Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ASPHALT RESURFACING 2018 US HWY 1 BURLINGTON & GOVERNOR
ASPHALT RESURFACING 2018 US Hwy 1 Burlington & Governor St 02 -Apr -2018 Plans, Specs, proposal and contract 02 -Apr -2018 Res 18-94, setting a public hearing 06 -April -2018 Proof of publication 17 -Apr -2018 Res 18-114, approving plans, specs, form of agreement and estimate of cost. 18 -Apr -2018 Notice to Bidders 15 -May -2018 Res 18-135, awarding contract (LL Felling Company) 31 -May -2018 Form of Agreement LL Felling 25 -Oct -2021 Performance, payment and maintenance bond 19 -Oct -2021 Engineer's report 19 -Oct -2021 Res 21-269, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET / GOVERNOR STREET) N O IOWA CITY, IOWA Z5 n a I hereby certify that this engineering document was prepared by me or under2dirNt pe at supervision and that I am a duly licensed Professional Engineer under the 1; m- of Ve S of Iowa. ?� Q _y CO SIGNED: DATE: m r "'D " cj� - Y- ?o y i> Dave A. Panos, P.E. City Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2018. SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS............................................................................................ AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORM OF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT........................................................................................ AGA PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 WAGETHEFT POLICY.......................................................................................... WT -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 BIDDER STATUS FORM........................................................................................ BF -1 TARGETED SMALL BUSINESS............................................................................. TSB -1 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ............. ........................................... 01 OD -1 Section 01025 Measurement and Payment..............................................0 0195-1 Section 01310 Progress and Schedules .................................................... Section 01570 Traffic Control and Construction Facilities ......................... cP-<01 F -1 DIVISION 2 - SITE WORK =gym a m Section 02050 Demolitions, Removals and Abandonments .......................062 0-1 Q Section 02100 Site Preparation ..................................... ........................... .D 02 0-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02 -1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02510 Asphalt Cement Concrete Paving ....................................... 02510-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02524 Curb Ramps........................................................................ 02524-1 Section 02700 Sewers................................................................................. 02700-1 Section 09010 Seeding............................................................................... 09010-1 APPENDIX Iowa Department of Transportation Design Manual Chapter 12A-2: Sidewalks and Bicycle Facilities Accessible Sidewalk Requirements, Dated 7-17-14 NOTICE TO BIDDERS ASPHALT RESURFACING 2018 — HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9T" day of May 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15"' day of May, 2018, or at special meeting called for that purpose. The Project will involve sanitary sewer and storm sewer replacement, intake top replacement, pavement milling and resurfacing, and ADA curb ramp replacement along Burlington Street, Governor Street, Johnson Street, and Court Street in Iowa City. This work will include the following estimated quantities: 9,567 tons of asphalt cement concrete, 29,475 sq. yards of pavement milling, 3,391 feet of pcc curb and gutter replacement, 1,868 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement. The Project will also include street sealcoat work along Taft Avenue, Ridge Park, Napoleon Street, Maier Street in Iowa City. This work will include the following estimated quantities: 13,904 GAL. of chip sealing binder, 700 tons of chip seal cover aggregate, traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful biwer fails to enter into a contract within ten (10) calendar days of the City Counciys awarx of the contract and post bond satisfactory to the City ensuring the faithful perraiMna%of thM contract and maintenance of said Project, if required, pursuant to the p8, ' or> of thj= notice and the other contract documents. The City shall retain the bid sa fish6d by the successful bidder until the approved contract form has been execu b9gd h� been filed by the bidder guaranteeing the performance of the contract, ae b5ntralo and bond have been approved by the City. The City shall promptly return ch%ks or bidder's bonds of unsuccessful bidders to the bidders as soon as the succ9sful "Wer is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project Phase 1: Start: June 11, 2017 Sanitary and Storm Sewer Repairs on Burlington Street and Governor Street Milling and Overlay, Street Patching, Curb, and Curb Ramps along Governor, Burlington, Johnson, Court Street Working Days = 120 days Liquidated Damages: $500 per day Phase 2: Chipseal Surfacing Early start: July 1, 2017 Working Days = 30 Days Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A 125.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the types work and approximate subcontract amount(s). o OD 'n The Contractor awarded the contract shall submit a list on the Form of A�ner�j of t proposed subcontractors, together with quantities, unit prices and QgdeW doll amounts. �m By virtue of statutory authority, preference must be given to products and prsS ion rown and coal produced within the State of Iowa, and to Iowa domestic labor -,"-To thextent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE L, CITY CLERK AF -2 2. 3. NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal WI:N N 0 O rA a rn 0 � ffJ Y� W CT FORM OF PROPOSAL ASPHALT RESURFACING 2018 PROJECT US HWY 1 (BURLINGTON STREET / GOVERNOR STREET) CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 N O O m C-)� N r r � m s M vCrV w FP -1 SCHEDULE OF PRICES ASPHALT RESURFACING 2018 -US HWYl (BURLINGTON STREET AND GOVERNOR STREET) REM NO. ITEM CODE ITEM DESCRIPTION UNIT TOTAL UNIT PRICE EKTENDEOTOTAL CY 602.62 1 102-0425071 SPECIAL BACKFILL, PATCH REPAIR, 6" CY 100.00 2 21024710070 EXCAVATION, CL 10, RDWY+BORROW GAL 50.00 3 2210-0476000 PRIMER BITUMEN MACADAM STONE BASE MILE 1.83 4 2212-0475085 CLEAN -PREPARATION OF BASE TON 1326.38 8 2212-5075001 HMA SURF PATCH LF 3381.10 6 2213-8745500 RMVLOFCURB BY 29475.00 7 22145145150 PAVT, SCARIFICATION SY 1270.00 8 22145200000 PAVT, SCARIFICATION, FULL DEPTH BY 2233.33 9 23015256500 DRIVEWAY SURFACE PREPARATION TON 552.45 ' 10 2303-1041500 HMA HT BASE, 12" TON 2617.48 11 2303-1042500 HMA HT INTERMEDIATE, 112" TON 3199.14 12 2303-1043504 HMA HT SURF, 112", FRIG L-4 TON 349.00 13 2303.1258284 ASPH BINDER, PG 58-28H EA 5.00 14 1 23038911000 HMA PAVT SAMPLE TON 246.80 15 2310.8300000 ASPHALT SURFACE COLD PATCH TON 695.24 16 2310-8300560 COVER AGG SAND, SEAL COAT BOND BREAKER GAL 13904.00 17 2310-8300570 BINDER BITUMEN, SEAL COAT BOND BREAKER EA 5.00 18 2435-0130148 MANHOLE, SANITARY SEWER, SW -301, 48 IN. EA 8.00 19 2435-0250700 INTAKE, SW -507 EA 3.00 202435-0250704 INTAKE, SW -507, TOP AND THROAT ONLY EA 5.00 C:) p ..Q 21 2435-0250705 INTAKE, SW -507, THROAT ONLY y EA 2'00 3 22 2435-0600010 MANHOLE ADJUSTMENT, MINOR EA 33.00 ...4 23 2435-0800020 MANHOLE ADJUSTMENT, MAJOR LF 16.00 i 24 25030114212 STORM SWR G -MAIN, TRENCHED, RCP, 2000 CLASS III 12 IN. LF 16.00 " 25 2503-020OD36 RMV STORM SWR PIPE LE 36" LF 245.00 ON 26 2504-0116008 SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, 8 IN LF 74.00 27 2504-0116010 SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, 10 IN 28 2504-0204104 SANITARY SEWER SERVICE STUB, POLYVINYL CHLORIDE PIPE LF 95.00 29 2541-0320300 SAN SWR CLEANOUT, SW -203 EA 4.00 BY 200.00 30 2510-8745850 RMVL OF PAVT, PCC DRIVEWAY OR ALLEY BY 1576.47 31 25148745900 RMVL OF SIDEWALK EA 9.00 32 2511-8750800 RMVL OF INTAKE -UTILITY ACCESS BY 988.47 33 2511-7526004 SIDEWALK, PCC, 4" BY 907.77 34 2511-7526008 SIDEWALK, PCC, 6" SF 1390.00 35 2511-7528101 DETECTABLE WARNING, CAST IRON, BRICK RED LF 3381.10 36 2512-1725208 CURB -GUTTER, FCC, 2.0' FP -2 SCHEDULE OF PRICES ASPHALT RESURFACING 2018 -US HWY1 (BURLINGTON STREET AND GOVERNOR STREET) ITEM NO. ITEM CODE ITEM DESCRIPTION UNR TOTAL UNIT PRICE EXTENDEDTOTAL LF 170.00 37 2512-1859000 CURB, SPECIAL-SIDEWALK CURB BY 200.00 38 2515-2475068 DRIVEWAY, PCC, 8", RESIDENTIAL DRIVEWAY BY 200.00 39 2575-2475007 DRIVEWAY, PCC, 7", COMMERCIAL DRIVEWAY/ALLEY LF 99.00 40 25249276010 PERFORATED 1.75 IN. x 1.75 IN. SQUARE STEEL TUBE POST EA 11'00 41 2524-9276021 PERFORATED SQUARE STEEL TUBE POST ANCHOR 42 2524-9325001 TYPE A SIGNS, SHEET ALUMINUM SF 38.34 LS 1.00 43 25208285000 CONSTRUCTION SURVEY 44 2527-9263709 PAINTED PAV'T MARK, WATERBORNE/SOLVENT STA 575.38 45 2527-9263137 PAINTED SYMBOL-LEGEND, WATERBORNE/SOLVNT EA 42.00 46 2527-9263180 PAVEMENT MARKINGS REMOVED STA 168.34 47 2527-9263180 SYMBOLS AND LEGENDS REMOVED EA 11.00 LS 1.00 48 2528-8445110 TRAFFIC CONTROL 49 2528-6445113 FLAGGER DAY 400.00 50 2528-9290050 PORTABLE DYNAMIC MESSAGE SIGN PDMS EA 28.00 51 2529-2242304 CD JOINT ASSEMBLY EA 23.00 52 2529-2242320 CT JOINT EA 5.00 53 2529-5070110 PATCH, PCC, FULL-DEPTH FINISH, BY AREA BY 1829.80 EA 51.00 54 2529-5070120 PATCH, PCC, FULL-DEPTH FINISH, BY COUNT BY 1785.90 65 25295070125 PATCH, HMA, FULL DEPTH, 8' 68 252941174070 SUBBASE PATCHES BY 100.00 N 4� LS 1.00 W O 67 2533-0980005 MOBILIZATION ¢ EA 34.00 58 2554-0212020 WATER VALVE BOX EXTENSION, MINOR EA 4.00 N r 59 25540212021 WATER VALVE BOX EXTENSION, MAJOR AC 1.00 :< A 80 2601-2634105 MULCHING, BONDED FIBER MATRIX EA 50.00 O 81 2601-2636044 SEED-FERTILIZE URBAN � D AC 1.00 CAi 62 2601-2642120 STABILIZE CROP- SEED-FERTILIZE URBAN SQ 2.00 63 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR LF 280.00 64 2602-0000309 PERIMETER+SLOPE SEDIMENT CNTL DEVICE, 9• LF 280.00 65 2602-0000350 RMVL OF PERIMETER+SLOPE SEDIMNT CNTL DEVLF 280.00 56 SUPPLEMENTAL SANITARY SEWER ABANDONMENT LF TOTAL BID PRICE 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: Name: Type of Work: Appx $ Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents' and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name Phone: Contact: FP -4 GO N O Title: — "- )> %v Address: �"� n, r -<r a Phone: Contact: FP -4 GO 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 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. N The Surety, for value received, hereby stipulates and agrees that the obligaffi3ns of said Surety and its bond shall in no way be impaired or affected by any extensiocvof th(ame Min which the Owner may accept such Bid or may execute such contract documerr ZgnG%id S z&y does hereby waive notice of any such time extension. < in N rn The Principal and the Surety hereto execute this bid bond this � day A.D., 20_ a o rn Witness Witness f3M (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20_, for the Project ('Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "Standard Specifications for Highway and Bridge Const u tion,"geries N of CD 2015, Iowa Department of Transportation, as amended; N C. Plans; Grp— rn a d. Technical Specifications and Supplementary Conditions; a D w e. Performance and Payment Bond; ON f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. AG -1 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: DATED this day of 20_ City ATTEST: Mayor City Clerk Reb? Contractor By �A o —n (Title) ATTEST: (Title) a' (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are sVJh that, if Contractor shall promptly and faithfully perform said Agreement, then the oblilotion *his b" shall be null and void; otherwise it shall remain in full force and effect until satisry Impliz nT N of the Project. a M A. The Surety hereby waives notice of any alteration or extension of tio ad* by 10 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 1431 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of Two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: o (Principal)�� i° �' N r Witness (Title) o*o = *: Witness W --.M (Surety) (Title) (Street) . (City, State, Zip) (Phone) Contract Compliance Program I I I vS2 C,)-< CITY OF IOWA CITY r rn SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. 2080WORN 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�6om nce-sated on pages CC -2 and CC -3) or other required material must be received an8ap�pro4�d bye City. N (- 5. Contracting departments are responsible for answering questions about4rn raS�pr, c %ltant and vendor compliance during the course of the contract with the City. Opp _ *:X qg 6. All contractors, vendors, and consultants must refrain from the use of any4igns applesignations 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. mgr\assftontractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. N co Where is this statement posted? o m D-4 �n N cr �a rn 4. What is the name, telephone number and address of your businesac�p--2yuaQ?Empment Opportunity Officer? v (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. mg Aasst\contractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mgrtassftontractcompliance.doc CC -3 a 0 eo D=1 � rn z Q g�r Co a w mgrtassftontractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity empoer". (b) Use recruitment sources that are likely to yield diverse applicag pooh Word-of-mouth recruitment will only perpetuate the current composition of your wo ¢te.2$end7uitment sources a letter annually which reaffirms your commitment to equal erlgl4m67 op rnity and requests their assistance in helping you reach diverse applicant pools. =ate N (c) Analyze and review your company's recruitment procedures tq<Wpnt�6 an fnliminate discriminatory barriers. _ (d) Select and train persons involved in the employment process to use (025 £%tand'dTBs and to support equal employment opportunity goals. to (e) Review periodically job descriptions to make sure they accurately reflect major or job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgAasstcontractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N 0 "� n �O n� :< m N p p1 O� 3 00 i W J CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary a4tabilities and shall be treated as such under any health or temporary disability iwranc®r sick leave plan available in connection with employment or any written or uca cl terms -n employment policies and practices involving terms and conditions of a m;Rt as. applied to other temporary disabilities. zi N f� <'- p. fit E. It shall be unlawful for any person to solicit or require as a condition of em eabof aip employee or prospective employee a test for the presence of the antibodylo the Qnan immunodeficiency virus. An agreement between an employer, employment agency*' labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: C014a.1 Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be coLy3ed as employees. (Ord. 08-4312, 8-11-2008) � w c -)'v —n �M N �M m rTt a co CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address Telephone Number: o n a NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO of egr IeWI couasel to formulate a policy which specifically meets the needs of your compal-< I (— M = ao 0 3' w J CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25916 of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City s purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, voch governs the payment of wages, within the five (5) year period prior to the award or at any tiri" afters a award, such violation shall constitute a default under the contract. �� c7 -G t IV. Waivers. If a person or entity is ineligible to contract with the City as a result Qtilt4 WW ThArpolicy it may submit a request in writing indicating that one or more of the following actionF4FW blah takq om z a. There has been a bona fide change in ownership or control of the ineligible pePor egfity; W J b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. Edi STATE OF COUNTY WAGE THEFT AFFIDAVIT ) SS: upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by WT -2 Notary Public in and for the State of N O ZEC 'T>::1 co 3; Signature c7-< ,<n =< rn = 7z m v _on ,20,,. . J Notary Public in and for the State of GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N 0 E5 C= z � 0 w J GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which ge not so amended or supplemented remain in full force and effect. o pO S-1 DEFINITIONS. �n ADD to or CHANGE the following definitions within 1101.03 of the Ilk ST&NDAM SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa7tity, IdTa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," 'DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC -1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 !a Automobile Liability Combined6ln le 9lhit Bodily Injury & Property Damage $1,0EMO 0 Excess Liability $1,000,000 $1,09Ili780 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. --<m a M �- *Property Damage liability insurance must provide explosion, collapse u"ergrdQ coverage when determined by City to be applicable. t> w J The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. i,Y4W In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 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 cancelec Contractor shall be required to obtain obligation hereunder. or is allowed to lapse during said period, replacement insurance coverageg fulfill its ae c. If, during said period, Contractor voluntarily changes insurar required to obtain replacement coverage from another carrier either (1) purchase "tail" coverage from its first carrier effective two years after City Council acceptance of the work, or (2) pur insurance coverage from its new carrier, covering prior acts du this Contract from and after its inception. imprs o trBMr s all migimun M Ile %rlodof w d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. SC -3 C. