Marking Standard Drawings • Iowa City Streets -Chip Seal :Tabulation of Quantities • IDOT Standard Road Plan TC-213 • IDOT Standard Road Plan TC-214 • IDOT SS-01014 Hot Mix Asphalt • IDOT Standard Road Plan TC-251 • IDOT Standard Road Plan TC-252 • IDOT Standard Road Plan TC-418 • IDOT Standard Road Plan TC-419 • IDOT Standard Road Plan RH-50 • IDOT Standard Road Plan RH-51 • IDOT Standard Road Plan RH-52 '~ ; b ~ ~_ ~ a ~s ~ €~° ~ e ~r. ~ t. _ ~ W ,nw b N a ,, ,>~ ~ ~~r x ~ m -m.. .,- ~~ r~ ~ I 1 hwx " ~ ~ ~ z~i G £ x } ~ O • ; ~ ~ ~ LL ., -~-ox wxnn. ~ '~ ~ ~ - .o a 5 z ~ ~ 0 ~e u ~ k ` b ~~ I 4 A ag R;, s S uoxY a C w g /.. ~ 4 ~ #~ -Y P' X zl~ x.u.-~ bq~ g - 'y a' ,z a~nzow~w b vi ~ ~47 ~ ~ `}~ / / ~ nxnr i 3 Y a e3awrr /' G .x ~ , ~rv x >n ~' ~ ~ J `S ~ F i ~ `~" ` ea w,nNx b s xd+ `~Cm ~ o , , J . / ~ / ~ S~ € ~ ~ Y ~ Y ~ o . o ~ ~ i N e iv uz 1 1 LY S as ~ 4~,h ~ b ~ C ~ 4 ~ 5 W 15g ~ •a~~ / u j ~ ~ s / „x~,~,x x~=.,u=~ N ~ ~ ~ 3 Cl~ ., ~ ~x, 8 - ~,~z, ¢ ` xNOa ob ~ ~ ~ ~ ~ t ~~s s ~ N ,n~ ~ n ~ .~~ ~ br _ , s g o~ u ~ ~ .~~ ~ ~ _ ~ x.,.xx w ~.xx3, a £~ =o ar M e ~,. -- a woxau ` ~ .a- ~ 5 ~ a o ~ •' N. y5 ~'~ y.. ~ ~'` ~ 8 ~ ~ 8 u. ~~' y Y a'»~' zuuz ~ 5 ~ O ~ @ ~ * } o n.~ 3~ - s,. ,., \ ••" 6 ~ ~ n ~ ~ ` V c~ Y ~ ~ n3 ~s : " zz~ ~ zxi n~ ~ ~ _ ~~ tl s ~ ~ ~ ° -~,~xa ,o.swx ~~~ ^F ,. . xi #e„ ~_ ~ $ ~ n /'~ LL s~ ~ ~ ~ ~ a..s A(J ~ x. ~ ~, ~ . arv wo - Y z 8 , «. i ~ x nx Exo sH. ~ Y ~ Q "" "zmain m .nxroi '- ~ ~ ~ ~~ ~ ~ ~ ~ g ~g S w wv.z $ f F - s ~ € ^as s ~ fi ~ b z sg S y. 8" ~ ~ ~, rn is d 9 n .z xxr A ' 6 . - max. ~e .s 5 _ ` [ ~ ~ Y 3 Y x ..Ma w tle Y g ~ g ~ j .s uuzn3» 3 ~ nre 8 3 .s~ ~ ~ .x ' b ,~ ~x~ w xx .~m.n= _ ~ + i. w s .~u. ~ ~ ~ „ ~ 3 A., d ~ O ~xx«. z 3° iEF .oxx~.o~ ~ - - zs .n ~ ~~ ~ ~ .a »~> r x~ ,,. ~ - ,s - sw n ,~ - awn, .z ` ,s ~ sr .x.~ ~ ~ Y r 6 .. s Y ~ _ xnb3. o,v x~/r o/` ~ ^ ii ' ~d c ti 3] W { a e as b,3~.~., .~ ~ ~ a ~ --- -- - -- ,~ - x3 ~ x~ - - -- ,3x~x~ .~ na s _ _ M ., ~, ~'b ~ ~ W ~ - u in v ., y rn n3 nn l . nn xn s ~ n Nm _ E g G] z _ yV~' x ~ 1O oy ~ ~ , / _ _ ~ s ~ ~ ~ / r ~~ ~ Y ~ & g' \ -_, y a n ~ ro ~ F \ ~ ~ J \ ~~ rr .m. -. ~~~ ~ ~ \ ~ ~ ¢ 2 ~ a g ~ \ \ i xa ' gi \ \ ~. s ,s ~. ~ tL i ~ '~~ ~ ~ r ,~~c \ 3 3 ~ ~ \~ . ~ . 5 rd wt \~, bn~~xr"4, ,> ~ ~/i ~` ~ fr~ ~~4 ~~~~ f~ ~~ Ees ` !'~ / ~ B ~~ / o zs ,~ ~~~a y= ~ - ~ ~i s ~ ~ /' 1 ~ x ~ a~x ux av r6E ~ -' // a ~arsxv.i ~ ~~ ~ c* ~ w \y Y y m e g x 3~ ~ ° ~ ~ ~ i w izi3.x ~ ~:. ~ ~ __\~/ -,. -, a,. ~ mn~ • my ~, S m~~ o ,d & g '8 " 6~ --- b a ~ # ~ ~+uyb ro ~ 2 •. L ' , env. ~c ~~ JOZw -~~ ~ $ q ~ w~ ~ $ • ~ }~ vx Su 7 ~ ; B ~ I`- ~°tl `~ d m ~ $ Y § ~~ ? 8 § ° ~ ~ w=~ 0 and ~,d~ O~J~ ~~o of o , m 3nv isal~ 3nv s S., d ~ P SGOl1 p ti2~" ~O o y~P zc, ~J Pti Z~' ~J Q 3nV H1N3n35 ~ o~ w x 1 ~ ___ cn CHIEN RD ~~~~ OJ_ S1 N3W310 15 11W nS w __ _ _. -.- Q ~ _ d I zo 0 ~ 3 m1l ¢ a w N- m ~ w o 15 la3g~~ -~ ~ 0 S ~~ '-~-_ --~- " - 15 3nOnBnO s 3nonona a-~ ~,~ is NoiNno t ~ J~ S \\ J0J0 ~ a w O a0 301 3nia w QY > a~°° 3nV µ\N5 ~~'< m °sy ~ ~j100 ~ 1?OR~JF- ~ ~ N z i~ ~~ -~ i ~ J i ~ 1S 13SNn \ \~-I .~'-~1/ / ~~~~ N3ai Nowaow ~\ i U -__-_ oa ieaH . < N N U and 13V1 w O ~, „ ~ .. ~.; , _ ' ~ 3nv xnols z U _ ~ 0 o ~ w ~ ~ _~ __ , w ~ -• ~ ~ ~ j 553 ~-b 553004 ' ~ ~i ~___~_ It Havel a3~~os ~ " MM 1 Ls 3aowvoAS _________~~ W " J F~~ ~~ ~~~ w~~ ~~ o~~ a " j v~~ /'~ N "/ 0~ 1 i ~" ~~, \~ s~ ~ ~\ _ ~~y/~/ S~ ~\\\JI O /~ ~ / y ~ ~ ~ Q ~ (n U N Q (n. ~ ~ U ~ ~ U _ ~ C ~ N cd Q ~ Q ~ N W T ~ t Q U t U ° o O ~ z cA Z 2 cn c n ~ c n ~ a m U ~ - W ~ ~ _ c0 ~. d 0 N L a a 3 ~ O G7 v Y V A .. a ~ m` ~' T U ~~ c0 A 3 ~' 0 C O ~y .; ..~ 0 n .- 0 N N o O (O v' Y'S O ' V tD O O ~" v ~ C~ cn O N C O ~ l(J ~_ ~ ~ O ~O 7 7 N Q N CO ~ ~ CO ~ C7 O I', c0 ~, N N (D O V _E W > Q v ~ v ~ ~ o 0 ~ co o ~o_ "' co N o o~ 3 v 2 N v U m 0 m 0 v o ,n cn o `~ o r tn 0 c~ o O Q, m <0 !' Z Z } Q W > > > V- LL LL Q ~ W to ~ > ~ ~ ~ ~ W J to to to to to to ~ ~ J Q ~ O x m ~ ~ U r s ~ (V r X_ ~ ~f a U C V U C c0 m O ~ m N ~ j a~ ai m a~ o ~ O C U ~ ~ U U ~ ~ ~ ~ j > ~ ~ ~ ~ ~ t9 o O U O U Y ~ S to ~ ~ - m E U U ~ a ~ o E -o D c ~ m m a a ~ c ~ U C N ~ Y Y ~ ~ U N O O N UI m E Q Q L ~ E v U U Q v a3i v ~ m ~ ~ ~ ~ w ~ m ~ ~ ~ a a ~ v m ~ -- 2 2 a ~ ~ a a = u~ v~ to a U H- u. I~ ~_ O Ul O V lfJ O - -- - ~ ~ N Q, - G ~ c~ ~ r~ - N Q O N O tJ O H (O tD N lfJ ~ In (P cP N N N Q N N I~ 'J L N LL. 00 ~ ~ Q m cr '- n u~ o 0 E E 00 moo ,n i~ v 0 o r` n N o v N. m J ^- Z Z> Q u. > Y Y LL- J J 4 W to Y ~ ~ ~ (n W J (n (n (n cn (n (n ~ J J Q ~ O v x a, ~ U L L ~ U U m ry X ~ C C .- ~ ~ ~ ~p U m U ~ v v o m ~ v ~ ~ ~ U ` U U E U C~ (6 b O O ~ ~> > N ~ c(Y oUUY~ Stn ° ~~= m EUU ~-0 0 E a c~ m °' a a g c~ O O (Y a~ C U~~ - C E O O O .~ N N N C N Y Y .Y ~ U~ M c~ N L o E U a 3 3 3 E~ o m y~ g N m aEi m U~ ~o a~~ m m~ -- _= a~ a a a z cn to v> a v i- a __ `~ _ ~ ~ Q ~ ~ Q ~ ~ r~ U U ~ .~ O L r 3 ~ O O ~ O ~ ~ / /I \~ ~ L(~ ~ ~ -° /" ` ~y ~t 3 ~ ~ ~ ~ ~ o c L u ~ ~ 0 _ +-~ O N ~N ~ Y •~ J ~ ~J ~ ; o o i (/) O O ~ O ~ N ~ W U n v O O O ~ ~ ~ ~ r-- ~~ W O ~ ~ w _ Q r ~ ~~ ~ ~ ~ t C J ` J z o ~ ~ W _ J G N ~ J ~ ~ C ~ C O ~ o ~ 4- ~ (n U O O O CQ o 00 a 00 .n N ~n ~ ~ ~ O O o +~ ~? r 3 ~ N ~ o 3 V O ~ .... r~ ~' °' N o N o ~ v J J J ~ Q J p O+ rn m W W O O O ~ O IMI W 0 ~ ~ Q z ~ ~' Q o ~' ~- ~ ~_ Q ~ d 0l J c c ~ - _ F- ~/ u J J CO W d N O -F-+ z o ~ N ~ U U .N ~ N L ~ J tQ ~' ° ~ ~ a o o ~ ~ J ~ m o z O O O ~ ~ ~ m Z Q J Q ~ ~ .» . ° . oc o + Q~ ~ ~ m N O - N U O i L 3 .~ c _1 ~ 3 `~ Z Z Z a; J J c 3 J z z v -~i y Z N N Z J ~ Z Z J ~ J O Z Z d = = H O O O O ~s 0 ~I r> ~~° Q ~i W z .~ W U Z W Y m O C n U 1~ 0 r L v w z ZQW J Z W Y m O O .~.+ w C O ~ Q~ Q~ rn> W d -~-~ ~ c~ I f "1 ~r ~, _~ ~~ ~: 3 L O v ~ W ~' J Z Z ~ J ~W W O O J; 0 V W z J ~.' Z U J m O O O .o ~ ; 0 ~ 0 LL~ Z J • W Z O N Z h N O Z l~ (~ O l7 Z /--d ~ W Y I tD ~ ~ ' ~ v U U ~ ~ c ~ ~ ~° c .c°.. ~ ~ Q ~ ~~ J N N 3 ~ W ~ ~ ~ Q r^~+ ~ tD CD O Q ~ ~ ~ W 3 ~ ~ ~` Q ~~ t_ L_ ~' Q Z v ~ ~ ~ . ~ ~3 3 I Y m J ~ N Q ~ U U N _ c_ c ~ O ~ N ° ° ~ n- ~ J U ~ ~ l.J O ~ ~ 00 L 3 c d c J N C C_ O o~ o~ o~ ^ N 3 T 'f` ^ !V W Z 0 ^ ~ O J Q W ~ ~ 3 ao _ -~ Y U cc°, ~ m N ~, Z 'ar 0 ~ f~ ~_ ~ N N O O O M N N e- N ~ f~ N .- N C N U O O (O O ~ U ~ M ~ .--~ O r ~ C 1~ N ~ cU > ~ Q c W ~ - a~ v- 2 -° c cB J O O O N (n O O 00 c co c~ m 0 c~ Z ~ rn N ~ O ~ .a. ,d. O ~ cB U T C ~ ~ ~ Q Q O ~ ~ ~ ~ :: c~ CCS m O L Q ~ r ~ a> U c~ ~ °' Q ~ x ~' Q ~ ~ L m ~ L a~ > ~ ~ ~ U oO d U O ~ O M (O O O N O (O _ N L O N ~t N ~ O O N ~ U ~ ~ ~ Q 0p N ~ 'D cv ~ d a`> U U O O O N O O N N ~'`~ > `_ Q c~ F-- .. O 00 ~ ~i 'd' O ~ ~ O M ~ I~ O N O C O O c y c0 07 .- rn N N ~ ~ ~ N a ~ ~ U ~ U 7 Q O ~ Q Q Q Q ~ ~ Q Q Q ~ ~ ~ ~ ~ ~ ~ ~ L1J ~"' Z a a J Q F- N ~ ~ N ~ ca m O ~ a iu ~ o = a ~ L ~ r 1 U N ~ ~- ~ L ~ ti 1 U N ca Q ~ •x ~ Q ~ •X ~ U OO d U ~" U OO d U SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 1 of 21 SS-01014 (Replaces SS-01002) ~'~ IUwa ~epartm~nt ~ Trar~s~t~n SUPPLEMENTAL SPECIFICATIONS FOR HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Effective Date April 30, 2002 THE STANDARD SPECIFICATIONS, SERIES 2001, ARE AMENDED BY THE FOLLOWING MODIFICATIONS AND ADDITIONS. THESE ARE SUPPLEMENTAL SPECIFICATIONS AND THEY SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. 01014.01 DESCRIPTION. This work shall consist of mixture design, production, placement, and compaction of hot mix asphalt (HMA) mixture using proper quality control practices for the construction of surface, intermediate, or base course on a prepared subbase, base, or pavement, to the proper dimensions specified in the contract documents. The surface course is the upper lift for a wearing surface of a designated thickness. The intermediate course is the next lower lift or lifts of a designated thickness. Leveling, strengthening, and wedge courses shall be of the intermediate course mixture. The base course is the lift or lifts placed on a prepared subgrade or subbase. The Contractor shall be responsible for all aspects of the project, provide quality control management and testing, and maintain the quality characteristics specified. Quality Management -Asphalt (QM-A) shall apply to contracts with HMA quantities of 5000 tons (5000 Mg) or greater. The Contractor shall meet the requirements of Section 2521 of the Standard Specifications and Materials I.M. 510 and 511. On contracts with less than 5000 tons (5000 Mg), the Contractor has the option to perform mix design and quality control. If the Contractor does not exercise this option the Engineer will be responsible for the mix design and quality control utilizing the Supplemental Specification for Hot Mix Asphalt (Marshall Mix Design). This does not change the mix requirements from gyratory to Marshall. The Supplemental Specification for Hot Mix Asphalt (Marshall Mix Design) is available is available from: Office of Contracts x Iowa Department of Transportation 800 Lincoln Way Ames, IA 50010 Phone (515) 239-1414 - Terminology in this Supplemental Specification was changed from previous Specifications as fotlpws:~~ "hot mix asphalt" was "asphalt cement concrete" ~ - "asphalt binder" was "asphalt cement" "intermediate course" was "binder course" "gyratory mix design" was "Superpave mix design" http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 2 of 21 "ESAL level and mix size" was "mix type and class" 01014.02 MATERIALS AND EQUIPMENT. Materials used in these mixtures shall meet the following requirements: A. Asphalt Binder. The Performance Graded asphalt binder, PG XX -XX, will be specified in the contract documents to meet the climate, traffic, and pavement conditions. The asphalt binder shall meet the requirements in AASHTO MP1. B. Aggregates. 1. Individual Aggregates. The aggregate type shown in M_aterials_I._M. 510,_Appendix__A, shall be used unless specified in the plans. Virgin mineral aggregate shall meet the following requirements: VIRGIN MINERAL AGGREGATES Mixture Aggregate Type Aggregate. Requirement Base B Section 4126 Intermediate and Surface B Section 4126 Intermediate and Surface A Section 4127 When the frictional classification of the aggregate is specified, the contract documents will specify the amount, position in the structure, locations, and types specified. The aggregate shall be furnished from a source identified in Materials- I.M._T-203 as having the specified frictional classification. , 2. Blended Aggregates. It is the Contractor's option to design mixes outside the "restricted zone." - , When the size of mixture is not specified, 1/2 inch (12.5 mm) mixture shall be used':. The blended aggregates shall meet the following combined aggregate requirements. Aggregate Gradation Control Points Mix Size -Control Points (% passing) 1 inch 3/4 inch 1/2 inch 3/8 inch (25 mm) (19 mm) (12.5 mm) (9.5 mm) Sieve Size min. max. min. max. min. max. min. max. 1 1/2 inch (37.5 mm) 100 ~~~~~~~ 1 inch (25 mm) 90 100 100 ~ ~ ~ ~~ 3/4 inch (19 mm) ~ 90 90 100 100 ~ ~~ 1/2 inch (12.5 mm) ~ ~~ 90 90 100 100 3/8 inch (9.5 mm) ~ ~ ~~ ~ 90 90 100 No. 4 (4.75 mm) a ~ ~~ ~~ a 90 No. 8 (2.36 mm) 19 45 23 49 28 58 32 67 http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 3 of 21 No. 200 (75Nm) ~ 7~ 2~®~ 10 2~ 10 Consensus Properties Design Minimum ESALs Layer Percent Fine aggr Sand Flat 8 (millions) Crushed Angularity Equivalent Elongated < 0.1 all-~ (1) I --- 40 surface 0.1 -0.3 intermediate (1) --- 40 --- base surface 40 0.3 - 1.0 intermediate (1) 40 40 10 base --- (1) - .The minimum percent crushed shown in Mat__eri_als_I_._M_,_51.0,_Appe_ndix.A, shall be used unless specified in the plans. C. Recycled Asphalt Pavement. RAP shall be from a source designated in the contract documents, a certified stockpile, or unclassified reclaimed asphalt pavement furnished by the Contractor subject to the following limitations: 1. Designated RAP. When RAP is taken from a project, or is furnished by the Contracting Authority, the contract documents will indicate quantity of RAP expected to be available. The Contractor is responsible for salvaging this material unless otherwise specified in the contract documents. The RAP not used shall be incorporated into other parts of the project or placed in active stockpiles as directed in the contract documents. The Contracting Authority will test samples of this material. For mix design purposes, the amount of asphalt binder in the RAP will be based on extraction tests. The Contractor shall designate the exact proportions of RAP material in the hot mix within the. allowable range. When the work is completed, the Contractor shall return unused material to the stockpile or other designated location, rebuild the stockpile, and restore the area, in accordance with Article 1104.08 of the Standard Specifications. Test information, if known, will be included in the contract documents. 