HomeMy WebLinkAboutASPHALT RESURFACING/2005
ASPHAL T
RESURF ACING/
2005
ASF~':ctl+ ReSl{v-k\h~ /dOD5
Page. I o~ J...
Cl/-(V\,.,I2-u5 ~ll.A...+;~ D.5-95 Se...f!.;",8' "'- rb1;c heczvoi.....cg on -P(C1.IOS)
~-e<:.it:c.c...-\-; 0",,<;;, -tQrn--. o-F CDh+r'ClC-+ ~ ~'S-\-:, vno-.iL of. CDS+- ~r
-1-1....- (o/,\S+y-t-L~+-;Oh... of- +1.""" qor:>S AsphC<.lt- K-€';;I.A.v-kC.;""j. t\''OJ'-e.cI-
d',(',,-c..-i-:"'8 C;7 C/e...\Z. -b pl.A..bl'J'S~ hO+-;<:.~ 0+ sa..;d h.~_C<Y'~h'} ~
d;v€c.-l-;n! Ci-h( EYl~",€eV' +0 f'1(n~ st<..id p{a.",s. ev-, +;(-<.. -/;;,., (,d:>{:c.
~ V'\S r' J2L,f, ~ OY\. .
"'\ - \\\",-.- - OS ~ \"""'-s 0.. '" ~ ~ '" "'-",\ \, '=-0,\ \ C>". S
~"--s,,-.-~'" Co'"'(j- ~Y'''~ ,,--0:
~~y- d.ClO;S- A.s p ~ '" \t-
f\Jo+: u of g6!ic Ij~a.r~Yl~
~ c:luer;j.;,sefYJ~ --to (" 'lS ,'ds
X)..MAiC- 05 K~DIu.j.;ol'1 0 ~ - II '? CffV'ov;V'\~ pla.V\s, 5r>.ec.;,f;C"L...).;oVcS J -k>r<fVJ 0-[
c.o~~ e e.sJ;rn..ok D.f c,os{.- --fa r +f..t. c.o"'s.{r....c-hLrn- at- +4-L 07005
,
4 sph~l+- ~"-su.Y'-fa..c.;V'\'5 Proci-ed- / esia.bli Sh;Yl~ Q..rr)/)L/-.n -!-- o-f b; cL SecLAr;'7
~ lZ((O~fl{l ,~cl, ~;d / d;V-e.L+,,,,'d c1;J. C'luf ~ 1',,/,j;sJ, qdLI(,J;s~Y1te",f-
-+vV' b;dS ,1: Lx,V\'J -1-;"",,- qy/d f'/ace. tN' r~c.e-,p+ o{ ~;ds,
N'D+:c.e. D+ 7~1~c... +te.~V-;h'J - -flroo-+ o{ Pk.hl;c."--f.~oY\
,C,-ApR._ oS ~SO/..<.1;O" nc;:,- /01 CllA::<Y'd;f1~ cnn+...<<.cf- ~ Cl4..+~o'('i~; Ylj -flu ~V"
10 ~'I ~Y'- c...r-d +1-..-2- L7 CierI<- -10 ",--t'c~ G.. COI"\-fr~+;;", CbnS.f...v<-<...kol-..
of- & <!)oo5 ASph.aJ +- Rl2.sur-f"-c-;"'} P ('oj <<d,
A:lU-trl-;SEC/'n>!n-t- -+V... 6;Js - ~DO+ o-f ?"Lbli CCL.j;O~
t.;,-mJ-o
II
Poqe... 2 0 -r d...
kph.CL--ct- ~-S. Lt rf'ac i 'j /2005
-~ (-Puy~€-> O-'~,(-~UfY\-etCt t?onol
4-'3MJ- vb En~jM-t."$ R'<fDY".\- ,4cc~n~ ~~ o)f)('I<. And r>erfoc~nu
M~ fQ~l'l\~t\\.- knd.
ifJ-.J/IN,o(.. ,ze.s,Q\IA,-t;Dr) 0 b - 3 ~~t,:~r;., fl,..t CAJD(,K" -to~+h(.. ..:/005
.4 ~f h '" J.+ Re.sv-~~(Z.~ ':.9' P~ed-.
Pro,
, \
'"
G:J
Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St, Iowa City, IA 52240, (319)356-5149
RESOLUTION NO. 05-95
RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION
OF THE 2005 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:
1 , That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above-mentioned project is to be held on the 2200 day of March,
2005, 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 1 s t
day of March ,2005
~~~~~d._____
MAYOR
ATTEST: ~;(' ~
CI LERK
Approved by
lI!1!-t~ L/-~
. Ity A orney's Office
~wC'.)
It was moved by Railey and seconded by ChamDion
adopted, and upon roll call there were:
the Resolution be
AYES:
NAYS:
ABSENT:
x
X
X
X
X
X
X
Bailey
Champion
Elliott
Lehman
O'Donnell
Vanderhoef
Wilburn
pweng\res\2005asphall,doc
o
::':.:;:~
.--....'-J
'>-
r~".,
c:,
=
<en
::':i
Tj
I
\..0
~.,&...
CITY OF IOWA CITY
, }:::.
-,~~/
:e;
~
::.~
iT)
<.-J
.c-
w
en
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
2005 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:
YC;,{
Ross Spitz, P.E.
Civil Engineer
Iowa Reg. No. 16742
DATE:
~/~>
..~ ...UI~~I:H'J',
'. ~~\\'o"e"'. s.<"n'\''''''
. d\ ~l" iP~""'Vjll '.-:
n~ ...DiU....". I/"'l'("~
., ..- ;10.. .A\."~
f;:O . ..,~.~
w..- ..-~\
~. _.~._..... .'1""\....
. "!"J'"-:'~ D~'='
::. "'~"~", ~'Z'a
=W. C::'i"'""; om=
=0: VI,!.<~ . =
S\";1~ 16742 ;!OJ
.. l i
.~. .0.'
Z Oil . ~
~,,!;,t ..".......00. l;h""
I" {(~. I. "I .'
'';/~J.. ..}\:{ ~ \\....".....
.,jl'''/lHh,nlt
My license renewal date is December 31, 2006.
;, 770) 9tV
Ewy ~efJ -aI!#wh
6
3~ ,(!
," "'-.
'",/ .::..;-=~
...---/',
0..
-~
):>
..,.,
-..:'
.r:-
,,^,
OJ
t-...,
~
=
""
s;
'.'-.,
-.,'
-n
--
I
'D
.-;-/
-,
-.J
TABLE OF CONTENTS
Paae Number
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 ~.;;
C-, ~
~~~ ~:~
::\}
'Il
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
1
\.D
: ;-1 fi:":I
Section 01010 Summary of the Work ......................................................... (iQI01O;;-'f
Section 01025 Measurement and Payment ................................................ ~:t(}"f025,;:f
Section 01310 Progress and Schedules ..................................................... )>0131a:.~
Section 01570 Traffic Control and Construction Facilities........................... 01570-1
..,--,
l i j
',..-I
DIVISION 2 - SITE WORK
Section 02050 Demolitions, Removals and Abandonments........................
Section 02510 Hot Mix Asphalt Paving, Bituminous Seat Coat & Milling....
Section 02520 Portland Cement Concrete Paving......................................
Section 02900 Landscaping........................................................................
02050-1
02510-1
02520-1
02900-1
APPENDIX ..... ... ... ... ... ... ... '" ... ... ... ....... ... ... .... ... ....... ... .......... ... ... ...... .... ......... ...... ....
AP-1
ADVERTISEMENT FOR BIDS
2005 ASPHALT RESURFACING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 12th day of April, 2005, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. 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. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 19th day of April, 2005, or at such
later time and place as may be scheduled.
The Project will involve the following:
5,954 tons of asphalt, 22,295 sq. yards of
pavement milling, 1,282 feet of PCC curb and
gutter replacement, 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
o
"">f""
~::- '- .-
-
--;
~ i
I
~~~ /'
)>
AF-1
r....,~
,..':":;'>
c:~.;,
~
::J:."7:
:::--.....
Il
A7
I
'-D
-u
"fl
,
,-~
r-
c...)
U1
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
hamnless 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 appiy to this
Project:
Liquidated Damages (all Divisions) : $400/day
Division # 1: Iowa City Streets - Asphalt Overlay
Early Start Date: June 6, 2005
Late Start Date: July 11, 2005
Working Days: 30
Division # 2: Parking Lots
Compietion Date: July 26, 2005
Division # 3: Chip Seal
Early Start Date: July 5, 2005
Completion Date: August 26, 2005
Division # 4: Peninsula Access
Completion Date: July 1, 2005
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 $10 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 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a iist on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
,.J
r--=
r-' C,:;l
>-J on
:,:~O
. - -on
'-.-, . I
~
-0 rJ
-,
~ '~2 '_J
.l--
-
so: w
U1
AF-2
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
o
;~G
::>
AF-3
....j
~
,=
~n
"-
:;\J
I
o"D
'Tj
-"
-Cl
.--;-
,
-~
(>>
U1
NOTE TO BIDDERS
1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3.
Bid submittals are:
Envelope 1:
Envelope 2:
Bid Bond
Form of Proposal
<'--,
" ,~
'--' c:.)
~,-~ en
-', r...
, , -,~,..
, .' -
::::(1 -n
.. ,
I
<..D
", r]
'""D
-""-, - :.~J
~ ..
G.)
U1
NB-1
FORM OF PROPOSAL
2005 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 r"'<"J
-.
0 =
c.~"""
Address of Bidder :~O .
h~.~ n
";'"_1 ::.::-C!
--
TO: City Clerk I
v:>
City of Iowa City "\1
-0 ~-~'.
Civic Center -.:::.. , _J
410 E. Washington SI. :.-~~"': J,.-
Iowa City, IA 52240 ~:- w
);> <.n
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.
------..------------------------------...-------------......--------------------------------...-------..-----------------------------------
Division 1 - Iowa City Streets - Asphalt Overlav
1. HMA 300K Intermediate TON 1,895 $
Course y," Mix
2. HMA 300K Surface TON 2,031
Course Y:z" Mix
3. Asphalt Removal SY 924
4. Repair Intakes (top only) EA 1
5. Manhole Adjustment EA 24
6. Remove and Replace LF 1,282
Curb and Gutter
7. Pavement Milling SY 22,295
8. P.C. Concrete Repair SY 75
FP-1
____.________~.________h
ITEM DESCRIPTION
ESTIMATED
UNIT QUANTITY
UNIT
PRICE
EXTENDED
AMOUNT
$
FP-2
29. Asphalt Patch "Cold Mix" TON 63
Subtotal $
Division 4 - Peninsula Access
30. Mobilization LS 1
31. HMA. 300K Base Course,
y," Mix TON 145
32. HMA, 300K Surface Course,
y," Mix TON 145
33. Excavation CY 850
34. Seeding ACRE 0.3
35. %" Road Stone TON 447
36. Macadam Stone TON 396
37. Primer, MC-70 GAL 1,032
38. Binder Bitumen GAL 2,060
39. Cover Aggregate TON 104
40. RCP Sewer Pipe, 2000D LF 24
Storm, 12 Inch Dia.
41. Aprons, Concrete, 12" Dia. EACH 2
Subtotal $
TOTAL EXTENDED AMOUNT = $
!I"".)
Q '::=::l
"""-
en
::::: G _'c'"
--._, .. Tl
:;';:':1
I
'-.D
-0 T1
-,
..J
'~._-' ;:.-
.
~ w
,"n
FP-3
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
Signature:
Printed Name:
Title:
Address:
Phone:
Contact:
, '~.'
0 (:.::;::t
=
en
"'~ r". ~
-'~
~:; '-.-' '.'~
-) ::-0 -11
") I
'-D
i-- v II
--l
j ""..1
~- ..
j,: 0>
Ul
FP-4
BID BOND
, as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($
) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated ~::; for
o ;::.n
2005 Asphalt Resurfacing Project. :::~ G'
--n
NOW, THEREFORE,
I
\.D
(a)
If said Bid shall be rejected, or in the alternate,
-"'tJ -.-,
',J
'Tl
'-:.;~
r
~
(b) If said Bid shall be accepted and the Principal shall execute and del~r a cot1rract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall be void. Otherwise this obligation shall remain in full force and effect,
provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this
day of
,A.D., 20_.
Witness
Principal
By
(Seal)
(Title)
(Seal)
Surety
By
Witness
(Attorney-in-fact)
Attach Power-of-Attorney
BB-1
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and
("Contractor").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
, for the 2005 Asphalt Resurfacing Project ("Project"), and
dated
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;
C)
;~Q
-",'
r"..l
=
~
'-..:r"
;:J
-\1
d.
Specifications and Supplementary Conditions;
r-
I
\.0
e.
Advertisement for Bids;
-u
,n
-,
\_J
f.
Note to Bidders;
S>
;;::-
w
U1
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):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this
day of
,20_.
City
Contractor
BY
By
(Title)
Mayor
ATTEST:
ATTEST:
(Title)
City Clerk
(Company Official)
Approved By:
City Attorney's Office
o
::Er-'
.........~
(.:::;.."'>
c=7)
en
--" -'
.'"'..
:~~::j
I
~
"Tl
-u
,n
-"~
\.J
r:-
w
Ul
AG-2
PERFORMANCE AND PAYMENT BOND
, as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
, as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of
Dollars
($
) for the payment for which Contractor and Surety
f'.~,:)
hereby bind themselves, their heirs, executors, administrators, successors and a~ns, joi!'itly and
'--' en
severally. ::;: ()
II
...-
I
>.D
--n
WHEREAS, Contractor has, as of
-u
'.-1:
,~_-"J
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 of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of two (2) years from the date of formal
acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS
20_.
DAY OF
75
>~r"
':':~. '....<
,-
5?,
:;;::':'
:-:J:}
-n
.-
I
v::>
IN THE PRESENCE OF:
..,.,
--'-~
_.,;.-
\Tl
'----;
.J
'~) .c-
"'-'C'"
(Principal)
)?
L>J
01
Witness
(Title)
(Surety)
Witness
(Title)
(Street)
(City, State, Zip)
(Phone)
PB-2
Contract
Compliance Program
r .,~
(:.';,
C) ~~
::'~ C) .-:~~ "Tl
"'~ .-~
I -
<J:) \l
-0 ---.-,
".,j
r
::'.'2
...:.......
"
y
~~
CITY OF IOWA CITY
w
Ul
SECTION 1- GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
~G'
.
r---.,.)
i~
on
:::v:
:::::
-,"~~
"Il
I
v:J
-u
Il
3~
<-1.
. ,
~:~
)>
'-.j
.1:""
c.,)
0'
CC-1
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
payor 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. 9 1608 et sea.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number
Address
5.
The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters. c.,
t'-:-,:::>
c;:-:>
~~
~
.~; 'n
I
UJ,1l
-0
Q
:-:::s:
--1
-,.. "..1
'..-::-
~'--,,"
y
.J:""
<..<)
0'
CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Phone Number
Signature
Title
Print Name
Date
o
.:~=(-)
,~'-<'.)
c-:::,
,-.:;::.
c..'"
::?:
~ ..,,,
",'"--'
-n
I
U)
-v
Tl
-,
'-..J
,-"--,
,.-.-<
'"'-:0;"
~-
);>
W
Q""\
CC-3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The pOlicy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
3.
4.
(c)
(d)
(e)
(f)
(g)
(h)
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 Opportutl1fy program. All
employees authorized to hire, supervise, promote, or discharge employees or are~olved'1itsuch actions
should be trained and required to comply with your policy and the current equal ~QfoymiID! opp~unity
laws. .>' -:-', ';- . c:::
..0 '\1
\ .
RECRUITMENT
:s
...;.-
'~'-'.
< ..)
(a)
(b)
Let potential employees know you are an equal opportunity employer. AA ~6an tfe done by
identifying yourself on all recruitment advertising as "an equal opportunity empl~r". <g..
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.
Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
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.
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.
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.
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
I ~ I
--= -.0...
:t~~;t:~~
...-.::..... ~IIIII"
........... J
~ Clt)l of ~
~ eX
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.
o
~~,~CI
l~'.,"~
::-:::?
L~'
c.n
:r.:
~;
--n
I
1.0
-0
....-,
, II
:\,~-)
S~~/"
)>
C.)
0'\
CC-5
2-8-1
2-3-1
CHAPTER 3
DISCRIMINATORY PRACTICES
SECTION:
2-3-1:
2-3-2:
Employment; Exceptions
Public Accommodation;
Exceptions
Credit Transactions; Exceptions
Education
Aiding Or Abetting; Retaliation;
Intimidation
2-3-3:
2-3-4:
2-3-5:
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, rece, 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
otherwise discriminate against any
applicant for membership, apprentice-
ship or training or any member in the
privileges, rights or benefits of such
membership, apprenticeship or train-
Ing because of age, color, creed,
disability, gender Identity, marital
status, national origin, race, religion,
sex or sexual orientation of such ap-
plicant or member.
J owa City
CC-6
C.
It shaU 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 or 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 govemed
by the fOllowing:
1. A written or unwritten employment
polley 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-
;5
'::Ec;
j::"'--'
r'<'
r;-::'1
,_.~l
en
897
-n
I
v:J
. "'1
\, \
:..-\
'.j
-"'.;--
-u
--
~~2 /""
:;:---'"
>
.r:-
c~)
0'
2-3-1
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an employer, employ-
ment agency, labor organization or
their employees, agents or members
and an employee or prospective em-
ployee concerning employment, pay
or benefits to an employee or pro-
spective employee in return for taking
a test for the presence of the antibody
to the human immunodeficiency virus,
is p'rohlblted. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utilization of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired Immune deficiency syn-
drome poses a significant risk of
transmission of the human immunode-
ficiency virus to other persons in a
specific occupation.
F. The following are exempted from the
provisions of this Section:
1. Any bona fide religious Institution or
its educational facility, association,
corporation or society with respect to
any qualifications for employment
based on religion when such qualifica-
tions are related to a bona fide reli-
gious purpose. A religious qualifica-
tion for Instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94-3647,11-8-1994)
897
lowa City
CC-?
2-3-1
2. An employer or employment agency
which chooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shall not
discriminate among the disabled or
elderly on the basis of age, color,
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95-3697,11-7-1995)
3. The employment of individuals for
work within the home of the employer
if the employer or members of the
family reside therein during such em-
ployment.
4. The employment of Individuals to
render personal service to the person
of the employer or members of the
employer's family.
5. To employ on the basis of sex in
those certain Instances where sex is a
bona fide occupational qualification
reasonably necessary to the normal
operation of a particular business or
enterprise. The bona fide occupational
qualification shall be interpreted nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
in those certain Instances where pres-
ence of disability is a bona fide occu-
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)
q
~~~: C)
~;". --<
~,J
,.:_~:l
en
-n
I
ill
""TJ
.--fi
. I
,.--,
. .
.:.::.;.- r
->
53: c.)
0'\
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
shall apply except as amended in the Supplementary Conditions.
Q
:0,: ()
_../
,....,
~ j .
:~:;: /",
j>
GC-1
r,";
t:-::::>
,'::":-?
en
'''Tl
I
-.D
.,.,
" Ii
x:-
c,)
a'
5-1
S-2
S-3
S-4
S-5
S-6
S-7
S-8
S-9
S-10
S-11
S-12
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
Definitions
Limitations of Operations
Insurance
Supervision and Superintendence
Concerning Subcontractors, Suppliers and Others
Compliance with OSHA Regulations
Employment Practices
Contract Compliance Program (Anti-Discrimination Requirements)
Measurement and Payment
Taxes
Construction Stakes
Restriction on Non-Resident Bidding on Non-Federal-Aid Projects
i':;
~~.Q.,
'"7_
~.
---n
--
- -
::;.:~:.'i
\
..::>
\
,,~-r~\
, "--'.
-11
-.,~:
.".,)
.~ ~.:.
"_'07
-<;.
(.~)
Ci'
)7
Caption and Introductorv Statements
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.
5C-1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Tvpe of Coveraae
Comprehensive General Liability Each Occurrence Aaareaate
Bodily Injury & Property Damage" $1 ,000,000 $2,<id~,000 ~
Automobile Liability Combine~~~le Lfrii1t
Bodily Injury & Property Damage $1,000;000 -'0
Excess Liability $1,000,000 $1,000;000 -0
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. "
-n
..+'-
\0.
", ,...1
s;:
"Property Damage liability insurance must provide explosion, collapse ar1tJ; unde~und
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:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
SC-2
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims-made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
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.
;-,...~I
<..'.....
7. In the event that any of the policies or insurance coverage identifie00n CoMactor's
Certificate of Insurance are canceled or modified, the City may in itS':~i!;~reti~ eit~1J
suspend Contr~ctor's operations or activities under this Contract, or 1e:rmii'li"e tbls!
Contract, and withhold payment for work performed on the Contract. '-0
.Tl
-0 '.-1
C. HOLD HARMLESS .,._.)
.r:-
1. The Contractor shall indemnify, defend and hold harmless the City of l~a Cit~.Qnd its
officers, employees, and agents from any and all liability, loss, cost, damag~ 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 by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S4 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,
documentation of all efforts to recruit MBE's.
the CONTRACTOR shal(.furnish
.- r'?
o ;::T1
:C;;~;
-11
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: .
----,1-
I
'.0
iI
-I'J
-,
,.~._)
The Contractor and all subcontractors shall comply with the requirements 0(~~CFR:J910
(General Industry Standard) and 29 CFR 1926 (Construction Industry ~dard)(>>The
Contractor and all subcontractors are solely responsible for compliance with said regulaThlns.
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,
SC4
---- ---"~"_____"__""_'_____'___~~__'n_..___~__..____,~__'_'__'___~'_______._.. ^'__._.__..__._",_.__....____._.._....__._..".___..,..'__""__"__'__.'. _._..___.__...._,.,~..__.._._,_.__
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.
Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of
Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to
project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of
taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The
City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa.
Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement
from the State. Tax statements submitted after the project has been accepted by the City Council
will not be accepted or reimbursed.
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.
Note that these reauirements involve only hiahway proiects not funded with Federal
monies.
'-..,,':
(5 O:~,J
r...n
." C~I
~'.:.~
- :i~'''' "Il
>::1
I
'-D
-v Tl
.-,
,"', -"~ 'oj
'-,.:;. .r:-
i::
,:L> (~,
0"
SC-5
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
PROJECT NAME: 2005 Asphalt Resurfacing Project
TYPE OF WORK: Asphalt Paving
DATE OF LETTING: April 12, 2005
A resident bidder shall be allowed a preference as against a non-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:
t....)