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. O Add the following paragraph to 1105.05 of the IDOT STANDARD CONTRACTOR shall maintain a qualified and responsible person availdm day, seven days per week to respond to emergencies which may or@ CONTRACTOR shall provide to ENGINEER the phone number and/or paging individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: N 0 m �D i ftursreer Ur horM vie ofap ao W Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. SC -4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the [DOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). N For all contracts of $25,000 or more, the Contractor shall abide by the requicemenFgof the City's Contract Compliance Program, which is included with these Specifications beceigg p$page-1. S-9 WAGE THEFT POLICY. C-) For all contracts of $25,000 or more, the Contractor shall abide by the requlnfgof th@ity's Wage Theft Policy, which is included with these Specifications beginning on p4fT-6, C1> S-10 MEASUREMENT AND PAYMENT. _J Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. SC -5 S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-13 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway aroiects not funded with Federal monies. SC -6 o_ O n m N r n rn y r• w SC -6 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: /—/—to / / Address: City, State, Zip: Dates: / / to _/_/_ Address: o You may attach additional sheet(s) if needed. City, State, Zip: c= "Q e To be completed by non-resident bidders 3;� "'� I r— Part C M 1. Name of home state or foreign country reported to the Iowa Secretary of State:C� Z O o70 � 2. Does your company's home state or foreign country offer preferences to bidders who are res nts? .j❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Signature: uate: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This fomi has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete PartA of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and &Wtatement of cancellation has not been filed. C-) A �i ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnersh ch Vis file+& - certificate of limited partnership in this state, and has not filed a statem f telkinati n. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partners .'osmertif. of limited partnership is filed in a state other than Iowa, the limited partner99r liadted lity limited partnership has received notification from the Iowa secretary of State thatbe application for certificate of authority has been approved and no notice of cancellation has budn filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." o In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bld l." m A new rule 875-156.9(73A) containing a severability clause was added. *c> v i1 The principal reason for adoption of this amendment is to implement legislative intim ;:Ro YViance-- procedures are included in these rules because variance provisions are set forth in 87 e After analysis and review of this rule making, no impact on jobs has been found. fit— M These rules are intended to implement Iowa Code section 73A.21. = v These rules shall become effective on February 12, 2014. C,5Z ca The following amendment is adopted. w Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. [sW "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth onV& form, there are no other preferences offered by the nonresident bidder's home state or form coutCy. The, statement shall include such additional information as requested by the commissionOEshe statement must be signed by an authorized representative of the bidder. A fully completed s er ent 11 all deemed to be incorporated by reference into all project bid specifications and contras eMs w� c}un any bidder on a public improvement. Failure to provide the statement with the bid malt i*Ahe birn being deemed nonresponsive. This may result in the bid being rejected by the public bos= = (� 156.2(2) Determining residency status. :* :K go a. For purposes of the Act, a person or entity is a resident bidder if the person or rity:r"at (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine iUbidder has a place of business for transacting business within Iowa at which it is conducting has cmducted business for at least three years prior to the date of the first advertisement of the pubdmpr menu the bidder shall meet the following criteria for the three-year period prior to the first is nt fo� the public improvement: n N a. Continuously maintained a place of business for transacting business in Iowa iCmm is WtabIM for more than receiving mail, telephone calls, and e-mails; and = Z 0 b. Conducted business in the state for each of those three years and filed an Iowa in ttum, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, Md maifsined an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875--156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall incl each worker's name, address, telephone number if available, social security number, trade classifica m , and starting and ending date of employment. *n - D 'n 875-156.6(73A) Investigations; determination of civil penalty. The commissioner t)b aB authorize designee shall cause an investigation to be made into charges of violations of the' i crKdin allegations set forth in a written complaint. rin mc , 156.6(1) Investigative powers. The commissioner or the authorized designee Fh�v h theQ following powers: r a. Hearings. The commissioner may hold hearings and investigate charges of violations tcdthe Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is 10ject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first iarestigall$d by the division, not to exceed $5,000 for each violation found in a second investigation by theon d not exceed $15,000 for a third or subsequent violation found in any subsequent investigati�l th ivisi Each violation of this chapter for each worker and for each day the violation continues cd@ i teWep to and distinct violation. In determining the amount of the penalty, the division S cor 5oer fi appropriateness of the penalty to the person or entity charged, upon determination of il>Q of e' violation(s). The collection of these penalties shall be enforced in a civil action brougw,-53�- thettorney general on behalf of the division. '" W J 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/141 [Published 1/8/14] EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal -aid Projects (Third -party State -Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51 % or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for-profit small business enterprise under single. management, is located in Iowa and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: Iowa Department of Inspections and Appeals Targeted Small Business Lucas Building Des Moines, IA 50319 Phone: 515-281-7102 o eo Website: hfta://dia.iowa.gov/aaae7.html y�j 7-G r 4. THE CONTRACTOR'S TSB POLICY �m a M The contractor is expected to promote participation of disadvantagedssAgnter�s as suppliers, manufactures and subcontractors through a continuous, i ive'%sult- oriented program. Therefore the contractor's TSB policy shall be: W It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State - assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: TARGETED SMALL BUSINESS (TSB) TSB -1 A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515-281-7102) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision co "n materials/supplies, subcontracted work or other commercially useful fun C-)-{ N r A. The bidder may count: --W>M,�m a = (1) Planned expenditures for materials/supplies to be obtaineV'W-mn TOJB 0 suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or 00 (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. TARGETED SMALL BUSINESS (TSB) TSB -2 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called 'TSB Pre -Bid Contact Information". This form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date of the contract. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre-bid Contact Information form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: 'c (1) What pre -solicitation or pre-bid meetings scheduled by vongScting�_ authority were attended? Y0 iV0��---- (2) Which general news circulation, trade associations and/em on�q-focrf media were advertised concerning the subcontracting oP%_nitigs? (3) Were written notices sent to TSBs that TSBs were being So ted*nd V40sufficient time allowed for the TSBs to participate effective co (4) Were initial solicitations of interested TSBs followed up? a (5) Were TSBs provided with adequate information about the plans, co specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. TARGETED SMALL BUSINESS (TSB) TSB -3 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State - assisted projects which are not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. M 0 TARGETED SMALL BUSINESS (TSB) TSB -4 Form 730007WP 7-97 Contractor Project# County City TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. TABLE OF INFORMATION SHOWING BIDDERS PRE-BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES CONTACTED QUOTES RECEIVED QUOTATION USED IN BID YES/ NO DATES CONTACTED YES/ NO DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED I'A 10 VM01 )481- AIIJ 909 WV Z- WV ON Total dollar amount proposed to be subcontracted to TSB 03prl+A List items by name to be subcontracted: ... TARGETED SMALL BUSINESS (TSB) TSB- 5 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement. The Recipient's "positive efforts" shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515-281-7102) or from its website at: htto://dia.iowa.00v/aaae7.html. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, anQdenti g for TSB firms the availability of subcontract work. a 4. Considering establishment of a percentage goal for TSB participation inEaadh contrac is a part of this project and for which State funds will be used. Contra c s ray va depending on the type of project, the subcontracting opportunities avai@�th ype service or supplies needed for the project, and the availability of qualifi B gms it fl area. W co 5. For construction contracts: a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on-line at: http://www.dot.state. ia. us/local_systems/publicationsltsb_contract_provision. pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that TARGETED SMALL BUSINESS (TSB) TSB- 6 submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. a. The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of Contracts, 800 Lincoln Way, Ames, IA 50010. M 0 TARGETED SMALL BUSINESS (TSB) TSB- 7 Recipient: County: CHECKLIST AND CERTIFICATION Forthe Utilization of Targeted Small Businesses (TSB) On Non -Federal -aid Projects (Third -Party State -Assisted Projects) Project Number: Agreement Number: Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? E YES ❑ NO If no, explain 2. Were qualified TSB firms noted of project? 0 YES E NO If yes, by 0 letter, E telephone, E personal contact, or 0 other (specify) If no, explain 3. Were bids or proposals solicited from qualified TSB firms? 0 YES 0 NO If no, 4. Was a goal or percentage established for TSB participation? ❑ YES ENO If yes, what was the goal or percentage? If no, explain why not: 5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? E YES 0 NO o If no, what action was taken by Recipient?� o m Is documentation in files? E YES 0 NO �M a , 6. What was the dollar amount reimbursed to the Recipient o a CO from the Iowa Department of Transportation? $ ZE What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Name(s) and address(es) of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? ❑ YES ❑ NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State -assisted contracts associated with this project. Title Signature TARGETED SMALL BUSINESS (TSB) Date PARTI-GENERAL 4/08 01Bi0.d« SECTION 01010 SUMMARY OF THE WORK General description, not all inclusive. A. Base Bid Work: Phase 1A: Sanitary Sewer Manhole Replacement at the Burlington Street and Governor Street • RESTRICTED WORK HOURS - NIGHT WORK REQUIRED (PHASE 1A ONLY) • Lane closures will be permitted ONLY from 8:00 p.m. to 6:00 a.m. beginning at 8:00 p.m. on Sunday • and ending at 6:00 a.m. on Friday. Lane closures outside of these hours will not be permitted. • 1. Through traffic will be maintained on the project at all times. Phase 1B: Sanitary and Storm Sewer Repairs on Burlington Street and Governor Street Milling and Overlay, Street Patching, Curb, and Curb Ramps along Governor, Burlington, Johnson, Court Street, Permanent pavement markings and bike lane signage • 1. Through traffic will be maintained on the project at all times. Phase 2: Chipseal Surfacing • 1. Through traffic will be maintained on the project at all times. - CD :;-n D —t �n m o� 01010-1 W co Q work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all suc&work as may be required to make the grading work complete with a uniform surface free otock, braen concrete, tree roots, limbs and other debris is incidental to this project unless it is Ii*E6as so itenr"he FORM OF PROPOSAL. D::i The Contractor must pay for all parking permit fees, meter hoods, lot and tickets. The Contractor must figure these costs into their bid prices. The C fees or fines. Permits paid for by the Contractor will be issued only for a personal vehicles. v w and debris off adjacent is deposited there as a The Contractor shall be responsible for continuous cleaning of mud driveways, streets, sidewalks and private property, when mud and debris result of any construction activity. The cost of clean up shall be incidental. BID ITEM DESCRIPTIONS See ESTIMATE REFERENCE INFORMATION in project plans. 01025-2 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY. A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK. A. PROJECT RESTRICTIONS: Project Start: June 11, 2017 Phase 1A: �� n Sanitary Sewer Manhole Replacement at the Burlington StrB�e �d (;&ernor Sfieet • RESTRICTED WORK HOURS - NIGHT WORK REQUIRE P1iA941A ONLY) • Lane closures will be permitted ONLY from 8:00 p.m. to 6:OD . b!fnninjn:00 p.m. on Sunday (� • and ending at 6:00 a.m. on Friday. Lane closures outside olese h%s wilq be permitted. W • 1. Through traffic will be maintained on the project at all times. 00 Phase 1B: Sanitary and Storm Sewer Repairs on Burlington Street and Governor Street Milling and Overlay, Street Patching, Curb, and Curb Ramps along Governor, Burlington, Johnson, Court Street Liquidated Damages: $500 per day Working Days = 120 days 01310-1 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, or current edition. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 29 2.01 MATERIALS: *n a A. Traffic control devices may be new or used, but must meet the requires o; the I� Standard Specifications. ={rro rrim a B. All construction fence shall be new and securely fastened to approved po25iWd PStallet directed by the Engineer. cX 00 D w CID 2.02 EQUIPMENT. - A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 01570-1 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. F' O C-) D� OD a —R =!n N r -<m = M g� CO 0 D to O 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: us o m c-, a N r m �rn a 0 StontF,TbOf?0Stan and D W 00 A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. 