2. Certified RAP. The RAP must be from a known source and of the proper quality for the intended use, with no material added from other sources during the time in stockpile. The Contractor must certify to this before use. RAP from not more than two known sources at a time will be allowed. Certified RAP may be used in the base and intermediate course of mixes for which the RAP aggregate qualifies. RAP may also be used in surface courses when authorized by the Engineer. Not more than 30% of the asphalt binder in a final surface course mixture shall come from the RAP. A certified RAP stockpile shall be sealed or protected in accordance with Mate~i~Is I.M. 5~5 3. Unclassified RAP. - Up to 10% of unclassified RAP may be incorporated into HMA intermediate mixes for under 3,000,000 ESALs and all base mixes with the following safeguards: -_~ a. Unclassified RAP shall not be used in surface courses. http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 4 of 21 b. Unclassified RAP shall not be used in intermediate or base mixtures containing designated or certified RAP. c. The Engineer must inspect the unclassified RAP stockpile visually for uniformity. Unclassified RAP stockpiles containing concrete chunks, grass, dirt, wood, metal, coal tar, or other foreign or environmentally restricted materials shall not be used, unless approved by the Engineer. If foreign material is discovered in any unclassified stockpile, the Engineer may stop the continued use of the pile. d. Representative samples will be taken by the Engineer. These samples are to be tested for gradation and asphalt content. e. No credit will be given for crushed particles. f. Stockpiles, when used, shall be worked in such a manner that the materials removed are representative of a cross section of the pile. D. Hot Mix Asphalt Mixture. The job mix formula (JMF) is the percentage of each material, including the asphalt binder, to be used in the HMA mixture. The JMF gradation shall be within the control points specified for the particular mixture designated and shall establish a single percentage of aggregate passing each required sieve size. If the asphalt binder demand for the combination of aggregates submitted for an acceptable mix design exceeds the basic asphalt binder content by more than 0.75%, the mix design will include an economic evaluation prepared by the Contractor. This evaluation will be based on past job mix history, possible aggregate proportion changes, and aggregate availability and haul costs for any changes or substitutions considered. The basic asphalt binder content is the historical, nominal mixture asphalt binder content, expressed as percent by weight (mass) of the asphalt binder in the total mixture. The following values, based on mixture size and aggregate type, shall apply. The Engineer may approve the substitution of any mixture which meets requirements.-fqr a higher mixture than specified in the contract documents at no additional cost to the Contracting Authority. , The Contractor shall prepare gyratory HMA mixture designs for all base, intermediate;;-and surface mixtures. The gyratory design procedure shall follow the procedure in Materials I,M. 5'i0: The gyratory mixture designs submitted shall comply with the following criteria , DESIGN COMPACTION LEVELS REQUIRED DENSITY (% of Gmm) FILM ESALs (milllOn) LAYER Nini Ndes Nmax (Nini) max [des (tang ;) air voids (Nmax) max VFA~~- THICK (Nm) F:B <0.1 All ^7 68 104 92.5 97.0 [3.0] 98.5 75-85 8-13 0.6-1.4 0.1-0.3 Surface Intermediate 7 68 104 92.0 92.0 96.5 [3.5] 96.5 [3.5] 98.0 98.0 70-80 70-80 g_13 0.6-1.4 BASIC ASPHALT BINDER CONTENT (%) Mixture Size Aggregate 1 inch 3/4 inch 1/2 inch 3/8 inch Type (25 mm) (19 mm) (12.5 mm) (9.5 mm) Intermediate and Surface ~A 4.75 5.50 6.00 6.00 Intermediate and Surface © 5.25 5.75 6.00 6.25 Base © 5.25 6.00 6.00 6:x,.5 http://www.erl.dot.state.ia.us/Apr_2003/SS/contentlSS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 5 of 21 ~~ Base uuu 92.0 97.0 [3.0] 98.5 75-85 I~J L~ 3-1 0 0 Surface Intermediate 7 76 117 90.5 90.5 g~ g 96.0 [4.0] 96.0 [4.0] ~~ { 98.0 65-78 65-78 ~g_gg 8-15 0.6-1.4 . . g~~ .. ~ } Base ~7 68 104 92.0 96.5 [3.5] 70-80 ~~~ VFA is recommended criteria, but no required for mix design approval. Max Size 3/8 inch 1/2 inch 3/4 inch 1 inch (9.5 mm) (12.5 mm) (19 mm) (25 mm) Minimum VMA (%) 15.0 14.0 13.0 12.0 The gyratory compactor used for design and field control shall meet the AASHTO PP 38 protocol. Compactors for which compliance with this protocol is pending may be used at the discretion of the District Materials Engineer. The HMA mixture designed shall meet gyratory design and mixture criteria corresponding to the size of the mixture and the 20 year design traffic level (ESALs) for the project or an appropriate design level as specified in the contract documents. E. Other Materials. 1. Tack Coat. Tack coat may be SS-1, SS-1 H, CSS-1, or CSS-1 H. Mixing of CSS and SS grades will not be permitted. RC-70 and MC-70 may also be used after October 1, at the Contractor's option. 2. Hydrated Lime. Hydrated lime shall meet the requirements of AASHTO M 17, except that the gradation shall be determined in accordance with AASHTO T 11. Section 4193. of the Standard Specifications shall not apply. Hydrated lime will not be considered part of the aggregate when determining the JMF and the filler/bitumen ratio. If more than 50% of the total (virgin and RAP) aggregates is quartzite, granite, or other siliceous aggregates (not limestone or dolomite) which is obtained by crushing from ledge rock, hydrated lime will be required in the affected surface mixtures for routes over 300,000 ESALs. Hydrated lime will not be required for base repair, patching, or temporary pavement. When hydrated lime is required based on aggregate source, the Contractor may arrange for moisture sensitivity evaluation of the proposed HMA mixture design according to AASHTO T 283. When results of this evaluation indicate more than 80% tensile strength retained (TSR), hydrated lime will not be required. Confirmation of AASHTO T 283 test results will be completed by the Central Materials Laboratory during placement of the test strip. 3. Sand for Tack Coats. Sand shall meet requirements of Section 4109, Gradation No. 1 of the Standard'~.SpeCificafi~ns. 4. Fabric Reinforcement. Fabric reinforcement shall meet requirements of Article 4196.01., D, of the Standard.Specifications. F. Equipment. The Contractor shall provide sufficient equipment of the various types required to procGlee, place; and compact each layer of HMA mixture as specified. Equipment shall meet requirements of Section 2001 of the Standard Specifications with the following http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 6 of 21 modifications: 1. Plant Calibration. When the plant is completely assembled and before any mixture is produced, each aggregate feed shall be calibrated throughout an operating range wide enough to cover the proportion of that material required in the JMF. For continuous and drum mixing plants, the asphalt binder metering pump shall be calibrated at the operating temperature and with the outlet under pressure equal to that occurring in normal operations. Each plant scale and metering system shall be calibrated before work on a contract begins. The Engineer may waive calibration of permanent plant scales when a satisfactory operational history is available. The Engineer may require any scale or metering system to be recalibrated if operations indicate it is necessary. Calibration curves shall be available in the plant laboratory. New calibration curves shall be made each time there is a change in size or source of any aggregate being used. On all plants, aggregate samples shall be taken in accordance with Materials-LM. 204 to determine that materials are being proportioned in accordance with the specifications. 2. Paver. Article 2001.19 of the Standard Specification shall apply. When placing paved shoulders, spreaders described in Article 2001.13, D, of the Standard Specifications, may be used for all but the top lift. 3. Rollers. For initial and intermediate rolling, self-propelled, steel tired, pneumatic tired, or vibratory rollers meeting requirements of Article 2001.05, B, C, or F, of the Standard Specifications shall be used. Their weight (mass) or tire pressure may be adjusted when justified by conditions. For finish rolling, self propelled, steel tired rollers or vibratory rollers in the static mode meeting requirements of Article 2001.05, B or F, of the Standard Specifications, shall be used. 4. Scales. ~-s Article 2001.07, B, of the Standard Specifications shall apply to all paving operations regardless of the method of measurement ~ -- 01014.03 CONSTRUCTION A. Surface Preparation. The existing surface shall be cleaned and prepared in accordance with Section 2212 of fhe Standard Specifications. 1. Maintenance of the subgrade and Subbase. The Contractor is responsible for the maintenance of the completed subgrade and subbase to the required density, true cross section, and smooth condition, prior to and during subsequent construction activities. If rutting or any other damage occurs to the subgrade or subbase as a result of hauling operations, the Contractor shall immediately repair the subgrade and subbase, and such repair will include, if necessary, removal and replacement at the Contractor's expense. Should traffic by others authorized to do work on the project be specifically permitted by the Engineer to use loads which exceed the Contractor's self imposed limit, the Contracting Authority will pay repair costs set by the Engineer, representing an increase in cost of repair of damage, if any, caused by such traffic. 2. Tack Coats. Tack coats shall be applied when the entire surface area on which the coat is to be applied is free of http://www.erl.dotstate.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 7 of 21 moisture. They shall not be applied when the temperature on the surface being covered is less than The Contractor shall place a tack coat on the area to be covered, and unless otherwise directed, the tack coat shall be spread at an undiluted rate of 0.02 to 0.05 gallon per square yard (0.1 to 0.2 L/m2). The tack coat emulsion may be diluted with water to improve application. Alight application of sand cover may also be required, but this is anticipated only for excessive application rates, breakdowns, and short sections remaining at the end of a day's run. On highways being constructed under traffic, safety and convenience to the public without soiling their vehicles shall be a controlling factor. Tack coat shall be adequately cured prior to placement of the HMA. Tack coat applications shall be limited in length, to minimize inconvenience to the public. They shall be kept within the hot mixture placing work area that is controlled by flaggers at each end, and shall be planned so that they will be covered with hot mixture when the work area is opened to traffic at the end of the day's work. If the tack coat surface becomes dirty from weather or traffic, the surface shall be thoroughly cleaned and, if necessary, retacked. The vertical face of exposed, longitudinal joints shall be tacked as a separate operation, before the adjoining lift is placed, at a rate from 0.10 to 0.15 gallon per square yard (0.5 to 0.7 L/m2). The vertical surfaces of all fixtures, curbs, bridges, or cold mixture with which the hot mixture will come in contact shall be lightly painted or sprayed to facilitate a tight joint with the fresh mixture. 