3/05
<:'5
~:Q
.
r:.:~
en
:"~"
::":J
-n
data on citynllEnglMasterSpecslfronlend_doc
I
\.0
-0
.n
--1.
'"J
::~~ ,/....
);:
~
(^'
0'
R-1
'-..-------------.'"---------
SECTION 01010
SUMMARY OF THE WORK
PART 1 - GENERAL
4/03
OIOIO.doc
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.
01010-1
;:-)
~.... ~
-=r.
::-:~ ::----=:
"""'1
,,<.
:--:',.
)>
-on
I
U)
....-1
"""'C1 -,
:r: ,_j
r:-
r...J
0'
_____"__"_m..____'.__m.._____..~__,..______.~"_.__
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1- GENERAL
1.01 SUMMARY:
A. Procedures and submittal requirements for schedule of values, applications for payment, and unit
pnces.
1.02 STANDARD OF MEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be based on
the actual quantity of work performed according to the various classes of work specified unless
noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during
measurement.
1.03 SCOPE OF PAYMENT:
A. The Contractor shall accept the compensation as herein provided as full payment for furnishing
materials, labor, tools and equipment and for performing work under the contract; also, for costs
arising from the action of the elements, or from any unforeseen difficulties which may be
encountered during the execution of the work and up to the time of acceptance.
B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost
basis. In either case, some work may be required for which a separate pay item is not provided.
Completion of this work is required. If a separate pay item is not provided for this wo~k;, it is to be
considered incidental to the project and no separate payment will be made. ~~
r....: n._,.",
,- 'Tl
PART 2 - PRODUCTS :.>.J
,
U) _._~
2.01 NONE I I
~ ~.
~5 .j
PART 3 - EXECUTION .r-
~
-=.. W
p- O'
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 ofthe Code of Iowa will govern the release of retainage and resolution of claims.
01025-1
3.02 BID ITEMS:
A..
GENERAL
".._-',
..- ,...-.,
The following subsections describe the measurement of and payment for the ~rt}o b;'ne !lnder
the items listed in the FORM OF PROPOSAL...: :: ::'0 \l
\
Each unit or lump sum price stated shall constitute full payment as herein specifieUfor efch it';iirJf
work completed in accordance with the drawings and specifications, including cl".,lr\.up. ~:J
~::;~ ; :, .s-
It is the Contractor's responsibility to identify the locations of public and ~ate utiJ,ities. No
additional compensation will be made for any interference or delay caused by die placemEli\ and/or
relocation of said utilities. No additional compensation will be made for repair costs to fix damage
caused the Contractor or hislher Subcontractors.
Work associated with existing items on private and/or public property that are to be protected,
removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an
item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or
reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the
Engineer. The prices for those items which may have any impact on existing trees and shrubs shall
include compensation for special precautionary measures required to prevent injury or damage to
said tree, shrub or root system.
The prices for those items which involve grading or excavation shall include compensation for top
soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal
of surplus excavated material, handling water, installation of all necessary sheeting, bracing and
temporary fencing around all open excavations and supply, placement and compaction of specified
backfill.
The prices for those items which involve surface removal adjacent to buildings or vaults shall
include compensation to protect exposed surfaces from water which may leak or seep into vaults
and/or basements.
All labor, materials and equipment required to bring surfaces to the proper elevation and density
including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and
hauling, placing, forming, drying, watering and compaction of fill material, and all such work as
may be required to make the grading work complete with a uniform surface free of rock, broken
concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item
in the FORM OF PROPOSAL.
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking
tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking
fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not
personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there as a
result of any construction activity. The cost of clean up shall be incidental.
01025-2
B. BID ITEM DESCRIPTIONS
1,2,
20,21,
31,32.
HMA 300K \1," 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.
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.
4. Repair Intake (Top Only)
The unit price for this item (each) shall constitute full payment for all labor, material, and
equipment required to repair the top of a storm sewer intake. The intake is located on Rider
Street. Saw cutting, backfilling, landscaping as per section 02900 and clean-up shall be
considered incidental to 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 Engineer.
6. Remove & Replace Curb & Gutter
7,22.
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 replacement
beyond 24 inches from the back of curb shall be paid for as Portland cement con~~e,te repair.
Saw cutting, backfilling, landscaping as per section 02900 and clean-u~all be ~nsidered
incidental to this item. :~ C' ~
_'-' "fl
Pavement Milling I
'"')
The unit price for this item (square yards) shall constitute full payment fO~aIrlab~matefQl,
and equipment to remove by milling and dispose of the entire depth of asRWtlt'<!ow!tlo a cldn
existing street, PCC or brick surface. Asphalt millings will remain the proj:rty oftg City and
shall be delivered by the contractor to a site designated by the City. Temporary asflhalt 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,
01025-3
-,-..-..--.--- "-'''---~------'-~---''-"----,---,,,,-, --.- --..--.- --- - ,---.._-
replace and compact aggregate subbase, and replace P.C. Concrete to the level and thickness
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-5 I, 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 labar, 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. Sidewalk Removal
The unit price for this item (square feet) shall constitute full payment for all labor, material,
and equipment to remove and dispose of sidewalk pavement as marked in the field by the
Engineer.
I I, 12. Sidewalk, P.C. Concrete
The unit price for this item shall constitute full payment for all labor, material, and equipment
for placement of Portland Cement concrete sidewalk. Included with this item is excavation to
grade, subgrade preparation and compaction, subgrade treatments, forming, concrete
placement and finishing, curing, jointing and joint sealing, and backfilling at form lines.
13. 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.
14, 19. 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 22 I 2.04A. 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.
15. 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 fOL~1I divi~ions of this
contract. 9 t;;
.2:C, '""
:::.,..
. ",'l
:;"':J
16.
Flaggers
I
\.0
The Engineer will count the number of days each flagger was used.
-::;
I
T1
, I'
.~
'.j
For flaggers to be counted:
. )
r;-
.,
a.
e'
)> w
. en
The flaggers must be needed and used as part of pre-planned work that IS started that
01025-4
-.----.~----_.~-,~-----~~---..~....,.-.--- ----..-~- ____.__..__..,.__........__..n_...._ ....__.____.._____m__"_ n_ __..m.__n_'__'_
day and is intended to proceed for major part of the day. If used less than four hours,
the flagger will be counted as a half-day.
b. Other flaggers must be needed and used for at least one hour during the day, perhaps
intermittently, and this must be the primary duty of that employee. If used less than
four hours, the flagger will be counted as a half-day.
Short time, emergency, or relief assignment of employees to flagging operations will not be
counted separately.
For the number of days each flagger was used, the Contractor will be paid the predetermined
contract unit price per day.
17. Detectable Warnings, Curb Ramps
The unit price (square feet) for this item shall constitute full payment for all labor, material,
and equipment for placement of detectable warnings on sidewalk curb ramps. It is anticipated
there are six (6) locations on this project, each requiring a four (4) foot by two (2) detectable
warning. The detectable warnings shall meet truncated dome specifications in appendix of
this document.
18,26, Mobilization.
30.
The lump sum price for this item includes all costs associated with mobilizing to and from
the site, lodging expense, temporary restrooms, permits, and all other overhead expenses so
that the other work item unit costs reflect true cost to perform said item in the field.
23,33. Excavation
The unit price for this item will be paid based on the number of cubic yards of soil or
granular material removed. Included is cutting, loading hauling and disposal of material,
below grade excavation, forming, drying, watering and compaction of sub grade.
24,35. %" Road Stone
The unit price bid for this item (tons) shall constitute full payment for all labor, material and
equipment to spread and compact %" road stone base.
27,39. Cover Aggregate
The unit price for this item (tons) shall constitute full payment for all labor, material, and
equipment to place the Yo" (Gradation 2 I) cover aggregate as per lOOT Standard Specification
Section 2307. ".'
o ~
:;~()
28,38. Binder Bitumen
::'<;';1
Il
'-, I ._
The unit price for this item (gallons) shall constitute full payment for alllab6t, mll!erial,'..Il~
equipment to apply MC-3000 as per Standard Specification Section 2307.< ~:c: ::::2 . !_:
"""; )
~
<
.c-
29. Asphalt Patching "Cold Mix"
Go.)
O"l
The unit price for this item (tons) shall constitute full payment for all labor material and
equipment to place and compact asphalt cold mix in areas marked in the field by the City, and
shall include removal ofloose or unsuitable materials and tack.
)3:
01025-5
34. Seeding
The unit price for this item will be paid based on the number of acres seeded, fertilized, and
mulched and includes preparation of seed bed, supply and application of seed, fertilizer,
mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction
in unit price shall be made for various seed mixtures specified.
36. Macadam Stone
The unit price for this item will be paid based on the number of tons of specified stone placed
as shown on the plans and directed by the Engineer. Also included is subgrade preparation and
shaping, supply and placement of rock, and provisions to keep rock from being contaminated
with soil during subsequent construction activities.
37. Primer, MC-70
;-<}
,.-::::-
o ~.~
The unit price for this item (gallons) shall constitute full payment for a"il;l~r, '!iii!erial'r"f'd
equipment to apply the MC-70 Primer.,' '1-:::
V)
....j
40. Rep Sewer Pipe, 20000 Storm, 12 Inch. Dia.
-u
-"jl
I,
---I
-.; . <,.j
The unit prices for these items will be paid based on the number of linear ~(Jnstatfed. Length
will be measured for each size and type of pipe along the pipe center lin~ith no~ductions
for prefabricated bends or flared end sections. Measurement shall exclude the space across
manholes and intakes.
The following items shall be considered incidental unless they are included with other items
listed in the FORM OF PROPOSAL:
a. Adapters, collars and tapping required for connections to dissimilar pipes, manholes, or
other appurtenances.
b. Trench excavation including furnishing necessary equipment.
c. Trench boxes required for safety and to minimize disturbance to features to be saved.
d. Exploratory digging required to determine location of existing structures or potential
conflicts.
e. Furnishing pipe, wyes, tees, fittings, joint materials, and appurtenances.
f. Supply, placement and compaction of specified pipe bedding material and standard or
select material within the pipe envelope including concrete encasements.
g. Supply, placement and compaction of standard backfill and granular backfill material.
Granular backfill material shall be used in trenches under or within 5 feet of pavement
or as otherwise indicated or specified on the plans and by the Engineer.
h. Dewatering trenches and excavations for pipe, intakes, manholes and associated
structures including furnishing pumps, piping, well points, etc., as required.
l. Temporary connections, piping, and pumping for bypassing sewage flows as required
to construct pipe, intakes, manholes and associated structures.
j. Frost excavation, frost ripping, frost blankets, or other activities associated with cold
weather.
01025-6
_.-... "--"'- _.~ -~,-~.._.~-_.._----~ .----..--.----~-~-.---,--.--- ---,-----.. - - ..._.._...._____.._.__ __ .~,..,_.,._,_.__._____ __ '--0' ________.__..____...
k. Testing of sewers as required.
I. Temporary support of existing utility mains and service lines.
tn. Temporary safety fencing around open excavations.
n. Repair or replacement of utility services damaged by the Contractor.
o. Permanent connections and stubs with caps for sump pump, drainage, and field tiles of
various sizes, including backfill as specified by the Engineer.
p. Existing storm sewer abandonment as shown on plans including bulk heading with
concrete and modifying inverts in existing intakes if necessary, non-shrink flowable
mortar used to fill the abandoned sewer.
41. Aprons, Concrete, 12 Inch Dia.
The unit prices for these items will be paid based on the number installed for each size and type
and includes excavation, shaping of subgrade and hardware. The last two pipe joints before the
flared end section shall be tied and is incidental to this item.
04/03
o
,:,:C)
f"".)
.......,
(.:.:;=~
~
OIOl5.doc
.~',.'
n
I
UJ
-n
TJ
,'.-,
"..-'"
-~
j>
: ---,
,j
.r-
(.,.)
en
01025-7
SECTION 01310
PROGRESS AND SCHEDULES
PART 1 - GENERAL
1.01 SUMMARY:
A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a high priority. Scheduling of work shall be
planned with this in mind.
1.02 SUBMITTALS:
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
9
'2:C'
-,....
'n
None.
I
\..0
PART 3 - EXECUTION
--a
'(I
._,
I
j
3.01 MEETINGS PRIOR TO CONSTRUCTION:
.....-
/
:::7-
::i>
x:-
c.,)
en
A. A Pre-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 - Asphalt Overlay
Early Start Date: June 6, 2005
Late Start Date: July 11, 2005
Working Days: 30
Division # 2: Parking Lots
Completion Date: July 26, 2005
Division # 3: Chip Seal
Early Start Date: July 5, 2005
Completion Date: August 26, 2005
01310-1
._"'--'--'--'-'-'--'~------"~'''---''-------'--'-''-'''-''----'----~._------~_.,~-------_._,..,,-,-~--,,-----,,-,,--._-----~------
Division # 4: Peninsula Access
Completion Date: July 1,2005
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 pavement replacement will follow closely behind the work
even if multiple mobilizations are necessary.
F. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
G. Work will be staged to minimize the length oftime 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.
04/03
01310.doc
9
,,:(}
i,,~.:.o
en
X
::,.,
:-::.)
!l
I
1...;0
-e:,
.--,
i I
'-'l.
'--I
':;."::'
~
"~
J:-
w
CJ"'
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. !DOT 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 lOOT
Standard Specifications.
B. All construction fence shall be new and securely fastened to approved posts and installed as
directed by the Engineer.
2.02 EQUIPMENT:
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 - EXECUTION
3.01 TECHNIQUES:
~.~'
(1
I
'....a
A.
Except as amended in this document, the work in this section will conf~ with the Ti
--" ,-,
following divisions and sections of the !DOT Standard Specifications: -.:~ .. . ..J
:;;:/... ...
)> w
-.I
Division I I. General Requirements and Covenants.
Section 1107.09. 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 must be removed.
3.03 MAINTENANCE OF FACILITIES:
A. The Contractor shall monitor the condition of traffic control and construction facilities at
all times, including non-work hours. Repair, replace and maintain as necessary.
B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary
gravel surfaces shall be provided as directed by the Engineer.
3.04 EXCAVATIONS:
A. All excavations shall be fenced.
3.05 ADDITIONAL FACILITIES:
A. All signs, barricades and fences within and beyond the project area deemed appropriate by
the Engineer shall be the responsibility of the Contractor.
B. Traffic Control on streets in the project as follows:
1. Bloomington St, Lucas St, Van Buren St, F St, Rider St, Bayard St and Lexington
Ave.
Maintain traffic in both directions at all times with the use of one lane signs and
flaggers as per lOOT Standard Road Plans RS-3 or RS-4.
2. Market and Jefferson Streets.
Maintain one lane of traffic at all times as per lOOT Standard Road Plans RS-63A
and RS-63B.
3. Park Road
Maintain at least one lane of traffic (in each direction) at all times as per lOOT
Standard Road Plans RS-64A and RS-64B.
04/03
Ol57Q,doc
Q
:',:G
:::,:J
I
\.0
1'1
n
---,
:"-j
" ,J
.c-
._~
)>
W
-.l
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. lOOT Standard Specifications.
1.03 QUALITY ASSURANCE:
A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and
United States Environmental Protection Agency regulations.
B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish,
broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from
work on the project.
1.04
SUBMITTALS:
A. Locations of disposal sites.
Cd
:~:::,':C)
--:'1'""
>,)
..~
I I
PART 2 - PRODUCTS
I
cO
-a
Tl
-,
-,...I
2.01
MATERIALS:
,.'-'~,
A.
::~
Granular backfill material shall consist of Class A Crushed Stone, 1DOT
Specification Section 4120.04 and Section 4109, Gradation No.1!.
.c-
Sbijdard
B. Explosives shall not be used for demolition.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the lOOT Standard Specifications:
Division 24. Structures.
Section 240 I. Removal of Existing Structures.
02050-1
Division 25. Miscellaneous Construction.
Section 2510. Removal of Old Pavement.
Section 2511. Removal and Construction of Portland Cement Concrete Side-
walks.
Removal and Construction of Paved Driveways.
Removal and Construction of Retaining Walls and Steps.
Section 2515.
Section 2516.
3.02 INSPECTION:
A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to
revise demolition limits if required by the nature of construction.
3.03 PROCEDURES:
A. Utilities
1. NotifY all corporations, companies, individuals and state or local authorities
owning pipelines, water lines, gas mains, buried and overhead electric facilities,
telephone, cable television, fiber optic, and other public or private utilities shown
on the drawings or otherwise known or discovered to be in the project area.
2. When active utilities are encountered, promptly take necessary measures to support
and protect said utilities and maintain them in service.
3. If active utilities are damaged or interrupted as a result of work on the project, take
appropriate measures to restore service immediately. Restoration of utility services
under these circumstances shall be at the Contractor's expense.
4. Active utilities shown on the drawings to be relocated, or which require relocation
due to unforeseen circumstances or conditions, shall be relocated in accordance
with instructions from the Engineer. Generally, the respective utility owners shall
be responsible to perform relocation work for their facilities. The Contractor shall
cooperate with these efforts in every reasonable way and shall not be entitled to
additional compensation for delays resulting from such relocations.
;:~
'-..-.1 ::r::
Site Protection Measures ~.;: q ~..:; il
B.
1.
Refer to Traffic Control Sheets for details.
\
\...0
-,;)
','i
, --;
..J
2.
Barricade and fence open excavations or depressions resulting from~\ybrk d~g
non-working hours and when not working in immediate area. Pr~e"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
I. Pedestrian access to homes and businesses shall be maintained at all times.
Temporary gravel surfaces shall be provided as directed by the Engineer.
02050-2
--'_~~'____~__'_"___'__"M'_'__'____'_~______,____,_ __~_________"______.__.___
2. Contractor shall perfonn demolition and removal operations so as to maintain
vehicular access to adjacent properties and businesses to the maximum extent
possible.
D. Disposals
1. No material or debris shall be buried within the project work area. All unsuitable
material resulting from demolitions and removals shall be hauled to and disposed
of at a Contractor-furnished site approved by the Engineer or to the landfill. The
Contractor shall pay the current tipping fee at the landfill.
3.04 DEMOLITION AND REMOVALS:
A. Pavement and Sidewalk Removals
I. 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 confonn to construction phasing noted on the plans or as
directed by the Engineer.
B. Sewer Abandonment and Removal
1. Removal shall be at the locations and to the limits noted on the plans or as directed
by the Engineer.
2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone
compacted to 95% Standard Proctor Density. The top 12 inches directly below
paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor
Density. Other excavations shall be backfilled with suitable excavated material,
compacted to 90% Standard Proctor Density.
3. Sewers to be abandoned, but not removed, shall be filled with an approved non-
shrink flowable mortar and bulkheaded at each end with concrete.
4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton
Street as directed by the Engineer.
en).
;~.
~,.:?:: C)
<:...:J
~,
11/00
I
'D
i1
shw-ed\engineer\specs-ij\02050.doc
-J
n
-,
'.j
<":/,
.r:-
w
-.J
j..:::
02050-3
SECTION 02510
HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT
AND MILLING.
PART 1- GENERAL
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to
receive Hot Mix Asphalt paving.
B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving.
C. Seal Coat.
o
~~n
r<)
-,
(=
,:'.r1
_..La
1.02
REFERENCES:
_......'
T1
I
'.0
A. IDOT Standard Specifications.
-;:J
, --,-1
11
.._,
"_.J
B.
!DOT Supplement Specification 01014.
:;:/~
)>
.r:-
,-^'
--.l
1.03 QUALITY ASSURANCE:
A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the
necessary crafts and who are completely familiar with the specified requirements and the
methods needed for proper performance of the work in this section.
B. Quality testing:
I. As per !DOT Supplemental Specification 0] 014, 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.
Division 41. Construction Materials.
Section 4126. Type B Aggregate for Hot Mix Asphalt.
Section 4127. Type A Aggregate for Hot Mix Asphalt.
Section 4137. Asphalt Binder.
PART 3 - EXECUTION
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.
(-"
~
:',c
""- --"
"
r \
,.:::'
cJ'
-
'C','"
\
o.D
.--r-"1
\ \
-
,
:>'.::.1
Division 23. Surface Courses.
SS-01014 Hot Mix Asphalt Mixtures.
Section 2307. Bituminous Seal Coat.
Section 23 16. Pavement Smoothness
'-,
-'-
-0
"---1
_.J
- "
'",-.!- /'-
s;
r:-
w
_...J
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 OVERLA YED:
A. Division I - Iowa City Streets - Asphalt Overlay
NAME LIMITS
Market St. Clinton St. to Ann Clearv walk.
Bloomington SI. PTR of Johnson SI. to Dodge St.
Lucas SI. Burlington SI. to Bowery SI.
Jefferson St. Clinton SI. to Madison St.
Van Buren SI. Bowery St. to existing concrete.
F SI. Seventh A ve. to Fourth Ave.
Rider SI. Woolf Ave. to Black Springs Circle
Bayard SI. Woolf Ave. to Lexington Ave.
Lexington Ave. River St. to Bayard St.
Park Road Bridge Approach (westside approach lanes only)
02510-2
3.05 PAVEMENTMILLING
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.
3.06 CLEANING AND PREPARATION OF BASE
A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose
material shall be removed from the surface and cracks by brooming or air blowing. The City's
street sweeping crew and equipment will be available to aid the Contractor with sweeping
operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping
required will be at the Contractor's expense.
3.07 AGGREGATES
A.
Type.
Q
''':;;;;;l
<.:..}'\
::IT:
,." -"'~-,
:-~,o
:::-:J
'(1
1. Type B aggregates shall be used in base mixtures.
I
\.0
2. Type A aggregates shall be used in intermediate and surface mixtures.
"-;::)
.orl
-,
.j
B.
Gradation.
'?.;:/'''-
SO;
J:"
,-">
-.I
1. A y:'-inch mix shall be used on all streets and all divisions of this project.
3.08 ADJUSTING STRUCTURES
A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the
existing pavement. This will include not only structures that need to be adjusted up but also
those structures that need to be adjusted down, such as in the areas of full-depth grinding. The
leveling course will be placed over the structure. The material over the casting will be removed
and the casting will be adjusted to Ys" 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.
~09 ASPHALTBINDER
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./0 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 ASPHALT PLACEMENT
A. Lifts
1. Division 1 - A 1 \12" depth intermediate course followed by a 1 \1," 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
1. Class 1B compaction shall be used on all streets and divisions of this project.
3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK:
A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this
document. Cover aggregate shall be %" Gradation 21. Bituminous material shall be ~t<(-3000.