02050-1 Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require 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 Con r ctor shall cooperate with these efforts in every reasonable way and shall not bftntitled to additional compensation for delays resulting from such relocaticm.n m B. Site Protection Measures { N r -4c M1. Refer to Traffic Control Sheets for details. -<f— = o� 2. Barricade and fence open excavations or depressions resultin n %1&kk during non -working hours and when not working in immediate area�rrTTProvir# 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 Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable 02050-2 3.04 11/00 material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-fumished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 10R S. Clinton Street as directed by the Engineer. eo o -0 �c, N r �_r � rn M = 0 CO D ca 0D 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY. A Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. o o � 3.02 EXISTING TREES, SHRUBS AND VEGETATION: D c�-G r A. All trees, shrubs and vegetation shall remain and be protected frouy¢wmAb� un l specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans ovfiF#re=d by fi Engineer. o� co 0 B. No construction materials and/or equipment are to be stored, piled, orparkecllithin the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and 02100-1 store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. . Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 sh"cdlengineeAspecs-i1102100.doc 02100-2 O O��O n� 1 N rn �rn o� v s 0 C00 w SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Storg IDOipStandard Specification Section 4120.04 and Section 4109, Gradation No. 11. DC -)—.r X PART 3 - EXECUTION ,<r Grn a 3.01 TECHNIQUES:Go 0 A. Except as amended in this document, the work in this section will conforWwith tkafollowing divisions and sections of the IDOT Standard Specifications: Go Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: 02220-1 A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, We to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Widthcm Z5 m 1. Make pipe trenches as narrow as practicable and safe. ve4Geffor eep sides of trenches firm and undisturbed until backfilling h �en�bmpl and consolidated. --I C--) PO (� r— rnrn 2. Excavate trenches with vertical sides between elevation?enty of pipe+and elevation 1 foot above top of pipe. CO D 3. Refer to plans for allowable trench widths within the pipe envelope faarious types, sizes and classes of pipe. D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 02220-2 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, pil4aa pas?&d wii t�t the trees' drip line. D -'r = C-) N 4. Excavators and loaders used on brick surfaces shall be limo o those rubberized tracks or rubber tires. rnCD i 3c w 5. Do not use or operate tractors, bulldozers, or other equipment 0 paveQurfaces when treads or wheels can cut or damage such surfaces. -0 6. Restore all surfaces which have been damaged by the Contractors operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. 02220-3 The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as Specification Section 2102.02. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. All areas shall be backfilled with Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. Do not place stone or rock fragment larger than 2 inches within 2 feet of 02220-4 ^8 definer5n IDCr.Stand q n—e_ tI I V"t �r a v o� � Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. All areas shall be backfilled with Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. Do not place stone or rock fragment larger than 2 inches within 2 feet of 02220-4 pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11/00 shared\engineefupecs41M220.dm 02220-5 t9 y Z 7-'0 N a 0 z w SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE. a A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunligl subject to extremes of either hot or cold, and with the manufacturer's profti i"- coNg in . Receiving, storage, and handling at the job site shall be in accordance m quirerawAs in ASTM D 4873. N r PART 2 - PRODUCTS :< r r Z v o� co 2.01 MATERIALS: `v W �0 A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation 1. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. a o m B. Placement 1. Prior to placement of the geotextile, the soil surface will be inbyeded fpr qu f design and construction. The geotextile will be placed on thea ovwsurf ce at the locations and in accordance with the details shown on the T:lw geoMe will be unrolled along the placement area and loosely laid (n�chea in � a manner that it will conform to the surface irregularities when ri I isc9aced or against it. The geotextile may be folded and overlapped to pe it prop placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "U', or 'T' shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced 02270-2 by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 m 'o :-::A� C-) rn ox o w A � 02270-3 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAT COAT AND MILLING. PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. C. IDOT Developmental Specification DS -15024 0 m 1.03 QUALITYASSURANCE: J'n 70 1 A. Use adequate numbers of skilled workers who are thoroughly trained and er�t%ed Re necessary crafts and who are completely familiar with the specified remegte an methods needed for proper performance of the work in this section. = D x 9 B. Quality testing: 1. As per 2015 Iowa DOT Standard Specifications section 2303. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23 Surface Courses Section 2303 Hot Mix Asphalt Mixtures Division 41 Construction Materials Section 4109 Aggregate Gradations Section 4125 Aggregate for Bituminous Sealcoat Section 4127 Aggregate for Hot Mix Asphalt Section 4137 Asphalt Binder 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subarades and Subbases Section 2122 Paved Shoulders. Division 22 Base Courses Section 2203 Hot Mix Asphalt Bases Section 2212 Base Cleaning and Repair Section 2213 Base Widening Section DS -15024 Interlayer Base Division 23 Surface Courses Section 2203 Hot Mix Asphalt Mixtures Section 2307 Bituminous Seal Coat Section 2316 Pavement Smoothness Division 25 Miscellaneous Construction Section 2510 Removal of Pavement Section 2511 Removal and Construction of Sidewalks, Rec trails Section 2512 PCC Curb and Gutter o Section 2514 Curb Removal m Section 2521 Certified Plant Inspection C? :D - Section 2529 Full Depth Finish Patches.—�- Section 2530 Partial Depth Finish Patches r!') • T 3.02 OPENING TO TRAFFIC: 3 1 ' A. Opening to traffic, including Contractor's vehicles, will not be permitted u�the p�vement or surface treatment has cured sufficiently to prevent damage as determined b e Eng er. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE OVERLAYED: A. Division I - Iowa City Streets - Asphalt Overlay Existing asphalt streets to receive 3" Milling full width and 3" Overlay (1.5"Base + 1.5" Surface) installed. Street Milling and 3" Overlay • US Hwy 1 (Burlington Street) from Van Buren Street to Governor Street • US Hwy 1 (Governor Street) from Burlington Street to Dodge Street • Burlington Street from Governor Street to Summit Street • Johnson Street from Burlington Street to Bowery Street Court Street from Johnson Street to Dodge Street 02510-2 3.05 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. B. Except as noted herein, Iowa DOT Division - Coralvllle Maintenance Shop City of Iowa Chy Division - Mesauakie Park Iowa City Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts any existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (3) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All lqffe material shall be removed from the surface and cracks by brooming or air blow*u Th e`ity's street sweeping crew and equipment will be available to aid the Contractor withV piper . s prior to cleaning each street on a one-time basis only. Any subsequent swegping re r, vyjj[$e at the Contractor's expense. -C r r— 3.07 AGGREGATES<m �n N a'[ M v A. Type. D Co 1. Type B aggregates shall be used in base mixtures. w 2. Type A aggregates shall be used in intermediate and surface mixtures. B. Gradation. 1. A''/z inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust valve boxes within the existing pavement (minor), or outside of pavement (major) as determined by Engineer. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full - depth grinding. Pavement courses will be placed around manhole structures, and the City of Iowa City will adjustment to final grade after paving is completed by coring, replacement and boxout of each structure. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A SURFACE: PG 58-28HT 02510-3 B. INTERMEDIATE: PG 58-28HT C. BASE: PG 58-28HT 3.10 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.12 HOT MIX ASPHALT PLACEMENT A. Lifts 1. 1'/" depth intermediate course followed by a 1'/i' depth surface course. B. Compaction 1. Class 1 B compaction shall be used on all streets and divisions of this project. 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: N A. Work shall conform to Standard Specification Section 2307 unless spewed othVKvise Llhis document. Cover aggregate shall be %" Gradation 21. Bituminous materysballwe MCM0. Primer shall be MC -70. --4 A n < r �— �C7 N M 3.14 STREETS TO BE SEAL COATED: Z 0 o� CO A. Iowa City Streets - Chipseal D w uD Chipseal Application • Taft Avenue from American Legion Road to Rochester Avenue • Napoleon Street from Sand Road to South Wastewater Treatment Plant • Ridge Street from Ginter Avenue to Highland Avenue • Maier Avenue from Rohret Road to Kessler Road • Windsor Ridge Park Trail 1.15 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project; there will be no smoothness incentive payment 02510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 21 0 3. Slump.a D:4 4. Density Tests of Base and Subgrade. n- r r PART 2 - PRODUCTS [m I17 o v 2.01 MATERIALS: x A. Concrete shall consist of Class C mix. Except as amended in this docAent, t�aterials in this section will conform with the following divisions and sections of the IDOTStandard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay, Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT. - A. Curing compound shall be applied immediately following finishing of the concretlincluding back of curb. cc —� 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may b.WxflectW to drop below 35°F, the following requirements must be met for concrete less tha.ng3Rouj; old: :;o= v 24 Hour Temperature Forecast Covering o0 Minimum 35-32° F One layer plastic or burlap. `a Minimum 31-25'F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractors expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 02520-2 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of f" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the streets) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 shen;dkngineeei pecs-ii\02520.dm 02520-3 O O -�O �r o� Y W 50 SECTION 02524 CURB RAMPS PART 1 - GENERAL 1.01 SUMMARY. A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineers discretion, removed and replaced at the Contractor's N expense. o 1.04 SUBMITTALS: o 3;C 3 ZO A. Comply with Section 01310. nC`r --1n ro -<r rn M B. Comply with Section 02520. CO 1.05 DELIVERY, STORAGE AND HANDLING: D ca A. Deliver material in unopened containers with labels identifying contents attached. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. B. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 C. Tactile / Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. 3. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, Metadome, or Tufrile. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. is C.' Curb ramp running slopes should be no greater than 1:12 or 8.33%IQ a le46ne unless existing conditions do not permit and layout is approved by the R�eeC CurLAmp running slope should be no less that 1:48 or 2.0% to a level plane. D� a C')-< r r 3.03 PORTLAND CEMENT CONCRETE THICKNESS: a A. 6 -inch thick P.C.C. will be placed as indicated on project plans. E3; _ CC) B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 oi8-inch&C.C. section, unless otherwise specified by the Engineer. `a 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or other 02524-2 curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best -fir. Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. It C. Protect concrete from premature drying, excessive hot or cold temper'@wancpmaMn ae y — D. Curing Compound: Apply per manufacturer's guide for rate and method-)-< NI r �m m � oVz = Q 03 7v W 02524-3 E. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe — For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition. Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes N 1. ASTM C478, latest edition, Standard Specification for Precast ,RDinforcf Concrete Manhole Sections. C) Intake Structures c y� N �-- C-) 1. IDOT Standard Specifications. M � a (� 2. Iowa Department of Transportation Highway Division "Star@ i® Rgad PIS Manual", latest edition. D c,3 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. 02700-2 All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART 2 -PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on ttLe_outside of the pipe. _m 5. Lift holes are not allowed. o a DC—) 6. Minimum Bedding – Type B per ASTM C 12 with compacted springline of the pipe. TI =ars6ateritothe o B. Reinforced Concrete Pipe - For Storm Sewers w 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type 'B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength 02700-3 a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe 1. Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: m a. Inside of pipe and fittings: Double thickness cement*9 anf6bitun s seal coat conforming to ANSI A21.4. n� r b. Outside of pipe and fittings: Standard bituminous ee slag &bforrrJ g to appropriate ANSI. �rn M. rn o� 4. Minimum Bedding — Type 5 per ANSI/AWWA C150/A2;Tin-witQ.DcomPed granular material to the springline of the pipe. D W E. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. 02700-4 F. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 124548. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" above pipe. H. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All J unctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. m 5. All manholes are 4 -foot diameter unless noted otherwise. p m �� v i� 6. Manhole frame and lid to be Neenah R-1642 with City of lo�a-6ity�go, 2 - sealing. If in paved area, casting shall also be non -rocking. c�� rI r :;C-) 7. Manholes shall also have exterior chimney seal that spans frorr- ca]png tM cone section. C)CO Q ID W Bedding: Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 02700-5 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding 1. Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. No CX* F. Backfill as specified in Section 02220. ro "n G. Clean pipeline upon completion. H. Tolerances �m s 1. Any deviation in a sewer pipes section more than 1/8 inch per fowwpiptFdiame er from the horizontal or vertical alignment, as established by the Ervneer, Goll not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must berelaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall'. 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: 02700-6 A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum ''/rmile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. ag (3) ae o All air through single control panel. n *F; b. Procedure�� r.3 r (1) Perform from manhole -to -manhole after backfill. (2) Place pneumatic plugs: (a) sealing length: equal}$or greater than pipe diameter, (b) capable of resisting inter al test ssure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 02700-7 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. o m b. Locate and repair leaks, and retest as required. ) C. Allowable infiltration, including manholes, fittingqnaod ��snne ons: maximum 200 gallons per inch diameter per mile per uric e77 7. Exfiltration Test ;0 1�� a. Subject sewers to internal pressure by: (1) pluggifsg thet of the upstream and downstream manholes, (2) filling sewer an upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. 02700-8 Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of t .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: N A. Set bases true to line and elevation on minimum six-inch granular backfd materia 0 co B. Install O-ring or profile gasket in joints between sections conforminVE naijacturA standard.r— �n C. Cast in place inverts must provide a channel at least one-half the de@Ip thgpipe Fq match the full cross-sectional area of the pipe. All junctions and changMdirSgion be smooth and rounded to the maximum extent possible to supplemegVBw gTough structure. W D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. I. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 02700-9 3.04 MAINTENANCE OF FLOW. A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. N Where gravity sewer crosses over water main or service or where the top of reser is less than 18 inches below the bottom of the water main or service, the fol6mPg rewirerri�{ ' shall apply:Cn y , -G r 1. The sewer may not be placed closer than 6 inches below a water dig om inc above a water main. The separation distance shall be the maxirulfrfffea0le in I cases. `off 2. Use 20 -foot length of water main material as specified for gravity sgiwer =Oered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700-10 06/03 sh=&cngineersspecs.i3\02700.dm 02700-11 N O m T n�N 1 m m O � �. 