3. Fabric Reinforcement. When fabric reinforcement is required, the locations will be designated in the contract documents. Fabric shall not be placed on a wet or damp surface or when the road surface is less than 50°F (10° C). Fiberglass fabric shall be applied only with an adhesive recommended by the manufacturer. Fabrics with an adhesive backing shall be placed in accordance with the manufacturer's recommendations. Other fabrics shall be placed with a heavy coat of the asphalt binder grade used in the HMA mixture applied at a rate of 0.20 to 0.25 gallons per square yard (0.9 to 1.1 L/mz) and at a temperature between 295°F and 315°F (145°C to 160°C). The fabric reinforcement shall be placed in accordance with the contract documents (full width or individual crack or joint treatment). The fabric shall be placed immediately following the adhesive or asphalt binder placement under the fabric. Placement may be by hand or by a mechanical method specifically designed for this purpose. Precautions shall be taken to avoid wrinkles in the fabric and to insure that air bubbles are removed without breaking the fabric. Wrinkles or folds which cannot be removed by brushing shall be cut and lapped to provide a smooth surface. Additional adhesive or asphalt binder may be required to produce a tight, bonded surface. When applied full lane width, the minimum transverse and longitudinal lap shall be 12 inches (300 mm). The Contractor shall avoid application of the tack coat over longitudinally placed fabric. Traffic shall not be allowed over the fabric during placement and during curing of the adhesive material to avoid damage to the fabric. A light application of HMA mix material may be hand sprinkled on the fabric to prevent damage from necessary equipment traffic. Fabric that is damaged or soiled prior to HMA overlay shall be repaired at no additional cost to the Contracting Authority, when directed by the Engineer. Sanding, at no additional cost to the Contracting Authority, may also be required by the Engineer during this period. B. Handling, Production, and Delivery._ , 1. Hot Mix Asphalt Plant Operation. - The plant operation shall comply with the following requirements: _ _ http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm ~ ~~ 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS) Page 8 of 21 a. Handling Mineral Aggregate and RAP. The various aggregate products used shall be kept separate, and adequate provisions shall be made to prevent intermingling. Stockpiling and processing shall be handled in a manner that will ensure uniform incorporation of the aggregate into the mix. The various aggregate products used shall be kept separate, and adequate provisions shall be made to prevent intermingling. Stockpiling and processing shall be handled in a manner that will ensure uniform incorporation of the aggregate into the mix. The various aggregates shall be separately fed by feeders to the cold elevator in their proper proportions and at a rate to permit correct and uniform temperature control of heating and drying operations. b. Handling Asphalt Binder. The asphalt binder shall be brought to a temperature of 260°F to 330°F (125°C to 165°C) before being measured for mixing with the aggregates. The temperature between these limits may be further regulated according to the characteristics of the mixture, method of proportioning, and viscosity of the asphalt binder. Modified asphalt binder should be heated according to the suppliers recommendations. The asphalt binder shall be brought to a temperature of 260°F to 330°F (125°C to 165°C) before being measured for mixing with the aggregates. The temperature between these limits may be further regulated according to the characteristics of the mixture, method of proportioning, and viscosity of the asphalt binder. Modified asphalt binder should be heated according to the suppliers recommendations. c. Handling Hydrated Lime. The lime must be accurately proportioned by a method acceptable to the Engineer. The lime must be accurately proportioned by a method acceptable to the Engineer. 1) Hydrated Lime Added to a Drum Mixer. The hydrated lime shall be added at the rate of 0.75% by weight (mass) of the total aggregate (virgin and RAP). The hydrated lime shall be added to a drum mixer by one of the following methods: The hydrated lime shall be added at the rate of 0.75% by weight (mass) of the total aggregate (virgin and RAP). The hydrated lime shall be added to a drum mixer by one of the following methods: a) Added to the virgin aggregate on the primary feed belt, as lime water slurry. b) Thoroughly mixed with the total combined aggregate if the aggregate contains at least 3% total moisture. c) Added to the Type 2 or Type 3 virgin aggregate in a moist condition, and then mixed with the total combined virgin aggregate. Alternative methods for mixing must be reviewed and approved by the Engineer. Hydrated lime shall not be introduced directly into a drum mixer by blowing or augering. 2) Hydrated Lime Added to a Batch Plant. Hydrated lime shall be added at the rate of 0.5% by weight (mass) of total aggregate (virgin and RAP). It shall be introduced to a batch plant by one of the following methods: r ", _, a) Placed on the recycle belt which leads directly into the weigh :hopper. b) Added directly into the pugmill. - ' ....: . . _,, http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm c ~: X3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTEMS). Page 9 of 21 c) Added directly into the hot aggregate elevator into the hot aggregate stream. In any case, the lime must be introduced prior to the start of the dry mix cycle. When any of the above methods for a batch plant is used, the hydrated lime will be considered part of the JMF. d. Production of Hot Mix Asphalt Mixture. The exact proportions of the various materials shall be regulated within the limits specified so as to produce a satisfactory bituminous coating and mixture. The aggregates shall first be mixed dry, then the asphalt binder shall be added. In batch plants, the asphalt binder shall be added in an evenly spread sheet over the full length of the mixer box. In continuous plants, the asphalt binder shall be sprayed evenly into the aggregate by a positive pressure spray within the first 30% of the length of the mixer box. In drum mixing plants, the asphalt binder shall be sprayed evenly into the aggregate by a positive pressure spray. Coating aids may be added, subject to approval of the Engineer. The exact proportions of the various materials shall be regulated within the limits specified so as to produce a satisfactory bituminous coating and mixture. The aggregates shall first be mixed dry, then the asphalt binder shall be added. In batch plants, the asphalt binder shall be added in an evenly spread sheet over the full length of the mixer box. In continuous plants, the asphalt binder shall be sprayed evenly into the aggregate by a positive pressure spray within the first 30% of the length of the mixer box. In drum mixing plants, the asphalt binder shall be sprayed evenly into the aggregate by a positive pressure spray. Coating aids may be added, subject to approval of the Engineer. The mixer shall be operated so that the mixture is of consistently uniform temperature and, as discharged from the mixer, will not vary more than 20°F (11 °C). The temperature of the mixtures shall not exceed 330°F (165°C) unless approved by the Engineer. The rate of production shall not exceed the manufacturer's rated capacity of the mixer and shall provide uniform coating. Dry mixing time for batch mixers shall be not less than 5 seconds. Wet mixing time for batch mixers shall be not less than 25 seconds. For continuous mixers, the mixing time shall be at least 30 seconds. 2. Handling and Delivery. All handling and manipulation of the hot mixture from the mixer to the final spread on the road shall be controlled so that a uniform composition is maintained and segregation of coarser particles is minimized. The segregation shall be minimized to the extent that it cannot be visibly observed in the compacted surface. The Contractor shall only apply approved release agents to trucks and equipment as specified in Article 2001.01 of the Standard Specifications. The mixture temperature shall be sufficient to allow for the specified compaction and density to be attained. HMA shall not be discharged into the paver hopper when its temperature is less than 245° F (120°C) for a nominal layer thickness of 1 1 /2 inches (40 mm) or less and 225°F (110°C) for a nominal layer thickness of more than 1 1/2 inches (40 mm). Except for an unavoidable dewy or breakdown, delivery of hot HMA to any individual spreading unit shall be continuous and uniform and at a rate sufficient to provide as continuous an.operation of the spreading unit as practical. The paver hopper shall, at all times, be kept suffici~_ #ly full tR prevent.. non-uniform flow of the mixture to the screed. C. Placement. The existing surface and the surface of each layer shall be clean and free from foreigf~ matter when each succeeding layer is placed. Any surface which becomes dirty shall be cleaned by the Contract0, rand, if necessary, retacked to provide bond with the succeeding course. If bumps or other significant irregularities appear or are evident in the intermediate course or other lower course, they are to be corrected before the final lift is placed. HMA mixtures shall not be placed on a wet or damp surface and shall not be placed when the temperature http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 10 of 21 of the road surface is less than shown in the table below. The Engineer may further limit placement if, in the Engineer's judgment, other conditions are detrimental to quality work. HMA mixtures shall not be placed after November 15, except with approval of the Engineer. ALL BASE AND INTERMEDIATE COURSE LIFTS OF HMA MIXTURES Nominal Thickness Road Surface Inches (mm) °F (°C) 1 1/2 (40) 40 (4) 2-3 (60-80) 35 (2) Over 3 (80) 25 (-4) ALL SURFACE COURSE LIFTS OF HMA - Nominal Thickness Road Surface ~ ~ Inches (mm) _ °F (°C) - - 1 (30) 50 (10) 1 1/2 (40) 45 (7) 2 (50) and greater 40 (4) When placing the mixture, the forward speed of the finishing machine shall be slowed as necessary to provide the least amount of stopping. A wire or string line shall be used to guide the finishing machine and to maintain alignment. Edge alignment irregularities shall be corrected by hand methods immediately after they occur. The contract documents will show the total thickness to be placed. Spreading of the mixture shall be at such a rate that, when compacted, the layer(s) will be substantially of the thickness and dimensions required to produce the required thickness. The minimum layer thickness is three times the designated mix size. The compacted thickness of the top layer shall not be greater than 3 inches (75 mm). This restriction shall not apply to HMA shoulders. The maximum compacted thickness of lower layers may exceed 4 inches (100 mm) if it is demonstrated that the thicker layers have satisfactory density. The riding characteristics of the thicker layers shall be within reasonably close conformance to that expected from a 3 inch (75 mm) layer. Each layer shall be completed to full width before succeeding layers are placed. At the close of each working day, the roadbed shall be free of any construction equipment. The Contractor shall not spread more mixture than can be compacted and finished in daylight hours of the same working day. While operating on the road surface, use of kerosene, distillate, other petroleum fractions, or other solvents, for cleaning hand tools or for spraying the paver hopper will not be permitted. Containers of cleaning solution shall not be carried on or near the paver. When a solvent is used, the paver shall not be used for at least 5 hours after this cleaning. The Contractor shall be responsible for collecting and removing all cleaning materials and cleaning residue from the project and plant site. The cleaning material and residue shall become the property of the Contractor. Whenever practicable, all mixtures shall be spread by a finishing machine. Irregular areas may be spread by hand methods. The hot mixture shall be spread uniformly to the desired depth with hot shovels and rakes. loads shall not be dumped faster than they can be spread properly. Workers shall not stand on the loose mixture while spreading. After spreading, the hot mixture shall be carefully smoothed to remove all segregated coarse aggregate and rake marks. Rakes and lutes used for hand spreading and smoothing shall be of the type designed for use on HMA mixtures. D. Compaction. Each layer shall be promptly and thoroughly compacted. Mechanical tampers shall be used for areas inaccessible to the rollers. http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 11 of 21 The overall rolling procedure and compactive effort shall produce a surface free of ridges, marks, or bumps and shall be subject to approval of the Engineer. There are two classes of compaction, Class I and Class II. Class I compaction is intended for use on Secondary highways. Class II compaction is intended for resurfacing paved shoulders, temporary crossovers, runarounds, and for other situations where Class I is not specified. For Class I compaction, the roadway density (percent of laboratory density) will be ba5e;d on the density obtained from the Quality Control Program for that day's mixture. 