Primer shall be MC-70. (5 0:
:.2:C':
3.14 STREETS TO BE SEAL COATED:
Division 3 - Iowa City Streets - Chip Seal
02510-4
Width Length Area
NAME DESCRIPTION (ft) (ft) (sy)
Hummingbird Ln. Patch areas with cold mix and single chip seal. 18 560 1,120
ili Patch areas with cold mix and single chip seal. 20 390 867
I St. (East of6 Ave.)
4"' Ave. (South of! St.) Single chip seal. 20 160 356
Ridgeland Ave. Patch areas with cold mix and single chip seal. 12 240 320
(South of Grove St.)
Grove St. Patch areas with cold mix and single chip seal. ]0 320 356
(West of Beldon Ave.)
Lower West Branch Rd. Patch areas with cold mix and single chip seal. 22 5,280 12,907
Taft Ave. Patch areas with cold mix and single chip seal. 22 6,600 16,134
No Name Rd. Patch areas with cold mix and single chip seal. 20 400 889
North Dodge St. Court Patch areas with cold mix and single chip seal. ]8 I,] ]5 2,230
Conklin Ln. Single chip seal. 19 1,750 3,695
Napoleon Street Patch areas with cold mix and single chip seal. 22 2,450 6,000
Soccer Access Drive Patch areas with cold mix and single chip seal. 24 3,250 8,667
3.15 PA VEMENT SMOOTHNESS:
A. Pavement Smoothness shall meet the requirements of Section 23 16 of the Iowa Department of
Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall
be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by
the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness
incentive payment.
('..,
'~~
~-:2 >:'-
:=:~'"
j;;
-,.~" Tl
I .-
'..0 Tl
-0 --~
-",- j
.r
0'
-J
02510-5
SECTION 02520
PORTLAND CEMENT CONCRETE PAVING
PART 1 - GENERAL
1.01 SUMMARY:
A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact
subgrades to receive Portland Cement Concrete paving.
B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and
cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at
the locations and grades noted on the plans.
1.02 REFERENCES:
A. !DOT Standard Specifications.
1.03 QUALITY ASSURANCE:
A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in
the necessary crafts and who are completely familiar with the specified requirements and
the methods needed for proper performance of the work in this section.
B.
Quality testing:
'~~0
"-Cl
I.
Compressive Strength Tests.
I
,!.)
2.
Entrained Air.
-0
TO\
.~
I,_,_~./
3.
Slump.
r
:e~:::
y.
(J)
-J
4. Density Tests of Base and Subgrade.
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 !DOT Standard Specifications:
Division 41. Construction Materials.
Sections 4101 through 4122.
B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3.
02520-1
._------_._.~----,--_._._------,-~---,-,-,.-
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the !DOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
Section 2111. Granular Subbase.
Division 22. Base Courses.
Section 2201. Portland Cement Concrete Base.
Section 2212. Base Repair.
Section 2213. Base Widening.
Division 23. Surface Courses.
Section 2301. Portland Cement Concrete Pavement.
Section 2302. Portland Cement Concrete Pavement Wi?5ing.
Section 2310. Bonded Portland Cement Concrete Overlay;.
Section 2316. Pavement Smoothness. -- _,_
-:r;::
-"\1
, ,
Division 25. Miscellaneous Construction.
Section 2512. Portland Cement Concrete Curb and Gutter: " '
Section 2515. Removal and Construction of Paved Drivewa)is;,..
Section 2517. Concrete Header Slab. S;
Section 2529. Full Depth Finish Patches.
Section 2530. Partial Depth Finish Patches.
,
<.:J
r\
....::1
-,
"j
~
0)
.....J
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 350F, the following requirements must be met for concrete less than 36 hours old:
24 Hour Temperature Forecast
Covering
Minimum 35-320 F
One layer plastic or burlap.
Minimum 31-250 F
One layer plastic and one layer burlap or two
layers burlap.
Below 250 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 900 F.
E. If concrete is placed when the temperature of the concrete could exceed 900 F, the
Contractor shall employ effective means, such as precooling of aggregates and/or mixing
water, as necessary to maintain the temperature ofthe concrete as it is placed below 900 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 notil)' the Engineer if weather conditions make it difficult to use Class M
concrete, when specified.
11/00
. )
;~ ~~:~
.. -,':,",,'
:;.;:",. '.
_. ,~
~"-," ;"1
I
v::J
-11
-71 -,
-~.. u~
o'
W
-'
shared\engineer\spl:cs-ii\02520.doc
::i>
02520-3
SECTION 02900
Q
""--
.-<:"'.
LANDSCAPING
\
..::>
C\
--::::'-
';1
-~
.-".,..
~,.
" "",'\
' ,
"._.1
..----,
)
PART 1- GENERAL
.s
)7
u)
-l
1.01 SUMMARY:
A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape
accessories and maintenance.
1.02 QUALITY ASSURANCE:
A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester
with the following requirements:
1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A.
listings and those of established nursery supplies.
2. Standards: All trees must conform to the standards established by the American
Association of Nurserymen.
B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer
and/or City Forester, have not survived and grown in a satisfactory manner for a period of
one year after City Council acceptance of the project.
1.03 SUBMITTALS:
A. CertifY that all plantings are free of disease and insect pests. Certificates shall be submitted
to the Engineer and/or City Forester.
B. Submit certification of seed mixtures, purity, germinating value, and crop year
identification to the Engineer.
1.04 DELIVERY, STORAGE AND HANDLING:
A. Protect all plantings in transit to site to prevent wind burning of foliage.
B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on
ground and protect with soil, wet peat moss or other acceptable material, and water as
required by weather conditions.
C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by
adequate watering. Water before planting.
02900-1
PART 2 - PRODUCTS
2.01 SEED:
Minimum
Proportion Lbs.! Lbs.!
Mix by Weight Acre 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 Engineer 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 LIMEANDFERTILIZER:
A. Ground agriculture limestone containing not less than 85 percent oftotal carbonates.
B. Fertilizer shall contain the following percentages by weight or as approved by Engineer:
Nitrogen" - 15%
Phosphorus - 15%
Potash - 15%
"At least 50 percent of nitrogen derived from natural organic sources of urea form.
PART 3 - EXECUTION
3.01 SEED, FERTILIZE, LIME AND MULCH:
(~)
;;':0 .'
; I
A.
B.
C.
Apply lime by mechanical means at rate of 3,000 pounds per acre.
Apply fertilizer at rate of 450 pounds per acre.
I
'-.P
-v
n
.~
J
Seed Areas:
'~,"
.I--
1.
...,....::... (.oJ
Remove weeds or replace loam and reestablish finish grades if any de~s 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 'I.-inch and compact by
means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of
width.
4. Hydro-seeding may be used upon approval of the Engineer.
D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until
germination, and continue as necessary throughout maintenance and protection period.
E. Seed during approximate time periods of April 1 to May 15 and August 15 to September
15, and only when weather and soil conditions are suitable for such work, unless otherwise
directed by the Engineer.
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 \I, tons of dry cereal
straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved
material, depending on the type of material furnished. All accessible mulched areas shall be
consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the
contour. Crawler-type or dual-wheel tractors shall be used for the mulching operation.
Equipment shall be operated in a manner to minimize displacement of the soil and
disturbance of the design cross section.
G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-
year maintenance period.
3.02 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 of3,000 pounds per acre.
D.
Apply fertilizer at a rate of 450 pound per acre.
1" -
,-:::
--~- (--~
Remove weeds or replace loam and reestablish finish grades if there ~ f'I)Y ~ys in
sodding. 'c;' . ~~IJ
I
c .._~,
\.0
C.
E.
Rake area to be sodded.
-0
F.
Roll sod to establish smooth, uniform surface.
_Co
j
'<!-
w
G. Water area adequately at time of sodding and continue as necess;;ry 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.
1. 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 2Y, 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 fill 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.ii\02900.doc
(;2, _"
'7(.'
~..-.)
',-~,._,
,.-:;:~
(;f'l
-
~,-<~
.,-.,J
"-C1
I
-.D
.-
,
,I
-:')
'.-1
-'
-"-
j
.r:-
j?
W
-I
02900-4
APPENDIX
. Location Map - Division I and 2
. Division I -Iowa City Streets - Asphalt Overlay: Tabulation of Quantities
. Tabulation of Pavement Markings
. Pavement Marking Standard Drawings
. Division 2 - Parking Lots -Quantity Breakdown
. Division 2 - City Parks Parking Lots - Layout
. Division 2 - Happy Hollow Park - Layout
. Division 2 - Hickory Hill Park - Layout
. Division 2 - Terrell Mill Park - Layout
. Division 3 - Chip Seal- Quantity Breakdown
. Division 4 - Peninsula Access - Quantity Breakdown
. Division 4 - Peninsula Access - Plan and Profile
. Division 4 - Peninsula Access - Typical Sections
. !DOT Standard Road Plan RH-50
. !DOT Standard Road Plan RH-51
. !DOT SS-O I 0 14 Hot Mix Asphalt
. !DOT Standard Road Plan RS-3
. !DOT Standard Road Plan RS-4
. !DOT Standard Road Plan RS-63A
. !DOT Standard Road Plan RS-63B
. !DOT Standard Road Plan RS-64A
. !DOT Standard Road Plan RS-64B
. Pedestrain Rarnp/Detectable Warning Details
1.::J
"-~:;. (~:
j;
----,
\ \
I
......0
-,-i
1 I
. .",,-,
--0
-:;,~ .,.-,'
(J'
-J
. r- 0 ~j !' ~~" , ~.." ~ '; , I
__.o=,-Jl ~ II Jr. " I If II I I
g / /t ~ :;:~I(1l,~i -. U=, I~ ~ l~}r -;, ;~I
j ~ '::: \l, i11tJ ~ "t L' ilL
114 oi . ~ ~ ~ ~ ~ (7"~ ,:;::::-~'l1~ " I,~ \r.. ~~'" ~ 1:f5i '7.-'
~ 0 '" ~"Il ~ · -fi ! Ii.." I I I I ' i I IF ,~'"":.Jr K ~~~l'i
::: (; g ~~ H ~ fi · ,~ f(.l · I ! U,' ~ n I' '!
ffi ~~H6gL~lj '\~~ \\! ! ,! l~ rJ.l l!l1 ,I.!' I '
~ ~ !IP ~ ~ ~ ~ ~"' ! ~-c;,;:~'_:';J t';- 7~ ~~' .':: "W",:::'''''
::! t! ~ o. ~ ~ '8 '8 ~I~ ,," ~-'''-''; -,.......- '''' rw=; =- II
~ ~ is t ~ B ! ~ ~ ~ cz ;g ...J '6 h ~~ .1';" ~ 1IQl~ \ \ .ll/lOO lU)I'f....-
' '0 -~ -lj ~ i';1! il'l. a"' - i~ I /
~ ; ~ .. :l1 -Ij ...... '" K'il ." -. - .. --'" ....?---. , , :0
~ ~ hh~ I,J..{<'- ~- ,:.~ i Ir ~ lltl ~
., t3 '" ~ ""0 > ~_ _ I " ~
>- , ~ b'~ l.t~ IIC)':~,,)' l~ ~.~ .5 _ ........
8 vi vi ~ '" j,!!",i..!! .." r ,[ ,,, _/\,,'\
"' - '"g ""'1 i::! -""0-;.,,, "''''e' II' . ,_ .j. ~
~~HU"'>fi""il]lh ~nHH j' I - .. ,I ~
-,.:1"'-'_ ..~-- ~ .~r r'~n ~l u ' ~., ./: _) y
~ ;;; 'L... .. . . I .
(ij :; ~n.r- ..~ .... /I .;;
~ L N ~. ~ ~ ~ ~ "'~ Q "' '" u,,"' ,,-~ '----, S "0/' Iff' J' ~
-->-- -1_... .r.. b1 N' flY - " I'" '1/
~.\ iF-< I~ ~ '''~ ", --"-"'"'
/ \ ~-f -7''''---;>-- ~ ""'1ll" I~ I ",',:" ,~-- '..' ., /1 .. ,;> :I
y- / ), 1:;:.,.. , il: l"y;:/ I _II -)''' - I'
/' [l '\r-I"~: \{~.I,,-';..,:lJI" -- I /.. _,
o I ;' -, 'II' 'I "~./I/.... ill
~..~;. OJ lM..,J~~f/~~-::)'~-'..I~~III~ --:jj
, . f ~ "j if- V ! liP--. :: =ri\r h h;- I, .j::.-
'j ""'" I ".. - _.~" '--,
'I i;" .:::-;-:_. ~... . -I':::: / ~ "_ - I ,[ ~'1
~ ,~'e f~'\ "("WI ~ ::,~ "'"~~ll,,,,,,=,jir
~ "~~~ r~ '~'I' .~. ,...,.-,/
.....--7 i I ,~ ~""J -' ~"i'- I IU" -.:. \\'ib;;-r----'
" I. ~ -- _ ./j'j '~"I.
, I -';; ,.... '" ~,,, G_ II
1l'''1 ...,~i1,_" l~tJ LIS' ,,_w, "._ ,
\ "", .. ,F.,,' ~ - , .1.1 'II i
~ V I" - ,. ,-;' '''-t!
" 15 ...., """'~ ----.:::.
"." -.~--- "- :!d . ..."~ , ~'/ i""'fDC
r\' ~!l~ ' - '-.~~~'" "I~ ~~ i II I . /'1 ~
I~ \.1 . ill 0 "~' ~. I,.,! I I ': ""'I \ ~ v~-:Y-ry ilrw--
~ i ~ ~I r ~~.. - , ~ .-4\ # I l. ;.:.-:
'-. i i ~ h.1 }! (' ~-:.~~ '_-?,.,:,.:./-,\ .\1 - -- I, 1 \
f1' ~~.~ ) ,....: .r-F:l~y._:X\-----I w /:r I! #-> ii' I ~
~~Il ;, ~'I':' g., ,m .' I '.~ k!"~ _~ M' \:
~ \ '-; i~ I., -.t 1~ 11-'-- ,1\....... .'__ .__ !!
\ ,\ '~ll" '1:-:'> 'I; I~ .. -., .~_. !A ';;;'i6"~
~ \ ' ~ 9~,', ''''''_ ',~~ I': r-T I J1 "'" I 1 ~~l~t>\!, I
\ ~ ",' ,,'\.: e:-..-i"f'~" !. CO ;. II i -".. I!/r' JI iI------'
\ \'1 "'... I.. r'-"l -.)! ...',;;;:" I ~
/?r' <''-~ \ Lc.,.II"r:m0 i-a- r-l!y . "l;,,~ .'
fL~ Ll~J~-l;(J ~'~, .~~ I ';';1,
~ i ! '-'-""'>/:-' ,- -'.,.~ \.~ 6 ~ "\~ - ~ ~ iw
L i j I HI\~""\ " . /M \::,~ ~ 1 I , -- ".')'-'L-, -_f,~~
;::::~\ ~l'ti \ ! .~ ~ f", \~. n III r~'-' h .----l-a--'IL_ ~"
I-
()
ill
J
o
0:
Cl.
CJ
z
u
<{
LL
0:
:::)
Cf)
ill
0:
~
<{
I
Cl.
Cf)
<{
L()
o
o
C\J
Cl.
<{
~
Z
o
~
u
o
...J
~
E-.
........
C,..)
~
a
........
k.
a
~
E-.
t3
~~ Nilco N CD ~fil N N
~~ ~ 0
~~ a ~- ~ a
Iii ~ .g>1D
'I: ~
I: "'~
! "'""
~ ~ ()
"' o ~
I: 0:: 0
~ t;5.
> ~ Q.
a.<
lillil CD '" ov .... ~~~ ~"'"' N '"
'" C\i""': '" 1!2~ ~
NN ~ 0 ~ ~ a
oi .,; ~
Iii ~
I: I:
~ ~
! I:
~ 'x
..., "
...J
ill"'''' v"'~ ~ ~ ON'" N R I:; v
O>v ....~ ~ CO"'N
NN CD a 0> a
oi
Iii Iii
>- "E
co '"
'I: ~ ~
~ ,.,
~ ~
...J "'
0
:t:
co
.c .- J
... ~~<O v CD :g v ~ftjPl~-i81:; l:l"'N gj CD t'~'
.. ~ "'''' ~ .:;:;.:0
<C i ~ ~~ v, a (f)(f)..... (f)..... "'~~ a r' 01-
, Iii ~ ... --:
:Ii! ~ n ~--,.~, .n
I: ... <, ::-..-- .
a>'" ~ (/) _....~ .-
l!! :g .-
:;; \
.. ~ I: . ,;> -~...:
111= 'f ."
a: - \
~~ 8 - -'0 ,.~
iii -'~"~ ,,,.J
UI: .--"~
~
~a -.-!- S
.2 ~~~ ~8'" ;::::g CD lllllla; (f)m8 '" CD 4~.... (,)
N!;J, N ~ Y -'
, ~~N 0 "''''- a
~ ~ ...
'It ...
c (/)
0 ] ...
'Cii (/)
'S: :;; "-
is ::;;
(/) (/) (/) (/)
~zz>~<~>>>~~~<ww> ~zz>~<~>>>~~~<ww>
5~gw w~wwwwww~~~~ sggw w~wwwwww~~~~
~ ~ ill
...:: (!) .c..c.
~.~ -' .~.~ ~
.....~ € "l:t<O 0
S'" "".~ ~~-=o
..::; € ~ .;.;~~
'6 ' 0 ell 'i:; ~ l!o" ~~I
~ 1l l;!-".!!_ ~ OJ 0 !!'I!!-I
5i ~ OJ ,!!, E ,,~' IX" >~ U u '6 !
.. :::J > -00:::'- . . "l: Q..
I:(/) oE lll:5:=S QU ca"o:
-. - ~i::J-g~ lll';~o.:o.:~ C.p
::i::::i::~~< <<11: h 2-~~~1: <<I 6
gg_-.!!"~I:~---~I:u~
<<~~i~ i';E ,,~~ P nE~ ~
~::;;::;;~~~,,~~::;;~~~~j~~
-~I<O:::~O:::Q..Q..~wwwQ..U~~
~ j .c..c. m
s... 0 0 ~
~.~ -' .!f.!f-
.....:e € "l:tCO 0
-....l::! :?; <3 ss-;;;~
._..... C !! !! ~ 1ft
,,- o-~.!:: oo:e~
lllID -g,celI IS!! cC2:!:
E ~ ~ ~ ~ !i~~ l ~ ~ ~ ~ _
~ w 0 cu.j :::.$ E u u ClI " 0
. ~E~,,-g~ !!.;~o.:o.:~ c-=
6 S ~ ~ <I:( ell C 0 2-~~. ~ 1: ClI 6
00 _ - .!! " " I: ,,- - - ~ g>u ~
~~~,~,g i'; ~c3~ ~ ~ ~ ~E~ ~
~~~~llli~~~:e~~~~~~~
.p~I<O:::~O:::Il..Q..J:wwwa..u~~
(f)
:::.::: ~
0::: --' (/)
<C ~ -
U) ~ 0
l- I')
C) w
of! of! 0:::
,
0 ,
0 @
z . $
0 I')
~ :c
- .,
l @@ @
I')
cr:
<( ~ ll)
-
:2 .. /""'. @
"' ~
l . (f) to
~
! c
.
c $ 0
::J ! . @
c .-
co ::J -+-' N
f- c ~ 0
:E .
c '5
.. ::J . -+-'
e . (/) @
Z e <> .
0 .s e N
~
0 '" 0
W @@@ c
- @
"-..../
:2 -
w @ I')
I')
> ~ $ ::r:: 0
$ ! f-
<( ~ :c @
$ ~ ! C) -
! .
0.- e ::J Z
::J co W
.
e . c (0
::J e :E ---.J -
.3 ..
~ c
" c
0
0 ~ ~
0 0 0 <t- ll) -
e@@ <t- o N
'+- ..t <Xl N I')
- 0
0 @
-
~ ~ I B N
Z ! $
! l
0 . ~ 8 ll)
e ~ '" N
::J co
. i2 ~ 0
- e . .
f- .3 e e 5
e .3 .3 :',
<( .l! . . ~
e co co I c: :,.
~ ~ ::< ,
m C ,..
..-J €lee 0 0 ; ,(
:;;: .lQ .. -- iI
~ '0 -
:=) 0 0 .' .-
(/) ..- :::;; " 'D -1
.
OJ "? I,
0 ..- 0 ~.-1
Z ..- (/) ..- ., ,
.. "-,'
<( .. .. "' 0 ~ C C ~ . ';:
l 0 0
f- "' "' f- (/) ..- ..- c..'
l l c c
. <C CD
e
::J U U :r: ll:::
. . 0 l-
e c . ~
::J ::J e ()
. . Il 0 ..- Z
$ . ---.J <1l W U
e 'C co ..- Lt.
~ . c <1l (/) --'
0 .. ....
. ..- --'
e . 0 (f) C ~
.l! :0 11. ~
e , I . 0
0 0 ..... '" ?-
m 0 z <1l ... 0 --'
eee "" Q.) I- Z ~
.... - m ..0::
-
0 Q.) ::> ::> 0
:::;; ..., (/) 0 I-
s iI r-
- I 1 n
0,", \0 ... \S u.. Vl
O'j' 0 L:J
(1\. N
0 M z
Vl ......
, t 10 -e .e w ~
~ " " .e a.. ~
u U lD <[
" '" >-
~ "E u ::> ~
~ u l-
e 0 "0
00 "0 ., W
U 0- ., e 0- l::: (::l l-
i 0 0
~ e ~ Vi ~ ~ z
~ ~ @l :.:J '"
oS 0 <[ w
~ :.E = ~ 10 10 @ ~
2 ~ ~ ~ ., (::l
! 2 '" W
~~ " ~ ~ z
! c..> .E .E >
., w w ~ <[
e :z :z 2 \S;
:.:J.<= w ::J ::J .<= .<= I- <[
:z ! w ~ ~
~ :2 "0 Vl a..
~"O ::J c..> c..> :z OJ
'S ~ :z :z ::J ~
lD
W N N w '"
~ ., ~ :5 -e N ...
e ::J ::J :z ::>
.s w w ::J ~ " u
:z :z u ~ ~
0 :z :z 0- e e ~
::J -< -< 5i ~ 00 00 g
0 :I: :I: il1 e ., 0- 0-
'" U U 00 e --'
U 0- :.:J ~
tg) @@ @ ~ @ .:. @@l @
.,
'"
"
c..>
Q ,=
c:..n
>("' ~
~l I 0.0 on
~ I
"\,..:::)
lliJ .<= ~~ -'-j
~~ '" - I
3'
~ ., \.-J
a e or.-
.s ~
.., G) .
co
I
r1 11 rt ., t
e
:.:J
'. ... ~
'. e Sl
Sl 00
~ ~ ~ --<1 ~
s- u to>'
~ i I
LJ 5! .... I 1h
r y r
~ , 0....