3 co xr O SECTION 09010 SEEDING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Certification of Products B. Acceptance and Warranty C. Seed Types and Mixes D. Equipment E. Application of Seed 1.02 DESCRIPTION OF WORK Includes the requirements for seedbed preparation; furnishing, applying, and covering the seed; and compaction of the seedbed. 1.03 SUBMITTALS Comply with Division 1 - General Provisions and Covenants, as well as the following A. Submit certification of products to the Engineer prior to seed placement: o m , n , Z 1. Seed: Submit a laboratory analysis for all seeds, specifying the purity:72agerminatio" Provide a lot number on all submittals and labeling. Ensure lot number. sAhe me *i a51 records pertaining to a particular seed. Provide 48 hours notice prior twpKing the sift and give the Engineer an opportunity to witness the seed mixing. SulAfi" mSanidkU printed seed tag from an Iowa Crop Improvement Association -approve§§` d Wditicko or grower. F 2. Fertilizer: Submit certification of the fertilizer analysis with scale weight and staRment of guaranteed analysis. Submit from a certified fertilizer dealer, a mechanically printed commercial fertilizer label, or bill of lading. Comply with the inspection and acceptance requirements of Iowa DOT Materials I.M. 469.03. 3. Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. 4. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of the material, furnished by the manufacturer, to determine the rate of application. 5. Straw Mulch: Certify weight. Furnish a list of the number of bales and a corresponding ticket from an approved scale for the mulch material to be used on the project. 6. Compost: Submit certification of composted organics analysis with U.S. Compost Council's Seal of Testing Assurance (STA), recommended rates of application, and manufacturer's estimated cubic yards per ton. 7. Inoculant: Furnish information from inoculant packaging. 09010-1 8. Tackifier: Submit certification of the tackifier ingredients, recommended rates of application, and expiration date. B. Submit written instructions recommending procedures for maintenance of seeded areas. 1.04 SUBSTITUTIONS Comply with Division 1 - General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Deliver packaged materials in original, unopened, and undamaged containers. Do not mix or blend materials except in the presence of the Engineer. B. Deliver, handle, and store all materials according to product recommendations, and protect from loss, damage, and deterioration. C. Materials not meeting these requirements will be rejected. 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three calendar days prior to the start of seeding operations. B. After all land -disturbing activities are complete and the seedbed has been approved by the Engineer, perform seeding operations. P�, 0 1.07 SPECIAL REQUIREMENTS p "' ZE � 1 None. n_4 t N 1.08 MEASUREMENT AND PAYMENT r p rn = A. Conventional Seeding: :)= 0 ap 'D F 1. Seeding: O a. Measurement: Measurement will be in acres for each type of seed. b. Payment: Payment will be in unit price per acre for each type of seed. c. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required, furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. 2. Fertilizing: a. Measurement: Measurement will be in acres of fertilizer. b. Payment: Payment will be at unit price per acre of fertilizer. 3. Mulching: a. Measurement: Measurement will be in acres of mulch. b. Payment: Payment will be in unit price per acre of mulch. B. Seeding, Fertilizing, and Mulching for Hydraulic Seeding: 1. Measurement: Measurement will be in acres for each type of seed. 09010-2 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. C. Seeding, Fertilizing, and Mulching for Pneumatic Seeding: 1. Measurement: Measurement will be in acres for each type of seed. 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. D. Watering: 1. Measurement: Measurement will be by metering of water applied. If metering is not available, measurement will be by counting the loads from a transporting tank of known volume and gauging the contents of the transporting truck for partial loads. 2. Payment: Payment will beat the unit price per 1,000 gallons of water used. E. Warranty: 1. Measurement: Lump sum item; no measurement will be made. 2. Payment: Payment will be at the lump sum price for the warranty. na c m E5 3. Includes: Lump sum price includes, but is not limited to, all work req uo m c ect anp defects in the original placement of the seeding for the period of time r�c�ignatN PART 2- PRODUCTS s Mm 2.01 SEED aD 0 A. General: r 0 Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of Poe annua, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, forbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. a. Provide turfgrass with a certified "blue tag" or "gold tag." b. Provide native grass and forbs that are source -identified as GO -Iowa certified "yellow tag," when available. If GO -Iowa certified "yellow tag" sourced seed is unavailable, or is only available from a single source, a substitution may be approved by the Engineer. 2. Mix seed to the specified proportions by weight. Use methods approved by the Engineer. B. Seed Quality: Ensure the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document according to the Association of Official Seed Analysis (AOSA) rules. The seed certification 09010-3 tag and seed analysis document provided must be from the same lot number as shown on the seed tag. Ensure the date of test results is no greater than 9 months from the seed application date. Approval of all seed for use will be based on the accumulated total of Pure Live Seed (PLS) for each phase of work. PLS is obtained by multiplying purity times germination. PLS shall not be less than the accumulated total of the PLS specified. If the seed does not comply with minimum requirements for purity and germination and such seed cannot be obtained, the Engineer may approve use of the seed on a basis of PLS or may authorize a suitable substitution for the seed specified. C. Requirements on Containers: 1. Seed: Provide seed with a tag on each container. Ensure the seed analysis on the label is mechanically printed. 2. Mulch: When packaged, provide mulch in new labeled containers. 3. Tackifier: Provide tackifier packaged in new labeled containers. 4. Inoculant: Use inoculant that has a manufacturer's container, indicating the specific legume seed to be inoculated and the expiration date. All inoculant must meet requirements of the Iowa Seed Law. Follow precautions specified on the product label. 5. Sticking Agent: Use a commercial sticking agent recommended by the manufacturer of the inoculant. For quantities less than 50 pounds, the sticking agent need not be a commercial agent, but requires approval by the Engineer. Apply sticking agent separately prior to application of inoculant. Follow safety precautions specified on the product label. e Table 9010.01: Domestic Grasses m d Common Name Scientific Name Purityati�r D Bluegrass, Kentucky Poa pratensis 85 N Brome, smooth -LINCOLN Bromus inermis 90 90* Fescue, creeping, red Festuca rubra 98 90* Fescue, tall, FAWN Festuca arundinacea-FAWN 98 6 Orchardgrass Dactylis glomerata 90 0 Red top A rostis alba 92 85 R e rass perennial Lolium perenne 95 90 Wild e, Canada EI mus Canadensis 95 85 Wild e, Russian Psath rostach s'unceus 95 85 Table 9010.02: Legumes Common Name Scientific Name Purity Germination Alfalfa, RANGERNERNAL Medicago saliva 99 90* Alfalfa, travois Medicoa spp. 99 90* Clover, Alsike Trifolium h bridum 99 90* Clover, red, medium Trifolium pratense 99 90* Clover, white Trifolium re ens 98 90* Hairy vetch Vicia villosa 98 85* Les edeza, Korean Les edeza sti ulacea 98 80* * Includes hard seed. Table 9010.03: Stabilizing Crop Common Name I Scientific Name Purity Germination 09010-4 r M v Table 9010.04: Native Grasses Common Name Scientific Name Big bluestem* Andropogon gerardii Blue grama Bouteloua gracilis Blue-'oint grass Calama rostis Canadensis Bottlebrush sedge Carex h stericina Buffalograss* Buchloe dactyloides Common rush Juncus effusus Fowl bluegrass Poa palustris Fowl manna grass GI ceria striata Fox sedge Carex vul inoidea Green bulrush Scir us atrovirens Hairy wood chess Bromus purgans Indian rass* Sor hastrum nutans Intermediate wheatgrass Agropyron intermedium Little bluestem* Andro 0 on sco anus Prairie dro seed S orobolus heterolepis Reed manna grass GI ceria grandis Rice cutgrass Leersia o zoides Rye grass, annual Lolium italicum Sand bluestem* Andro 0 on gerardii, var. paucipilus Sand dro seed S orobolus cryptandrus Sand lovegrass Era rostis trichodes Sideoats rama* Bouteloua curti endula Slender wheatgrass Agropyron trach caulum, var. unilate Spike rush Eleocharis palustris -- Softstem bulrush Schoeno lectus tabernaemontani Switchgrass* Tussock sedge Panicum vir atum < Carex stricta Virginia wild -rye Elymus vir inicus Weeping lovegrass Era rostis curvula Western wheatgrass* Aro ron smithii Woolgrass Scir us cyperinus Table 9010.05: Forbs Common Name Scientific Name Black-eyed Susan Rudbeckia hirta Blue -flag iris Iris vir inica-shrevii Boneset Eu atorium perfoliaturn Canadian anemone Anemone canadensis Common mountainmint P cnanthemum vir inianum Common rush Juncus effusus Fowl manna grass GI ceria striata Golden Alexanders Zizia aurea Great blue lobelia Lobelia si hilitica Grey -headed coneflower Ratibida pinnata Heath aster S m h otrichum edcoides 09010-5 Ironweed Veronia faxciculate Joe - e weed Eu atorium maculatum Meadow blazin star Liatris ligulistylis Milkweed, butterfly Asclepias tuberosa Milkweed, swamp Asclepias incarnate New England aster S m h otrichum novae -an liae Ohio s iderwort Tradescantia ohiensis Oxeye sunflower Helio sis helianthoides Pale purple coneflower Echinacea pallida Partridge pea Chamaecrista fasciculate Prairie blazing star Liatris pycnostachya Purple prairie clover Dalea purpurea Rattlesnake master Er n ium yuccifolium Reed manna grass GI ceria grandis Rice cutgrass Leersia oryzoides Showy goldenrod Solida o speciosa Showy tic -trefoil Desmodium canadense Stiff goldenrod Solida o rigida Swamp aster Aster puniceus White wild indigo Ba tisia alba Wild bergamot Monarda fistulosa 2.02 SEED MIXTURES AND SEEDING DATES See the contract documents for the specified seed mixture. If a mixture is not specified, use the following. The Contractor may submit a modification of the mixture for the Engineer's consideration. A. Type 1 (Permanent Lawn Mixture): Used for residential and commercial turf site, fertilized, and typically mowed. Use between March 1 and May 31 and between August 10 and September 30. c a Table 9010.06: Type 1 Seed Mixture' A commercial mixture may be used if it contains a high percentage of similar bluegrasses; It may or may not contain creeping red fescue. 3 Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. ' Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Common Name Application Rate lb/ Cree in red fescue 25 =.r Turf -type perennial ryegrasS2 20 Turf -type perennial ryegrasS2 20 p Kentucky bluegrass cultivar3 65 -- Kentucky bluegrass cultivar3 65 Kentucky bluegrass cultivar3 65 A commercial mixture may be used if it contains a high percentage of similar bluegrasses; It may or may not contain creeping red fescue. 3 Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. ' Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Application Rate lb/acre Fawn fescue 100 Kentucky bluegrass 20 R e rass, perennial 75 09010-6 C. Type 3 (Permanent Warm -Season Slope and Ditch Mixture): Not typically mowed. Reaches a height of 5 to 6 feet, stays green throughout summer, and responds well to being burned in spring, no fertilizer. Use between March 1 and June 30. Table 9010.08: Type 3 Seed Mixture Common Name Application Rate Ib/acre Big bluestem* 3 PLS Grain rye 40 Indian rass* 4 PLS Little bluestem* 3 PLS Oats 16 Sideoats rama* 5 PLS Switchgrass* 1 PLS * Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. D. Type 4 (Urban Temporary Erosion Control Mixture): Short lived (6 to 8 months) mix for erosion control. Table 9010.09: Type 4 Seed Mixture Common Name Application Rate lb/acre SPRING - March 1 - May 20 Annual r e rass 40 Oats* 65 Oats 50 SUMMER - May 21 - August 14 Annual r e rass 50 Oats* 95 Grain a 62 FALL - August 15 - September 30 62 Annual R e rass 40 Grain rye CD * Engineer may delete for previously established urban areas. E. Type 5 (Rural Temporary Erosion Control Mixture): N 0 65 C' T - t Short lived mix foI4Eefsi44ontr0l. <r a M Table 9010.10: Type 5 Seed Mixture oM S 0 co Common Name March 1 - October Canada wildrye 5 PLS/acre Grain a 50 Oats 50 November 1 - February28 or 29 Canada wildrye 7 PLS/acre Grain a 62 Oats 62 Application Iblacre 31 0 Seed does not need to be certified Source Identified Class (Yellow Tag). F. Type 6 (Salt -resistant Mixture): Use for grass medians and areas immediately back of curb on streets subject to regular salt applications for winter de-icing. Apply between March 1 and May 31 and between August 10 and September 30. Table 9010.11: Type 6 Seed Mixture Common Name Application Rate PurityGermination G. Wetland Seeding: Between April 1 and June 30, use the following seed mixture for wetland grass seeding areas. Table 9010.12: Wetland Grass Seed Mixture Common Name Ib/acre PLS— (per ac Arrowhead Blue chip Kentucky bluegrass 37.5 90 85 Fults alkali grass 75 98 85 Hard fescue 50 95 85 Nublue Kentucky bluegrass 37.5 90 85 Shee sfescue 50 90 85 G. Wetland Seeding: Between April 1 and June 30, use the following seed mixture for wetland grass seeding areas. Table 9010.12: Wetland Grass Seed Mixture Common Name Scientific Name PLS— (per ac Arrowhead Sagittaria latifolia 4 oz Big bluestem* Andropogon gerardii 1 Ib Bluejoint grass Calamagrostis 1 oz Blue vervain Verbena Hastata 1 oz Boneset Eupatorium perfoliatum 1 oz Broom sedge Carex scoparia 2 oz Dark green bulrush* Scirpus atrovirens 1 oz Fox sedge* Carex vulpinoidea 4 oz New England aster* Symphyotrichum novae-angliae 2 oz Nodding bur marigold Bidens cernua 8 oz Porcupine sedge Carex hystericina 8 oz Prairie coidgrass Spartina pectinata 1 Ib Rice cutgrass Leersia oryzoides 4 oz Sneezeweed Helenium autumnale 2 oz Softstem bulrush Schoenoplectus tabernaemontani 8 oz Spike rush Eleocharis palustris ;3 oz Swamp milkweed* Asclepias incarnata Switchgrass* Panicum virgatum &ice I Tussock sedge Carex stricta Virginia wild -rye* Elymus virginicus 5 Water plantain Alisma plantago-aquatica 4 ' Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. y •" Seeding rates for wetland grasses are given as PLS. Either the germination test or Tetrazolium (TZ) test is acceptable to determine PLS for native species. H. Native Grass and Forbs (Wildflower) Seeding: Between April 1 and June 30, use the following seed mixture for areas designated for native grass and wildflower seeding. Table 9010.13: Native Grass and Forbs (Wildflower) Seeding Mixture Common Name Scientific Name Application Rate** GRASSES Ib/acre Big bluestem* Andro 0 on gerardii 1.0 Canada wild rye EI mus Canadensis 1.5 Indian rass* Sor hastrum nutans 1.0 Little bluestem* Schizach rium scorparium 2.0 Sideoats rama* Boutelouea curti endula 2.5 Switchgrass* Panicum vir atum 0.5 FORBS WILDFLOWERS oz/acre Black-eyed Susan Rudbeckia hirta 3.0 09010-8 Butterfly milkweed Asclepias tuberose 4.0 Canadian anemone Anemone canadensis 0.5 Common mountainmint P cnanthemum vir inianum 0.25 Golden Alexanders Zizia aurea 8.0 Grey -headed coneflower Ratibida pinnata 2.75 Heath aster S m h otrichum ericoides 0.25 Ironweed Veronia faxciculate 3.0 New England aster S m h otrichum novae -an liae 1.25 Ohio s iderwort Tradescantia ohiensis 7.0 Oxeye sunflower Helio sis helianthoides 12.0 Pale purple coneflower Echinacea pallida 15.0 Partridge pea Chamaecrista fasciculate 32.0 Prairie blazing star Liatris pycnostachya 4.5 Purple prairie clover Dalea purpurea 2.5 Rattlesnake master Ervnqium yuccifoliurn 1.75 Showy goldenrod Solida o speciosa 0.50 Stiff goldenrod Solida o rigida 1.0 Swamp milkweed Asclepias incarnata 4.0 White wild indigo Ba tisia alba 2.0 Wild bergamot Monarda fistulosa 1.25 NURSE CROPIblacre Oats (spring —seeding - April 1 to June 30 32 Winter wheat dormant/frost seeding - November 1 to March 31 25 ' Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. " Seeding rates for native grass and forb species are given as PLS. Either the germination test or Tetrazolium (TZ) test is acceptable to determine PLS for native species. 