1. Class (Compaction. ,_ a. Class IA Compaction. Compaction shall be a minimum of 96% of laboratory density. The average;air void e_ vel of the roadway density specimens shall not exceed 8.0%. b. Class IB Compaction.Class IB compaction shall be used when Class IA compaction is not specified. Compaction shall be to a minimum of 95% of laboratory density. The average air void level of the roadway density specimens shall not exceed 8.0%. c. Class IC Compaction.Class IC compaction shall be used for traffic lanes of Secondary highways, HMA base widening, shoulder resurfacing, and any other HMA course when Class IA and IB are not specified. Compaction shall be a minimum of 94% of laboratory density. The average air void level of the roadway density specimens shall not exceed 8.0%. d. Rolling Patterns for Class IA and IB Compaction. For Class IA compaction at the start of intermediate course placement and for Class IA and Class IB compaction prior to the start of surface course placement, the Contractor shall construct a test strip for the purpose of evaluating properties of the HMA mixtures and for identifying an effective rolling pattern. For multiple lifts using the same mix requiring Class IA compaction, when the thickness of the second lift varies from the first lift by 1 1/2 inches (40 mm) or more, a test strip for the second lift shall be performed. When the contract documents specify both intermediate and surface courses, a surface course test strip shall be placed in lieu of intermediate mix in a section of intermediate course prior to actual surface course placement. This will be paid for at the contract unit price for the surface mix. The test strip shall be applied to each mixture which has a plan quantity of at least 1500 tons (1500 Mg). The quantity of HMA mixture subject to Class IA compaction, produced and placed for test strip production, will be limited to 500 tons (500 Mg) for lift thicknesses of 2 inches (50 mm) or less, and 750 tons (750 Mg) for lift thicknesses greater than 2 inches (50 mm). After test strip placement, further mixing and laydown operations will be suspended until the laboratory test results of the plant produced mixture and core densities are available. Only one test strip will be allowed for each mixture. At the direction of the Engineer, additional test strips may be required if a successful rolling pattern was not established. Procedures and documentation to be followed during construction of the test strip shall allow the Engineer and the Contractor to verify mixture design and effectiveness of compaction procedures. The number of density core samples obtained for the test strip will be increased by one and the low core result will not be used in the Quality Index (Q.I.) density formula for payment for the test strip quantity. 2. Class II Compaction. For all rollers, the initial contact with the hot mixture shall be made by the power driven wheels or http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 12 of 21 roll. The initial rolling shall be done at a temperature so the mixture will compact without excessive distortion. Except on longitudinal joints and super-elevated curves, rolling with the initial roller shall begin at the outer edges of the pavement, and each successive pass shall progress inward toward the center line. Each reverse trip shall lap all but 4 to 6 inches (100 mm to 150 mm) of the previous track. When reversing direction, the initial roller shall stop at an angle with the longitudinal direction. Following the initial rolling, the layer shall be given an intermediate rolling with a pneumatic tired roller, and before the temperature falls below 225°F (110°C). The intermediate roller shall cover the entire area not less than six times. A finish, steel tired roller shall be used to smooth out all marks and roughness in the surface. Mechanical tampers shall be used for areas inaccessible to the rollers. 3. Joints. Longitudinal joints for courses on resurfacing projects shall be constructed directly above the longitudinal joint in the existing pavement. The offset distance between longitudinal joints in succeeding courses of full depth HMA paving shall be not more than 3 inches (75 mm). Transverse construction joints in succeeding courses shall be separated by not less than 6 feet (1.6 m). The spreading of hot mixtures along longitudinal joints shall be adjusted to secure complete joint closure and full compression of the mixture with a smooth surface and joint after compaction. At transverse joints, the cold mixture of the layer shall be sawed to a straight line at right angles to the center line so that a full thickness, a true surface, and a vertical edge will be provided. The Contractor shall provide a 10 foot (3 m) straightedge for checking transverse joints for smoothness. Variations in the surface at transverse joints, as indicated by the straightedge, shall be corrected by hand methods before compaction. Suitable paper or burlap should be used under the taper at end-of-day's run transverse joints to prevent adhesion. Sand, dirt, or wood shall not be used for this purpose. Use of wood or metal headers to form the edge of the joint during rolling of the fresh mixture will not be permitted. When temporary transverse construction joints will be open to traffic for periods_.greater than 4 weeks, the Contractor may reduce the amount of top size aggregate in the tran~itfon taper: E. Miscellaneous Operations. ~ _ : 1. Leveling and Strengthening Courses. --. . l The contract documents will show the thickness of the courses to be placed. Str~rag#hening~and leveling courses will be placed as indicated in the contract documents. These courses shalt be of the same mixture specified for the base or intermediate course. When the width of any strengthening or leveling layer is 8 feet (2.4 m) or more, the layer shall be spread by a finishing machine. Leveling courses shall be compacted using Class II compaction procedures with a pneumatic roller. 2. Wedge Courses. Wedge courses used to secure desired super-elevation of curves shall be constructed of the base or intermediate mixture, and insofar as possible, shall be spread by a finishing machine. In placing wedge course, the maximum thickness of individual layers, when compacted, shall not exceed 3 inches (75 mm), and care shall be used to avoid crushing the coarse aggregate. Wedge courses shall be placed to the full width of pavement. 3. Fixtures in the Pavement Surface. All utility accesses, catch basins, valve holes, or other fixtures encountered within the area to be http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 13 of 21 covered by HMA shall be adjusted to conform to the final adjacent finished surface. Unless otherwise indicated in the plans, the Contractor shall have the option of adjusting fixtures between placement of the surface course and the layer preceding the surface course, or adjusting the fixture after placement of the surface course using a composite patch or PCC patch. PCC and HMA patch material shall conform to the requirements of Section, 2529 of the Standard Specifications. Patches shall be of suffTCient size to accommodate the structure being adjusted. Patches shall be square in shape and oriented diagonally to the direction of traffic flow. Elevation of the adjusted fixture and patch shall not be higher than or more than 1/4 inch (6 mm) below that of the surrounding pavement surface. 4. Fillets for Intersecting Roads and Driveways. When fillets are designated in the contract documents for driveways to homesteads and commercial establishments and at intersecting roads, the surface adjacent to the pavement being surfaced shall be shaped, cleaned of loose material, and tack coated. On this coated surface, the hot mixture shall be placed and compacted in layers equal to the adjacent layer and extended from the edge of pavement as showh in the plans. Fillets at intersecting roads shall be placed and compacted at the same time as the adjacent layer. Entrance fillets that are 8 feet (2.4 m) or wider may be placed as a separate operation. Paving of fillets 8 feet (2.4 m) or more in width shall be with a self propelled finishing machine described in Article 2001.19 of the Standard Specifications. The Engineer may approve other equipment for placement of fillets, based on a demonstration of satisfactory results. 01014.04 QUALITY CONTROL PROGRAM A. Mix Design -Job Mix Formula (JMF). The JMF for each mixture shall be the responsibility of the Contractor. The Contractor shall submit completed JMF using the computer format of Form 956 to the materials laboratory designated by the Contracting Authority for approval. The Contractor shall submit supporting documentation demonstrating the design process was followed and how the recommended JMF was determined, including an economic evaluation when required. Documentation shall include trial and final proposed aggregate proportions (Form 955) and corresponding gyratory data. The Contractor shall also submit sufficient loose mixture and individual material samples for approval of the design. The JMF shall be prepared by personnel who are Iowa DOT certified in bituminous mix design. If the JMF is not satisfactory, the Contractor shall submit another JMF for review. An approved JMF will be required prior to beginning plant production. The Contractor will be charged $500 for each JMF approval requested and performed which exceeds two per mix size, type, and proposal item on any individual project or group of tied projects. B. Plant Production. The Contractor shall perform the sampling and testing to provide the quality control of the mixture during plant production. Certified Plant Inspection according to Section. 2521 of the Standard Specifications will be required. All personnel performing production quality control testing shall be certified by the Department. Easy and safe access shall be provided to the location in the plant where samples are to be taken. "A significant mix change" is defined as a single occurrence of an aggregate interchange of greater than 5%, a single occurrence of an asphalt content change greater than 0.2%, or any deletion or introduction of a new aggregate into the mix. _. 