.... ~~ ~
~~ ~ ~
~ OJ
~ 'i" ...
~ 'i" .2 0+
~ ~ ~
~ .2 .2 I
~ l ! ~~
~l w 2 ~ 0
:z :E ..Q ~
w w ::J ~ 0; OJ:. 2
:z :z w ~.?::. !
.... ::J ::J w :z
:z ::J 5: ~
Sl '" '" <> Sl w c..> + w
~ g N ~
~ _e it: :z
c..> ~ 0" .... ::J
w :z E w w 0
u u Vi .,., :z :z 0
~ :z 0'> ::J ::J ~
:z ~ ~ w "00
W f.- "" wo- w w
"" lD <> c..> c..> 0
<> ::> '" flfl
'" 8 0 lD
lD :z ~~ e
~~ e e ~. 8 e e@l
.tl
o
..J
g> i
~ i
III It
a.. I!!
m
N ~
'Il: ~
C It
o ::J
'iij a
':;
C
,s
" ~
0 -c
" -c
l!? M
"
0 :g
u
11 10
~ N
"
m
.c; "
g >
-c
0 -c
"M
l!? _.
"0
0-
U it>
" N
.,
'"
m
- zz >-z >-
-c
::> 00 uO m
1-1- I-
~
c
'"
"
a ~~ 008
-c "'10....
$ NN -
'"
E
:;;
W
)(
)( -e
'E z=
1) - ~
C:!"':
..Ic - "
=0 " l!?
1l~ l!? g
" -5 "u
.. ., 811
&l " "
..0 U " g
~ '" " C.c;
0 mm .S!m
..I "'''' cmo<!
88 o-c
- :;::l(tlcP
.. "'''' "'O-c
> a:: '"
i! << rJ. !ii
::;::;: ><~ CI)
<( J:J: W a::
.c;
g
o
"
l!?
"
o
u
11
~
"
m
,s
"
o
" .
l!?&q
"N
o
U
"
.,
'"
m
==zz>-
COOm
::>1-1-
~
c
'"
"
0000
"0..........0
Q)..........CO
10
E
;;
W
)(
:9 )( 'E
12 e~
c '_
- ~
i: c: ,... cD
It 0 _.,
Q.:;=CP5
t: -g l!? 0
::Io::lU
o ., 0 "
o"uo
.. 0" -"',11
._ en't:ICij
c CU::l~
c mCl)w
~ ::.:::::S:::_
OO~
N 00(1)
. MM"O
It < <, ~
I!! ::;::;,.,
<( J:J:a::
it>
N
,s
"
0
"
l!? .
" '"
0 N
U
11
~
"
m
.c;
C
"
0
" .
l!? '"
" N
0
u
"
.,
'"
m
"'>- z z>-
5u 0 om
l- I-
~
c
'"
"
0", 0 00
ijloo N NID
- _00
10
E
t;
W
)(
x -e
-e ~
-f ~ -
~ c - .;
0 .; .,
~ -- 5
011 l!? 0
= b " u
0., 0 11
J: " u
80 " "',~
., 'l:: '"
'" ".c;
It m mm
J: c'" ~o<!
00
ti :0::0 0"
"'''' "'-c
> . - '"
It rJ<( <( g
I!! x::; ::; "
<( WJ: J:a::
(' );3',
:C:::() 7-
-- .~
-n
I~
0
"
l!?
" N
0
u
11
~
"
m
.c;
g
0
"
l!? N
"
0
U
"
.,
'"
m
- >- >- z z
-c
::> m m 0 0
l- I-
fi
-
c
'"
"
0 0 '" '"
-c 0 0 10 10
'" '"
$ - - -
'"
E
;;
W
..
>
-c
C x
ll/l x -e
- .. -e
.s ., ~
'"
m ~ -
.c; - .;
t: c 0 -
0 _12 c . l!?
z -~ _12 " "
l!? 0
X ~ "u
., I~ 811
i! "
0 ~ ill~
0
-" a. '" "
0 -c mm
X c "''''
'"
Ig 0 0
t 0 0
-c I~ '" '"
It '" < <
I!! " ::;: ::;
<( (3 ~ J: J:
I
\.D
i i
, f-a
"C-
I' ~.
.f:.:' '-s
II; ,-
"
I.... >
" -c
l!? -c
" M
0
u ~
11
~ i...
"
m
,s ~
,,-c
O-c
...
l!?'"
" --
00
u-
.
"N
.,
'"
m
==> >->- zz
5m mm ~~
~
c
'"
"
0", 0 00
-c'" ~lll --
$N - NN
'"
E
;;
W
x
.. _/S -e
~E~
m . -
- ~ -
c 0 - "
-f _12 c - l!?
It -il ~ " "
a. -c l!? 0
0 !l! "u
=w I~ 811
::;:"
_0 ~ ill~
~ a. '" "
{!! -c mm
c c "''''
'"
0 Ig 00
on ii 00
"''''
.. > Ig -c
i! g -- '" <<
:= CI) ::;::;:
<( ::;:(3 J:J:
.--,
,
'---"
~ --~._-_.__.._~._------.__._------~--_._..
)
n
!
lf1
-P
0
~ ~ (]
c
--
..Y ...... (\j
$.... '**' '**'
c5 d d
D- OJ OJ
I... I...
~ <J: <J:
..Y ClJ
$.... >
c5 --
D- ~ \
0
-P >
-- 0
U
!--"""I
r-,
~/
:-;;0
--,1
I
1...0
-::J
,-,
1 I
-,
J
,
~'-d
~
3>
."
r....)
CO
-'~---_..'^-~_._._-~---_._-_.__.-.__.~.__._-,-
~--~-_.~_.~._-----------_._,---
~ 'i) ..... +'
0 c
OJ OJ
> OJ E
0 L OJ
E :,:; U
OJ C d
(l! OJ C.
OJ <r
d -n ~
d
(Y) OJ L I
L OJ 0
# d OJ .....
-n L
OJ C L
d oS: OJ 0
U oS: "[
OJ ..... ..... C.
d
~ oS: OJ
] ~
<[ OJ d
]i L .....
OJ "~
:J .....
0 d
-n E 0
...Y .....
c "- Q
~ ~ 0 -~
Qi d
d lI\ L
..... OJ -n
0 oS:
0.... z u 0
lIE -~ .....
~
0 /~-----j
~
~
0
I
d
I
-----~--~ - --- -~-
i
c;)
'i>
-t->
OJ
OJ
~
-t->
(/)
@
c
~
o
~
(:Cl
~---------------~-_.__._-_._--~_._.-
I -
,~
::L l
~ !
d
0.-
~
~
I
C\l
on n
~ I
0
::L
U 1____
--
I
t3
I
.,.
..
d
"
'-
<[
L
o
'-
o
"-
,.
.9
d
o
.....
,,-P
,. "
0"
.,,~
."u
dE
0.0.
a.....
d-
~~
.,,0.
" VI
d d<'
..c ":::.'
o ~
~?E Q~
IS>
.-' Q,
+> I
~ ...a
.
'u):"';',-
.....~~ / "
>
~
)
g
.
o
o
I
D..
d
L
OJ
-P
(/)
~}
--"I'
.'_1
-I
I~l
. 1.
--
I
r-
,-"
co
c
.Q
+'
d
U
o
...J
D..
d
L
~
o
-P
d
U
o
.-J
j
..Y
~
c5
0.-
---'
---'
L
---'
---
())
~
~
())
I--
re
Id
~
-0
ClJ
ClJ
04
vr
+'
"-
d,
I-i
11
L__
~
\)
~
~ o.
... oJ>
dO.1:~
>~"":I:
0__
V d I: I:
~ ~
I C
d Q.d 0
Cb:s: a......
LU~
o L.x
CJ) ~"
~~-g~~
.1:"'OOGlo
u~ "'04-
6~~1i\5
-'=- .cIA
I.....<+-U
".0.0.....
1i1:-..c~
6:+,,,,
"'0 d g......
cE:"'Oc;
..... OlE..c
-c~c.
Qj~ E: VI
bl:!!cd
~~E
/'
L
o
"-
d
OJ
~
<r
d
o
...,
...
C C
~~
,,~
U
"0
8.0.
c.:!:
80
-i
"Ol/l
~o
~
:i'
"
...
o
~
-(-,
~-~ <-.,
>-()
; ~",
""':::,/'
<~
)>
~1':
-11 I
~= I
-: I
-'I
~-"'J
I
'.0
\J
-l
1
I
I
....I
~~
a.. 0
-"
:J:'"
o~
'ID
M
z€
0=
-'"
1/):1
-0
>
o
U') U') en 0 ~ '" '"
en U') 0 ~ CD CD
CD ~ CIO 0
= ..; ~ ..; <Ii
...J U') ~
.5
:i2
=
0
()
0 '" en CD III
(jj '" '" CD W
'" CD i=
., N i=
.g>1:: Z >- Z ...J iti
o :I < 0 <
00 ::l III ~ Cl
~() 0
1:: ...J
0
Z j:!:
en '" .... U') ~
CIO ~ CD ;2
CIO '" .,
~ - '"
., 2 1"9
E ., '"
'" ~ 1.!'1
z '" < .lS
0 l!! ~ ~ :;
z :; ~ .,
< " :!2
W 0 = 0
~ () iii ()
;:I; ~ 0 0 '" .... 0 0 U')
... '" '" l8 '" 0
~ CIO 8 ~ CD
~ <Ii .. <Xi N
~ <c"
"" ~o::
'" 8
~
0
(/)
.... ... '" U') 0 0 0 U')
- 0 en .... ~ = 0 en 0
"'... en ~ CIO ...J 0 CIO.
~.~ N ..; = <Ii ~
~ '"
~ C) .,
., = ~
~ e
...JID '"
Z
~ Z ...J iti ~ Z ...J iti
0 <C 0 <C
~ Cl ~ Cl
., 2 ., 2
I~ '" - '"
"5 I~ 1'9
., '" ., '"
I~ .!l! I~ 0!!!-
x .lS
'" <C :i! '" <C
., ~ ~ l!! ~ ~ :;
.::( :; ., :; ., .,
... ... <C > ... ...
I!! 0 = "0 I!! 0 = "0
() iii () () iii ()
""2 lfl U') .... '"
0
0 '" ~
. ...
CiS'i>
.,ID
>.....
o 0
~ -
Cl '"
!
0 U') CD '"
~Vl' '" en
'"
<C .,
... >
= e
.!!!Cl
.,.....
.g>o
.- III
o::~
CD U') ....
U') 0
'" ~
.~
~1Il
<c;;:
~ 0
~~
.... '" 0 ~
~ CD ~ lEl
CD CIO
..:'0'0)
1Il_>
-"'<C
'"
W
~
"E 0 .... CD '"
'" ~ '"
:0 ~ '"
",., ~
.5 ffi
E...J
E
:I
:c
"" >- Z ~ iti
= 0
::> (/) ~ Cl
I
$ 2
'"
I~ '9
., '"
I~ .!l!
'" <( .lS
l!! ~ ~ :;
:; ~ .,
<C ... ...
I!! 0 = "0
() iii ()
;~
,:C'
(~) ::
"::::~ ... "
;
:-,r..
-n
I
\.D
'\-1
I,
.-',
,,~~.j
-'0
r
'-,)
OJ
Division # 4 . Peninsula Access
Quantity Breakdown
Foster Road to Station 0+00
Descriotion Estimated Quantity Unit
3/4" Road Stone 20 TON
Primer - MC-70 625 GAL
Binder Bitumen 1247 GAL
Cover Aggreaate 63 TON
Station 0+00 to Station 5+88 "Widenlna Area"
Descrintion Estimated Quantity Unit
HMA, 300K Base Course 1/2" mix 145 TON
HMA 300K Surface Course, 1/2" mix 145 TON
Excavation 850 CY
Seeding 0.3 ACRE
Station 5+88 to 9+62.52 "Drive Area" & "Parkina Lot"
DescriDtion Estimated Quantitv Unit
Macadam Stone 396 TON
3/4" Road Stone 427 TON
Primer - MC-70 407 GAL
Binder Bitumen 813 GAL
Cover Aaareaate 41 TON
o
;<:~C)
'.~
"'-:"~~
)> w
0)
,~ .>
,;'=
e,.""l
-"11
I
'-.D
:-1
'.~~~:;
.L:'"
N
~~ to
f)1I1 g!g:~~
~~~~~5~~rt:8~~
~,.~~;t!;l:;'d,:ll...",
. .N_NN_""aU;N~
D U . I I I . I U; I 1-
CCI-g:.....OLoJ::Ia:ZW~
>. ...... '0 0 l::
~ UC ,100
... O)=~.:-g
Q) 0)1I:'(ij:JVi
:5 Q)... 0 0
o ~ Q)::: 1Il..Q c
>. cPio"EcP.2
..c =0"0 ~..c.~
Q) CJ Q) ---
C . .~o:;"O
.g a~6:O .!!!
:;::;1n~::J~~
~ C 4)0:;+'
~ 5..c~ 6 5
'i 8-,,0006--
,,~ ~
D ~"tio ~~[1
~ .~i:"'a..-
E .I: ~o 0
Q) 1:: Q) CJ E . c
~.,; o~E Eli! 0
coO Q) 0 :J :;:;
lDOC'lE.!lnrno
~N.e =~"E.~
cii~~~:2Q)~~-;;
O~ ~c.!'5:5.!:!:
Q. 0 C"'.....c
z-;:'-<N'E ~~ a~ .
~
.. :: (J)
!8~ 1'iill"!l"
:!llll.~U ~Ili~:ll
SS~:a~ti~.rn~~
I IO....__NNa~Ng
. u I , , , , 'u; , ,
OOI-a:::....OLoJ::E~z......
...
,...\-. "'! ~
n ~., U12~
~~~::l~;!:!8,ill~}1
I u N_1n lISPi.s;;N~
8 u ' , , , , ,Ill, I
O...a:::-,HW:lll5:ZLoJ~
. . ~
M! ~l!l~1"
!'lhiliN. N&9j::l
;;;..,*lil~g8Ii!' h:~
I' -'" rDltSOiDN~
8 u 1_ ~ I I . I U; . I
QI- .n l..itZLt.l~
:il
~~ liil;l~
"'r; 8., c!; 'i~
" N ...Ii! i"-
t> _ 51 . ......, 01-
---';lISS"'''' ...'"
I ,It) __NNoiONi:J
88' , , , , ,u;, ,-
I- (J~..ltZLoJ~
c:
o
.
.
o
~
"
It
f
~
"
~
~
'"
I:
'6
o
~
~/
I
I
I
,
,
'>.
"",-",,'It
Sto... "'-.'1'>
-"'"...'
-
\
\
\
\
\
\
\
\
\
\
\
\
I
\
I
~oO'oo+o :. 'O~s dOi
I
,
,
I
I
I
I
I
I
I
!
--- -
__ __ ~.\..o'\S14
--
~.."It+o .. D1S Od
---
~'
Cl
<,
- - t&-.,
, ~j.J
, ,
0::,
WI
..;".] :~I,
" -fr- I
,
0'
I-
8,t~ .","
....:! ,
;";:J
c
u-
\'......j
11-
-J
'''''''.
-.
0 0 0 0
0 0 0 0 0 0 8 0 0 -
c:i .,; c:i 0 0 0 0 0 0 0 0 0
.,; c:i .,; 0 0 0 0 0 0
'" 1:: c:i .,; c:i .,; 0 0 0 0 0 8 0
1:: 0 0 '" c:i .,; c:i 0 0
'" '" '" .,; c:i .,; 0
.... .... '" '" "' si .,; c:i ";0
"' ... '" '"
"'0
+
;::
0
'"
=:5 '"
(f)
(f)
(f)
c: Q)
.'-
c: U
ill U
CL <C
'"
'"
(f)
>
f
~
"
~
"
.c;
~
o
,.,
Ol
~
E
"
'"
"
"
.=
,
n
~~~
'"
" ~ 0
Ii: "'
0 " ~
~ Ii:
0 +
!l ",.
0
.E I " 0"
u ~~
~ .E <
:l I ill ~
Vl ~
:l
Vl + 'I:
"'0
.
is
:;::
0
~
Vl
'"
'"
+
-' -'-'
< <<
W ww
(fl (fl(fl
Q. Q.Q.
5: 5:5:
u uu
~ ww
lD -'-'
::><lDlD
0:05::>
0:x:08
>- ~
lY t:i
~ ~
:::E 0 ,
~ lO t-
v) e 0
, , -'
w 0<<(.')
0... oWw
+0:: Z
>- <0::-
I- 0 <:.::
z(.')w~
I- oZ>Q.
Z Fzli:'
w <WON
~ I--Ca It)
W (fl~ON
> 0' lO <D
< t- IX) lri +
0... 0 IX) -.j- Ol
<++0
OlOlX)t-
0::000
Q::I--I--It)
~OlX)lri
(fl01X)-.j-
0+++
lL.OLOCX)
,,-ZZZ
0000
FFF
0<<<
Zt-t-t-
W(fl(fl(fl
8
+
o
-
o
lil ~
+~
'"
:5 ~
.'" 0
"'"' ..J
....
+'" '"
aJCO~
I:.t 1!:
o 0
.- Q.
"5 .
~
Vl
8
08 6109 .t
8
86 99 il;
8
8~ 99 it
8
~o 699 cl;
8
+
"'
..
Ii:
e 8
Q.
" ~
u
'" ~
:l
'" Vl
+
"' '"
I:
I: .-
o ~
.-.0 Jl
~ ,,"
oS ... UJ
Vl<~ 8
0"'0
..... .e~ +
8~o '"
+!i"
o. ~
I: U
0 I:
:;:: 'I
.s '"
Vl "
u
.E
~ 8
Ol +
c '"
I:
j;:
8
+
-
8
+
o
:i!
'"
.,;
'"
'"
d
"5
III
I:
'c
>-~
I-a..
,
'"
Z
;:=
'"
><
'"
:I:
U
....
..
:E
'"
z
Z
'"
"
:>
'"
'"
..
'"
..
:E
:I:
in
(Xl
(Xl
+
If)
I:
0,
-- d
+'Q)
d \..
t;<I
00>
+' -~
I:
oQ)
O-u
+ --
O~
,
'"
z
Z
'"
"
:>
'"
'"
..
'"
..
:E
:I:
I:
o
:p
d
+'
Vl
'"
u
..
...
'"
::>
'"
...J
..
'"
'"
0-
s:
U
'"
Z
~
....
i::!
x
'"
'"
z
~
i5
....
..
:E
..
'"
'"
..
...J
U
'"
z
t3
..
...
'"
::>
'"
'"
..
...J
::>
z
..
'"
'"
:"
I
"
z
is
'"
'"
'"
z
;:=
'"
)(
'"
~~-~------~------~-"--~-----~---
ix>
I
'"
'"
'"
01
..
>
'"
'"
'"
::>
c
CNU
'"
u
..
...
'"
::>
V>
'"
I
<>
V>
'"
01
..
>
.
In
o
~
0-
o
o 1A
,.,
'"
\
"
Z
::>
c
'"
'"
'"
z
;:=
V>
)(
'"
'"
'"
..
'"
'"
z
c
....
V>
:E
..
"
'"
u
'"
:E
:"
'"
V>
..
'"
'"
z
c
....
V>
:E
..
"
..
u
..
:E
:"
'"
z
;:=
V>
><
'"
:I:
U
....
..
:E
..
V>
V>
'"
...J
U
'"
z
ti
..
...
'"
::>
'"
'"
..
...J
::>
z
..
'"
'"
o
If?
If)
'<t
+
(Xl
I:
o
=P'd
d Q)
+' \..
Vl<I
o Q)
+'>
(XlT
(Xll"l
+ '
If)
I:
o
:p
d
+'
Vl
:"
'"
u
..
~
::>
V>
...J
..
'"
'"
0-
;:
U
'"
...J
'"
::>
c
"
'"
z
;:=
V>
><
'"
'"
z
is
...
..
:E
o
'"
-;--,
':;~
'"
"
z '"
::>
c z
'" ~
'" ....
'"
'" ><
is '"
... :I:
V>
)( U
....
'" ..
:E
"
Z
::>
c
'"
'"
'"
is
...
V>
><
'"
~
'"
~
0-
o
1ii
l\i
'"
V>
..
..
'"
Z
C
....
'"
:E
..
"
'"
u
'"
:E
:"
~." ,
~
\
..p
..
V>
'"
..
...J
U
'"
Z
~
U
..
...
'"
::>
'"
'"
..
...J
::>
Z
..
'"
'"
:"
C\J
If?
C\J
..0
+
Cl'>
I:
o
:p..
d+'
+,0
Vl..J
00>
+' -~
::L
o\..
If)d
tria..
'<t'
+
(Xl
I:
o
:p
d
,-\ t;
--
-
'"'--.:)
-'
~. " 'j
\ I
.-,
-,..'
:::
c,.JO)
cP
PUt ~ II j {;'
lUll t 1i. 11 iQ!
1.. .III 1 J Ii 11 Jl.~
Jatt') . ];4} 'I Iili
d1tJ it ~. il J!lf~
.. 11~1.1! ~ tJ .1 .1l1~ ·
! 1i11nl H Hi 1\ :Ill
i!i I 11'. 10 lzJ ~ 11"1
Cl !iE~L~~ Ai H~ l~ uh
I
i
t t JJf i It J U I tl~ tt
I a.J 1 II .It 1 J ti
t ~ s~ I} f1 .J. ' tdl
1 dl~!, 1 d ill ! iHt
t ltpth II Hi ll~ tl
f Hd'~ ~ !I l~f e lIt!
I II;~ II! f II JJln pf
l ! t )J hf ] . .all C .1 ~ 1'1'
t A ls1111,n ,hs) If t s~
f ~ ' l~ :; , tJ ;11 ')I!I l~~: II
H Hl J!Hdtl 1.. d Idl
e0ee0 GEl G G@@
0
'" Is!
i o-
j ~ u
, ~
.. . t
t " ~
~
r:&1
"
j
.I
d
. .. e
.. . sa Z L
..0.- - ~
.~~ e~"
..0.- e i
:."!.. j C
.li ~
e
~~
~~
III
CD
e
Ii!
..
z
E
..
~
~~.
~~
)
!i",
"'-
. ::E..
l<~e
lLC>
e~ii:
ei
j e
.I
!
I Q. ~.A
~ ~ ~l!!
DC ~ l5!
9.f i
lat" to
e~1 .
... ;, ~ .
-' ..
CD
e At.