2.03 FERTILIZER N O Use fertilizer of the grade, type, and form specified that complies with rules of the lowaw , n Department of Agriculture and Land Stewardship and the following requiremerig'.) TG A. Grade: Identify the grade of fertilizer according to the percent nitrogen (N);cpelrsenW r available phosphoric acid (P205), and percent water soluble potassium (K2( i hattoorder,i' and base approval on that identification. The Contractor may substitute other fertilizer containing analysis percentagesCdfi fereint from those specified, provided that the minimum amounts of actual nitrogen, phos?nate, a@ potash per acre are supplied, and that in no case does the total amount per acre of the three fertilizer elements be exceeded by 30% of the following minimum amounts. 1. For Conventional Seeding, Permanent: Apply a 6-24-24 commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate of 300 pounds per acre. 2. For Conventional Seeding, Temporary: Apply commercial fertilizer to all seeded areas at the rate of 250 pounds per acre of 13-13-13 (or equivalent) for rural mixes and 300 pounds per acre of 6-24-24 (or equivalent) for urban mixes, unless otherwise specified in the contract documents. 3. For Hydraulic Seeding: Apply fertilizer in combination with seeding by a hydraulic seeder and as specified in Iowa DOT Article 2601.03, B. Apply a commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate specified for the type of seeding being applied. 4. For Pneumatic Seeding: Based on the compost nutrient analysis, supply any additional commercial fertilizer necessary to meet the 13-13-13 units of nitrogen, phosphate, and potash at the rate of 450 pounds per acre as the compost is applied. 09010-9 B. Type: Use fertilizer that can be uniformly distributed by the application equipment. Furnish fertilizer either as separate ingredients or in chemically -combined form. 2.04 STICKING AGENT A. Use a sticking agent that is a commercial material recommended by the manufacturer to improve adhesion of inoculant to the seed. For small quantities less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately, prior to application of inoculant. B. Follow safety precautions specified on the product label. A sticking agent is not required if a liquid formulation of inoculant is used. 2.05 INOCULANT FOR LEGUMES An inoculant is a culture of bacteria specifically formulated for each legume seed (alfalfa, clovers, lespedesa, and hairy vetch). Ensure the manufacturer's container indicates the specific legume seed to be inoculated and the expiration date. Use inoculant that meets the requirements of the Iowa Seed Law. Follow the safety precautions specified on the product label. 2.06 WATER Use water that is free of any substance harmful to seed germination or plant growth. 2.07 MULCH A. For Conventional Seeding: ro 0 Om 1. Material used as mulch may consist of the following: gsa v a. Dry cereal straw (oats, wheat, barley, or rye) b. Prairie hay r an (� c. Wood excelsior composed of wood fibers, at least 8 inches long, bon average of 100 fibers, and approximately 0.024 inch thick and 0.031 irrah 19e. fibers must be cut from green wood and be reasonably free of seeFs�2oth vial plant material. D 0 2. Do not use other hay (bromegrass, timothy, orchard grass, alfalfa, or clover). 3. All material used as mulch must be free from all noxious weed, seed -bearing stalks, or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. B. For Hydraulic Seeding: Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper (by volume). b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing. c. Form a homogeneous slurry of material, tackifier, and water. d. Use a slurry that can be applied with standard hydraulic mulching equipment. e. Dye the slurry green to facilitate visual metering during application. f. Do not use materials that have growth or germination -inhibiting factors or any toxic effect on plant or animal life when combined with seed or fertilizer. 2. Bonded Fiber Matrix (BFM): 09010-10 work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractors 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 su ork as may be required to make the grading work complete with a uniform surface free otWck, br n concrete, tree roots, limbs and other debris is incidental to this project unless it is Itk�as Im item- the FORM OF PROPOSAL. D.:t a C7-< r The Contractor must pay for all parking permit fees, meter hoods, lot and raa� eefoand ng tickets. The Contractor must figure these costs into their bid prices. The City.4 otmeive ng fees or fines. Permits paid for by the Contractor will be issued only for core tior4ehicl4Vot personal vehicles. D W The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS See ESTIMATE REFERENCE INFORMATION in project plans. 01025-2 Phase 2: Chipseal Surfacing Early start: July 1, 2017 Working Days = 30 Days University of Iowa home football game days Lanes closures will not be permitted on University of Iowa home football game days. • September 1, 2018 vs Northern Illinois • September 8, 2018 vs Iowa State • September 15, 2018 vs Northern Iowa • September 22, 2018 vs Wisconsin • October 20, 2018 vs Maryland • November 10, 2018 vs Northwestern • November 23, 2018 vs Nebraska RAGBRI XLVI - July 27th and July 28th 2018 No lane closure or lane restriction will be allowed on July 27th and July 28th 2018 on the IA 1 or US 6, HMA Resurfacing projects in Iowa City to avoid conflicts with RAGBRI XLVI traffic." B. OTHER SPECIAL PROJECT RESTRICTIONS: 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the tim s specified in paragraph 3.02A above, plus any extensions thereof allowed in ac hadance with the General Conditions. The parties also recognize the dUqys,ens d difficulties involved in proving in a legal or arbitration proce6Qn$ th ctual Ibis suffered by Owner if the Work is not completed on time. Acg�inst f requiring any such proof, Owner and Contractor agree that as IIIed Jamagls for delay (but not as penalty), Contractor shall pay Owner $500 for ay4pat eMs after the time specified in paragraph 3.02A until the Work is coi�gf e am realCr final payment. �7c CD 3 � 2. Separate sums of liquidated damages which will be assessed for diSbh of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. C. With the exception of the requirement for NIGHT WORK as indicated in section 3.02 A above, 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. 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. Construction will proceed in phases. The particular phasing sequence shall be discussed and agreed upon prior to any work beginning. Prior to advancing to the next phase or sub - phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. 01310-2 E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating project progress and delays and providing information to concerned residents and businesses as requested. G. Work will be staged to minimize the length of time parking spaces and parking revenue is lost. H. Contractor will be responsible for maintaining a safe and accessible work area for vehicles and pedestrians during times when accessibility is being provided or allowed through work area. This responsibility includes installation of temporary pavement as needed to provide a smooth and unobstructed transition in surfaces between pavements of differing elevations. When accessibility is restricted to vehicles or pedestrians during closure of sidewalk or roadway facilities, Contractor shall be responsible for maintaining closure devices. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available o meet the Railroads' schedule. Any costs associated with train rerouting due to circumstijtes caused by the Contractor shall be at the expense of the Contractor. p m 3.04 STREET AND SIDEWALK CLOSINGS: ==cl r N A. The contractor shall provide notice to the Engineer 10 days in ady�ge�ee o4treet a�li sidewalk closure as indicated in the PROJECT PLANS so that as rase coordination may occur with residents, traveling public and the I Mep" men f Transportation. Closures will also require advanced notice and a �n for maintaining accessibility for pedestrians can be discussed and implemented. No street 6Psidewalk closure will be allowed without the Engineers approval and said notification. 01310-3 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of W dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 sh.ed\engin=\specs-ii\02520.doc N O o m -n y --f :PO ..� rn o� co D W 5D 02520-3 SECTION 02524 CURB RAMPS PART 1 -GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7/17/2014 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: D� A. Comply with Section 01310. rn B. Comply with Section 02520. o~ = �7C dp 1.05 DELIVERY, STORAGE AND HANDLING: D Q3 ko A. Deliver material in unopened containers with labels identifying contents attached. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot -weather concrete work. B. Pre -Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. 02524-1 C. Tactile / Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400"+/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. 3. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, Metadome, or Tuf rile. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33%sq a lev'4lane unless existing conditions do not permit and layout is approved by the QgeeC Cu4mp running slope should be no less that 1:48 or 2.0% to a level plane. D`- - "-� 3.03 PORTLAND CEMENT CONCRETE THICKNESS: =tc-, ^4 ' r a A. 6 -inch thick P.C.C. will be placed as indicated on project plans. p� = co B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 oP8-inchdbC.C. section, unless otherwise specified by the Engineer. `a 3.04 WIDTHS: A. Curb ramps widths may vary at the street back of curb and through the area of truncated domes. If necessary, transition width of ramps after truncated domes to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: A Different curb ramp types are shown in the plans. This project may include these or other 02524-2 curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best -fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is at the back of curb line. 3.07 INSPECTION: A Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temper4Wpn(WmaM D=; = D. Curing Compound: Apply per manufacturer's guide for rate and methods -C I r �m = M D W �D 02524-3 SECTION 02700 SEWERS PART 1 -GENERAL 1.01 SUMMARY: A. Construction of piping and structures for the collection and transmission of wastewater and storm water. 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low - Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers 1. ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 29 C) m 1. ASTM C700, latest edition, Standard Specification for Vii -61 Pipe!grtra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for C Resin Jorq for Vitrified -Clay Pipe and Fittings.z v o� D. Ductile Iron Pipe v ca 13 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile -Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 5. ANSI/AVWVA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. 02700-1 E. Poly Vinyl Chloride (PVC) Pipe - For Sanitary Sewer Service Lines ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe - For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile -Butadiene - Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 1.03 QUALITYASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. 02700-2 1. ASTM C478, latest edition, Standard Specification for Precast EWInforcr Concrete Manhole Sections. CD -n H. Intake Structures ro r 1. IDOT Standard Specifications. =Grn a M 2. Iowa Department of Transportation Highway Division "Sta%M Red P Manual", latest edition. D W 1.03 QUALITYASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. 02700-2 F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. PART 2 -PRODUCTS 2.01 MATERIALS: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. Joints: All joints will be confined O-ring gasket meeting ASTM C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the_outside of the pipe. F 0 m 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted§rllarweteri�l to the springline of the pipe. ir— rn a o W 0 B. Reinforced Concrete Pipe - For Storm Sewers �x T� W 1. Joints `a a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type 'B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength 02700-3 a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacted granular material to the springline of the pipe. D. Ductile Iron Pipe Joints: Use push on joints unless otherwise specified on the plans. 2. Thickness: Unless otherwise indicated or specified, use Class 52. 3. Lining and Coating: 'e2 C= a. Inside of pipe and fittings: Double thickness cement5i" ane6bitur s seal coat conforming to ANSI A21.4. D r a � b. Outside of pipe and fittings: Standard bituminous eeetlDig &hfornting to appropriate ANSI. <m o� = rn 4. Minimum Bedding — Type 5 per ANSI/AWWA C1501A2$ZTwiWcom$Ped granular material to the springline of the pipe. 7' W E. PVC Truss Pipe — For Sanitary Sewers 1. All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784. 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. 02700-4 F. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM 03212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage 1. Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 12454B. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 3. Minimum Bedding — Drainable stone encasement to 6" above pipe. H. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All I unctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 0 5. All manholes are 4 -foot diameter unless noted otherwise. p m 6. Manhole frame and lid to be Neenah R-1642 with City of loaityago, M sealing. If in paved area, casting shall also be non -rocking. r 7. Manholes shall also have exterior chimney seal that spans froca]png t ti cone section. ;Xz 0 Q m W to Bedding: Granular bedding material shall consist of porous backfill material, [DOT Standard Specification Section 4131 and Section 4109, Gradation No. 29. PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE: A. Inspect before installation. Remove and replace defective sections. B. Alignment and Grade 02700-5 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. C. Bedding Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic equipment. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. D. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. E. Jointing 1. Clean and lubricate all joints prior to assembly. 2. Join per manufacturer's recommendations. 3. Suitable couplings shall be used for jointing dissimilar materials. v F. Backfill as specified in Section 02220. v "n G. Clean pipeline upon completion. �r rn H. Tolerances -<r- 1 . <rn1. Any deviation in a sewer pipes section more than 1/8 inch per foai*pi�riiameTer from the horizontal or vertical alignment, as established by the Erineer, 4611 not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must Wrelaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall'. 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: 02700-6 A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: 1. Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum %rmile for sewers) and before connection to buildings. Low-pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air pressure does not exceed 8 psig. (3) All air through single control panel. gc�9p y b. Procedure n"e, N r �rnn M (1) Perform from manhole -to -manhole after backfill. 3 0 (2) CO Place pneumatic plugs: (a) sealing length: equal Igor grer than pipe diameter, (b) capable of resisting inter al test ssure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. 02700-7 Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test period, the test shall be considered to have failed. Locate and repair leaks and retest as required. 6. Infiltration Test a. Dewater and conduct test for at least 24 hours. o coo b. Locate and repair leaks, and retest as required. to C. Allowable infiltration, including manholes, fitting�acd p�appnne ions: maximum 200 gallons per inch diameter per mile per Z4ibrours." rn 7. Exfiltration Test �� a. Subject sewers to internal pressure by: (1) plugging theIlrj�t of the upstream and downstream manholes, (2) filling sewer an upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfiltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltrabon can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. 02700-8 Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: 1. The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of t .