1. Sampling and Testing. Aggregate gradation control shall be based on cold feed gradation. -" ~.: - -' The hot HMA mixture shall be sampled, at random, from the roadway, behind~t~i~_paver prior to compaction, in accordance with Materials I.M. 322: http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm ~~ 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 14 of 21 Each day's production shall be considered a lot. When the anticipated quantity for the day is 2000 tons (2000 Mg) or more, that day's production shall be divided into four sublots, the first sublot of each day shall be the first 500 tons (500 Mg) produced. The remaining anticipated quantity for the day shall be divided into three sublots of equal size. When the anticipated quantity for the day is less than 2000 tons (2000 Mg), the first daily sublot shall be the first 500 tons (500 Mg) produced. Additional daily sublots of 750 tons (750 Mg) each will be established for mix production exceeding the first 500 tons (500 Mg). The maximum number of samples required for a day's production will not exceed four. Samples shall not be taken from the first 100 tons (100 Mg) of mix produced each day or the first 100 tons (100 Mg) of mix following a significant mix change. Each production sample shall be tested as follows: a) Two gyratory specimens shall be prepared and compacted in accordance with AASHTO PP28-97 and the results averaged to determine sample results. b) Density shall be determined for each specimen in accordance with Materials I.M. 3__2.1_. c) The Contractor's field quality control laboratory compaction shill be used for field density control. The laboratory density for field control will be the bulk specific gravity of compacted mixture (Gmb) at Ndes~gr,~ Bulk specific gravity at Ndesign will be determined by compacting specimens to Nmax and back calculating the bulk specific gravity at Ndesign d) The Theoretical Maximum Specific Gravity of the uncompacted mixture shall be determined in accordance with Materials I.M. 350 or other test methods recognized by AASHTO or ASTM. e) The laboratory air voids shall be determined in accordance with Materials I_ M._508 and 510. 2. Production Control. After the JMF is established, the combined aggregate furnished for the project, the quantity of asphalt binder and laboratory air voids should consistently conform to the JMF, as target values, and shall be controlled within the production tolerances given in the table below. Plant production must be controlled such that the plant produced HMA mixture will meet mixture design criteria for Air Voids and VMA at Naesign 9Yrations of the gyratory compactor within the single test tolerances given in the table. The mix design gradation control points for the size mixture designated in the project plans will not apply to plant production control. Production Tolerances Measured Characteristic Target Specification' value Tolerance ' Cold feed gradation No. 4 (4.75 mm) and by JMF + 7.0 - larger - ---- Cold feed gradation No. 8 (2.36 mm) by JMF ± 5.a - Cold feed gradation No. 30 (600 pm) by JMF + 4.0~ ~~ - -1 Cold feed gradation No. 200 (75 pm) by JMF + 2.0~) - http://www.erl.dotstate.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 15 of 21 ~~>- The filler/binder ratio of the plant produced mixture will be maintained between 0.6 and 1.4. (2>- As specified for the level of HMA mixture. ~3~- Based on the moving average of four test values ~4~- Restricted to an asphalt film thickness as specified for the level of HMA mixture design. (5>- Based on the daily lot average The Contractor shall strive for the target value of the percent air void and asphalt binder by adjusting gradation and asphalt binder content. The Contractor shall produce a mixture of uniform composition conforming to the JMF. If, during production, the Contractor determines from quality control testing that adjustments are necessary to the JMF to achieve the specified properties, adjustments to the JMF target gradation and asphalt binder content values may be made. Adjustments to the JMF aggregate proportions and asphalt binder content shall be made as a result of the interactive process between the Contractor and the Engineer. The Contractor's adjustment recommendations shall prevail, provided all specifications and established mix design criteria are being met for plant production. The voids in the mineral aggregate (VMA) and estimated film thickness shall be measured for specification compliance every day of HMA production. Quality control charts shall be available and kept current showing both individual test results and moving average values. Moving averages shall be based on four consecutive test results. Control charts shall include a target value and specification tolerances. As a minimum, the following values shall be plotted on Iowa DOT Materials approved control charts as indicated below: Laboratory density (each point being an average of two specimens). Laboratory air voids (plotted to nearest 0.1 %) ., , r.V. Asphalt binder content (plotted to nearest 0.1 %) ; _~~ Cold feed gradation (No. 4, No. 8, No. 30, and No. 200 (4.75 mm, 2.36 mm, 600 Nm, 75 pm sieves) _. .. ._ Maximum specific gravity (Rice) (Materials I.M. 350). - Laboratory voids for individual tests shall be calculated according to Materials._I.M, 5.1.0, using the individual density and individual maximum specific gravity determined for each sample. The moving average of laboratory voids shall be the average of the last four individual laboratory voids. The Contractor shall monitor the test results and to make mix adjustments, when appropriate, to keep the mixture near the target values. The Contractor shall notify the Engineer whenever the process approaches a specification tolerance limit. One moving average point for laboratory air voids outside the specification tolerance limit shall be cause to cease operations. The Contractor shall assume the responsibility to cease operations, including not incorporating produced material which has not been placed. The process shall not be started again until the Contractor notifies the Engineer of the corrective action proposed. http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 16 of 21 C. Construction. ' 1. Density. Density samples shall be taken from the compacted mixture and tested not later than the next working day following placement and compaction. A lot shall be considered as one layer of one mixture placed during a day's operation. The Engineer may approve classifying multiple layers of construction placed during a single day as a lot provided only one mixture was used. When the day's operation is 2500 square yards (2500 mz) or less, or the day's operation is 500 tons (500 Mg) or less, or when the. mixture is being placed in irregular areas, or for wedge, leveling, or strengthening courses, the Engineer may waive sampling for density provided compaction has been thorough and effective. Seven density samples will be taken for each lot. The length laid in each lot shall be divided into seven approximately equal sections and one sample will be obtained at a random location in each section. If a sample is damaged or measures less than 70% or more than 150% of the intended thickness, an alternate sampling location will be determined and used. Samples shall not be taken less than 1 foot (300 mm) from the edge of a given pass of the placing equipment or from run-outs or areas adjacent to day's work joints or structures. .i f If one of the density test values from a lot is an outlier, identified in accordance with the procedure described in Materials I.M. 50.8, the outlier value shall not be used to determine the quality index. The quality index shall be determined using the remaining density test values. The quality index for density of each lot shall be determined by the following formula: ~_`' <,.~.~ } } `~~ }} _r Average G mb Irt~ IAI - ~~%Density ltt+t~ x Average G mb ~I.ltB IfEli/ `' ~t Q1 DQ~bTSIIY - Std Dev G ~ ~~ ~' ' mb PlFI.D IAI i `--~? ,. l - . where Gmb =bulk Specific Gravity of the mixture When the quality index falls below 0.00, the Engineer may declare the lot or pads of th~lls~t defective. If only one laboratory density value is obtained that day, combine that value with the next day's test results to evaluate both days' production. If two or more laboratory density values are obtained that day, then the average of those tests alone shall be used. If a significant mix change has been made, only the appropriate laboratory density values should be used with the corresponding density cores. 2. Thickness. The thickness of the completed course will be measured to the nearest 1/8 inch (3 mm), exclusive of seal coat, by measurement of cores. All areas of uniform and similar thickness and width for the project will be divided into lots. The frequency specified for taking density samples from the surface lift will be used when measuring for completed thickness. However, samples that may not be tested for density because they are less than 70% of the intended thickness shall be used for thickness, and in these particular instances, the additional samples of sufficient thickness that are used for density tests shall not be measured for thickness. Thickness samples will be taken full depth of the completed course and after measurement, the density samples for the top layer shall be removed by the Contractor from the core. If any of the measurements for a lot is less than the designated thickness, the quality index for thickness of that lot will be determined by the following formula: http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 17 of 21 _ Average Thickness ~~ - tThickness Py~ - 0.50 Ql~cxrrFSS Maximum Thickness ~ -Minimum Thickness ~ When the day's operation is 2500 square yards (2500 m2) or less, or the mixture is being placed in irregular areas or next to structures, the Engineer may waive sampling for thickness provided there is reasonable assurance that the pavement conforms to the required thickness. When the quality index falls below 0.00, the Engineer may declare the lot or parts of the lot defective. D. Sampling and Testing. The Contractor shall calibrate and correlate the testing equipment with prescribed procedures. Sampling and testing shall conform with specified testing procedures as listed in the Materials I.M. and applicable Specifications. When the results from a lab are used for product acceptance, the lab shall be qualified. All samples shall be identified, stored and retained by the Contractor for the Contracting Authority until the lot is accepted. The Contracting Authority may acquire these samples for comparative, verification, or assurance testing. All samples shall be identified by a system approved by the Engineer. 1. Loose Material Requirements. All samples of asphalt binder and tack coat material, shall be identified and promptly delivered to the appropriate laboratory, as designated by the Engineer. Samples of loose HMA mixture shall be taken behind the paver, weigh at least 50 pounds (25 kg), and shall be transported to the test facility in a way to retain heat to facilitate sample splitting procedures. The tests for mixture properties shall be conducted on representative portions of the mix, split from the larger sample of mix. After splitting of the sample is completed in the Contractor's QM-A laboratory, the remainder of the sample, approximately 30 pounds (15 kg) shall be retained for laboratory testing by the laboratory designated by the Contracting Authority. When requested by the Engineer, normally once per day, an additional 50 pounds (25 kg) box sample will be required for correlation and validation testing. Samples shall be split in accordance with Materials I.M. 357. All test results and calculations shall be recorded and documented on data sheets approved by the Contracting Authority. Specific test results shall be recorded on a daily summary sheet approved by the Contracting Authority. The Daily Quality Control Summary Sheet shall also include a description of quality control actions taken (adjustment of cold feed percentages, changes in JMF, etc.). The Contractor shall FAX, or by other method approved by the Engineer, the daily quality control summary sheet to the appropriate Iowa DOT District Materials Engineer or Engineer daily. A copy of the electronic file containing project information generated during the progress ®j,the worlr_~hall be furnished to the Engineer at project completion. ~-,? `_-~' - -; ~,,- 2. Finished Pavement Requirements. r--.. - `' The Contractor shall cut samples from any course or finished pavement for tests-~i~dFens~t'~i, -- thickness, or composition, by sawing with a power driven masonry saw or by dr±IJit~g=a minimum fl- inch (100 mm) nominal diameter core. The surfaces shall be restored by the Cnnir~~ctor t~~ same day. The core holes shall be dried, filled with the same type of material, and th~:eri~teria~~irop~rly' compacted. Pavement core samples shall be identified and delivered to the Coc~~ractor's quality control field laboratory. ~- `~: The compacted HMA pavement shall be tested by Contractor's personnel who are Iowa DOT Certified in QM-A bituminous quality control. The minimum number of cores taken shall be in accordance with the following Material_s_I._M_ 204, http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 18 of 21 Appendix A-V, and Materials I.M. 204 Supplemental. The core locations will be determined by the Engineer The cores shall be prepared and tested in accordance with the following Materials I.M. 320, 321, and 337. 