.. ~ 0
I.:; ;
I:l .,
Iii 0 0 11
-
y ..
!i iOl
CD e l~
-.< ~;;;
..
z
r
~
e
elL
.:cl!;
~m
.1ll!;C
-'
c
..
l!l
< :,1 I--t
".-' 11 '\
l ~ I '~d
T II
.I ·
.. I
!it
~ CD i
;1~
ui
fs
..e
i
..
z
E
..
----~>~_._-~-----"---,--_...__.----_._----_..-_._~------ ---..---.....--.-.,.-.-.....-----.--- .'---"-'---"-~-'
'.
Cl!!~ml Ut! ! 'lilllII 11., I
:itllt f 111. i. ~1 fdt J ~
ii, ','~ -9 f'!ll~ J "& i ;i if.!f III hi I
e . 'lit .s:4t J J lll~ J:e .~I t
iJVi ,~,ti ~ 1 ai Ii t lJlt II! t inJ -in
~ llld1t Ut!t U lt~i iI! ~]J! 111111) i~~~
~ I :Ui~ j~.! ~ -ill th~ J ~ 1 H
~ :;;"&.u~l! ~.s:1 .u h U'l! e e e0 e
.
~
II
J
.
~
e Ii ;'.11 g
;:
r~ ~ ~I ~
'11f I ~~
'lj.
~I I I! 50'"
~i
it ~
. :~ ... !:!! ~ I I~ g
...~
o. g; d
0.. .
. .,
0 ' ~I 8 t;!
o.
". " ...!
.'
.';...
~h ~
lfi~l;
j~h~
u~~;di
,
'!'
~ 'GJ c',-
~,G ~-
t c P!2I~
o O.J II! !
000 ~ 61~
o ",... ~
c C G
~~
'"
"
~ il
~;;
...
Z
II!
!:!
C
co.
T .:.: ~
!w
;:8
uw
Ill...
C
-'
:c
...
l!l
'"
w
-'
C
. W
'CVl
, ...
.JZ
--
~
~
"
i<t
H
~-
.. ..
lili~c
;. .!!.!! L'" I ~: r
jU t! i ~
1'; I ~ ~
!i: .
o E :..ii!
. ,," -;: ~1:
I' '"i: : r
.J '. ~ ~ ~'
.I' i liil
... Ji
i
r r
i i i
1;. .
i.. i:'ii! i;>!! j
!!'~1: ~1: k
i~J ~ ~ i
liil Iii! ; Jl
Jl Ji
t
~
!!!
...
L
0..
it
. .,:.
flH
.~: U
... - c
. ~ l!'-
. 1St!
-'
~
'"
;:
c
...
i2Co
'"
;:
llJi
._-~._~--_._._--_._---_.~-----~...----_.~~-_.._._--------"~'-'---"
r
i
:
. on
...-
.
w
;: ~
~ i i:r;.~ ~,
l~i!!iiJ' ~!
10 ~ I; . ~ Ji . .. ,
- c. .;.. . on !.;.. a.
'..,",..- 'l'ZWi . <c
I............ ..... ~ c: ,
"ID_ID_ "ID_ u.~'
.... : ~ -;"It: !E'
~ j j -' J .~.~~ ~ ·
Iii i Jl ' . ~~
e IOwa oepartmentofTransportatlOn
SUPPLEMENTAL SPECIFICATIONS
FOR
HOT MIX ASPHALT
(GYRATORY MIX DESIGN FOR LOCAL SYSTEMS)
Effective Date
April 30,2002
SS-01014
(Replaces SS-(1002)
THE STANDARD SPECIFICATIONS. SERIES 2001, ARE AMENDED BY THE FOLLOWING
MODIFICATIONS AND ADDmONS. 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
shan be or the Intermediate course mixture. The base courSe Is the 11ft or lifts placed on a prepared
subgrede or subbase.
The ContraCtor shall be responsible for all asPects or the project, provide quality control menagement and
testing. and maintain the quality .characteristlcs specified.
. Quality Management _ Asphalt (QM-A) shall apply to contracts wit,h HMA quantities of 5000 tons
(5000 Mg) or greater. The Contractor shall meet the requlrements\ of Section 2521 of the Standard
specfficatIons 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 SpectflCatlon 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:
Offloe of Contracts
Iowa Department of Transportation
800. Uncoln Way
Ames, IA 50010
Phone (515) 239-1414
--_,~-----'----_."".-~-""---
SS.Q1014, Page 2 ot 21
Terminology In this Supplemental Specification was changed from previous Specifications as follows:
. "hot mix asphalt" was "asphalt cement concrete"
. "al;phalt binder" was "asphalt cement"
. "Intermediate course" was "binder course"
. "gyratory mix design" wes "Superpave mix design"
. 'ESAL level and mix size' was 'mix type and class'
;~)
C'
""
-'::""
,'::',:'
c;,
c..~
01014.02 MATERIALS AND EQUIPMENT.
.;) "-n
I
\...0
1 i
-rJ ,.---;
Materials used in these mixtures shall meet the following requirements:
.J
A. Asphalt Binder. ...,
The perforr:nance Graded asphalt binder, PG. ~ -XX, will be spe~itied in the contractJdocumeM} to
meet the chma.te, traffic, and pavement condlltons. Tl;le asphalt bmder shall meet the requirements. in .
AASHTO MP1.
r-
B. Aggregates.
1. Individual Aggr'llates.
~r--u~
Virgin mineral aggregate shall meet the following requirements:
VIRGIN MINERAL AGGREGATES
Mixture
Base
Intermediate and Surface
Intermediate and Surface
Aaareaate Tvne
B
B
A
Aaareaate Rea;w-ement
'Sectlon 412
Section 4126
SectloQ 4127
. l;\!~'_,= ..,.._...,..:....~..._:: _ :.;~_...;.,:'_.~ ~,jl.l.. ,l .. ..... ._'_d" ,_ '~,_':
When the frictional classification of the agg"llate Is specified, the contract documents will specify .
the amount, position In the structure, locations. and types specified. The agg"llate shall be
furnished from a source ldentlfied In Materials I.M. T.203 as having the specltied frlctIonal
classlficatfon. .
2. Blended Aggregates.
It Is the Contractor's option to design mixes outside the "restricted zone:
'NiI;)it i;:l:j':-itJ;l 0/ 'filt(ILI':' l, l'l)I21i'2'i'Iil:-d II..' 'r'i~it ('/ < !llrn\ orH<t.I': ""if;l!1 t'":, If:-.:d
The blended agg"llates shall meet the following combined agg"llate requirements.
------------.--..-.-
SS-<l1014, Page 3 of 21
Aggregate Gradation control Points
Mix Size . Control Points 1% Dasslnal
1 Inch ~04ln~ 112 InCh 1~lnc~1
~veSIze 125mml 19mm 112.6 mml 9.5mm
mln. max. min. max. min. max. rriln. max.
11/2 Inch 137.5 mml 100
1 Inch (25 mml 90 100 100
C3l4 Inch 19mml 190 90 100 10D
f72TnCh I 12.5mm) 90 90 100 100
3/8 Inch 9.5mm\ 90 90 100
No.4 /4.75 mm\ 90
No.8 (2.36 mm) 19 45 23 49 28 58 32 67
No. 200 75 LITI) 1 7 2 8 2 10 2 10
Cansensus Pro erlles
M mum Rne aggr Sand Aat&
Layer Percent Angularity Equivalent Elongated
Crushed
all (1) 40
surface
0.1-0.3 Intermediate (1) 40
base
su ace 40
0,3-1.0 Intermediate (1) 40 40 10
. base
(5
C. Recycled Asphalt Pavement. ::,;' n
RAP shall be from a source designated in the contract documents, acerllfled stockpile,OC:-
unclaSslfled reclaimed asphalt pavement furnished by the Contractor subject to the follQ\\!ing
limitations: -
-'n
I
,.0
'1
,
--v
--1
)
1. Designated RAP. .)- r-
When RAP Is taken from a project, or Is furnished by tha eontrecling Authority, tha 9I,intr8ct ..
documents wllIll)dlcet(l quBrtIty of RAP expected to be available. The Contractor Is '!i6ponsl~
for salvaging this material unless otharwlse specifled In the con1ract dociJments. The RAP not
used shall be Incorporated'lnto othar parts of the project or placed in active stockpiles as directed
In tha contract documents.
The Contracting Authority will test samples of this material. For miX-design purposes, the amount
of asphalt binder In tha RAP will be based on extraction tests. The Contractor shall designate the
exact proporlioils of RAP material In the hot mix within the allowable range.
When tha work Is completed, tha Contractor shall return unused material to the stockpile or other
designated location, rebuild tha stockpile, and restore the area, In accardancewlth Article
1104.08 6ftha Standard SpeclflC8t1ons. .
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
blifore use. RAP from not more than two known sources at a time wliI be allowed.
SS-01014, Page 4 of 21
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 Materials I.M, 505.
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.
b. Unclassi~ed 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, matal, 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 tha 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 man.ner 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 asphelt binder, to be used
in the HMA mixture. The JMF gradation shall be within the control points spectfied for the particular
mlxtUrll designated and shall establish a single percentage of aggregate passing each required sieve
size.
If the asphalt binder demand for the combination of aggregatas submitted for an acceptable mix
design exceeds the basic asphalt binder content by more than 0.75%. the mix design win 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 end haul costs for any
changes or substltutlons 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.
BASIC AS.PHALT BINDER CONTENT (%)
Mixture Size
Aggregate
Type
A
B
B
1 Inch
(25mml
4.75
5.25
5.25
314 Inch
(19mml
5.50
5.75
6.00
1/2 Inch
(12.6 mml
6.00
::~ "cS
::'~: C~I
318 Inch
(9.6 mml
6.00
U5
6;2s
::-~
Inlennedlate and Surl8ce
Intermediate and Surface
Base
--n
I
<.D
-a
t i
j
j> (^,
Cf)
/'."
..
-..-..-----.,..---.-----'--
SS.{)1014, Page 5 of 21
The Engineer may approve the substltution of any mlxtura which meets requlraments for a higher
mlxtura than speclfl8d In the contract documents at no additional cost to the Contracting Authority.
The Contractor shall prepare gyratory HMA mixture designs for all base, Intennedlate, and surface
mixtures. The gyratory design procedure shall follow the procedure In Materials 10M. 510. The
gyratory mlxtura designs submitted shall comply with the following ailena.
DESIGN COMPACTION REQUIRED DENSITY FILM
ESALs LAYER LEVELS (% of Gmm) VFAII' THICK F:B
(million) Hi.. N... Nmax N... N... target ax (11m)
(max) [air voids] (max)
<0.1 All 7 68 104 92.5 97.0 [3.0) 98.5 8-13 0.6-
1.4
Surface 92.0 96.5 [3.5) 98.0 0.6-
0.1-0.3 Intennediate 7 68 104 92.0 96.5 [3.5) 98.0 8-13
Base 92.5 97.03:0 .98.5: 1.4
Surface 90.5 96.0 4.0)
0.3-1.0 Intennediate 7 76 117 90.5 96.0 [4.0) 8-15 0.6-
1.4
VFA Is recommended ailena, but not raquired for mix design approval.
Mix Size
Minimum VMA %
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
DIsIrlcl Materials engineer. . '.- ,.'
The HMA mixture designed shall meet gyratory design and mlxtura aileria colTes~~ to ~ size
of the mixture and the 20 year design traffic level (ESALs) for the project or an app"*'&.te destsn -\1
level as specified In the contract documents. ,', ' ,:.::::
, r~
".-1
\ \
E. Other Materials.
-;;1
'.
--",
}
1. Tack CoaL ~
Tack coat may be S8-1, S8-1H, CSS-1. or CS8-1H. Mixing ofCSS and SS gred~1I not~
permitted. RC-70 and MC-70 may also be used after October 1. at the Contractol"S option.
2. Hydrated Ume.
Hydrated lime shall meet the requirements of AASHTO M 17, except that the gradation shall be
determined In aocordanoe with AASHTO T 11. Section 4193 of the Stendard Specifications shall
not apply. Hydrated lime will not be considered pari of the aggregate when determining the JMF
and the fillerlbltumen ratio. '
If more than 50% of the total (virgin and RAP) aggregates Is quartzite, granite, or other siliceous
aggregates (not fimestone or dolomite) which Is obtained by crushing from ledge rock, hydreted
lime win 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
molstura sensitivity evaluation of the proposed HMA mlxtura design according to AASHTO T 283.
When results of this evaluation Indicate more than 80% tensile strength retained (TSR), hydrated
.___._._~___ ___._.__w____..,____>__.._~.___.___.___'______.._..__.-----""._--+--'"
SS.{)1014, Page 6 of 21
lime will not be required. Confirmation of AASHTO T 283 test results will be completed by the
Centrel Materials Laboretory during placement of the test strip.
3. Sand for Tack Coats.
Sand shall meet requirements of Section 4109, Gradation No.1 of the Standard Specifications.
4. Fabric Reinforcement
Fabric reinforcement shall meet requirements of Article 4196.01, 0, of the Standard
Specifications.
F. Equipment.
The Contractor shall provide sufficient equipment of the various types required to produce, place, and
compact each layer of HMA mixture as specified.
Equipment shall meet requirements of Seeliori 2001 of the Standard SpecifiCations with the1following
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 .MF.
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 contrect 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 recallbrated If
operations Indicate It Is necessary.
Cellbration curves shall be available In the plantlaboreiOry. New calibration curves shall be
mede each time there Is a. change In size or source of any aggregata being used. On all plants,
aggregate samples shall be taken In accordance with Materials I.M. 204 to determine that
materials are being proportioned In accordance with the specifications.
2, Paver.
ArtIcle 2001.19 of the Standard SpeclflC8tion shall apply. When placing paved shoulders,
spreaders descrtbed In Article 2001.13, 0, of the Standard Specifications, may be used for all but
the top 11ft. -
3. Rollers.
For initial and Intermediate rolling, sel1-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 welg!1t (mass) or tire pressure may be adjusted when justified by cond.ltlons.
For finish roDing, self propelled, steel tired rollers or vibratory rollers In the static mode meeting
requirements of Article 2001.05, B or F, of the Standard SpeclflC8tions, shall be used.
4. Scales. ::.=:
ArtIcle 2001.07, B, of the Standard Speclfications shall epply to all paving operaliQns:-regal'!!hlss
of the method of measurement. '. . ..' .'. c.:' "'n
I
'..D
1-1
:::1;...,
-~.
j;
....I
..c-
C^'
0...0
~-,-----------_._------_.._'~
'...__..___._n___._____..________ ,-
SS'{)l~, page,;~ of 21
--n
01014.03 CONSTRUCTION
"-',
j ~
A. Surface Preparation. ' i , ~ -,
The existing surface shall be cleaned and prepared In accordance with Section 2212 QfjIiiiStaijdard ./
Speclflcatlons. . 5c:' '. -:-.
)> ,.-)
<.0
,
'-_0
1. Maintenance ofthe subgrade and Subbase.
The Contractor is responsible for the maintenance of the completad 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 excel!dthe Contractor's self imposed limit, the Contracting Authority
will pay repair costs set by the Engineer, representing an Increase in cost of replllr of damage, if
any,..caused by such traffic. .
.' i Tack Coats.
Tack coats shall be applied when the entire surface area on which the coat Is to be applied is free
of moisture. They shall not be applied when the temperature on the surface being covered is less
than 250F (-4 "C). .
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 Um2). The tack coat emulsion may be diluted with water to Improve application. A light
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 convenlance 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 shan 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 Ilftls placed. at a rate from 0.10 to 0.15 gallon per square yard (0.5 to 0.7 Um2).
The vertical surfaces of all fixtures. curbs. bridges. or cold ~~ with which the hot mixture will
come In contact shall be lightly painted or spreyed to facilitate a tight joint with the fresh mixture. .
3. Fabric Reinforcement.
When fabric reinforcement Is required, the locations wili 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 500F
(100C). Fiberglass fabric shall be applied only with an adhesive recommended by the
manufacturer. Fabrics with an adhesive becking 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 Um2) and at a
temperature between 2950F and 3150F (145"C to 160"C).
The fabric reinforcement shall be placed In accordance with the contract documents (full width or
Individual crack or joint traatment). The fabric shall be placed Immediately following the adhesive
SS.{ll 014, Page 8 of 21
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 tapped to provide a smooth surface.
Additional adhasive 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 <;Ost to
the Contracting Authority, when directed by the Engineer. Sanding, at no additi~1 cost tQ;the
Contracting Auihority, may also be required by the Engineer during this period.;:: '::~
"--,-'
.''Cl
B. Handling, Production, and Delivery.
I
'...0
1. Hot Mix Asphalt Plant Operation.
The plant operation shall comply with the following "requirements:
-0
,-i
.-,
.j
a. Handling Minerai Aggregate and RAP. ); w
The various aggregate products used shall be kept separate, and adequate provlsions'1?hall
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 \(arious 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
diying operetJons.
b. Handling Asphalt Binder.
The asphalt binder shall be brought to a temperature of 2600F to 3300F (1250C to 1650C)
before being measured for mixing with the aggregates. The temperature between these limits
may be. further regulated according to the characterlstJcs of the mixture, method of
proportioning, and viscosity of the asphalt binder. Modified asphalt binder should be heated
accofding to the suppliers recommendations.
c. Handling Hydrated LIme.
The lime Il)Ust be accurately proportioned by a method acceptable to the engineer.
-.,...-' .'
.c::: /" '
1i Hydrated LIme Added to e 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 dl1Jm 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.
88-01014, Page 9 of 21
Altematlve 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 fdlowlng methods:
a) Placed on the recycle belt which leads directly into the weigh hopper.
b) Added directly into the pugmlll.
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 batx:h plant is useq, the, hydrated lime will be
considered part ofthe 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 mixer shall be operated so that the mixture is of consistently uniform temperature and, as
discharged from the mixer, will not va ry more than 20DF (11DC). The temperature of the .
mixtures shall not exceed 330DF (165DC) unless approved b~ the Engineer.
The rate of production shall not exceed the manufacturer's rated capeclty 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 then 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 mtxture from the mixer to the linal spread on the road
shall be controll8d so thet a uniform composition Is maintained and segregation of coarser
particles Is minimized; The segregation shall be minimized to the extent thet 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 SpecIflcatioris. .
The mixture temperature shall be sufficient to allow for the specllied compaction and density to be
attained. HMA shall not be discharged Into the paver hopper when its temperature Is less than
245DF (120DC).for a nornlnallayerthlckness of 11121nches (40 mm) or less and 225DF (110DC)
for a nominal layer thickness of more than 1 112 Inches (40 mm).
. Except for an unavoidable delay or breakdown. delivery of hot HMA to any IndMdual spreal!log
unit shall be continuous and uniform and at a rate sufficient to provide as contlnu~.an.~~on
of the spreading unit as practical The paver hopper shall, at all times, be kept s~ filii to
prevent non-unlform flow of the rntxture to the screed.> .., =.:" il
I
\..0
_.~,
1'-1
~:2/".
.~
.,j
j>
C)
<.D
....._-_.,-~,-----~-----_._'-----~,._."--
SS.{)1014, Page 10 of 21
C. Placement.'
The existing surface and the surface of each layer shall1le clean and free from foreign matter when
each succeeding layer is placed. Any surface which becomes dirty shall be cleaned by the Contractor
and, If necessary, retacked to provide bond with the succeeding course. If bumps or other significant
ilTegularltJes appear or are evident In the Intermediate oourse or other lower oourse, 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 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
Inches (mm)
1 1/2 (40)
2-3 (60-80)
Over 3 (80)
Road Surface TemPeratuni
OF COC)
40(4)
35 (2)
25 (-4)
( "
--'
~.;: ,'.
'il
I
0..0
ALL SURFACE COURSE LIFTS OF HMA
;"1
-+'~l
,
" ~
Nominal Thickness
Inches (mm)
1 (30)
1 1/2 (40)
2 (50) and greater
Road Surface Temperature
OF COC)
50 (10)
45(7)
40 (4)
'.,..-r "
~~,: /" -'.
j;
W
\.0
When placlng the mixture, the forward speed of the finishing machine shall be slowed as necessary
to provide the least amount of stopping.
A wire or strtng 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 Iayer(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 notbe greater than 3 Inches
(75 mm). This restriction shSlI 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
satisfactoly density. The riding charactertstics 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 worklng day, the roadbed shall be tree of any construction equipment. The
Contractor shall not spread more mixture than can be compacted and finls~ In daylight hours of the
same working day.
While operating on ttW road surface, use of kerosene, distillate, other petroleum fractions, or other
solvents, for cleaning hand toois or for spreylng the paver hopper will not be pennltted. cOntainers of
cleaning soIullon 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 collectlng
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.
_._--_...._~~--~----------- -----"-~---
-~----------~------ -
SS'{)1014. Page 11 of 21
Whenever practicable, all mixtures shall be spread by a finisting 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 propet1y. Wort<ers 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.
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. Cla,ss I oompaction is intended for use on.
Secondary highways. Class II compaction Is intended for resulfaclng paved shoulders, tempq~ry
crossovers, runarounds, and for other situations where Class lis not specified. ;', cj",
. '::::~~ ("-~ ~;'"
For Class I compaction, the roadway density (percent of laboratory density) will be bllseif:on the -'C\
density obtained from the Quality Control Program for that day's mixture. \
u
1~'"
\1
1. Class t Compaction.
\'
-"'0
"".'1
j
.: /
a. Class IA Compaction.
Compaction shall be a minimum of 96% of laboratory density.
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,,)
The average aiilV"oid lev&1:nf
. 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. Roiling Patterns for Class IA and IB Compaction.
For Class IA compaction aI the start of Intermediate COUfSl!. pla!lllment and for Class IA and
Class IB compaclion prior to the start or surface course pla!lllment, 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
compaclion. when the thickness of the second lift vartes from the first lift by 1 1/2 Inches
(40 mm) or more, a test strip for the second 11ft shall be performed. When the contract .
documents specify both Intermediate and surfa!lll courses, a surfa!lll course test strip shall be
placed In lieu of Intermediate mix In a section of Intermediate course Prior to actual surfa!lll
c6u~ pla!lllmenl This will be paid for at the contract unit prlca for the surfa!lll mix. The test
strip shall be appfied to each mixture which has a plan quantity of aIleast 1500 tons
(1600 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 11ft thicknesses greater than 2 Inches (50 mm). After test strip
_._---~-_._--------'
SS.Ql014, Page 12 of 21
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 Ouality Index (0.1.) 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
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 Interm~~liate rolling with apIleumatIC.lired
roller, and before the temperature falls below 2250F (11 OOC). The intermediate rOllllrCShall l5Qver, 'j
the entire area not less than six times. A finish, steel tired roller shall be used to sriicioth oUtall , \.-;
marks and roughness In the surface. ' I
....~-:J
'-,
Mechanical tampers shall be used for areas inaccessible to the rollers.
r
3. Joints. :~~ / .
Longitudinal joints ,for courses on resurfacing projects shall be constructed directly ~ve the~
longitudinal joint In the extsting pevemenl 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 mlxturas aionglongitudlnal joints shall be adjusted to secure
canplete joint closure and full compression of the mixture with a smooth surface and joint after
compaction. AI. transverse joints, the cold mlxtvre of the layer shall be sawed to a streight line at
right angles to the center llne'so that a fun thickness. a true surface. and a vertiCal edge will be
provided. '
The Contractor shall provide a 10 foot (3 m) straightedge for checklng transverse joinis for
smoothness. Variations In the surface at transverse joints, as Indicated by the straightedge, shall
be corrected by hand mathods before compaction.