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of the Engineer, sufficient water densification or rainfall has occurred to thoroughly settle the soil throughout the entire trench depth. Short-term (tested 30 days after installation) deflection shall not exceed 5% of the pipe's average inside diameter. The mandrel shall be hand pulled by the Contractor through all sewer lines. Any sections of the sewer not passing the mandrel test shall be uncovered and the Contractor shall replace and recompact the embedment backfill material to the satisfaction of the Engineer. These repaired sections shall be retested with the go/no-go mandrel until passing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: ro A. Set bases true to line and elevation on minimum six-inch granular backf naterim 0 B. Install O-ring or profile gasket in joints between sections conforminf% na;jactureYfl standard. n -G I `- -1 c-) C. Cast in place inverts must provide a channel at least one-half the depWR th_%pipe match the full cross-sectional area of the pipe. All junctions and chang ndirStstion�j be smooth and rounded to the maximum extent possible to suppleme�A6w ibPough 11� structure. D W D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. J. Inspect for visible leaks after groundwater has returned to normal level. Repair leaks. 02700-9 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. e� E. Where gravity sewer crosses over water main or service or where the top of mer is less than 18 inches below the bottom of the water main or service, the foir rWrerrf ` shall apply: � r 1. The sewer may not be placed closer than 6 inches below a waterc:M"ig of`f8 inc above a water main. The separation distance shall be the maxirolMi'fea0le in I cases.o� % 0 2. Use 20 -foot length of water main material as specified for gravity steer cea0ered on the water main. Both joints shall be located as far from the water main as posisle. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 02700-10 06/03 shmedknginw&pecsu%02700.dm 02700-I1 N O :5�-n m - �r rn n y a oo D F O SECTION 09010 SEEDING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Certification of Products B. Acceptance and Warranty C. Seed Types and Mixes D. Equipment E. Application of Seed 1.02 DESCRIPTION OF WORK Includes the requirements for seedbed preparation; furnishing, applying, and covering the seed; and compaction of the seedbed. 1.03 SUBMITTALS Comply with Division 1 - General Provisions and Covenants, as well as the following A. Submit certification of products to the Engineer prior to seed placement: a° mac, �o 1. Seed: Submit a laboratory analysis for all seeds, specifying the puritylaageRRinatiom Provide a lot number on all submittals and labeling. Ensure lot numbeoivgheme *i all records pertaining to a particular seed. Provide 48 hours notice prior taking he s and give the Engineer an opportunity to witness the seed mixing. SL l mSani printed seed tag from an Iowa Crop Improvement Association-approvd ditilS or grower. r D' .0 2. Fertilizer. Submit certification of the fertilizer analysis with scale weight and staRment of guaranteed analysis. Submit from a certified fertilizer dealer, a mechanically printed commercial fertilizer label, or bill of lading. Comply with the inspection and acceptance requirements of Iowa DOT Materials I.M. 469.03. 3. Wood Cellulose Fiber Mulch: Submit certification of the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. 4. Wood Excelsior Mulch: Bale wood excelsior and determine the mass (weight). Use the mass of the material, furnished by the manufacturer, to determine the rate of application. 5. Straw Mulch: Certify weight. Furnish a list of the number of bales and a corresponding ticket from an approved scale for the mulch material to be used on the project. 6. Compost Submit certification of composted organics analysis with U.S. Compost Council's Seal of Testing Assurance (STA), recommended rates of application, and manufacturer's estimated cubic yards per ton. 7. Inoculant: Furnish information from inoculant packaging. 09010-1 8. Tackifier: Submit certification of the tackifier ingredients, recommended rates of application, and expiration date. B. Submit written instructions recommending procedures for maintenance of seeded areas. 1.04 SUBSTITUTIONS Comply with Division 1 - General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Deliver packaged materials in original, unopened, and undamaged containers. Do not mix or blend materials except in the presence of the Engineer. B. Deliver, handle, and store all materials according to product recommendations, and protect from loss, damage, and deterioration. C. Materials not meeting these requirements will be rejected. 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three calendar days prior to the start of seeding operations. B. After all land -disturbing activities are complete and the seedbed has been approved by the Engineer, perform seeding operations. 1.07 SPECIAL REQUIREMENTS p m None. C -J IV r 1.08 MEASUREMENT AND PAYMENT n rn A. Conventional Seeding: _=ZFE 0 1. Seeding: CD a. Measurement: Measurement will be in acres for each type of seed. b. Payment: Payment will be in unit price per acre for each type of seed. c. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. 2. Fertilizing: a. Measurement: Measurement will be in acres of fertilizer. b. Payment: Payment will be at unit price per acre of fertilizer. 3. Mulching: a. Measurement: Measurement will be in acres of mulch. b. Payment: Payment will be in unit price per acre of mulch. B. Seeding, Fertilizing, and Mulching for Hydraulic Seeding: 1. Measurement: Measurement will be in acres for each type of seed. 09010-2 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. C. Seeding, Fertilizing, and Mulching for Pneumatic Seeding: 1. Measurement: Measurement will be in acres for each type of seed. 2. Payment: Payment will be in unit price per acre for each type of seed. 3. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. D. Watering: 1. Measurement: Measurement will be by metering of water applied. If metering is not available, measurement will be by counting the loads from a transporting tank of known volume and gauging the contents of the transporting truck for partial loads. 2. Payment: Payment will be at the unit price per 1,000 gallons of water used. E. Warranty: 1. Measurement: Lump sum item; no measurement will be made. ro 2. Payment: Payment will be at the lump sum price for the warranty.o 'o m b 3. Includes: Lump sum price includes, but is not limited to, all work requo cc�ect an" defects in the original placement of the seeding for the period of time rle�at� �na r PART2-PRODUCTS <m n rn 2.01 SEED o7r CO D A. General: t O Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annua, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, (orbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. a. Provide turfgrass with a certified "blue tag" or "gold tag." b. Provide native grass and forbs that are source -identified as GO -Iowa certified "yellow tag," when available. If GO -Iowa certified "yellow tag" sourced seed is unavailable, or is only available from a single source, a substitution may be approved by the Engineer. 2. Mix seed to the specified proportions by weight. Use methods approved by the Engineer. B. Seed Quality: Ensure the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document according to the Association of Official Seed Analysis (AOSA) rules. The seed certification 09010-3 tag and seed analysis document provided must be from the same lot number as shown on the seed tag. Ensure the date of test results is no greater than 9 months from the seed application date. Approval of all seed for use will be based on the accumulated total of Pure Live Seed (PLS) for each phase of work. PLS is obtained by multiplying purity times germination. PLS shall not be less than the accumulated total of the PLS specified. If the seed does not comply with minimum requirements for purity and germination and such seed cannot be obtained, the Engineer may approve use of the seed on a basis of PLS or may authorize a suitable substitution for the seed specified. C. Requirements on Containers: 1. Seed: Provide seed with a tag on each container. Ensure the seed analysis on the label is mechanically printed. 2. Mulch: When packaged, provide mulch in new labeled containers. 3. Tackifier: Provide tackifier packaged in new labeled containers. 4. Inoculant: Use inoculant that has a manufacturer's container, indicating the specific legume seed to be inoculated and the expiration date. All inoculant must meet requirements of the Iowa Seed Law. Follow precautions specified on the product label. S. Sticking Agent: Use a commercial sticking agent recommended by the manufacturer of the inoculant. For quantities less than 50 pounds, the sticking agent need not be a commercial agent, but requires approval by the Engineer. Apply sticking agent separately prior to application of inoculant. Follow safety precautions specified on the product label. 0 Table 9010.01: Domestic Grasses m Common Name Scientific Name PurityD a*- Bluegrass, Kentucky Poe pratensis 85 tv Brome, smooth -LINCOLN Bromus inermis 90 --411Ma Fescue, creeping, red Festuca rubra 98 -- Fescue, tall, FAWN Festuca arundinacea-FAWN 98 a Orchardgrass Dactylis glomerata 90 0 Red top Agro tis alba 92 85 R e rass, perennial Lolium perenne 95 90 Wild e, Canada EI mus Canadensis 95 85 Wildrye, Russian Psath rostach s'unceus 95 85 Table 9010.02: Legumes Common Name Scientific Name Purity Germination Alfalfa, RANGERIVERNAL Medicago sativa 99 90* Alfalfa, travois Medicoa spp. 99 90* Clover, Alsike Trifolium h bridum 99 90* Clover, red, medium Trifolium pratense 99 90* Clover, white Trifolium re ens 98 90* Hairy vetchVicia villosa 96 85* Les edeza, Korean Les edeza sti ulacea 98 80* Includes hard seed. Table 9010.03: Stabilizing Crop Common Name I Scientific Name Purity I Germination 09010-4 r m v Table 9010.04: Native Grasses Common Name Scientific Name Big bluestem* Andro 0 on gerardii Blue grama Bouteloua gracilis Blue -joint grass Calama rostisCanadensis Bottlebrush sedge Carex h stericina Buffalograss* Buchloe dactyloides Common rush Juncus effusus Fowl bluegrass Poa palustris Fowl manna grass GI ceria striata Fox sedge Carex vul inoidea Green bulrush Scir us atrovirens Hairy wood chess Bromus purgans Indiangrass* Sor hastrum nutans Intermediate wheatgrass Agropyron intermedium Little bluestem* Andro 0 on sco arius Prairie dro seed S orobolus heterole is Reed manna grass GI ceria grandis Rice cutgrass Leersia o zoides Rye grass, annual Lolium italicum Sand bluestem* Andro 0 on gerardii, var. paucipilus Sand dro seed S orobolus cryptandrus Sand lovegrass Era rostis trichodes Sideoats rama* Bouteloua curti endula Slender wheatgrass Agropyron trach caulum, var. unilaterpV Spike rush Eleocharis palustris Softstem bulrush Schoeno lectus tabernaemontani Switchgrass* Panicum vir atum < Tussock sedge Carex stricta Virginia wild -rye EI mus vir inicus Weeping lovegrass Era rostis curvula Western wheatgrass* Agropyron smithii Wool grass Scir us cyperinus Table 9010.05: Forbs Common Name Scientific Name Black-eyed Susan Rudbeckia hirta Blue -flag iris Iris vir inica-shrevii Boneset Eu atorium perfoliaturn Canadian anemone Anemone canadensis Common mountainmint P cnanthemum vir inianum Common rush Juncuseffisus Fowl manna grass GI ceria striata Golden Alexanders Zizia aurea Great blue lobelia Lobelia si hilitica Grey -headed coneflower Ratibida pinnata Heath aster S m h otrichum ericoides 09010-5 Ironweed Veronia faxciculate Joe a weed Eu atorium maculatum Meadow blazin star Liatris ligulistylis Milkweed, butterfly Ascle las tuberose Milkweed, swamp Asclepias incamata New England aster S m h otrichum novae -an liae Ohio s iderwort Tradescantia ohiensis Oxeye sunflower Helio sis helianthoides Pale purple coneflower Echinacea pallida Partridge pea Chamaecrista fasciculate Prairie blazing star Liatris p cnostach a Purple prairie clover Dalea purpurea Rattlesnake master Eryngium yuccifolium Reed manna grass GI ceria grandis Rice cutgrass Leersia oryzoides Showy goldenrod Solida o speciosa Showy tic -trefoil Desmodium canadense Stiff goldenrod Solida o rigida Swamp aster Aster puniceus White wild indigo Ba tisia alba Wild bergamot Monarda fistulosa 2.02 SEED MIXTURES AND SEEDING DATES See the contract documents for the specified seed mixture. If a mixture is not specified, use the following. The Contractor may submit a modification of the mixture for the Engineer's consideration. A. Type 1 (Permanent Lawn Mixture): Used for residential and commercial turf site, fertilized, and typically mowed. Use between March 1 and May 31 and between August 10 and September 30. o m Table 9010.06: Type 1 Seed Mixturesc-) A commercial mbdure may be used if it contains a high percentage of similar bluegrasses; it may or may not contain creeping red fescue. t Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Common Name Application Rate Ib/ Creeping red fescue 25. r Turf -type perennial ryegraSS2 20 Turf -type perennial ryegraSS2 20 0 Kentucky bluegrass cultivar3 65 Kentuckybluegrass cultivar3 65 Kentucky bluegrass cultivar3 65 A commercial mbdure may be used if it contains a high percentage of similar bluegrasses; it may or may not contain creeping red fescue. t Choose two different cultivars of turf -type perennial ryegrass, at 20 lbs/acre each. Choose three different cultivars of Kentucky bluegrass, at 65 lbs/acre each. B. Type 2 (Permanent Cool Season Mixture for Slopes and Ditches): Not typically mowed. Reaches a maximum height of 2 to 3 feet, low fertility requirements, grows in the spring and fall, and can go dormant in the summer. Use between March 1 and May 31 and between August 10 and September 30. Table 9010.07: Type 2 Seed Mixture Common Name Application Rate Ib/acre Fawn fescue 100 Kentucky bluegrass 20 R e rass, perennial 75 09010-6 C. Type 3 (Permanent Warm -Season Slope and Ditch Mixture): Not typically mowed. Reaches a height of 5 to 6 feet, stays green throughout summer, and responds well to being burned in spring; no fertilizer. Use between March 1 and June 30. Table 9010.08: Type 3 Seed Mixture Common Name Application Rate Iblacre Big bluestem* 3 PLS Grain rye 40 Indian rass* 4 PLS Little bluestem* 3 PLS Oats 16 Sideoats Tama* 5 PLS Switchgrass* 1 PLS * Furnish seed certified as Source Identified Class (Yellow Tag) Source Ge -Iowa. D. Type 4 (Urban Temporary Erosion Control Mixture): Short lived (6 to 8 months) mix for erosion control. Table 9010.09: Type 4 Seed Mixture Common Name Application Rate lb/acre SPRING - March 1 - May 20 Annual ryegrass 40 Oats* 65 Oats 50 SUMMER - May 21 - August 14 Annual ryeqrass 50 Oats* 95 Grain a 62 FALL - August 15 - September 30 Annual R e rass 40 Grain rye Engineer may delete for previously established urban areas. E. Type 5 (Rural Temporary Erosion Control Mixture): cm 0 65 a Short lived mix fopksioilt�ontr� :fir a M Table 9010.10: Type 5 Seed Mixture o� = v Co '- 31 0 Common Name Application lb/acre March 1 - October Canada wildrye 5 PLS/acre Grain a 50 Oats 50 November 1 - February28 or 29 Canada wildrye 7 PLS/acre Grain a 62 Oats 62 Seed does not need to be certified Source Identified Class (Yellow Tag). F. Type 6 (Salt -resistant Mixture): Use for grass medians and areas immediately back of curb on streets subject to regular salt applications for winter de-icing. Apply between March 1 and May 31 and between August 10 and September 30. Table 9010.11: Type 6 Seed Mixture Common Name Application Rate PurityGermination 09010-7 G. Wetland Seeding: Between April 1 and June 30, use the following seed mixture for wetland grass seeding areas. Table 9010.12: Wetland Grass Seed Mixture Common Name Ib/acre %°/a Arrowhead Blue chip Kentucky bluegrass 37.5 90 85 Fulls alkali grass 75 98 85 Hard fescue 50 95 85 Nublue Kentucky bluegrass 37.5 90 85 Shee sfescue 50 90 85 G. Wetland Seeding: Between April 1 and June 30, use the following seed mixture for wetland grass seeding areas. Table 9010.12: Wetland Grass Seed Mixture Common Name Scientific Name PLS** (per ac Arrowhead Sagittaria latifolia 4 oz Big bluestem' Andropogon gerardii 1 Ib Bluejoint grass Calamagrostis 1 oz Blue vervain Verbena Hastata 1 oz Boneset Eupatorium perfoliatum 1 oz Broom sedge Carex scoparia 2 oz Dark green bulrush* Scirpus atrovirens 1 oz Fox sedge* Carex vulpinoidea 4 oz New England aster* Symphyotrichum novae-angliae 2 oz Nodding bur marigold Bidens cernua 8 oz Porcupine sedge Carex h stericina 8 oz Prairie cordgrass Spartina pectinata 1 Ib Rice cutgrass Leersia oryzoides 4 oz Sneezeweed Helenium autumnale 2 oz Softstem bulrush Schoenoplectus tabernaemontani 8 oz Spike rush Eleocharis palustris 8 oz Swamp milkweed' 1 Asclepias incarnata Switchgrass* Panicum virgatum `BpzC t Tussock sedge Carex stricta Virginia wild -rye* Elymus virginicus 5 - Water plantain Alisma plantago-aquatica 4 ' Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. y "Seeding rates for wetland grasses are given as PLS. Either the germination test or Tetrazolium (TZ) test is acceptable to determine PLS for native species. all H. Native Grass and Forbs (Wildflower) Seeding: Between April 1 and June 30, use the following seed mixture for areas designated for native grass and wildflower seeding. Table 9010.13: Native Grass and Forbs (Wildflower) Seeding Mixture Common Name Scientific Name Application Rate** GRASSES Ib/acre Big bluestem* Andropogon gerardii 1.0 Canada wild rye EI mus Canadensis 1.5 Indian rass* Sor hastrum nutans 1.0 Little bluestem* Schizach rium scor arium 2.0 Sideoats rama* Boutelouea curtipendula 2.5 Switchgrass* Panicum vir atum 0.5 FORBS WILDFLOWERS oz/acre Black-eyed Susan Rudbeckia hirta 3.0 09010-8 Butterfly milkweed Asclepias tuberosa 4.0 Canadian anemone Anemone canadensis 0.5 Common mountainmint P cnanthemum vir inianum 0.25 Golden Alexanders Zizia aurea 8.0 Grey -headed coneflower Ratibida pinnata 2.75 Heath aster S m h otrichum ericoides 0.25 Ironweed Veronia faxciculate 3.0 New England aster S m h otrichum novae -an liae 1.25 Ohio s iderwort Tradescantia ohiensis 7.0 Oxeye sunflower Helio sis helianthoides 12.0 Pale purple coneflower Echinacea pallida 15.0 Partridge pea Chamaecrista fasciculate 32.0 Prairie blazing star Liatris pycnostachya 4.5 Purple prairie clover Dalea purpurea 2.5 Rattlesnake master Ervngium yuccifoliurn 1.75 Showy goldenrod Solida o speciosa 0.50 Stiff goldenrod Solida o rigida 1.0 Swamp milkweed Asclepias incamata 4.0 White wild indigo Ba tisia alba 2.0 Wild bergamot Monarda fistulosa 1.25 NURSE CROP Ib/acre Oats s rin seedin - A ril 1 to June 30 32 Winter wheat dormant/frost seeding - November 1 to March 31 25 Furnish seed certified as Source Identified Class (Yellow Tag) Source GO -Iowa. " Seeding rates for native grass and forb species are given as PLS. Either the germination test or Tetrazolium (TZ) test is acceptable to determine PLS for native species. 