3. Acceptance, Correlation, and Quality Assurance Testing. The Contractor's quality control test results will be compared and correlated to the Engineer's test results on a regular basis using guidelines and tolerances set forth in Materials_I,M.._208 A~~~endix C; _2.16,; and 51.1. If satisfactory correlation exists between the Contractor's test results and the Engineer tests, the Contractor's results will be used. Disputes between the Contractor's and Engineer's test results, on one sample or one test of one sample, will be resolved by repeated testing of the same sample or additional testing of another sample. When repeated and/or additional sampling fails to resolve a dispute, a third materials laboratory designated by the Contracting Authority will act as a reference laboratory and perform additional testing as necessary to resolve the dispute. The Engineer will select, at random, a split portion of one or more of the daily hot mix production samples. Some or alt of the samples selected will be tested in the materials laboratory designated by the Engineer. The Engineer will test as many of the samples as necessary to establish a correlation. The Engineer will select one daily set of cores at random each week. These will be tested at the materials laboratory designated by the Engineer. Cores from the initial production will also be tested by the Contractor and the Engineer for correlation and validation of results. 01014.05 METHOD OF MEASUREMENT -~° r ~ --~ ~ :.' < _;~ -- , ..~ ,-~ The Engineer will measure the quantities of the various items of work involved in placement ra'f bitumin~ras , mixtures in accordance with the following provisions: c""; - ",`"~ _ _: _„ `.., ~ _ _. ~~y A. Hot Mix Asphalt Mixture. ; , ; :: ~. 1. Measurement by Weight (Mass). ~`=~' ~ ~ `=~~ When measurement is by weight (mass), the quantity of mixture will be expressed in toms= (megagrams) and determined from the weight (mass) of individual loads measured to tt5i''nearest 0.01 tons (0.1 Mg). Loads may be weighed in trucks, weigh hoppers, or from the weight (mass) from batch plants computed by count of batches in each truck and batch weight (mass).. Article 2001_,.07 of the Standard Specifications applies. The weights (mass) of various loads shall be segregated into the quantities for each pay item. 2. Measurement by Area. When payment is based on square yards. (square meter), the area of each lot will be computed to the nearest 0.1 square yard (0.1 m2) from surface dimensions measured to the nearest 0.1 foot (30 mm). When the average measured width of the lot is equal to or greater than the plan width, the computed area will be based on the plan width. When the average measured width is less than plan width, the computed area will be based on the measured width. When constructing shoulders on a basis of payment of square yards (square meters), inspection of the profile and elevation will be based on the completed work relative to the pavement edge; the Contractor shall be responsible for the profile and elevation of the subgrade and for thickness. B. Asphalt Binder. The amount of asphalt binder used from batch plants, continuous plants, or drum mixing plants, shall be by stick measurement in the Contractor's storage tank or by in-line flow meter reading. The asphalt binder http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 19 of 21 quantity added to the storage tank shall be computed from a supplier certified transport ticket accompanying each load. The quantity of asphalt binder not used in the work will be deducted. When the quantity of asphalt binder in a batch is measured by weight (mass) and is separately identified by automatic or semi-automatic printout, the Engineer may compute from this printout the quantity of asphalt binder used. By mutual agreement, this method may be modified when small quantities or intermittent operations are involved. The Engineer will calculate and exclude the quantity of asphalt binder used in mixtures in excess of the tolerance specified in Article_Q1014.04,_B._2, of this Supplemental Specification. When payment for HMA is based on area, the quantity of asphalt binder used will not be measured separately for payment. C. Recycled Asphalt Pavement. The quantity of asphalt binder in RAP, which is incorporated into the mix, will be calculated in tons (megagrams) of asphalt binder in the RAP, based on an assumed asphalt binder content of 5% of the dry RAP weight (mass). The quantity of asphalt binder in RAP, which is incorporated into the mix, will be included in the quantity of asphalt binder used. The quantity of asphalt binder in unclassified RAP will not be measured for payment. D. Hydrated Lime. Hydrated lime incorporated in HMA mixtures shall be considered incidental to HMA and will not be measured. E. Tack Coat. Tack Coat shall be considered incidental to HMA, and will not be measured separately. F. Fabric Reinforcement. C.~ The Engineer will calculate to the nearest 0.1 square yards (0.1 mz) on the roadway sur~aC~~dimez~sions . measured to the nearest 0.1 foot (30 mm) for the fabric reinforcement placed in acceptable-emndit~m. - -; ~- _., _ _ - f , G. Adjustment of Fixtures. The Engineer will count the number of fixtures adjusted to the finished grade. H. Hot Mix Asphalt Pavement Samples. `" HMA Pavement Samples of any finished pavement furnished according to Article Q1014`(}4~ D, of~tkiis Supplemental Specification, or required elsewhere in the contract documents, will not be individually counted for payment. 01014.06 BASIS OF PAYMENT The costs of designing, producing, placing, and testing bituminous mixtures and the cost of furnishing and equipping the QM-A field laboratory shall not be paid for separately, but shall be included in the contract unit price for the HMA mixes used. The application of hydrated lime, tack coat, and sand cover aggregate are incidental and will not be paid for separately. Any pollution control testing shall be at the Contractor's expense. A. Hot Mix Asphalt Mixture. For the quantity of each class and category of mixture, including fillets, the Contractor will be paid the respective contract unit price. Payment will be adjusted by the following percentages for the quality index for density determined for the lot: http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 20 of 21 Quality Index (Density) 7 Samp les ~~- Percent of Full Payment greater than 0.72 100 0.40 to 0.72 ~- 95 0.00 to 0.39 85 less than 0.00 75 Maximum ~~> Or 6 samples and 1 outlier (Only one outlier will be allowed). When the basis of payment is by area, payment will be further adjusted by the appropriate percentage according to the quality index for thickness determined for that lot and the following table: Quality Index (Thickness) 7 Samples Percent of Payment (Previously Adjusted for Density) greater than 0.34 100 0.14 to 0.34 95 0.00 to 0.13 85 less than 0.00 75 Maximum Courses for which quality index (thickness) is not determined because of size or shape, and courses which are found to be deficient in average width, will be paid for according to Article_ 11_0.5..04 of the Standard Specifications. B. Asphalt Binder. For the number of tons of asphalt binder used in the work, measured as provided in Article_ _0.1014.0.5 B, of this Supplemental Specification, the Contractor will be paid the contract unit price per ton (megagram). Payment for asphalt binder will be for all new asphalt binder and the asphalt binder in RAP salvaged from the project, the Contracting Authority owned stockpile, or certified Contractor owned stockpiles, which is incorporated in the mixture. When scarification of asphalt material is required and is paid for on the basis of square yards (square meters) and no other use of the RAP is specified, the RAP shall become the property of the Contractor, and the Contractor shall not be charged for the asphalt binder in that material. When the basis of payment for HMA is in square yards (square meters), compensation for asphalt binder will be included in the contract unit price per square yard (square meter). ~:~ <=-m1 ,_.,~ -- .C;~ __ C. Recycled Asphalt Pavement. '` RAP which is owned by the Contracting Authority will be made available to the Contr2~c'to~r for the recycled mixture at no cost to the Contractor other than loading, hauling, and processing as regtrl~ed for' °' incorporation into the mix. 4 ~~ -:-; - ~. _ D. Fabric Reinforcement. -' ~ ~`" For the number of square yards (square meters) of fabric reinforcement installed, the ~flntractd~ will be paid the contract unit price. This payment shall be full compensation for furnishing all materials, labor, and equipment necessary for installing the fabric as required, including the adhesive or heavy tack coat of asphalt binder used as the adhesive. E. Adjustment of Fixtures. For the number of fixtures adjusted to the finished grade line, the Contractor will be paid the contract unit price for each. If the contract contains no price for adjustment of fixtures, this work will be paid for as provided in Article 1109..03, B, of the Standard Specifications. F. Hot Mix Asphalt Pavement Samples. http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 SS-01014 HOT MIX ASPHALT (GYRATORY MIX DESIGN FOR LOCAL SYSTE... Page 21 of 21 For cutting HMA pavement samples to determine density or thickness according to the specifications, when either of these is the responsibility of the Contractor, and elsewhere when required by the contract documents, the Contractor will be paid the lump sum contract price. This lump sum payment shall be full compensation for furnishing all such samples for all courses or items of work, and for delivery of samples as specified in Article 01014,04; D, of this Supplemental Specification. -.. ~.., _~ -_a 'r: ' - -. _ ..~ -. C ,. . s _;; .~ €°.._ http://www.erl.dot.state.ia.us/Apr_2003/SS/content/SS-01014.htm 3/28/2008 M a° `~ ~ ~ l W w (r' J/~ ~I V ~ z ~~ ~ W J 10 ~ m ~ , ~ ~ s ~o d 3 ~ ~ o w ~~ a ~ ~ ~ ~ OC m O ~ H ~ ^~ U O Q ~ ~ Z ~ U m ~~ F Y J Q • ~ ~ m A ~ emu. N ~ U 0 Yl c~' ?' £ m ~ ~ ~ p N C1 N T ~e L E a ii ~ E v - '° - L v E g ~ o m `_. r m m c 3 3 m ~ E ~ d ~ ~ ~ ~ ~ ~ x ~ c w ~ S' ~ E ~ d r A ~, 'm y E rv E E r m m m ~' 0 O m ~ ~ U g~ £ ~ ~ ~ o ~ ~ m . m ~ ~ U m ~ ~ E t E o y c E c o ~ O O P G \ 0 _ _ _ O m _ ~~ E ~` '..r ~....~ P ..._...~_ ~ r ~ .~' _ ___ o o m a - { i-° J J `°~ i ti Q i ~~ o ~~ ~. ~ ~.. d- _ ao N _ ~ a - ~ F ~ U t ~ ~~ i-- ~ ~ o J Z w a w ~o ~ o ~ ~ o a " ~ ~ Q U to T 0 II a , ~ CC a I T ~ ~~v yN ~ Ql~ O C J F- !i a F ~ LL. cv ~ O Q x = o¢ a `~ a g 3 ~~ ~}c ~ ~ ~L ~ tai r r ~ op'-OE ^ ^ ~ ~ ~ m ~ ~ ` ~ ~ ~ 3 E ~ m v ~ ~ ~ sE~~'~ u ~ m E c E X " m m ~ g ~''~ ~ b'S a ~ Lg °. ` a 3 3L ~_s ~ ~ _ y~~g o ~ E `o ,~ a°i E a ~ 9 c ~ °u ~'~ 1 0 ~ a~E°~ n ~ ~ ? ~ c ~ s ; - _ a ~ w 3 r 2 ~ ~ ~ ,_ `o ~ 'm 5 ~O v o a ~ Q ` o I n O 7 O U o E O ~~ ~ ~~ ., j. _ _. _ . .._ _._..._ .. .. ..y ,~ m w 1 wy,:' a ` ` ~ o r U ~ LL ~~12 n o fir' ® ~ E E E E E E E E E E u g E o ~ ~ E / O t u t w rcv ._p. ::_.iih ~ J ~ o i 5~ i •~ (.. m ~~ __ __ o I: g E `o p; U m ~ ~ m A A F~ U ~ -, } .- ~ 1 t :..1 1 1 9 _ _... .._.. 1 ~',: Z ~ . _:r" ~ m _.-. ~ p P ~. ~~ ~. ,. c .>__... ~~ ~..W ~ .,f.'