Suitable paper or buriap should be used unde( the taper at end-of.<fay's run transverse joints to
prevent adhesion. Sand, dirt, or wood shall not be used for this purpose. Use of wood or inetal
headers to form the edge of the joint during roiling of the fresh '!llxture win not be permitted.
When temporary transverse construction joints will be open to traffic for periods greatar than 4
weeks, the Contractor may reduce the amount of top size aggregate In the transition taper.
--- ---- -" -- - -~ ---~-----
SS-01014, Page 13 of 21
E. Mlsce,lIaneous Operations.
G
'fl
I
1. Leveling and Strengthening Courses. .' '-0
The contract documents will show the thickness of the courses to be placed, Strangt~enlng .lWd ' n
leveling courses win be placed as Indicated In the contract documents. These cours~ 'shan:lie of
the same mixture specified for the base or intennedlate course.
:-:: >< ..
When the width of any strengthening or leveling layer is 8 feet (2.4 m) or more, the~yer sh~e
spread by a finishing machine.
Leveling courses shan be compacted using Class II compaction procedures with a pneumatic
roner. .
2. Wedge Courses.
Vl'edge courses used to secure qesired super-ele,vation of curves shall be constructed of the base
or intennedlate mixture, and insofar as possible, shall be spread by a finishing machln e. 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 fun width of pavement
3. Fixtures In the Pavement Surface.
An utility accesses, catch basins, valve holes, or other fixtures encountered within the area to be
covered by, HMA shan be adjusted to confonn 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 shan confonn to the requirements of Section 2529 of the Standard
Specifications. Patches shall be of sufficient size to accommodate the structul1l being adjusted.
Patches shall be square In shape and oriented diagonally to the direction d trefIIc flow. Elevation
of the adjusted fixture and patch shall not be higher than or more than 1/4 Inch (6 mm) below that
of tha surrounding pavement surface.
4. Fillets for tntersect!ng Roads and Driveways.
When finets are designated In the contract documents for driveways to homesteeds and
commercial establishments and at Intersecting roads, the surface adjacent to the pavement being
surfaced shall be shaped, cleaned of loose materIa~ and tack coated. On this coated surface, the
hot mlxtul1l shall be placed and compacted In layers equal to the adjacent layer and, extended
from the edge of pavement as shown In the plans. Fillets at Intarsectlng roads shall be placed and
QOIl1pacted at the same time as the adjacent layer. Entrance fillets that al1l 8 f~ (2.4 m) or wider
may be placed as a sepal1lle oper'allon. Paving of fillets 8 feat (2.4 m) or more In wldth 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 finats. based on a
demonstration of satisfactory results.
01014.04 QUAUTY CONTROL PROGRAM
A. Mix Design - Job Mix Fonnula (JMF).
The JMF for each mixture shall be the responsibilitY of the Contractor.
The Contractor shall submit completed JMF using the computer format of Fonn 956 to the materials
Iabol1ltory designated by the Conll1lctlng Authority for approval. The Contractor shan submit
supporllng documentation demonsll1ltlng the desIgn process was followed and how the
recommended JMF was datermlned. Including an economic evaluation when reqUired.
Documentation shan Include trial and final proposed aggregate proporllons (Fonn 955) and
SS-01014, Page 14 of 21
corresponding gyratory data. The Contractor shall also submit sufficient loose mixture and indil.idual
material samples for approval of .the design.
The JMF shall be prepared by parsonnel 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. th.e Department.
-
Easy and safe access shall be provided to lhe 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 the paver, prior to
compaction. in accordance with Materials I.M. 322.
Each day's production shall be considered a lot When the anticipated quantity for the day is 2000
tons (2000 Mg) or more, the! day's product/on shall be dMded into four sUblots, the first sublot of
each day shall 'be the first 500 tons (500 Mg) produced. Tlie remaining antlcipated quantity for the
day shall be divided into three sublols of equal size.
When the anticipated quantity for the day Is less than 2000 tons (2000 Mg). the first dally sublot
shall be the first 500 tons (500 Mg) produced. Additional dally sublots of 750 tons (750 Mg) each
will be established for mix production exceeding the first 500 tons (500 Mg).
The maximum number of sa~ required for a day's production will not exoeed 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 fOllowlng a significant mix change.
Each production sample shall be tested as follows:
a) Two gyratory specimens shall be prepared and compacted in accordance with MSHTO
PP28-S7 and the results averaged to determine sample results.
b) Density shall be determined for each specimen In accordance with Materials I.M. 321.
. .
c) The Contractor's field quality control taboratory coinjlactlon shall be used for field density
control. The laboratory density for field control will be the bulk speclfic gravity of col1)Pilcted
mixture (Gmb ) at N.I...an. Bulk SpecifIC gravity at N.I...an will be determined byoGO/TlpaC!kio
specimens to ""- and back calculating the bulk speclflc gravity et N.I...an. :::,~ ~ cj; .
. ~:.~.'
""fl
I
~.D
; i
/ .
..
v.
cD
SS-01014, Page 15 of 21
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 IaboretofY 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 br the project, the quantity of
asphalt binder and IaboratOf}' 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 N.leslgn gyrations of the gyratory compactor within the single test tolerances
given in the table.
The mix design gredation control poirltS for the size mixturli designaied in the project pl~ns will
not apply to plant production control.
PRODUCTION TOLERANCES
Measured Target Specification
Characteristic value Tolerance
Cold feed gradation NO.4 (4.75 mm) and larger by JMF :t7.0
Cold feed gradation No. 8 (2.36 mm) by JMF :t5.0
Cold feed gradation No. 30 (800 1Jll1) by JMF :t4.0
Cold feed gradation No. 200 (75 11m) by JMF :t2.d1)
Dally asphalt binder content by' JMF :to.3
Field IaboratofY air voids (2) .{l.51 +1.0 (3)()
VMA(4) by JMF :t 1.0 (6) 0"; ,
;'
'Y'\
(11. The fillerlblnder ratio of the plant produced mixture will be
maintained between 0.6 and 1.4.
(2). As specified for the level of HMA mixture. ;',
(31. Based on the moving average of four test values >:' /
(41. Restricted to an asphalt film thickness as speclfied for the level P
af HMA mixture daslgn.
. Based on the dally lot average
The Contractor shan strive for.the target value of the percent air void and asphalt binder by
adjusUng gradation and asphalt binder contenl
I
\,..0
\ \
---0
-,
-....1
c..)
. o-D
The Contractor shan produce a mixture of uniform composition conforming to the JMF. If, during
production. the Contractor determines from quality control testing that adjustments are necessafY
to the JMF to achieve the speclfl8d properties. adjustments to the JMF target gradation and
asphalt binder contert values may be made.
Adjustments to the JMF aggregate proportions and asphalt binder contant shall be made as a
result of the Interactive process between the Contractor and the Engineer. The Contractor's
adjustment recommendations shan prevail, provided an speclflcallons and established mix design
criteria are being met for plant production.
SS~1014, Page 16 of 21
The voids In the mlnerel aggregate (VMA) and estimated film thickness shall be measured for
specification complianca 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, t~,
following values shall be plotted on Iowa DOT Materials approved control chartlt(~ indi.
below: ~,:' ~, -:-::
'-:':::.-.
laboratory density (each point being an average of two specimens).
,oil
I
\.0
laboratory air voids (plotted to nearest 0.1%)
'.--1
il
Asphalt binder content (plotted to nearest 0.1 %) '.~" .r:-
Cold feed ~rad~tio~ (No. 4, No.~ 8,No. 30, and No. 200 (4.7~ ~m, 2:36 mm, 6cTo IJm, 75i}m)
sieves)
j
Maximum specific gravity (Rice) (Materials I.M. 350).
laboratory voids for individual tests shall be calculated according to Materials lM. 510, using the
Individual density and individual maximum specific gravity detennined 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 unlllthe Contractor notifies
the Engineer of the corrective action proposed. '
C. Construct/on.
1. Density. , ,
Density samples shall be taken from the compacted mixture and tested 'not later than the next
WOIkJng day followlng placement and compaction.
A lot shall be consl4ered 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 provIc1ed only one mixture was used. When the day's operation Is 2500 square yards
(2500 m1 or less, or the day's operation Is 500 tons (590 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 aampnng location will be detennlned 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 rulHlllts or areas
adjacent to day's work joints' or structures.
SS.{)1014, Page 17 of 21
The quality index for density of each lot shall be determined by the following formula:
, CJ
(Average G...)FlELDlDT -((%Density h..aFlED x(Average G"')LA.~E
QI DENSrrY = ()
Std Dev G... FIELD lDT
--n
I
oJ:>
.'-;::1
,-I
~-\
,
. ,J
where Gmb = bulk Specific Gravity of the mixture
":_::"':' /" .r:""
When the quality index falls below 0.00, the Engineer may declare the lot or parts ~e lot ;;,
defective. ? oJ:>
If one of the density test values from a lot is an outlier, identified in accordance with the procedure
described in Materials I.M. 508, the outlier value shall not be used to determine the quality index.
The quality index shall be determined using the remaining density test values.
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 taboratory 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 coal. 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 Instanoes. 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 thallot will be determined by the following formula:
QI . = Average Thickness MEASURED - (Thickness PLAN - 0.50 )
110CKNESS Maximm Thickness MEASURED - M",innn Thickness MEASURED
When the day's oparatlon Is 2500 square yards (2500 m2) or klsS. or the mixture Is being placed
IIi Irregular areas or next to structures, the Engineer may Waive sampling for thickness provided
there Is reasonable assurance that the pavement conforms to the requlrad 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 Rsted in the Materials I.M.
and applicable SpeciflC8tlons. When the results from a lab aA! used for product acceptance, the lab
shall be qualified.
All samples shall be Identlfi ed. storad and retained by the Contractor for the Contracting Authority
untO the lot Is aocepted. The Contracting AuthorIty may aoqulre these samples for comparative,
verification, or assurance testing.
All samples shall be Identified by a system approved by the engineer.
SS-{)1014, Page 18 of 21
1. loose Matltrlal 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 Miltertals 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 dally summary sheet
approved by the Contracting Authority. The Dally 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 dally quality control summary sheet to the appropriate Iowa DOT District Matertals Engineer
or Engineer dally. A copy of the electronic file containing project information generated during the
progress of the work shall be furnished to the Engineer at project completion.
2. Finished Pavement Requirements.
The Contractor shall cut samples from any course or finished pavement for tests of density.
thickness, or composition, by sawing with a power driven masonry saw or by drilling a minimum
4 Inch (100 mm) nominal diameter core. The suifaces shall be restored by the Contractor the
saine day. The core holes shall be dried, filled.wIth the same type of material, and the material
property compacted; Pavement core samples'shall be identified and delivered t6 the Contractor's
quality control field laboratory.
The compacted HMA pavement shall be tested by Contractor's personnel who are Iowa DOr
CertIfied In QM-A bituminous quality control. ,::;
~~7:-, ~>;;
The minimum number of cores taken shall be in'accordance with the following ~~Is ~. 2~,
Appendix A-V, and Materials I.M. 204 Supplemental. . ..' .' 'co: n
. ,
1..":)
The .core locations will be determined by the Engineer. !l
-"C! '_-,
" -.' J
The cores shall be prepared and tested In accordanCe with the following Matertalst;M;320,;;:321, --
and 337. ;;'c; ."' ..
. :::::- v'
........ \'..0
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,
Appendix C; 216; and 511.
. 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 Dna sample, will be resolved by repeated testing of the same .
sample or additional testing of another sample. When repeated and/or additional sampling falls to
resolve a dispute. a third materials laboratory designated by the Contracting Authority will act as a
reference laboratory and perform additional tasting as necessary to resolve the dispute.
SS-{)1014, Page 19 of 21
The Engineer will select. at random, a split portion of one or more of the dally hot mix production
samples. Some or all 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
corralatlon.
The Engineer will select one dally set of cores at random each week. These will be tested at the
materials laboratory dasignated 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
o
The Engineer will measure the quantities of the various items of work involved in placerii~@ bit~inousn
mixtures in accordance with the following provisions: - " _:-
t ---
l..,D
. A. ~ot Mix Aspha!t Mixture:
--'J
..,.-,
; \ I
~'-I
i
-
1. MeasurementbyWelght(Mass). :~2>: .:::-
When measurement is by weight (mass), the quantity of mixture will be expressecl~ tons ;;,
- (megagrams) and detennined from the weight (mass) of individual loads measurecl'to the neerest
0.01 tons (0.1 Mg). Loads may be weighed In trucks, weigh hoppers, or from the weight (mass)
from batch plants comPu1ed 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 greatar 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 compu1ed 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 CorUactor shen be responsible for the profile and. elevation of the subgrade arid 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 IrHlne flow me.ter reading. The
asphalt binder quantity added to the storage tank shall be computed from a supplier certified transport
ticket accompanying each load. The quantity of asphalt binder ~ used In the work will be deducted.
When the quantity of asphalt binder in a batch Is measured by weight (mass) end Is separately
Identified by au10matic or semi-eutomatic prlntou1. the Engineer may compute from this prlntou1 the
quantity of asphalt binder used.
By mu1ualagreement. this method may be modified when small quantities or Intennittent operations
are Involved.
The Engineer will calculate and exclude the quantity of asphalt binder used In mixtures In excess of
. the tolerance specified In Arllcle 01014.04. B. 2. of this Supplemental Specification.
When payment for HMA Is based on area, the quantity of asphalt binder used will not be maasured
saparately for paymenl
SS-01014, Page 20 of 21
C. Recycled Asphalt Pavement.
The quantity of asphalt binder In RAP, which is incorporated Into tha mix, will ba 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. . q '-"
The Engineer will calculate to the nearest 0.1 square yards (0.1 m2) on the roadwaY;$Vrface
dimensions measured to the nearest 0.1 foot (30 mm) for the fabric reinforcement placed in I
acceptable condition. 'of.)
-,.-,
\ I
-;~\
-0
_.--:
. i
-~
G. Adjustment of Fixtures.
The Engineer will count the number of fixtures adjusted to the finished grade.
.r:-
'''''
>J:>
H. Hot Mix Asphalt Pavement Samples.
HMA Pavement Samples of any finished pavement furnished according to Article 01014.04,0, of this
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 fumishlng and
equipping the QM-A fiekllaboratory 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 coai. and sand cover aggregate
ara lnckIental 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 mlxture~ 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 detennlned for the lot:
QualItY Index (Density) 7 Samples (1)
greater than 0.72
0.40 to 0.72
0.00 to 0.39
less than 0.00
Percent of Full Payment
100
95
85
75 Maximum
(1) 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 detennlned for that lot and the following table:
SS-01014. Page 21 of 21
greater than 0.34
0.14 to 0.34
0.00 to 0.13
less than 0.00
Percent of Payment (Previously
Adjusted for Density)
100
95
85
75 Maximum
Quality Index (Thickness) 7 Samples
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 1105.04 of the
Standard Specifications.
B. Asphalt Binder.
For the number of tons of asphalt binder used in the work, measured as provided in Article
01014.25, B. of this Supplemental Specification, the Contractor will be paid the contraet\lnit 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.
Whim 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).
C. Recycled Asphalt Pavement. " ""
RAP which Is owned by \he Contracting Authority will be made available to the Contractor for the
recycled mixture at no cost to the Contractor other than loading, hauling, and processing as required
for incorporation Into the mix.
D. Fabric Reinforcement.
For the number of square yards (square meters) of fabric reinforcement installed, the Contractor will
be paid \he 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 Jjfnder used as the adhesive.
E. Adjustment of fixtures. .." ".
For the number of fixtures adjusted to the finished grade line, \he Contractor will be paid the contract
unit price for each. If \he contract contains no price for adjustment of fixtures. this work will be paid for
as provided In ArIicle 1109.03, 13, of the Standard Specifications.
F. Hot Mix Asphalt Pavement Samples.
For cutting HMA pavement samples to determine density or thickness according to the specifications.
when either of thasa Is \he responsibility of \he Contractor, and elsewhere when required by the
contract documents, \he Contractor will be paid the lump sum contract price. This lump sum payment
s~1I be full compensation for furnishing all such samples for all courses or Items of~, ant~r
delIVery of samples as specified in Article 01014.04. 0, of this Supplemental Speclfifiijtjorl. ,~,
. .~.,~
,
ill
--T~I
:::
TI
._,
)
<."
<n
~ . ~Ifr Ul
~i~ T- -dJ$~
<8>i~ t~ I
~ NC I
. ,~;
i.! ~
Ji
~
1
! 1
C i
i.E
Sr~'
-..s
1"1
i & l~lb II
i l illm!lI 31 ~ ~ -t<8>11
8l~~ I _l<8>l~
'. "4
eo!!
if)
~
II! I:
Ii ~,
h~
!U
I&ll
It
~
]\
tr.:
~
~
l
f] I~Jlt. Ill! 11
I;J t,~ ~ '..Il,u i'~
IJi I!:i~~ ~~iJ ~i
.II f · .fl1 h~lll
fIt l:l.t~il inl n
ill J ,t~l ~f!1 IR
l!fi t~ 'I }!lll!
~j6 ~ U fl~ !fi~ ]i
!~in
I · g~~
g ~t.l~
I; . ~~~
i g I ~~~
e~!
.
f i Iti~ i~! 1~1 ~!i f j-l .
f 1 .11. . I~ i ~R J!
:Ii Nl II .I -. -l Ell
it; ~llt I H 1)1 H I 't 1;fi
lj t !ljf f 1i i1~ ~f 1 1~ l!i
if t ,hl ! u.tUI.i"! lit
i {. 11!1 nUh't t"l ~ i-c I]
. t~i ~ fll! ~!!i!I~ ht Ii n ni .
.'~ 1rI.o"': lid
. ~
11
lill
e!
Ell
P:- !
!ft _1
!ii ~. . ~! ;;; 1 .
...J_~h!l
_"'H _~
I - ~l~ i
~~Ji
'. ~ (~,',
! ',j \\-.1\
,\
",'
~ In
!U~u
"p
1 t: II I
l-
I< tlll&!
",.'
'Jf\j\', ';"-
',' '"
[I".,;'
,.- _ j\;'.)'
GS~,,\\,1 b "
'.... I" \\:J
......,..~
II- II
!i I R lIIIl
...J,I
-1\ i~_
"9
".<' -q Fi\~\: . I
r" ' '.... lEI i~ ~
, "'.'" T
(', .-.
\ ,: . -, 1('\\ I. f\ c
'..C'.\li' . "<B>)."n t
\' ) ~ Ir
' ~!l j_ ~
II II ;
j~i~
J"V' '
.'
~ l51' I
J ~
i
J
_::~,
,. .
<
~
t;. ~
.iil L
h!'!:j!l1 .
ell ~ l; j~
I.~ 0 j k
c. =' 0
if ......
~f
~i
[ill
I~t
~
:1 <j'~;-
.J
~I~
~8J~
~~
~i1
iu
)
~
:1
<:~
-
j
J
T
H-f
!l
... &r
"
.
l51
i~ .I
:1 ~ ft
il . t~ j
.Ii . J
Il!
~. I +<B>'i
: h~l! ~ ~ c
$ glj!J! 8l~~ I ~L<e>I~
Ji ~ i Ii In
f d.....
Q ~ ~"'~
'l; ~ . l!i::!!i!
I ~ i;:
. ft~1L
I ~ f !o!!!!~
Ji - 1.&."'Ct-
e ~ I ~~~
1 ;t ~ f1 i~g! i~ il
t Ji 1 I;J jfil 1'1 i~
"lj 5ii I fj~ It ~ "i I!
j~ Jlj 11 .lllsHt J.t! II If
t~ .la, tI rI~ 4~!t i1 ~
.I; lli JI j : '~f J,t ~
i~ )11 !f ffj i~l~~ :;1 iri
h 1ft 't,! if.s:l r 4:1l! -!
II ~f' {~1~ tl!l~ ~t) 11:
~! ~ E ~~ IJ ~l!~l ~~.I ~
~ ~ ~ ~ ~ ~ =
{ I ii~ 1 .~ 11 H j
'U 1 11 "~a 11 ~, ~
i j 1tl t!~ II :1 1
t ~ alJI j Jj".I .1.1 J
. 11 f itJlf f it II Ie 1
~J i .I II j lj f
I' t tJ. fl ~jnJ'f ~f ~
. f 5 n t i; H' It It.
1 ~i ! filt Jl~.! f~ !l
~i !'
hI" a all.
~i 5. I Iil ~ ~
II .. 1-
lo!l i
'II J l< IlU
~: I:.! 1 ..
~dl !l mi'Ull
-.-.w ~ ...,
11o!; ~H~
..
IdUU
00-
w-
w~ ,;: ttl ~ lR S
0.-
Vl-'
r"-i 1-
"-,'
Ul..
L!J 5; ~
I 0 ~ t. ~k\, -') Vi, 4,39
l.
o ~1. '
bl ,..,
2", ~J'"
.
.
R
J
,,."\.'i,:"
~~;
-~-1
~ ]
I~
.;n
.
.;;
"
;;
i
o
!l fH
" 'll
: hI
11 m
,1 ;tt
I" t 1
d~ W
i"i fl1'
.1. II
tH ili
!u ~lJ
,; -
ICI:'.W
.g ~ i~ 0-
~ . ~..
1;} ~ ~ ~ ~~I
I Q ~~ g ~ ~
gJ' ~o-~
CIl: I . y~a
11! ~~ ~~i5
6 Q f 0-'"
S~!
l'~' =tUIH
,:hi !lH,11
Iii ~., f !