2.03 FERTILIZER N O Use fertilizer of the grade, type, and form specified that complies with rules of the lowac a Department of Agriculture and Land Stewardship and the following requiremergc-.)9v A. Grade: Identify the grade of fertilizer according to the percent nitrogen (N) enW available phosphoric acid (P205), and percent water soluble potassium (1<2 hattoorder,i and base approval on that identification. = 0 The Contractor may substitute other fertilizer containing analysis percentage- Ii erelWfrom those specified, provided that the minimum amounts of actual nitrogen, phosoate, ag potash per acre are supplied, and that in no case does the total amount per acre of the three fertilizer elements be exceeded by 30% of the following minimum amounts. 1. For Conventional Seeding, Permanent: Apply a 6-24-24 commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate of 300 pounds per acre. 2. For Conventional Seeding, Temporary: Apply commercial fertilizer to all seeded areas at the rate of 250 pounds per acre of 13-13-13 (or equivalent) for rural mixes and 300 pounds per acre of 6-24-24 (or equivalent) for urban mixes, unless otherwise specified in the contract documents. 3. For Hydraulic Seeding: Apply fertilizer in combination with seeding by a hydraulic seeder and as specified in Iowa DOT Article 2601.03, B. Apply a commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate specified for the type of seeding being applied. 4. For Pneumatic Seeding: Based on the compost nutrient analysis, supply any additional commercial fertilizer necessary to meet the 13-13-13 units of nitrogen, phosphate, and potash at the rate of 450 pounds per acre as the compost is applied. 09010-9 B. Type: Use fertilizer that can be uniformly distributed by the application equipment. Furnish fertilizer either as separate ingredients or in chemically -combined form. 2.04 STICKING AGENT A. Use a sticking agent that is a commercial material recommended by the manufacturer to improve adhesion of inoculant to the seed. For small quantities less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately, prior to application of inoculant. B. Follow safety precautions specified on the product label. A sticking agent is not required if a liquid formulation of inoculant is used. 2.05 INOCULANT FOR LEGUMES An inoculant is a culture of bacteria specifically formulated for each legume seed (alfalfa, clovers, lespedesa, and hairy vetch). Ensure the manufacturer's container indicates the specific legume seed to be inoculated and the expiration date. Use inoculant that meets the requirements of the Iowa Seed Law. Follow the safety precautions specified on the product label. 2.06 WATER Use water that is free of any substance harmful to seed germination or plant growth. 2.07 MULCH A. For Conventional Seeding: o c.� m 1. Material used as mulch may consist of the following: tc a. Dry cereal straw (oats, wheat, barley, or rye) b. Prairie hay w (� c. Wood excelsior composed of wood fibers, at least 8 inches long, bon an 100 fibers, 0.024 inch thick and 0.0;P,=M h,9e. average of and approximately fibers must be cut from green wood and be reasonably free of seeFbrRotl vial go plant material. n t 0 2. Do not use other hay (bromegrass, timothy, orchard grass, alfalfa, or clover). 3. All material used as mulch must be free from all noxious weed, seed -bearing stalks, or roots and will be inspected and approved by the Engineer prior to its use. 4. The Contractor may use other materials, subject to the approval of the Engineer. B. For Hydraulic Seeding: Wood Cellulose: a. Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from sawdust, or recycled paper (by volume). b. Product contains a colloidal polysaccharide tackifier adhered to the fiber to prevent separation during shipment and avoid chemical co -agglomeration during mixing. c. Form a homogeneous slurry of material, tackifier, and water. d. Use a slurry that can be applied with standard hydraulic mulching equipment. e. Dye the slurry green to facilitate visual metering during application. f. Do not use materials that have growth or germination -inhibiting factors or any toxic effect on plant or animal life when combined with seed or fertilizer. 2. Bonded Fiber Matrix (BFM): 09010-10 a. Produced from long -strand wood fibers, held together by organic tackifiers and bonding agents that, when dry, become insoluble and non -dispersible. b. Upon curing 24 to 48 hours, form a continuous, 100% coverage, flexible, absorbent, erosion -resistant blanket that encourages seed germination. c. Manufactured to be applied hydraulically. d. Physical Properties: 1) Fibers: Virgin wood, greater than 88% of total volume. 2) Organic Material: Greater than 96% of total volume. 3) Tackifier: 8-10%. 4) pH: 4.8 minimum. 5) Moisture Content: 12% +/- 3%. 6) Water -holding Capacity: 1.2 gal/lb. e. Dyed green to facilitate visual metering. f. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. g. Other products not meeting the requirements of the physical properties listed in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non - dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo -degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event (R -factor) of 140 < R according to ASTM D 6459. 6) Have a cover factor of C 5 0.03 according to ASTM D 6459. 7) Vegetation Establishment of 400% minimum according to ASTM D 7322. 8) Water Holding Capacity 600% minimum according to ASTM D 7367. 3. Mechanically -Bonded Fiber Matrix (MBFM): a. Produced from long -strand wood fibers and crimped, interlocking synthetic fibers. b. Within two hours of application, form a continuous, 100% coverage, flexible, absorbent, porous, erosion -resistant blanket that encourages seed germination. c. Manufactured to be applied hydraulically. d. Physical Properties: o 1) Wood Fibers: 73% minimum. W 2) Tackifier: 10%+/-1%. 3) Crimped, Interlocking Synthetic Fibers: 5%+/- 1 4) Moisture Content: 12%+/- 3%. < r r-- 5) Water holding capacity: 1.2 gal/Ib. icy ro 6) Minimum pH: 4.8. <r— = e. Dyed green to facilitate visual metering. o o f. All components pre-packaged by manufacturer to ensure material� rm9iice an? compliance. Field mixing of additives or any components will not allo g. Other products not meeting the requirements of the physical properties Iist9d in item d above may be approved if they meet the following requirements: 1) Contain non-toxic tackifiers that upon drying become insoluble and non - dispersible to eliminate direct raindrop impact on soil according to ASTM D 7101 and EPA 2021.0-1. 2) Contain no germination or growth inhibiting factors and do not form a water- resistant crust that can inhibit plant growth. 3) Hydraulic mulch that is completely photo -degradable or biodegradable. 4) Contain a minimum of 90% organic material according to ASTM D 2974. 5) Have a rainfall event (R -factor) of 175 < R according to ASTM D 6459. 6) Have a cover factor of C:5 0.01 according to ASTM D 6459. 7) Vegetation establishment of 500% minimum according to ASTM D 7322. 8) Water holding capacity of 700% minimum according to ASTM D 7367. C. For Pneumatic Seeding: Use compost meeting the following requirements. 09010-11 1. Derived from a well -decomposed source of organic matter. 2. Produced using an aerobic composting process, meeting Code of Federal Regulations (CFR) 503 for time, temperature, and heavy metal concentrations. 3. No visible admixture of refuse or other physical contaminants, nor any material toxic to plant growth. 4. Certified by the U.S. Composting Council's Seal of Testing Assurance (STA) program. 5. Conforms to chemical, physical, and biological parameters of AASHTO MP 10-03, with the following additional requirements: a. Follow U.S. Composting Council's TMECC guidelines for all testing. b. Organic Matter Content: 30% minimum. c. pH: between 6.0 and 8.0. d. Maturity (growth screening): Minimum 90% emergence for all compost to be vegetated. e. Particle Size: Sieve Size Percent Passing* 2" 100 1" 90-100 3/4" 65-100 3/8" 0-75 "6 inch maximum particle length. PART 3 - EXECUTION 3.01 EQUIPMENT A. Aerial Equipment: When aerial application of seed and fertilizer is specified, use aerial equipment capable of providing a uniform distribution of seed and fertilizer on the specified area. N _ o B. Compost Blower: A compost blower is pneumatic equipment to blow cc st ovrthe desired area. It may be equipped with a supplemental seed injection syste mise -v equipment with sufficient power to cover the required area without driving pripare- seedbed. N r -<r— T C. Cultipacker: Use a pull -type cultipacker with individual rollers or wheels. adIrs wT sprocket -type spacers between the wheels may be used. The cultipacker stprggpce aQ corrugated surface on the area being compacted. Operate the cultipackerDeparat!& from all other operations, and do not attach the cultipacker to the seeder or disk, unless coetbined cultipacker seeder is manufactured to operate as a unit. Make provisions for addition of weight. D. Disk: When preparing a seedbed on ground having heavy vegetation, use a disk with cutaway blades. Make provisions for the addition of weight to obtain proper cutting depth. E. Endgate Cyclone Seeders: Endgate cyclone seeders must be suitably mounted. Movement must be provided by mechanical means. The seed drops through an adjustable flow regulator onto a rotating, power driven, horizontal disk or fan. F. Expanded Mesh Roller: Use equipment that is an open grid type or a cultipacker type, modified by covering with expanded metal mesh. G. Field Tiller: Use equipment designed for the preparation of the seedbed to the degree specified. 09010-12 H. Gravity Seeders: Gravity seeders must provide agitation of the seed, have an adjustable gate opening, and uniformly distribute seed on the prepared seedbed. Use a seed hopper equipped with baffle plates spaced no more than 2 feet apart. The baffle plates must extend from the agitator shaft to within approximately 2 inches of the top of the seed hopper. Wind guards are required to facilitate seeding when moderate wind conditions exist and when ordered by the Engineer. Place wind guards in front or in back (or both) of the seed outlet and extend them to near the ground line. This seeder may be used for application of fertilizer. I. Hand Cyclone Seeders: Hand cyclone seeders are carried by the person dispensing seed. The seed drops through an adjustable flow regulator onto a rotating, hand driven, horizontal disk or fan. J. Hydraulic Seeder: Use hydraulic seeding equipment with a pump rated at no less than 100 gallons per minute. Inoculant, seed, and fertilizer may be applied in a single operation. The equipment must have a suitable working pressure and a nozzle adapted to the type of work. Supply tanks must have a means of agitation. Calibrate tanks and provide them with a calibration stick or other approved device to indicate the volume used or remaining in the tank. K. Mowers: Use mowers that are rotary, flail, disk, or sickle type. Do not use mowers that bunch or windrow the mowed material. L. Mulch Anchoring Equipment: Use mulch anchoring equipment designed to anchor straw or hay mulch into soil by means of dull blades or disks. It should have flat blades or disks, may have cutaway edges, must have a nominal minimum diameter of 20 inches, and must be spaced at approximately 8 inch intervals. The mulch anchoring equipment must be pulled by mechanical means and weigh approximately 1,000 pounds. When directed by the Engineer, increase the weight by addition of ballast. M. Native Grass Seed Drill: Use a native grass seed drill designed to provide uniform distribution of native grass and wildflower seeds. Provide separate seed boxes to apply both small seeds as well as fluffy bearded seeds. If a no -till attachment is specified, u%&n attachment of the same manufacturer as the drill. m MR N. Pneumatic Seeder: Use an air blown system with sufficient power and h?je5p r*h 300st. C-) -< r O. Pulverizer: Use equipment designed to break up compacted soil to prepa4dpse&R)ed. r ,Cr a rn P. RotaryTiller: Use equipment with rotary -type blades designed for the pre ior;* 0 seedbed to the degree specified. `;X Co D C Q. Slope Harrow: Use a slope harrow, consisting of a rolling weight attached by hea6t%chain to a tractor. The chain must be of suitable length, with picks attached, and a means of rotating the picks as the rolling weight is pulled in a direction parallel to the movement of the tractor. R. Spike Tooth Harrow: Use equipment designed to provide adjustment of the spike teeth to level the ground, or to be used as specified by the Engineer. S. Straw Mulching Machine: Use a machine to uniformly apply mulch material over the desired area without excessive pulverization. The Engineer may consider excessive pulverization as the general absence of straw longer than 6 inches after distribution. 3.02 AREA OF SEEDING Place seed only in the areas specified in the contract documents. Repair damaged areas that are disturbed outside the contract limits at the expense of the Contractor. Do not disturb areas having a satisfactory growth of desirable grasses or legumes. 3.03 FINISH GRADING AND TOPSOIL 11211111BRI See Section 2010 for finish grading and topsoil placement. 3.04 CONVENTIONAL SEEDING A. - Order of Operations: 1) fertilizing, 2) seedbed preparation, 3) seed preparation/application, and 4) mulching. B. Fertilizing: Apply fertilizer immediately prior to seedbed preparation. Incorporate the fertilizer into the top 2 to 3 inches of topsoil during the seedbed preparation. Equipment that results in ruts or excessive compaction will not be allowed. 2. Do not apply fertilizer with native grass, wildflower, or wetland seeding. C. Seedbed Preparation, Permanent: 1. Limit preparation of seedbed to areas that will be seeded immediately upon completion. 2. Work areas accessible to field equipment to a depth of no less than 3 inches. Use mechanical rotary tillage equipment for the preparation of seedbed on earth shoulders, urban or raised medians, and rest areas. Prepare by hand areas inaccessible to field machinery, to a depth of no less than 2 inches. Use care that the entire width of the shoulder and areas around headwalls, wingwalls, flumes, and other structures are prepared in the manner specified. Where weed growth has developed extensively, they may be disked into the ground. If weed growth develops sufficiently to interfere with proper seedbed preparation, mow the weeds and remove them from the project at no additional cost to the Contracting Authority. Use crawler type or dual -wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross- section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding. 3. Shape and fine grade to remove rills or gullies, water pockets, undesirable ved&tion, and irregularities to provide a smooth, firm, and even surface true to cede anTross- section. For Type 1 (lawn seeding), prepare to a fine texture and withWX&oil wps.'n Coordinate preparation of all ditches designated for special ditch contr'al'+@h M seedho preparation. Till parallel to the contours. C')n ro r 4. Smooth the seedbed with a cultivator -type tillage tool having a rake bar ala rrakb. ■ Pick up and remove all debris, such as rocks, stones, concrete larger_94 2pi l:es 40 inch maximum for lawn seeding), or roots and other objectionable m*ial thdFLvill interfere with the seeding operation. A spring tooth cultivator may be used in u of a rock picker. Remove the rock by hand after each use of the cultivator; repeat a process until the soil is relatively free of rock as determined by the Engineer. 