. ~~. E g' 1' 4 o ~ 0 n E~ ~ m ~ ~ o ~ ~ y w E ~ Q G E m E E ~ H W ~ E ~ J ~ F 3 LL ~ W J ~ ~-~ o ~ o ~ - ~ w ~ ~ w o ~ sy R ~~ ~ ° ~ ;O; Z W ~ _O ~ _ O E~ p v ~ ~ a ~ m ~ v N ~ p ~ 0 Q r o N o ~n o ~ ~, ~ ~ Z y a Z N ti m v ~ L W N p U ~ Q N ~ Q '^ E m j °' v `m D N ~. ~ J N ~ Q \ c W N ~ L L h+ O C - ~ ~ H N ~ p¢oy ~iiQ~d _ _ - - i ;O, - - u ~' ~ v m ~ ~ y - n' 0 A ~ ~ /j // 1 3 ~ U 1 _ :Q a }T ~ ¢~ ~ I .~ _ •.) '~'> ~ y ~ _ ..... l . I" -_ I.., o - ~ o~,LL - ~ , ,., ^- - - i ~ _, .. ; ...... J v f: .n o « 0 0 .°~ v o0 = ~ ~ ~ ~ v m ~ J j ~ U ~~ E N v m ~ N v Z ~ O O, m -, N .t+ v w ~ ~ o C ~ c ._. _ _. / _. ~ ~~ ~ ~ ~ n¢oy ~ia~d - ~ - ~~~ ~ D U v 3 / 1 ~ N m ~ N ~a ~ ~~ ~ O ~0~= co g- it ~ ~'€ - -, ~~~ ~~'~ ~ ~ "~ o i t ~ i i~ ~~ , Z ~ t _ _~! _ JL --~ _~tL _ _ _ S C C ~ ~ NO N i ~F F ~J ~~ ~ s V gad ~ ~ Q E a D y W ~N $ o N ~ 0 &~~ 8 '^ `" '~ z Ea ~ v o _ ~ _ ~ d l_ - - ` _ _ - _ - - - - _ - - t tv M "" E du° o~` _ ~°~ `~{ ~ W Q ~ O ~ N ~o 3 U .~ ~ m ~ ~ ri 3 ~ n v i°n o ,Q H ~ o _ -o = o U __~ O 'C -_ v' F3 ~ Oa Z --- 1 ~' ~a ~a o d ~ ~ - - - - - -- - - - t - - - - - - ~ ~_ F N ~ - ~n ~~ az ~~ ~a. O ~~ O 0~, 0 l ~ 1J `~`'' i ~~ ~ o Q ~ i it F -, ~ a ~ -_ ~ ~ O ~'" ~ ~'~ } t ' 0 ooa~= o, ~ _ C~ -- . ' ` _ r l . O- - ~~ - Z Eo -- i - ---'L --- --~~--- -` ~ F i _ ~, 0 in ~, ~- i Z ~, m F J _- w _ - < i ~ ~O wi~~.o_3 ~o 00 ~~~~ ~~ - Q z W 3 W ~_ ~o s o= v ~~ E Jg D U W o _ ~ V ~~ d F J O ~Tj Sao Q ~ O ~ i ~ V I N Q 4 Q. 0 Y Q~ a I ° ~ _ Q~ ~ ~ J O c 3 F OC ~ O U O ~ Q t u ~ 0 ~ ~° d ~ ~ Z o ~ v t/9 tN N~ ~ O ~~ -°~ F __ - ------_ y ~~°~ - - - - - ~ L L QQ I _ m E U E E m ~ ~qp UN .. 0 7.' _ _ ~I o v ~ $ 3 d - u+ S d Spa a E ~_ ~ _ € m ~ .~ m ai °' ° E u d v ~t ~3= {T 'v°- c°m~ E I E F ~ ~ ~ 0 5 . '° o ° --rr~~~ --1} - L o - - 3 0 To t - E ~ ~ .Y ~_ E'o .4 ~ ~~ I I ~ ," ~°iW ~ °'o o -~ Q ti F u a UI ~ N X K M X ... x I w X M m K m _ g X ~ p a vii W ~ v~ ; ~ N ~ ~ ~n `o U ; E W vi o m p N N I a g ~ 3 W 3 - o~ a o LL~- o _~ t ~~ =' ~ ~' y "- ~ E m v= ~ v d a O "'~'~ rn u E °' ~~ ~ ~ ~ v-~N d m $ ~ ~ E E~ 1~ ~ ~ ~ E ° t ., Q A z~ m a _ m E~ v ~ q~ g o Q - w ~ S n 3 u°~ c w $ F - t ~. oo _ '~' '~-' ~ ~ ~ ~ _ _ E ' ~ d o o T n p m `'S ~ - ~ ~ i £ W ~ ~ ~ a ~ ~ _ °o ~ m£ a T y ~ y p d aa~i °o rn y j o~ o m w w r( m ~ ~- ~ - - 1 t .L. y~ J ~j 2 ~ '~ to n Q tg Ids ~ ~_ c E w~ ~ .. 1 ¢ E ~ It ~ t~ Q N a u V Il SS ~0 ~ } S t~.~ _- .. o m r n . ~~ .. .._ ~ m rv v v r- ~i .. O DI.. .. .:. W Q W J W ~~ i '_ - - J U ~ U a~ E f1 L N J II ~ i~ C x o ~~ ~~ Iv £ ~pp+ ~ s O W A ~~~~, y~_ W QO. O '~ ZO .. q~~ ~ ~ ~m <Z ~ J ~ o~ ~o _ R ~ ~ ` D `x sa o ~~ ~ O. ~ 'i'' _, ~ -, ---{ t °~ n v .. ¢ ~ ° o ~ w .. d ° ~ •. m n 2 i N N p N ~' Fr._ Lo ?Q I ' n E _ ~ ? O 1 - E E U IIJJ I E F ,~ ~Ixx e~ v ~ ~ Kx~ ~, ° ~ ; ~ ~ E o a ~ _ - y ._ - -_ ~ " t o ~ O1 3 _ g ; ° N o - v ~ c ~ w a ~ o E r c wm - ~' E ° w ~ c ¢ ~ ~ ° ~ I m ~ - - I ~ d A .. ~~ ~~ r m n v m o - c~ y5n o.~ E a ° °°-S'~' ~m '«°°E x x = ~- c° $ o ~ 5 ~ E _-max y y~ 'w ~ ~ '°- 3 a x x ~~~ L m° U v 4 N W x~ W x c i0 •. c~ ~_ c"S °`v~ wtm is °° ~3m 3'35 ate', ~° <irv ~ ~ 0 ~~ ~,- ' o ~- ,..I ,r I LI o ~ ~ ~ m E y o ~ ~ H ~ ~ - _ ~~E - - cn ~ - w ' w Z Z < w a W J - J ~ ~ ~ Z = - ru~i xo w ~ m - W J W J U ~ U J ~ o o ~ s o - - _ ~.a n f u H a v l v E _ ~ - ~ - ~ ~ o C a E Lo E ~ oO N ` ~ ~ LQa ~ - _ _ E ~ c p~ C - ~ N E L 5 = ~ _. c ~y Ec ~ ~ N N ~ ~ „ .. E o ~ ~ ~ ~ ~ o n E al / oU `~ o 2 v ~ ` d uO C N 6 ~ O O O O O O O O O Iv _t~ `~ ~~~ r '° L - m ` O a ~ ~ O ~N z r w z ~ W o ~ ~ a o ~ a I 2 J ~ p w a w ~ p U a W ~ E O O 2 W x m ~-~ r z zf O > ~ a m z a Q !.7 J ? a r r O 7 m - o w a E r a--1 a \£ .. m0 A r-o-1 r 0 Z O ~ r ~ U Q z O~ x ~-. `~ , U __J ~',_~~ W - =~ O r Z w E w a a a i W a o z w o~ U w W ~ a F w p ~~ E N - e ~ ~ ~ ~~ r J r o ~ U v W Z M U Q o o f - w E r ~ a a ~ a ~f w -~ ~ aio ~ ~ _ ~ ~ m o - 'c ~ i m a~. ~ a z~ ~ E ~ ~ v ~ O r n ;, N o V m ~ ~ d ~ C _ ~. ~~ Y Q - Q o q mO mO ~ r--o-.1-° z r~ _ r o.1 _ o _ r ~ - Z o _ Z o - o - _ o ~; ' ~ z ~ z ,~ r N o U o~ r r 3 r O zo ~ .; ~ O o O ~ ~ Y O ~ ~~~. ~ y" O ~ O J 0 p O 3 w 3 ~ ~ o r > o a .n v~ .n p W ,\ J D] H N \ N ~ v Q d CO O ~ m m_ t 'J o 'n _ E o ~ ~ ~~ ~ ~ W ~ ° E - 8 ~' Wv ~~ ~ ~ NO ° _r > ~. " C ` ~ E £ J u E~ ~~ i ~ J ~ <d ~ a5 ~ Q 5 'Z ~ n u c o y a O a '~- o ~, - ~~ a O ~ m o (..1 O _ E n m ~ ~~ O ~ O rn ~~ ~ @ ~, J ~5 R ` G U' J r~ ~* ~ 3 r ae ,~ z O E Q q 3 ~o ~ ~~ 0_"w ~ a N ~$ o q°g _- o o O F n ~ _ V~ __ '- o ~' o - o o a 2 V _ - ....... ~ ^L 3iv ~ x ~ - ~ - _ ~". ~~ ~ P; _ _` ~ ~ e ~ o ao m ~ v v c c E c c _ _ ~ L U L U U ~, ~ . Q o J r p 1~1~ .. a A m N J '"' M N N M J .J. .-. ~ J N N < { ~ N .. ~~ r ~ ~ O ~ ~ ~ O1 r 01 N d 0 ~m J f- C C C ~~~'~~ .i' O O O O ~ L _ ~~ J L o c0 3 a (p o (O u~ ~\ 3 z M z M z M ~s C ~.__(~ ~{ r a m ~' I~ _ 4 yy~~ yy1~ yy~~ m N N > L y L L ~ _ W N N l d 01 Ac ~+ ~ o~ I YC C p C C N _ W y J q~ N Wt ~ L U E U U O Q,E ~ ~E rr a N o O~° O h O NO din W Y ina a ^^ o~ a .~ y ~~ m ~ ~ cn ~ -. ~ F Y~ ~ a N w ~ Z~ Y N .O. Y lp Y N O c U v " Y Y N W 01 r 01 O1 Y E ++ L .P N ~ ~ C O Z] ° C O'o 'f W r O 71 O O 3 O [~. ~ ~~ Q LI O J L uOJ OJ W m d v 0: t 0: O: Y _ y ~- y ~ t ~ - 0: ~ ~ ~ O 3 ~ O ~ O ¢ a y" ~~ ~ ~ v N ti "~ W .W-. _ r r N ~s{ H O _ O m N m rO~ ~ ~ v E N - ~~ d w °D v - r v N m y L w ' E w ~ m y W E r v z r U o v r L U U~ U U L ? o _ ~^ ~ o ? v O N O N O _ O. O jn ~ O O. ~ ~ M y r. C'I N ('1 ~ ~ m ('1 P .. ~ 1(1 CI Q ~ r m a r I r v r .+ r r r J r Y o: ? O~ W ~ m '~ r m N ~ w .~. m~ m N ~ m N O .~. C f O7 W r C y a 7 ~ O O N J ~ 6 L O O r O x~° .rZ., N _ ~ ~ ~ J 3 6. y J J L J ~ O y Z 3 ~~ N l7 3 7 7 L v 3 O z M M _ Z N N ; N `~ W LL ~' r >- r r W ~ ~ Y ID _ m Q ~ a ~ ~ Q ,X m ale -°~ „a s ~ Do as _o p1~ $ ~ °E ~ ,Q ~~ W a E ~ o N W ma g a ~ ° ~ `~ c ~~ J t d ~ o o o °- ° m J a o v x a a a v24 ov m W E S ' ~q c a =~a rnE A ~ L O ~ ~ ~ w.+ ~o ~~~ v w J ~ _ U o aYt ~ 'Q3 ~ E$ ~ 8[~ ~ E ; ~ ~ H o ~ ~g q, o ;~ ,~~~-' ~ - c a ~._ N d s' ~ ° o ~~ a Z O ~: w LLi _ ~I ~ - m U of E I ~ ~ O L I_ U I Z Y W u r T1 N ~`T i .. Tf1 ~ m v Z" O ~ ,' ' s ~ ~ -_ 8°g- a" ~~ O ~ m ,~-, - J O L _ ~ °. ~~ -+i Q _L t u a~ f ~w E 7 m U ~ O U (n .Z-~ U W rp ~ m Z ~, O ~ 7 ~ V I I _ _ Z '_ o E Q ~ 7 v Z l\ ~ Z O O~ ~ ~ ti m~ T W Z T N -- t < _ W U X o ~~ .-r j N l ._. <' r _s, .. o . o .~~~ n.°~~ - °o F- Z O LL Z W ~ N Z W w a x W W W J W 3 O O U J a 0 .C w 0] o ~ - Q i F _, w N ~ ~ ~ '!v~ T m v of ~ I Z O - _ _ O - E E cn c Z Q _ _ _ _ a - x LLj~ w 4 w s J = ~ ti _C 3 ~ °~° ~~ f ~, a J H w o gel o d ~`~ _ D c m U I ~ ~ , ~ ~., I W Y ? V 1 I~, . ~1 'W ~7 f l I ~1 l r Z N v v /''~. ' 3 ~`~ Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5144 RESOLUTION NO. n~ Q,~~ RESOLUTION SETTING A PUBLIC HEARING ON APRIL 29, 2008 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 ASPHALT RESURFACING PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: U4-"7 ~~-U~7 4d 4 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 29th day of April, 2008, 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 14th day of ~,,,-; ~ _ , 20~~_. ATTEST: ~ ~~ 7 ~, CITY RK Approved b~ .~ ~ J City Attorney's Office y ~~~ ~ Pweng/res/2008as phresu rf-setph.d oc 4/08 Resolution No. 08-81 Page ~ It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: NAYS: x x x x x -~ x Wilburn ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright the Resolution be wpdata/glossary/resolution-ic.doc Publish 4/18 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 ASPHALT RESURFACING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2008 Asphalt Resurfacing Project in said city at 7:00 p.m. on the 29th day of April, 2008, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS 2008 ASPHALT RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 10:00 A.M. on the 20`h day of May, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3'~ day of June, 2008, or at a special meeting called for that purpose. The Project will involve the following: 2,600 tons of asphalt cement concrete, 16,000 square yards of pavement milling, 1,330 feet of PCC curb and gutter replacement, 50,500 square yards of chip sealing, and related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, 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 accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days 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. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabula- tion of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harm) 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) years from and after its com- pletion and formal acceptance by the City. The following limitations shall apply to this Project: Working Days: 30 Specified Early Start Date: June 9, 2008 Specified Late Start Date: July 7, 2008 Liquidated Damages: $400 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 City Engineer, City.Hall, Iowa City, Iowa, by bona fide bidders. A $20 non-refundable 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 the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. 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. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721.. By virtue of statutory authority, preference will 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 Preference Act applies to the contract with respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK '~ `J Prepared by: Dan Scott, Project Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 08-111 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 ASPHALT RESURFACING PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. 10 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. 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 publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:30 a.m. on the 20th day of May, 2008. 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 3r day of June, 2008, or at a special meeting called for that purpose. Passed and approved this 29th day of ATTEST: /`(au~~ ~. ~~~ CITY ERK 20 08 City Attorney's Office Pweng/res/08asphalt appp&s.doc 4/08 Resolution No. 08-111 Page 2 It was moved by Champion and seconded by Correia the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~- Bailey x Champion -~ Correia x Hayek x ~ O'Donnell X Wilburn ~. Wright wpdata/glossary/resolution~c.doc Printer's Fee $~ ~l . i~ X CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670. eka, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper~_ .time(s), on the following date(s): r-- ~-=~-~• ~C~[~c~ (J~(/ Legal Clerk Subscribed and sworn to before me this [ day of A.D. 20~_. o r Public ....~ uNa- Mort ;g~ Commission Nurr~er 73161 My Comrnissiorl Expires °'"• January 27,2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 ASPHALT RESURFAC- ING PROJECT IN THE CITY OF IOWA CITY, IOWA• TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS:- - Public notice is hereby given that the City Council of the City dt,lowa Ctylowa will conduct a public hearing on plans, speci- fications, form of contract and estimated cost for the construction of the 2008 AsphaR Resurfacing Project in said city at 7:00 p:m. on the 29th day of April, 2008, sa~dmaetirag to be held in the 1=mrfta J. ._.. _.. Harvat Hall in the City Hall, 410 E. Washington Street is said aty, or 'rf said meeting is cancelled, at the-next meeting of the City Council thereafter as posted by the city sank. Said plans, spepificltions, form of con- traccand estimatedd cost are now on file in the office of the City Clerk in the Cfty Hali in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear a1 said meeting of"the -Oily CouncU'for the purpose of making objectioru td 8nd tSom- •ments concerning said plans, spet~frca- tions, contract or the cost of making'said improvement. This notice is given by order of the City. Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 75259 April 18, 2008 Printer's Fee $ CnD •~$_ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRES5-CITIZEN FED. ID # 42-0330670 I, ~ r~---e ~ e .l Y 1 ~i ~. e r i~'lfe, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(s): - C~~-U C~ 8 Legal Clerk Subscribed and sworn to before me this ~ `~' day of A.D. 20_-~~. Notary Public ~ UNDA KROTZ ~' . ~ Commission Nurr~er ; ~!DffM111SSi0ft i:Xl OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS 2008 ASPHALT RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 10:00 A.M. on the 20th day of May, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Pro- posals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3rd day of June, 2008, or at a special meeting called for that purpose. The Project will involve the following: 2,600 tons of asphalt cement concrete, 16,000 square yards of pavement milling, 1,330 feet of PCC curb and gut- ter replacement, 50,500 square yards of chip sealing, and related work. . All work is to be done in strict compliance with the plans and specifica-lions pre- pared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form famished by the City and must be accompanied in a sealed envelope, sep- arate from the one containing the propos- al, by a bid bond executed by a corpora- tion 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 IOV1(A CITY, IOWA, and shall be forfeited to the City of Iowa City in the. event the successful bidder fails,to enter into a contract wthin ten (10) calendar days and'post bond satisfactory to the City ensuring the faithful performance of the contract ahd maintenance of said Project, 'rf.required, pursuant to the provi- sions of this notice and the otherconUact documents.. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calen- dardays until a contract is awarded, or until rejection. is made. Other bid bonds will be retumed after the canvass and tab- ulation of bids is completed and reported to the City. Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a respon- sible surety approved by the City Council, 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 Con- tracf, and shall also guarantee the main- tenance of the improvement for a period of two (2) years from and after its comple- tion and formal acceptance by the City. The following limitations shall apply to this Project: Working Days: 30 Specffied Early Start Date: June 9, 2008 Specrfied Late Start Date: July 7, 2008 Liquidated Damages: $400 perdav contract documents may be exemfned a# the office of the City Clerk. Copies of laid plans and specifications and form of pro- pc+sal blanks may be secured at the CNfice of City Engineer, Cfly ,Hall, Iowa City, Iowa, by bona fide bidders. A $20 non-refundable fee is required for each set of plans and. specifxations pro- vided Qo bidders or other interested. per- sons. The fee snail be to the form of a check, made payable to the City of Iowa Citv. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity contractors and subcontractors on City projects. Bidders shall list on the Form of Proposal the names of persons, fircns, 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 subcontrac- tors, together wtth quantities, unit prices and extended dollar amounts. If no minor- ity business enterprises (MBE) are uti- lized, the Contractor shall famish docu- mentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242- a72t. By virtue of statutory authority, pref- erence will be given to products and pro- visions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Recipro-cal Preference Act applies to the contract with respect to bidders who are not Iowa resi- dents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and ircegu-lar- ities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 75352 May 6, 2008 P~Q~ 20 Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. D8-173 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2008 ASPHALT RESURFACING PROJECT. WHEREAS, L.L. Pelling Company, Inc. of North Liberty, Iowa has submitted the lowest responsible bid of $446,782.59 for 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, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 3rd day of ATTEST: 20 os City Attorney's Office ~/ ~f~e~ z ~ /0 8~ It was moved by Wilburn and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: x x X x x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright pweng/res/OBasphaltawrd..doc 05/08 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ~- L ~~~ ~ ~ n C o . 1 ~~- ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated <.~(•3 ~ I ~~ C"~ ,for the 2008 Asphalt Resurfacing Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers O ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as.amdnded; c. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and 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 approved by City, together with quantities, unit AG-1 .... ..-, prices, and extended dollar amounts, are as ronows ~u~ ~~ ~~w~ ~ ~~ ~ °" """"' Pa ments are to be made to the Contractor in accordance with the Supplementary 4. Y Conditions. _ , 20~• ``' day of ~~n" DATED this Contractor ~ . ~ ~~-~ ~ ~ ^ ~ Co (:itv Mayor ATTEST: `/ 7C City Clerk ~~~ dv v rTrtiPl \/ IC' ~r Sid~n~- - TTEST: A Title T M (Company Official) Approved By: City Attorney's Office ¢~y3~~g' AG-2 FORM OF PROPOSAL 2008 ASPHALT RESURFACING 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 PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Biddy TO: City Clerk City of Iowa City Civic Center 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 d ,and ,and to do all work at the prices set forth herein. We further propose to do alt "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. ESTIMATED ITEM DESCRIPTION UNIT QUANTITY Division 1 -Streets for Asphalt Overlay 1. HMA 300K Intermediate TON Course'/Z" Mix 2. HMA 300K Surface TON Course'/" Mix 3. Mobili2ation LS 4. 5. 6. 7. 8. Asphalt Removal Manhole Adjustment Remove and Replace Curb and Gutter Pavement Milling P.C. Concrete Repair 1,197 1,4.17 1 UNIT. PRICE $~~ . ~.ao y .~C~- -5 r c1 ~~ SY 600 EA 19 LF 1335 SY SY 75 16,014 75 m EXTENDED AMOUNT 00 c~ I y,~~ •° a ~~ _..- r ~~ ._ FP-1 ITEM DESCRIPTION 9. HMA Repair 10. Pavement Marking (tape) 11. . Cleaning and Preparation of Base 12. Traffic Control. 13. Flaggers Division 2 -Streets for Chip Seal ESTIMATED UNIT QUANTITY SY 50 STA .13.10 MILES 1.08 LS 1 DAYS 52 UNIT EXTENDED .PRICE AMOUNT ~°r + ?4 ~ ~ ~~~ $280.00 $14,560.00 y9 Subtotal $ O~ ~ ~ -r ~+ 85 tn0 3~1~.~ ~ a3 ©o `~~ 14. Mobilization LS 1 15. Cover Aggregate TON 771 16. Binder Bitumen GAL 15,176 16. Primer, MC-70 GAL 110 17. Asphalt Patch "Cold Mix" TON 200 ~1 ~ O Subtotal $~(~ U3~ t' ~1 TOTAL EXTENDED AMOUNT = $ ~- ~`l FP-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder. states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of -this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: i Printed Name: l ~1 , Title: V 1 CO iP~St~~,nt Address: l ~ ~`}~ J ~e v~ ~n J-~- ~~G~~r~ l.t bar ~~, Phone: ~,"1-- ~O[=1.~ "' `-t (~'~~ Contact: FP-3 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability: PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orier~ation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are. federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 e_t seg.) 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? 1` l~lU'/ T~ ~~\~~~ty ~aw `Fi 4. What is the name, telephone number and address of your business' Equal Employment Opportunity OfFcer? 1 (Please print) ~1 l ~ 1 ~u. ~ ~ l ~, ~ ~I~i - l.oa to-- ~-14~aC~ _ (~1~5 ~. i~e~~n ~ I~c~~~~L,~o~~..-~-~ ~0.- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 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. ~.e~ ~e\1;n~ ~v z ~. Business Name Signature Print Name Phone Number I CQ ~r~~~en~ Title ~ ~~~~~ Date CC-3 IAC 55049 PERFORMANCE AND PAYMENT BOND L. L. Pelling Company Inc., 1425 W. Penn Street, North Liberty, IA 52317-0230 as (insert the name and address or legal ti#le of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) {insert the legal title of the Surety) 2100 Fleur Drive, Des Moines, IA 50321 , 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 Four Hundred Forty Six Thousand Seven Hundred Eighty Two and 59/100 ~OIIarS {446,782.59 )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 `P/ 3~0~ _ ,entered into a date} written Agreement with Owner for the 2008 Asphalt Resurfacing Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Daniel R, Scott, P.E., Project Engineer for the City of Iowa City, Iowa, 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 shalt 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 deGared by Owner to tie, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 7. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner far completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tivn by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 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 property paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obli8ated 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 ttre 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~~ OBLtCyATIO:N that the Principal and Surety, in accordance with provisions of Chapter 573, Code of lows, 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 famished in the pertormance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of lows, are a part of this bond tv the same extent as if it were expr8ssiy set out herein. SIGNED AND SEALED THiS 6th DAY OF June , 20 08 IN THE PRESENCE OF: Witne s `~~ Witness L. L. Pelling Company Inc. rincipap ~~ (Title) ~~ ; ~i t~ Merchants Bonding Company (Mutual) (Surety) j~~~' ~T~ (Ttle) Michael P. Foster, Attorney-in-Fact 2100 Fleur Drive (Street) Des Moines, IA 50321 (City, State. Zip) 515-243-8171 (Phone) PB-2 Merchants Bonding Company (Mutual) POWER OF ATTORNEY for Company Employees Bond #: IAC 55049 Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint the following company employees Michael P. Foster of Des Moines and State of Iowa its true and lawful Attomey-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: Unlimited and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 -The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 -The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 1st day of January 2008 , STATE OF IOWA COUNTY OF POLK ss. .•---•• •~p~~~ CO,~j'•, ;a~• 1933 :•c: .tip. •r,,. MERCHANTS BONDING COMPANY (MUTUAL) ey ~~ President On this 1st day of January 2008 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. CINDY SMYTH CND Commission Number 173504 My Commission Ex Tres March 16, 200g NotaryPublk, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-0F-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 6th day of June 2008. •. • • • • • •. • O~N~ • ~~~1f••• ~00~o~P09..09. • : V '~j,•yc: :ty:Z -o- o: .Z; .3. y 1933 : e: POA 0005 EMP (1/06) ~ '••..... Secretary ~ r i ~~- ~ ~~ ~~~.® ~r ~III~ ~- .. >~ ®il ~; ~'a.ii._ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 fAX www.icgov.org ENGINEER'S REPORT May 6, 2009 City Clerk City of Iowa City Re: 2008 Asphalt Resurfacing Project Dear City Clerk: I hereby certify that the construction of the 2008 Asphalt Resurfacing Project has been completed by L.L. Pelting Company of North Liberty, Iowa, in substantial accordance with the plans and specifications prepared by the City of Iowa City staff. The final contract price is $571,139.18. I recommend that the above-referenced improvements be accepted by the City of Iowa City. rely, Sin ce ~ ~ Ronald R. Knoche, P.E. .- ``-~' City Engineer a .: ~": "'' ~v ~• w r pwang\letters\08asphaltresurf. doc MI ~-,~1 jti,~ '4. ('",. .. w~ Q ~ " ~ .. '~ . ~ .,,, J ~.., ~~^~~ yll ~~~~ 2f 3 Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 09-169 _ RESOLUTION ACCEPTING THE WORK FOR THE 2008 ASPHALT RESURFACING PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2008 Asphalt Resurfacing Project, as included in a contract between the City of Iowa City and L.L. Pelting Company of North Liberty, Iowa, dated June 3, 2008, 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, the final contract price is $571,139.18. 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 19th day of ATTEST: ~ ~c`y~?y~Y DEPUTY, CI LERK .,,,~~ It was moved by Champion and seconded by 0' Donnell the Resolution be adopted, and upon roll call there were: AYES: _~ x x ~- x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright Pweng/res/OSasphaltresurf-acptwork.doc 5/09 /~~ JfL~~,~d ~~ City Attorney's Office ~~i~v ~