Iii,! iiUdi
I I lItH 1:11'~11!f
8 .'~ I ~'I
I 11il1 liiiillJ
I Hill .I1IU,'
~ Ii If
, I J i I l' j 1'1
~ f I ~ I .h t ti
I :.. 1 1;'i lli l'It
I 11 ~ , Hi 1 ~1
I if Ii J I i !il n 11i
III Ii 1, ~ 1111 h ~jll
i 11 it I i ~ 41. I! 1M
~ ~f I 1 ~I ~~J'
II ~1 L I \t h lh (1 ll~t~
I ~ ~1 ~1 . ~ ~1 ~f' :1 :' n
-
l
H
11 l ~
~! I I.
~ i ]1
~i 'icall
~! .J.J. I
~.o A.~~m
u_.._~___.___~...,_____.___~_..,___~_______"__________~- ---- - -~--- --- ~-~-- ---- --
I
I
I
l
..
%
~
"
.
!
J
~ Il
~
1-1
o .Il
~
~. -l
K till .
..
..
I
ctoo
. '
b
~~
c
:j
h
!~
'="
c
~i~
"
J ~q:
I . II:.
!i ~ J~:. ~ d ~ '
i fj Ii ~ ~ i
I DIll !,!I:;s
i ~ i . iiil
S~I
ElJI ;', I
.. 5.r-~
I · ,; 0
~6 0
!!j 0
~~
~;'
~nJ5;
i'~l! r~~
,
" 0 f'" I,' ~'9
: - j t: '1"~}
~ ..~u~~
'"
"UI!U
01-
~~ IG I'l ~:R m
0.-
",--'
i[ tll
., I 1
1 ~ff
If I If!
,1 ;i~
Ii t I
f1iW
I"i tH
.1. fj'
fU f i
!u h
n~i i,fHfH
nlfl ! .jfl~fl
Jif,! j:, !Ii
Iff1 ~IJ~II.
~ 11 1~ 1.1h.H
~ li~IJ fdH}l
i ,IUt IUUifi
I Hill .Hm~f
~ d ,;
.
f
~
" . I
. 6 q
@ J
J
~
I!
0-1
~
~
?-i
l( _
l(l( I
I
<<
-1
2~' ='
o
, 1 I I' If J llf
: f f d Ii ill!
I iJ J J ., 't II{
~ iI' 1 ~ izlll d
d I' II J If I U I'f'
f It j . I '1(1 t! 1 1
! J 1- f If.i Ilnll;
! 'J fI I ~ I '}' 'I l~JJ
P I H f '.I.! .!d
S j rf 1. 1 ~ If fff! 11 Jfl)
I ~ ~J ~I . ~ " ~ 1:] :1~
-
l.
Lam
~i~
<<
~I~
-
j
. 1J J
J. t f:
ll; ~
I ; l j~ 11 j :
~l(0 4~1il~
~l
jk
!:
,,<<
<<N
~i~
I jo!l~n
i
I-un
Ch-
Ul-
l:e~ lQ 151 ~ IR
",J
"
,
I ~-rr;ili~
o ." ~ ·
o ...i
!!~
...
.
2
J
o
!
I
~
;;
j
~..
"
.
~.
~i;
~!~
,. ::::/; ,.. II !i Ii a !
,_ Q /''' Q t .. i-
"" 1./: I) 0 I ~ I , ~ d ~
'6 _ I ~ ""II!~
, .... ! lea>
,. f. .'!'\ U~ 0 Jl~ ~~~
../1" !i lOll . UGi
~~ eJ ',i:..
6 :i.i. ~ 1.1. ~
~If ..
~lid
( .
1.'- ...' I
,i )\/:'
~!;
~ --""1
~ ]
~
~
~
,!
I
I
I
l
i
.
tU' 11 H'
dU tl ~ft
JHf ut hi
hIlt 'i' '1'
Jii' Iii t1,
ILli 10"11.1
1'.,1' 11 HJ
j!lt I,i rPI
'lId Iii It I
hlH n-lilt
~u1t.J J 1
~ ~
I~
~
~
\--1
I~~m
<r 9
.. j
'r
frfr C
I ~I
j~
~lni jt'H~~i
1.1i~ I !lh'lif
IH~ ,lllr.l
. '1111 IIJt'tl&f
I I.J'\. :,1 ,lit
8 fl~ I 1t'l 114
~ iWj~ t i,' ,
i lUll' H11,{1
I Uh,! JUUBi
~ ,; "
"
- ,;
f f f j f ~H '1111
1 oJ I 1 on ~ l'
i j1, 1 1 itJ t1 iitl
I it Ii l t ~ l1i ,1 t!p
III Iii I J 'l! H Pli
J III I ' ~ !Jj I! 1 !Jl
lif { Iii 'h I, nt)
.. , '1 1J ~ ~ I Ii ,,' ..1
JIll ,\ !J II hill; H !lit
_... PI .. .,; ..,.:; ..:
...
~
HI
JJ i C
,. J ,.
.- ~
jl 1 1 ~
!i!" :J E ' 1
l!l ~ !; ~ ~ F
~~.u==jl
. ~ &, ~ ~ 1
~.o A~~!'1i!
~ iD !;~H
w
i
I dU~
D>-
~i l(ll'l ~ lR
fl1:i
.f
,
i:~j 1 ;'.-~
~E.,' . .
~--.- Q .
T ',;-, -',', ("~" ,
.' .., '", .- ." "'1 II' 1 0
~j . ..., " ., I
~~
~
~
0-1
r ~
, .;-~
1 : 1m
!
;;
i
4
~
~ ~ 4
11.
ji
-
i
J
o
.
!
J
\.
~"
v;;
~i;
<8>i~
! i
.,'..'<8>\,..... .,."
P'..)'i"," '. _
..... ,0
~~~ ,.
",
~
'\
~ ]
.
..
.
"
J
.-.',"_/I,!,r.
, ii"
l[t in
I ht
11 W
,I ;f~
Ii t J
f1~ W
t"i f{1'
,I. h
tit fll
!H Atl
;:: s::!
I eA. i:
11 ~!!~ ~
Q · ~u
l~i ~ ~dO
'15 _J ~ .l~1!l
.., ;!. ZE ~ '>
Iii ~ ~ 1~ ~ ...Ii
e<!o)" u>-!I
l!.llllll i1 !.! ~ i
8"~~I"i~"
I ~ f >-..~
S...I
H~l If,HUt{
l'tll i ~l! l
l'f i., << 4
l~~h HIf 4{'
'11,. Iul,II
Id'l .1JI1l'
~ dlf~ itH~~ r
~ iii!~ t1,i!}11
~ !!Ht IHh111
i HiU .HUhf
~ " :i
1 1 l' 1 jl 1 n~ 1 t
ft . t .~ j lt~ h
1 ~ I j J l i i 'Jt f}
i .Il f J I : i. 11\11 I .
~f 1} ! 1 ~ }It 11 tll IH
i II Ii j 11 HI It uIt ijt
i h Ii' J ~ ih l~ ~h; I-a
1" r ill ,1' 11 .HI '1
I 'ii i . J,11 'It' I-
fl. 1 t 1 ' , '. 1 111
~ i r] 1, i ~ 11 JItl ti It!) ill
I ~ ~} : 1 ~ ~ } = I :] : 1. J : II
-
~
H 1
~ I 'fi,
~.! i ~
~~ J ~
d' ~
,i'11!
c ~ 't - E ~
z~ ~!~rl
~]lh].].ij
~.o "'~~~
_.,.__.,._..~-~--------~-_._---_._-------~------_._-----..-----------.--.
I
j l
J l
.
i
.
t
URBAN STANDARD SPECIFlCA nONS for PUBLIC IMPROVEMENT MANUAl..
r
SAME WIDTH
~ RAMP
URBG
RETURN
4-811U1N.
SEE DE T AIL 'B'
PERPENDICUlAR RAMP
(FOR CLASS "B" .. "C" SIDEWALK)
FLARE NOT
REOUIRED
SEE DETAIL 'B'
COMBINATION RAMP
(FOR CLASS "B" .. "C" SIDEWALK)
(FOR USE WITH RESTRICTED RIGHT-OF-WAY)
(PART OF RAMP SLOPE PARALLEL TO
SIDEWALK AND PART PERPENDICULAR TO
SIDEWALK)
lZ" BOTH SIDES
48"MIN.
ACCESS AT CURBED MEDIANS
E!!!!!lI DETECT ABLE
U:=Ww~
l'.':'~ GRASS
_ RAMP SLOPE 112'1I1AX)
rm FLNlE SLOPE llO:1l1AXI
NOTES:
F CROSSWALKS NlE IINlKEO, THE ~,EXa.USIYE OF FLNlE
IlUST BE WHOLLY LOCATED WIT'" THE CROSSWALK IIARKINGS.
(j)IIAXNU1ol R_ SLOPE IS 12:118.331.). lDOES NOT N'PL Y AT
lID-BLOCK CROSSltGS FOR PARALLEL RAIFS OR THE
PARALLEL PORTION OF COMIllNATION RAIFS)
<2> IIAXIIIUIl LNONG SLOPE IN lilY DIlECTION IS 21..
lDOES NOT APPLY TO IID.BLOCK CROSSIlGSI
~ FLNlE REQUIRED F R_ IS CONTIGUOUS WITH SIlEWALK.
@ PROVIDE 21. CROSS SLOPE ACROSS IIEIlIIIl FOR ORAlNAGE.
FOR WIDE IIEIlINlS 112' OR GREATER), CURB RAlIPS IIAY BE
USED AT BOTH SIDES WITH A 48" X 48" IIN. LANlING IN
BETWEEN.
@ A 24" WOE 1!IN.) STRF OF DETECTABLE WARNINGS SHALL f
INST ALLED AT THE BOTTOII OF R_. DETECT ABLE WARNItG
SURF ACES SHALL CONTRAST VISUALLY WITH oIOJACENT
WALKING SURF ACE, EITHER LIGHT ON DARK OR DARK ON
LIGHT.IREFER TO FIGURE 7030.14)
@ FOR CROSSllGS CONTROLLED BY SIGNALS NlD TIllED FOR
FULL CROSSltG, DETECTABLE WARIINGS NlE NOT REQUIlED
AT IIEIlINlS
(2) IIAXIIIUII ALLOWABLE GRADE BREAK BETWEEN CURB R_
AND GUTTER SHALL BE 131..
4 10/2V03
REV. DATE
DATE: 01-01-98
BY
TYPES OF PEDESTRIAN RAMPS
OUTSIDE OF INTERSECTION RADIUS
rlGtR:: 7030.9
HET 1 OF 1
------~-----_._--_._-_.._--------------_._--~-'---~----
c::>
...:,,""
"4,
-
(t
';')
I
("~) ',,".
. .
. F,LARE ~U1RED
~~-'-'
PERPENrnCULAR RAMP
(FOR CLASS 'A'SIDEWALK)
48" MIN.
PARALLEL RAMP
(FOR CLASS "A" SIDEWALK)
(FOR USE WITH RESTRICTED RIGHT-OF-WAY)
(ALL RAMP SlOPE WITHIN SIDEWALK)
BACK OF CURB
VARIABl
6" CURB
SEE~ SlOPE ill
DET All --
'A' \r2 JOINT lNEW PAVEMENTl
BT -3 JOINT (EXISTING PAVEMENTl
TYPICAL SECTION
(PERPENDICULAR .. COMBINATION RAMPS)
__NORMAL
I
BACK OF CURB lINE
GUTTER liNE 7-lIZ"
NORMAl SLOPE
IlIZ"
:!VEl liNE
ROADWAY PAVEMENT
'A'
KT-Z OR BT-3 JOINT
6" CURB
SIDEWAlK
GUTTER liNE
ROADWAY PAVEMENT DEl AIL 'B'
(CURB RETURN)
URBAN ST ANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL
1/2" EXPANSION JOINT
o
c
-<
Vl
B
...
PROPERTY
LINE
RADIUS POINT
;--CLASS "A"
I SIDEWALK
'"
;;i
;I:
Vl
Vl
o
'"
u
6" MIN.
8" MAX.
RAMPS -SHALL BE
PERPENDICUL
TO RADIUS
-
o
CROSSWALK
,
~.o
~ -",
.--'"
24" (MIN'> DETECT ABLE WARNINGS
(REFER TO FIGURE 7030.14)
SET DETECTABLE WARNING BACK
6"-8" FROM BACK OF CURB
lotAXllotUt.C ALLOWABLE
GRADE BREAK BETWEEN
CURB RAMP AND GUTTER
SLOPE SHALL BE 13X.
SLOPE 12:\ ",{>.lI,.
SL
2;1. .:;::-
,;.:-"
-4. .
':; ,
~ ':4'
....
.:%..
"O.'~
.....
.~
o:,'lo
.....4'
. ..
7.5'
-4. .
.:; .
1"',4'
;:.f
",.,\',f
.....
PAVEMENT .:%
,.-:'''
..
1/2" EXPANSION
JOINT MATERIAL
PROVIDE MIN. 2" CLEARANCE
AROUND REINFORCING
SECTION A-A
'KT -2' JOINT (NEW PAv'n
'BT-3' JOINT (EXIST. PAv'n
100 NOT SAW Ie SEAL)
01/29/03
REV. DATE
DATE: 01-01-98
THIS DETAIL SHALL BE FOLLOWED WHENEVER SUFFICIENT RIGHT-OF-WAY IS
AV AIL ABLE. IF SITE CONDITIONS DO NOT PERMIT USE OF THIS DETAIL,
FIGURE 7030.11 MAY BE USED. CONTRACTOR SHALL FIELD VERIFY LAYOUT
PRIOR TO CONSTRUCTION.
PREFERRED PEDESTRIAN RAMP
WITHIN INTERSECTION RADIUS
FOR CLASS "A" SIDEWALK
FIGURE: 7030.10
StEET 1 OF 1
BY
r\
.-
--j
,1
~~
URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL
4" (MIN.l PCC SIDEWAlK
~
O~
1')-
)-
(~
~
-
--
~
2
'"
....
-'~ -.
\ i
,
I..!.J
"
'--1
_J
. :4..
: ~ ~"...~
. ..
12'1 SLOPE MAX.
24" (MIN. WIDTH) DETECTABLE WARNING.
SET BACK 6-8" FROM BACK OF CURB.
(REFER TO FIGURE 7030.14)
NEW PAVING
::-::
).>
Cl
I.
?~'. I
18" ...1.. 12"..
.'!to. ."h ."to.
. ,." j:,:.
..... ...... ......
..........
.:./>, ...
'KT-2' JOINT (NEW PAVEMENT>
'BT -3 JOINT (EXISTING PAVEMENT>
<DO NOT SAW 8< SEAl)
~ 0
1811
12:1 SLOPE MAX.
24" (MIN) DETECT ABLE WARNINC
REFER TO FIGURE 7030.14.
-, CD
SECTION A-A
(RAMP PROFILE FOR NEW PAVING)
CD THE MAXIMUM AlLOWABLE GRADE BREAK
BETWEEN CURB RAMP AND GUTTER SLOPE
SHAlL BE 13)(.
- . :%",
iD ~ ';'",4'
::E ...
.,.....,
.:./>.
12"
t:lQIE:
USE OF THIS RAMP IS ACCEPT ABLE ONLY IF
RIGHT-OF-WAY RESTRICTIONS PROHIBIT USE
OF RAMP SHOWN ON FIGURE 7030.10
REV. DATE
DATE: 01-01-98
BY
OPTIONAL. PEDESTRIAN RAMP
WITHIN INTERSECTION RADIUS FOR
CLASS "A" SIDEW AL.K
FIGURE: 7030.11
Slf:ET 1 OF 1
URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAl
-(~~~
.."><<'"~
\ \
\
.....,0
~"':~'
;-\
..-\
I
y);:
'KT-2'JOINT (NEW PAVT.1
'BT-S JOINT ( EXIST. PAVT.1
<DO NOT SAW AND SEAL)
12"
4' MIN.
_2X
,,: .;1\0..... LAND1NG ~~--;.,
.~ .:0/1>. . .
S" MIN. P"IVI_Lf.L:~f.S)
ILf.IolGTI'I
PROVIDE MIN. 2" CLEARANCE AROUND REINFORCING
SECTION A-A
SIDEWALK AND CURB DROP
FOR NEW PAVING
4" MIN.
STANDARD
GRADE
~~ 'SIDEW ALK
,.0"'.
MAXIMUM ALLOWABLE
GRADE BREAK BETWEEN
CURB RAMP AND GUTTER
SLOPE SHALL BE 13X.
f~~ PAV'T
18"
NOTES:
(]) COMBINATION RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHEIVED WITH RAMP BETWEEN
STREET AND LANDING DUE TO LIMITED RAMP LENGTH, A COMBINATION RAMP MUST BE PROVIDED TO
MAKE UP THE ELEVATION DIFFERENCE. THE LENGTH OF PARALLEL RAMP MAY VARY: HOWEVER, IT
SHALL NOT BE REOUIRED TO EXCEED 15', REGARDLESS OF THE RESULTING SLOPE
l2> UNLESS CURB RAMP IS ALIGNED PERPENDICULAR TO THE STREET RADIUS, AN AREA OF SPECIAL
SHAPING MUST BE PROVIDED AT THE BOTTOM OF THE RAMP. THIS AREA SHALL ALLOW THE GRADE
BREAK AT THE BOTTOM OF THE RAMP TO BE PERPENDICULAR TO THE RAMP AND SHALL PROVIDE A
SMOOTH TRANSITION TO THE GUTTERLINE FOR WHEELCHAIR ACCESS. NO CURB LIP ALLOWED IN
THIS AREA. MAXIMUM CROSS SLOPE SHALL BE 2X.
G> PROVIDE 1/2" EXPANSION JOINT ON EITHER SIDE OF LANDING
@ PROVIDE 24" WIDTH (MIN) DETECTABLE WARNING ACROSS FULL WIDTH OF RAMP. DETECTABLE
WARNINGS SHALL BE SET BACK S-8" FROM THE BOTTOM OF RAMP. REFER TO FIGURE 7030.14.
5> MINIMUM WIDTH OF ISLAND SHALL BE 5' AT STREET. IF LESS THAN 5', REFER TO OPTIONAL RAMP
FIGURE 7030.13
4 10/19/04
REV. OATE
DATE: 01-01-98
BY
PREFERRED RAMP WITHIN
INTERSECTION RADIUS FOR
CLASS "B" OR "C" SIDEWAlK
FIGURE: 7030.12
SHEET 1 OF 1
URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL
FACE OF CURB~ I'
1'-0" MIN. TRANSITION I
'SECTlON (AT EXISTING I
CURB ~ GUTTER ~
~~~~T~NJUI~~MOVE ~ I
TRANSITION SECTION) 2 I
al I
I
'"
<i.
3:
1Il
1Il
o
'"
u
4"'IN 4' MIN...
I'M' '1'" I
12:~, 21. MIN 21. MAX VARI
'~'" .0
.. ':'~~I '0\~~
1.'2"r 1 18"
'KT - 2' JOINT
COO NOT SAW ~ SEAL)
MIN. RAMP CONDITION
(FOR SlOE WALKS/ TRAILS SLOPING
AWAY FROM ROAOWAY)
~:.i;
y,
24" (MIN.) DETECTABLE WARNINGS
(REFER TO FIGURE 7030.14)
SET DETECT ABLE
WARNING BACK 6"-8"
FROM BACK OF CURB
MAXIMUM ALLOWABLE
GRAOE BREAK BETWEEN
CURB RAMP AND GUTTER
SLOPE SHALL BE 13)(. 7.5"
_'2" IA"Y-.
R*'P
STD. PARKING
SLOPE 'I
4' (CLASS Bl
45, (CLASS e>" I~
A W
'f 'f
..4)( TYPICAL
'f 'If
1Il
1/2" EXPANSION
JOINT MATERIAL
'If 'If
4'-0"MIN.
:i
::E
'W
~o..
::::Eo
-'
N(f)
NlIl
~~
1/2" EXPANSION
JOINT MATERIAL
'If 'f
ROLLED EDGE
<TYP.>
>f 'f
BACK OF CURB
I'
STD. CURB
CROSSWALK
1/2" EXPANSION JOINT
MATERIAL
STANDARD
GRAOE
~~"SIDEWALK~~'~.
'.'}>.
'i!>oRIES
4" MIN.
'2" 1A/l.1.~.
_2)( ~ R*,P':'~
-I""..... .~...
LANDING . :.~. .'~
,,: .;f'I:....1I
.'~ '. 1',
~~ PAV'T
".. l~.
'0\y.
'KT-2' JOINT (NEW PAVT.>
'BT-3' JOINT (EXIST. PAVT.)
COO NOT SAW AND SEAL)
. .
,'0"'.
1 "
18"
6" MIN. .. LEI.. R*'P
p!>oR.....
PROVIDE MIN. 2" CLEARANCE AROUND REINFORCING
SECTION A-A
SIDEWALK AND CURB DROP
FOR NEW PAVING
NOTE:
THE LENGTH OF THE PARALLEL RAMP SHALL NOT BE REQUIRED
TO EXCEED 15'. REGARDLESS OF THE RESULTING SLOPE.
3 10/19/04
REV. DATE
DATE: 01-01-98
OPTIONAL RAMP WITHIN
INTERSECTION RADIUS
FOR CLASS "B" OR "C" SIDEWALK
BY
FIGURE: 7030.13
HET 1 OF 1
URBAN STANDARD SPECIFlCA liONS for PUBLIC IMPROVEMENT MANUAL
1.6".2.4"
1---1
".,.r;::;:;
l' , .
50-651. OF ...L...<;> ~ ~
BASE DIAM.
, - ~ 1--0.9" TO
DETECT ABLE WARNING ALIGNMENT
(TOP VIEW)
50-651. OF
BASE OIAM.
('1.0 'I~{ 0.2"
D.9" TO 1.4"
1.4"
DETECTABLE WARNINGS
(PROFILE)
PRE-MANUFACTURED PANEL
(THICKNESS V ARIES)
.-\6"-8:'
. '. . ~.
>;i6ADWAY PAVEMENT
PRE-MANUFACTURED DETECTABLE WARNING PANEL INSTALLATION
PRE-MANUFACTURED DETECTABLE WARNING PANELS SHAlL BE FIRMLY SUPPORTED AT AlL CORNERS
ON RE-ROD OR CHAIR SUPPORTS AND PLACED INTO PLASTIC CONCRETE SIDEWAlK RAMP.
.. . .... !:! ~ "
112" (MAX.) CAULKED JOINT
MODULAR PAVERS
(THICKNESS VARIES)
.....; 6"-8."
~ ~.. ~ .
." ....
24" hlIN.
3/4" SAND OR ASPHAlT
SETTING BED
. .
.... ....
. ...... Of
.. . ~. . . .
".- ".'
'.;:ROADWAY PAVEMENT
\" E~n\ SUBGRADE
MODULAR DETECTABLE WARNING PAVED (BRICK PAVER) INSTALLATION
INSTAlL MODULAR PAVERS AS SPECII'IED IN SECTION 7030.3.14
DETECT ABLE WARNING SHAlL BE ST lIMPED
IN FRESH INTEGRAlLY COLORED CONCRETE
OR CONCRETE COLORED WITH A "DRY SHAKE" --..\
ST AlN. (RAMP AREA OUTSIDE or \-::: 24" lAIN
~b~E~~~~l~fo~G SHAlL -I 6"-~' ..... CONCRETE ;.
~~.....~..~~ ~.' ..0
;..;,"".; E~TH SUBGRADE
.... . \8"
6"
~~
.~..J
CF'
~ ,--.
i \
.
,0
--,
l-~1
.~
::.;;ROADWAY PAVEMENT
"n)
"".::-,.:
)>
(:::>
12"
STAMPED DETECTABLE WARNING INSTALLATION
NOTES'
A 24" WIDE STRIP or DETECTABLE WARNINGS SHAlL BE INSTAlLED AT THE BOTTOM OF RAMP. 6"-8"
BEHIND THE BACK OF CURB. THE DETECT ABLE WARNINGS SHAlL EXTEND ACROSS THE FULL WIDTH
or THE RAMP. DETECTABLE WARNING SURFACES SHAlL CONTRAST VISUAlLY WITH ADJACENT
WAlKING SURF ACES EITHER LIGHT ON DARK OR DARK ON LIGHT.
1
REV. DAlE BY
DATE: OV29/03
DETECTABLE WARN~GS
(TRUNCATED DOMES>
flGlR:: 7030.14
StEEl 1 Of 1
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
2005 ASPHALT RESURFACING 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
2005 Asphalt Resurfacing Project .in said city at
7:00 p.m. on the 22'" day of March, 2005, 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
2005 ASPHALT RESURFACING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 12th day of April, 2005, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. 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. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 19"' day of April, 2005, or at such
later time and place as may be scheduled.
The Project will involve the following:
5,954 tons of asphalt, 22,295 sq. yards of
pavement milling, 1,282 feet of PCC curb and
gutter replacement, 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 fiie 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,
lOW A, 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
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 6, 2005
Late Start Date: July 11, 2005
Working Days: 30
Division # 2: Parking Lots
Completion Date: July 26, 2005
Division # 3: Chip Seal
Early Start Date: July 5, 2005
Completion Date: August 26, 2005
Division # 4: Peninsula Access
Completion Date: July 1, 2005
The plans, specifications and proposed contract
documents may be examined at the office ofthe
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 $1 0 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 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
AF-2
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF-3
----,,_.._--_._----_.._-~-_.__.,,~----_._-"_._---'_..~,.
-l-""
LLJ
Prepared by: Ross Spitz, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149
RESOLUTION NO. 05-118
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2005
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.
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 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. 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, until 10:30 a.m. on the 12'h day of April, 2005, or
at a later date and/or time as determined by the Director of Pubiic Works or designee, with
notice of said later date and/or time to be published as required by law. Thereafter the bids
will be opened by the City Engineer or his designee, and thereupon referred to the Council
of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at
the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19'h day of April,
2005, or at a later date and/or time as determined by the Director of Public Works or
designee, with notice of said later date and/or time to be published as required by law, or if
said meeting is cancelled, at the next meeting of the City Council thereafter as posted by
the City Clerk.
Passed and approved this 22nd
"":;g-
~~
AYOR
Approved by
~
,2005
~d!
ATTEST: ~A':'~ ~
CIT LERK
~~
:zk-r,j ~~
pweng\res\200Sasphall-app&s.doc
Resolution No. 05-118
Page 2
It was moved by 0' Donne 11 and seconded by
adopted, and upon roll call there were:
AYES:
NAYS:
x
X
X
X
X
X
x
Sa il ev
the Resolution be
ABSENT:
Bailey
Champion
Elliott
Lehman
O'Donnell
Vanderhoef
Wilburn
Printer's Fee $ 1\0 I do
CERTIFICATE OF PUBUCATlON
STATE OF IOWA.
JOHNSON COUNTY. SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID #42-0330670
I,
Unda Krotz, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in
said paper I time(s), on the
following date(s):
N\allJ., /5 ~ ()Q '5
/ Y~--1 If A=<- Legal Clerk
Subscribed and swm to before me
this ~ 5't~ day of (j n..r "'-~
u:r
-' 0 J., 0 4)Viliu'.
Notary Public
fjj ORLENE MAHER
Connlso.... _bor 71_
. . My CommIssion ExpIreo
ow. Ap~1 2, 2001
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING ON
PLANS, SPECIFICATIONS, FORM OF
CONTRACT AND ESTIMATED COST
FOR THE
2005 ASPHALT RESURFACING 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 con-duct a public hearing on plans.
specifications, form of contract and esti-
mated cost for the con-struction of the
2005 Asphan Resurfacing Project in said
city at 7:00 p.m. on the 2200 day of
March, 2005, said meeting to be het<;l in
the Emma J. Harval 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 con-
tract 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 interest-ed 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, speci-
fica-tions, contract or the cost of making
said improvement.
This notice is given by order of the City
Coun-cil of the City of Iowa City, Iowa and
as provided by law.
MARIAN K. KARR, CITY CLERK
57183 March 15. 2005
PrDJ ~
Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149
RESOLUTION NO. 05-161
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE 2005 ASPHALT RESURFACING PROJECT.
WHEREAS, L.L. Pelling Co., Inc. of North Liberty, Iowa has submitted the lowest responsible bid
of $586,430.58 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 Co., 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.
Passed and approved this 19th
day of Apri 1
,20 05
~tt/. ;/'d_
MAYOR
~
ATTEST:
CITY ERK
.,f'. K a..vJ
Approved b~
1/14 ~
City Attorney's Office
It was moved by Vanderhoef and seconded by
adopted, and upon roll call there were:
AYES: NAYS:
X
X
X
X
X
X
O'Donnell
the Resolution be
ABSENT:
Bailey
Champion
Elliott
Lehman
O'Donnell
Vanderhoef
X Wilburn
pwenglres/asphalt-awrdcon.doc
Printer's Fee $ '5'1. y <4
CERTIFICATE OF PUBUCATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID #42-0330670
I,
Orlene Maher, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in
said paper I time(s), on the
following date(s):
jY'\ rl.v-J 'J...8; pt)IJPf
(~~~.~~ .-/
Legal Clerk
Subscribed and sworn to before me
this ~dayof~
A.D. 20 0"- .
'-/~~ Notary Public
UHOA KROTZ
~ IsS\OllNumber732619
f , eom.; eomm\SSlOO EJcpires
. JanU8IY ~, 2008
OFFICIAL PUBUCATlON
ADVERTISEMENT FOR BIDS
2005 ASPHALTRESUAFACING
PROJECT
Sealed proposals will be recei'l9d by the
City Clerk of the City of Iowa City, Iowa.
until 10:30 A.M, on the 12th day of April,
2005, or at a later date and/or time as
determined by the Director of Public
Works or designee, with notice of said
later date and/or time to be published as
required by law. Sealed proposals will be
opened immediately thereafter by the
City Engineer or designee. Bids submit.
ted by fax machine shall not be deemed
a .sealed bid" for purposes of this
Project. Proposals will be acted upon by
the City Council at a meeting to be held in
the Emma J. Harvat Hall at 7:00 P.M. on
the 19th day of April, 2005, or at such
later time and place as may be sched-
uled.
The Project will involve the following:
5,954 tons of asphalt, 22,295 sq. yards
of pavement milling, 1,282 feet of pce
curb and gutter replacement, chip sealing
and related work.
All work is to be done in strict compli-
ance with the plans and specifICations
prepared by the City of Iowa 'City
Engineering Division, which have hereto-
fore been approved by the City Council,
and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a
form furnished by the City and must be
accompanied in a sealed envelope, sep-
arate from the one containing the propos-
al, by a bid bond exec~ed by a corpora-
tion authorized to confract as a surety in
the State of Iowa, in the sum of 10% of
the bid. The bid security shall be made
pay-able 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 falls to enter
into a contract wtthln ten (10) calendar
days of the City Council's award of the
contract and post bond satisfactory to the
City ensuring the faithful performance of
the contract and maintenance of said
Project, if required, pursuant to the provi-
sions of this notice and the other contract
documents. Bid bonds of the lowest two
Of' more bidders may be retained for a
period of not to exceed fifteen (15) calen-
dar days followlng award of the contract,
or until rejection ls made. Other bid bonds
will be returned after the canvass and
tabulation of bids is completed and
reported to the City Council.
The successful bidder will be required to
furnish a bond in an amount equal to one
hundred percent (100%) of the contract
price, said bond to be issued by a respon-
sible surety ap--proved 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 con-
tract, and shall also guarantee the main-
tenance of thS'improveml"nf for a ~riod
of two (2) year(s) from and'after its,bom-
pletion and formal acceptance by the City
CoUncil.
The following limitations shall apply to
this Project:
Uquidated Damages (all Divisions) :
$400/day .
Division # 1: Iowa City Streets - Asphalt
Overlay
Early Start Date: June 6, 2005
Late Start Date: July 11, 2005
Working D@YS: 30
"Division # 2;,pjitking Lots
Completion Date:':Juty 26, 2005
Division # 3: Chip Seal
Early Start Date: July 5, 2005
Completion Date: August 26, 2005
Division # 4: Peninsula Access
Completion Date: July 1, 2005
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 pro-
posal blanks may be secured at the
Office of the City Engineer of Iowa City,
Iowa, by bona fide bidders.
A $10 non-refundable fee is required for
each set of plans and specifications pro-
vided to bidders or other interested per-
sons. The fee shall be in the form of a
check, made payable to the TREASUR-
ER OF THE CITY OF IrmA CITY, IOWA.
Prospective bidders are advised that the
City of Iowa City desires to employ minor-
ity contractors and subcontractors on City
projects. A listing of minority contractors
can be obtained from the Iowa
Department of Economic Development at
(515) 242-4721 and the Iowa Department
of Transportation Contracts Office at
(515) 239-1422_
Bidders shall list on the Form of
Proposal the names of persons, firms,
companies or other parties with whom
the bidder intends to subcontract. This list
shall include the type of work and approx-
imate subcontract amount(s).
The Contractor awarded the contract
shall submit a list on the Form of
Agreement of the proposed subcontrac-
tors, together with quantities, unit prices
and extended dollar amounts.
By virtue of statutory authority, pref.
erence must be given to products and
provisions grown and coal produced with-
in the State of Iowa, and to Iowa domes-
tic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to
this Project.
The City reserves the right to reject any
or all proposals, and also reserves the
right to waive technicalities and irregu-
larities.
Pub{ished upon order of the City Council
of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
61780
March 28, 2005
Bond No: lAC 43031
PERFORMANCE AND PAYMENT BOND
L.L. Pelling CaqJany, Inc., P.O. Box 230. North T.ihprf:y. T,.,,;,,~?117..11?1I1 , as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and Merchants Bonding Companv (Mutual)
, '., (insert the legal title of the Surety)
2100 Fleur Drive. Des' Moines. To"'~ ~Ol?l , as Surety, hereinafter called
"
the Surety, are held 'and finnly bound unto the City of Iowa City.. Iowa, as obligee, ,hereinafter
called the Owner, in the amowrt of****u ************************************ Dollars
($ 586.430.58 -------------:..-----1 for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, s,uccessors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of
~@1~~
I fflate)
, entered into a
written Agreement with Owner for 2005 Asphalt Resurfacing Project; and
WHEREAS, the Agreement requires execution of this Perfonnance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared Ross Spitz,
P,E., CMI 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 P~oject.
NOW, THEREFORE, THE CONDIllONS OF THIS OBLIGATION are such that, if
Contractor ,shall promptly and faithfully perfonn' said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain In full force and effect until satisfactory complgtion
. ::;::; . ~:-)
of the Project. ' ~~:: .__ ::;;
. . .-~.".... n:':~
A. The Surety hereby waives notice of. any alteration or extension of time'!"ilde ijy;; the 'Tl
. . I <<.--
OWn~r. 0'
B. , Whenever Contractor shall be, and is declared byOymer to be, in default undelf.the : i
Agreement, the o~er havingperfonned Owner's ~bligations thereunder, ~re~llay)
promptly remedy the default, or shall promptly: J> ;~
'L Complete the Project in acCordance With the tenns and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in .
accordance with the tenns and conditions of the Agreement; and upon detennina-
tlon by Owner and Surety of the'lowest responsible, bidder, arrange for a contract
, between such bidder and Qwner, and make available, as work progresses (even
t~ough 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
*****Five Hundre~ Eighty Six Thousand, Four Hundred Thirty Dollars and 58/100.
funds to pay the cost of completion, less the balance ot'the Contract Price, but not
exceeding the amount set forth In the first paragraph hereof. The tenn "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by OWner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by OWner to
Contractor.
The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of !W.o (2) years from the date of formal .
acceptance of the improvements by the Owner.
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, finns !lr
corporations having contracts directly with the Principal, Including any of Princlpal'll subcontrac-
tors, all claims due. the~ for labor perfonned or materials fLmished in the performance of the
Agreement for whose benefit this boni:! is given. The provisions of Chapter 573, Co@of low!r.iare
. . ',' ~n
a part of this bond to the same extent as if It were expressly set out herein. .:'; .~..:
, . . - -'
C.
D.
-'n
I
0',
SIGNED AND SEALED THIS
20~.
22nd
DAY OF
April
-...... .
'I -~l
,
'"u""
.
)::
en
U\
IN THE PRESENCE OF: .
L.L. Pelling Company, Inc.
(Principal)
Witness
C\ .
'-~~~
itness
Merchants Bonding Company (Mtltll~l)
'. fi0;1;/o~
' (Title)
Michael P. Foster, Attorney-in-Fact
.2100 Fleur Drive
(Street)
Des Moines.. Iowa 50321
. (City, State,Zip)
(515) 243-8171
(Phone) .
. PB-2
Merchants Bonding Company
(Mutual)
POWER OF ATTORNEY
for Company Employees Bond #:
lAC 43031
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, Stale 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 Attorney-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 Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attorney 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 2005.
....-....
... \"G CO...
. ~~.........~..o..
..~..~y,PO-9.1..~..
. ~_' (..) ,A'.".,L.
._J:~ ~..
:~:_ -0- 0:-.
. "'. 1933 :'~:
.L.. .c:::-.
. -<':'""10' . '::'1.
'~1:' ....<::-.
.. v.:lij,..... "'\,,\"'..
... f:! ..
.......
MERCHANTS BONDING COMPANY (MUTUAL)
STATE OF IOWA
COUNTY OF POLK 55.
By c4r
President
/7L-
On this 1st day of January 2005 . 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
. ,l- Commission Number 173504
.. My Commission Expires
01Ift. March 16, 2006
&'1~
Notary Public, P9Ik,County, low; ..
" '. OJ.
~
~!
STATE OF IOWA
COUNTY OF POLK 55.
"
~..- .'
I'
,
I, INilliam Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the ab~::a~d foreg~
is a true and correct copy of the POWER~OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (Mt:tTUAL), whBliS
still in full force and effect and has not been amended or revoked. 0)
In INitness Wlereof, I have hereunto set my hand and affixed the seal of the Company on
this 22nd day of April 2005 .........
;. ~~G CO.....
.. i-fI\).........;T""..
.q,~..~y,POV.~..
. ~_' (.) """'.J..
._J:~ tf\..
:~:- -0- 0:-.
. "'. 1933 ,:~:
..J'.. .c::-.
~.~. . '::'1.
. ~. .~<::-.
.. ".lit......."'-'\ ..
... -(:{ ...
......
~~...v~~~.
Secretary
POA 0005 EMP (9/04)
I! 1
-....= -.....
J...----...
~~~~'"l.
~;;.~..1111.,
....... ..
CITY OF IOWA CITY
ENGINEER'S REPORT
410 'East Washington Street
Iowa City, Iowa 52240-1926
(319) 356-5000
(319) 356-5009 FAX
www.icgov.org
January 4, 2006
City Clerk
City of Iowa City, Iowa
Re: 2005 Asphalt Resurfacing Project
Dear City Clerk:
I hereby certify that the construction of the 2005 Asphalt Resurfacing Project has
been completed by L.L. Pelling Company, Inc. of North Liberty, Iowa in
substantial accordance with the plans and specifications prepared by the City of
Iowa City.
The final contract price is $590,391.26.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
7Z-..L/ ,c
Ronald R. Knoche, P.E.
City Engineer
~o
)>J
0-<'
;::!p
- n,
r) :JJ
~7'
~
,...,
=
=
C7'
<-
"..
:z:
I
~
-n
r-
h1
o
-0
::::
~
~
Bond No: lAC 43031 .
PERFORMANCE AND PAYMENT BOND
L.L. Pelling Ccmpany, Inc., P.O. Box 230. North T.ihprry. T~. 'i?117-11?1ll . as
. (Inserl the name and address or legal title of the Contrador)
Principal, hereinafter caned the Contractor and Merchants Bonding Companv (Mutual)
. '" (insert the legal title of the Surety)
2100 Fleur Drive. Des' Moinp". TOWA 'i01?1 ,as Surety, hereinafter called
the Surety, are held 'and firmly bound unto the C~y of Iowa C~..lowa, as obligee, . hereinafter
called the Owner, in the amount of****************************************** Dollars
($ 586.430.58 -------------:...------l for the payment for which Contractor and ~rety
hereby bind themselves, their heirs, executors, administrators, s.uccessors and as~oi~ and
severally. . .::r> ::J ~ 11
... .0 - , ...-
. -(- .&:" I
. _:2 ~ t"-n
WHER. EAS, Contractor has, as of , entered Into am'" f 1
0:0 ::J::,-./
~^ ~
written Agreement w~h Owner for 200 Asphalt Resurfacing Project; and )>
.&:"
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contrador, in accordance with plans and specifications prepared Ross Spitz,
P,E., Civil Engineer for the City of Iowa C~, Iowa, which Agreement is by reference.madea 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 ~ shall remain In full force and effed 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 defaull 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-
. tlon by Oy4ner and Surety of the' lowest responsible. bidder, arrange for a contract
. between such bidder and Qwner, 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
*****Five Hundred Eighty Six Thousand. Four Hundred Thirty Dollars and 58/100.
funds to pay the cost of completion, less the balance of the Contract Price, but n'ot
exceeding the amount set forth In the first paragraph hereof, The tenn "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C, The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of !wp (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 tI'1e Principal and Surety, in
, accordance with provisions of Chapter' 573; Code of 'Iowa, shall pay to all persons, firms !>r
corporations having contra,cts directly with the Principal, Induding any of Principal's subcontrac-
ton>, all claims due, the~ for labor performed or materials fumished 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 ~re expressly set out herein. 0 ~
~Q ~
>" -) ~
C~~ J
-!() ~
,-<r-
m
O:IJ
;;:;:^
, )> .
L.L. Pelling Company, Inc. ~
, , ^ ~rinCiPal) .
D~
, ',,(T~~
SIGNED AND
20-2.2.,.
SEALED THIS
22nd
DAY OF
April
'Tl
~
.
IN THE PRESENCE OF: .
-u
:Jl:
r:-:>
m
u
Witness
S-rc> ~ "6~
itness
Merchants Bonding Companv (Ml1tllRl)
, , ' , (Surety)
~~~~
, (Title)
Michael P. Foster, Attorney-in-Fact
2100 Fleur Drive
(Street)
Des Moines. Iowa 50321
. (City, State,Zip)
(515) 243-8171
(Phone) ,
, PB-Z
Merchants Bonding Company
(Mutual)
POWER OF ATTORNEY
for Company Employees Bond #:
lAC 43031
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.jn-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 jf such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of
said Attorney.in.Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attorney 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 2005.
....-...
..~l\G CO...
..~~.........~.;O..
"q,~.,~ \\p 0 -9.j',"'~..
:eo,:~ ""'.".,L.
.....:::: -0- ~:_:
.Z' -'
. ""'. 1933 : ==:
.~. . c:.
._~". ..'~:
-. ~;Ji;" "... ...\:\~..
.. 1x .
.......
MERCHANTS BONDING COMPANY (MUTUAL)
STATE OF IOWA
COUNTY OF POLK 55.
By ~ 7~
President
On this 1st day of January . 2005 . 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.
&'1M
Notary Public, ~~ty, I~
o I
=~G ~
,-<r-
[11 ."
1, William Wamer, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the abm1@)rJ;fbreg6iif6
is a true and correct copy of the POWER.OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (M~-.a:cf whilll\,))
still in full force and effect and has not been amended or revoked. ):> ~
In VVitness 'Mlereof, I have hereunto set my hand and affixed the seal of the Company on .s::-
this 22nd day of April 2005 '..~~iicii.. f/:/,.//. /?/_ d
..~~.........~,;.. ~ ~~~,
..~..~\\PO-9""',"'~.. Secretary
:eo,' Co> "T",...".,L.
:;e -0- (f'. .
:~:- 0:-.
~""'" 1933 .;~:
. 't:.. : '::Y:
. ~. .~~.
... '.:IiV......."\'\...
.. -(:( .
. ... ...
~ CINDY SMYTH
. '! Commission Number 173504
ow My Commission Expires
March 16, 2006
"Tl
!
m
o
ST ATE OF IOWA
COUNTY OF POLK 55.
POA 0005 EMP (9/04)
r~ ~.)
,-.- i
.'
Prepared by:Sarah Okerlund, Civil Engineer, 410 E. Washington 51., Iowa City, IA 52240 (319) 356-5149
RESOLUTION NO. 06-,
RESOLUTION ACCEPTING THE WORK FOR THE 2005 ASPHALT
RESURFACING PROJECT.
WHEREAS, the Engineering Division has recommended that the work for construction of the
2005 Asphalt Resurfacing Project, as included in a contract between the City of Iowa City and
L. L. Pelling Co., Inc. of North Liberty, Iowa, dated April 19, 2005, 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 $590,391.26.
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
10th
day of
G2 L~~
MAYOR -
Approved by
~~ (/~c,
c1ty Attorn y's Office
ATTEST: ~.-#~ ,.f. ~
CI ERK
It was moved by Chamoion and seaonded by
adopted, and upon roll call there were:
Bailey
the Resolution be
AYES:
NAYS:
ABSENT:
x
X
X
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
y
x
x
x
pweng\res\2005 asphaltresurf accept.doc
9/99