5. Choose equipment to minimize soil compaction. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Roll the area with at least one pass of the cultipacker. Remove ruts that develop during the sequence of operations before subsequent operations are performed. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. D. Seedbed Preparation, Temporary: Till the soil to a minimum depth of 5 inches with a disk, harrow, or field cultivator. E. Seeding: 09010-14 1. Seed Preparation: a. Thoroughly mix all seed specified for the contract prior to placing the seed in the seed hopper. Provide 48 hours notice prior to mixing the seed, and give the Engineer an opportunity to witness the seed mixing. The mixing of a certified blue tag seed mix at an approved (by Iowa Crop Improvement Association) seed conditioner's facility need not be witnessed. b. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. c. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. d. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re -inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre -inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with Contractor -applied inoculant. e. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturers recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 2. Seed Application, Permanent: a. Prior to seeding, the seedbed will be inspected and approved by the Engineer. Use methods and procedures consistent with equipment manufacturers recommendations; however, do not operate ground -driven equipment at speeds greater than 10 mph. b. On all areas accessible to machinery, sow seed with a gravity seeder, endgate cyclone seeder, or seed drill. c. On areas inaccessible to field machinery, the use of hand -operated cyclone seeders will be allowed, but no other hand -seeding methods will be accepted. d. The application of grass and legume seed with hand seeders on earx sprinfoork must be performed as separate operations. No mixing of the two types of seed will n be allowed. -av e. All seeded areas will have one pass with a roller or cultipacker to fittf sole -� 3. Seed Application, Temporary: -<rr— r a. On areas accessible to field machinery, sow seed with an endgatea geder.m b. On areas inaccessible to field machinery, the use of hand -operated will be allowed, but no other hand -operated seeding methods will ccep c. Cover the seed and fertilizer by lightly tilling the seeded area with a disk, rigSharrow, spring tooth harrow, or field cultivator. 4. Seeding Outside of the Specked Seeding Dates: With the agreement of the Engineer and at the full responsibility of the Contractor, seeding operations for all seed types may be conducted outside the specified seeding dates. Should the seeded areas require reseeding, it must be done as specified and at no additional cost to the Contracting Authority. a. Dormant Seeding: When winter dormant seeding is allowed or specified by the Jurisdiction, complete it when air temperatures are consistently below 40°F and prior to December 25 of a given year. Dormant seeding is not allowed on snow. 1) Prepare the seedbed before the ground freezes. 2) To ensure protection of the seed, apply on a frosty morning or before a predicted snow. 3) Seeding may be done by hand or with seeding equipment. 4) For hydraulic seeding, apply the fertilizer at no more than 0.5 pounds nitrogen per 1000 square feet, followed by the seed. b. Frost Seeding (Overseeding): 09010-15 1) Complete frost seeding, also referred to as overseeding, in the spring when the ground is friable from frost action (February 1 to April 1). 2) Frost seeding is not allowed on more than 1 inch of snow. 3) Seeding can be done with a hand -operated cyclone seeder or other equipment. 4) Seedbed preparation will not be required provided the ground is friable from frost action. F. Mulching: 1. Mulch all conventionally seeded areas the same day the seed is sown. Uniformly distribute the mulch over the required areas at a rate of 1.5 tons/acre for dry cereal straw, or native grass straw. Prairie hay is not suitable for Type 1 (lawn seeding). 2. Work the mulch into the soil with mulch anchoring equipment designed to anchor the mulch into the soil by means of dull blades or disks with a minimum of two passes. Operate equipment in a manner to minimize displacement of the soil and disturbance of the design cross-section. 3.05 HYDRAULIC SEEDING A. Order of Operations: 1. Seedbed preparation 2. Seed application, fertilizing, and mulching B. Seedbed Preparation: Follow seedbed preparation for conventional seeding in Section 9010. 3.04. 0 C. Seed Preparation: Inoculant, in the quantities specified above, may be arged dirrptly intuit the supply tank with seed, water, and other material. D� D. Seed Application, Fertilizing, and Mulching: n� N rn 1. Place all material, seed, fertilizer, mulch, and tackifier (if applicable) in hyt c rOchino equipment specifically manufactured for hydraulic seeding. x m a 2. Ensure the hydraulic equipment, pump, and application process do not damage oack seeds. 3. Mix materials with fresh potable water using a combination of both recirculation through the equipments pump, and mechanical agitation to form a homogeneous slurry. 4. Apply mixture within 1 hour after seed and fertilizer are placed in the hydraulic seeder. 5. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. 6. Apply the slurry evenly over all specified areas at component material rates specified. a. Wood Cellulose Mulch: 1) Mulch: Minimum 3,000 Ib/acre dry weight. 2) Tackifier: Minimum 50 Ib/acre. b. Bonded Fiber Matrix: Minimum 3,000 Ib/acre dry weight. c. Mechanically -bonded Fiber Matrix: Minimum 3,000 Ib/acre dry weight. 7. Retain and count empty bags of mulch to ensure final application rate. 8. Hydromulching may be done over conventional seeding and/or fertilizing, if approved by the Engineer. 09010-16 E. Native Grass, Wildflower, and Wetland Grass Seeding: Hydraulic seeding of native grasses, wildflowers, and wetland grasses is allowed only if approved by the Engineer. If allowed, increase specific seed rates by 25%. Do not apply fertilizer. 3.06 PNEUMATIC SEEDING A. Order of Operations: 1) seedbed preparation, 2) seed preparation, and 3) seed application. B. Seedbed Preparation: Follow seedbed preparation for conventional seeding in Section 9010. 3.04. C. Seed Preparation: Follow seed preparation for conventional seeding in Section 9010, 3.04. Pre -inoculate seed in the quantities specified above prior to placing in the seed equipment. D. Seed Application: 1. Place all material, seed, fertilizer, and compost in equipment with a calibrated seeder attachment specifically designed for pneumatic seeding. Do not apply fertilizer with native grass, wildflower, or wetland seeding. 2. Apply compost to a 1 inch minimum depth on all designated disturbed areas. Apply the compost with a pneumatic (air blower) system with sufficient power and hose to reach 300 feet. Driving on the soil to apply compost will not be allowed. 3. Inject seed and fertilizer into the top 1/4 inch to 1/2 inch of compost during application with a calibrated seed injector at the specified rate. Do not inject native grasses and (orbs more than 1/4 inch. 3.07 WATERING A. Provide water, equipment, transportation, water tanker, hoses, and sprinklers. B. Use enough water to keep the soil and mulch moist to a depth of 1 inch and ensu growth of the seed. For turfgrass seeding areas, sufficiently water to keep the soil rapist foe minimum of 21 days. If natural rainfall is adequate to keep the soil and mulch moiificitwatedlfi may not be needed. D 1 3.08 RESEEDING mac-) ro r A. When all work related to seeding, fertilizing, and/or mulching has been c ted3on anrn and is washed out or damaged, re -seed, fertilize, and/or mulch the area cordract price(s) when so ordered by the Engineer. D F 0 B. When work related to seeding, fertilizing, and/or mulching has not been completed in an area and is washed out or damaged, re -seed, fertilize, and/or mulch the area as necessary at no additional cost to the Contracting Authority. 3.09 CLEAN UP All work related to clean up throughout the project and upon completion is the responsibility of the Contractor, at no additional cost to the Contracting Authority. A. Remove all excess materials, debris, and equipment upon completion of work. B. Clean all paved surfaces open for public use at the end of each day and prior to forecasted precipitation. C. Repair any damage resulting from seeding operations. 09010-17 D. Remove hydraulic slurry and other excess debris related to seeding operations from buildings, landscaping, mulch, pavement, signs, sign posts, and any other areas not specified for application, at the end of each day. 3.10 ACCEPTANCE AND WARRANTY A. Acceptance: 1. Guarantee in writing that all work has been completed as specified and provide the date that all activities were completed. When a warranty is a separately -bid item, this also establishes the beginning of the warranty period. 2. Acceptance will occur, provided seeded areas are in a live, healthy, growing, and well- established condition without eroded areas, bare spots, weeds, undesirable grasses, disease, or insects. a. Projects without a separately -bid warranty will be accepted no sooner than 60 days from the date that all activities were completed. b. When a warranty is established as a bid item and the warranty period excludes 60 days, projects may be accepted after all specified work, excluding the warranty, is satisfactorily completed, and a supplemental contract for the warranty is executed according to the Code of Iowa Section 573.27. B. Warranty: 1. Required only when established as a bid item by the Engineer. 2. The warranty is to guarantee completed seeding areas for a maximum period of twelve months. 3. During the warranty period, correct and reseed any defects in the seeded are13and grass stand, such as weedy areas, eroded areas, and bare spots, unv!3311 aff*d aPM are accepted by the Engineer. ::g:C-)-a 4. Replace or repair to original condition, all damages to property resultingl!f tlr6seedi; operation or from the remedying of defects, at the Contractor's expensI5 a [1l r^ Z 5. Replacement costs are the Contractor's responsibility, except for those t ingfiom to or damage due to occupancy of the project in any part, vandalism, civil - obedi�ce, acts of neglect on the part of others, physical damage by animals, vehic es, fire, W losses due to curtailment of water by local authority, or by "Acts of God." END OF SECTION 09010-18 FILED 2018 APR -2 AM 8: 40 CITY CLERK IOWA CITY. IOWA 012A-1 J Iowa Department oto Design Manual of Transportation 4 Chapter 12 - Sidewalks and Bicycle Facilities S U DAS — 111-1.1-1— 12A - Sidewalks General Sidewalk Requirements A. Introduction Sidewalks are an integral component of the transportation system. They provide a designated area, separated from the roadway, for pedestrians to use for both travel and recreation. Along roadways where pedestrians are present or anticipated, consideration should be given to constructing sidewalks on both sides of the road to minimize conflicts between vehicles and pedestrians. Where sidewalks are provided, they must be constructed so they are accessible to all potential users, including those with disabilities. Design standards for pedestrian access routes are provided in Section 12A-2. B. Sidewalk Classes SUDAS identifies three classes of sidewalks, which are described below. Class B and C sidewalks provide a grass strip between the back of curb and the sidewalk, often referred to as the "parking." 1. Class A: Class A sidewalks begin at the back of curb and generally extend to the right-of-way line. These types of sidewalks are typical in downtown areas. Consideration must be given to the location of street signs, street lighting, utilities, mailboxes, snow storage, and other obstacles when utilizing Class A sidewalk. 2. Class B: Class B sidewalks are constructed with the back edge of the sideway 1 foo;21 mow off of the right-of-way line. D S2 -=0 _ 3. Class C: Class C sidewalks have the back edge of the sidewalk on the right lie. lie.r �m v rn �= v D F 0 Revised: 9/20/2012 SUDAS 2013 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-1 - General Sidewalk Requirements Figure 12A-1.01: Classes of Sidewalk Width varies Class A C. Accessible Sidewalk Design Possible building 0 a 1' or greater Parking P 4' mia 4' min. Class B Q It has been common practice to place the responsibility for sidewalk ramp layout construction inspector. This has resulted in the sidewalk, curb ramps, driveway c designed in the field, often with mixed accessibility results. As public right -of -w; comes under greater scrutiny, it is increasingly important that newly constructed c meet accessibility requirements. Therefore, sidewalks, curb ramps, and street cro included as part of the design process and the details of those designs shall be inc documents as appropriate. Projects reviewed or let by the Iowa DOT will require according to the Iowa DOT Design Manual Section 1F-18. D. Construction Requirements G9 o C= T1 p � coSactor bii rgogs,11 c. bests„ s1:pKes91b[lity 1 t ed* dew= sE!Vg shaaf be v ,resin M contract iVe of S Beets 1. Sidewalk Thickness: Sidewalks should be constructed of PCC with a minimum thickness of 4 inches. Where sidewalks cross driveways, the minimum thickness is 6 inches, or the thickness of the driveway, whichever is greater. 2. Obstructions: All obstructions are to be removed or relocated except for those that are impractical to move. In new development areas, these items should never occur, but in older, established areas, they will have to be addressed. In the case where the sidewalk is shifted to avoid an obstacle, use of a minimum 2:1 taper to and from the obstruction with a straight section adjacent to the obstruction should be considered. Flatter tapers maybe used if space is available and user volume is high. 3. Construction Tolerances: Dimensions are subject to conventional industry tolerances except where dimensions are stated as a range, minimum, or maximum. Conventional industry tolerances include tolerances for field conditions and tolerances that may be a necessary consequence of a particular manufacturing process. Conventional industry tolerances do not apply to design work; see PROWAG R103.1. Designing features to the target values, rather than the allowable maximum or minimum, allows for appropriate construction tolerances and field adjustment during construction while maintaining compliance with PROWAG. 2 Revised: 9/20/2012 SUDAS 2013 Edition Chronology of Changes to Design Manual Section: 012A-001 General Sidewalk Requirements 9/20/2012 Revised Updated header to include SUDAS forjoint publication. 4/17/2012 NEW New. Replaces 11A-1 and 11A-2. 99 E5 n OD a C -)-<I --ic-) r :gym a rn �� 44 D � 0 ��IOWADOT �owa Design Manual 12A-2 SUDAS Chapter 12 - Sidewalks and Bicycle Facilities 12A - Sidewalks Accessible Sidewalk Requirements A. Introduction SUDAS and Iowa DOT jointly developed this section based on the July 26, 2011 "Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right -of -Way." This section was developed in accordance with Federal regulations (23 CFR 652 and 28 CFR 351 and is the standard for use by all governmental entities in the State of Iowa. A local jurisdiction may elect to produce their own standards; however, these will require review and approval by FHWA and/or the United States Department of Justice. Where sidewalks are provided, they must be constructed so they are accessible to all potential users, including those with disabilities. This section establishes the criteria necessary to make an element physically accessible to people with disabilities. This section also identifies what features need to be accessible and then provides the specific measurements, dimensions, and other technical information needed to make the feature accessible. The requirements of this section were developed based on the following documents: 1. ADAAG: The "Americans with Disabilities Act Accessibilities Guidelines" (ADAAG) was written by the US Access Board and adopted by the Department of Justice (DOJ) in 2010. This document includes a broad range of accessibility guidelines including businesses, res rants, public facilities, public transportation, and sidewalks. These standards were 2§ginal pdopted in 1991 and have been expanded and revised several times. gc> 1> —t 2. PROWAG: The July 26, 2011 "Proposed Accessibility Guidelines for PedesBagFa4ties the Public Right -of -Way" was written by the US Access Board and is also lmqas tl Pub l(i Right -of -Way Accessibility Guidelines or PROWAG. PROWAG provides mose%ec information than the ADAAG for transportation facilities within the right -of -v iclv*ng pedestrian access routes, signals, and parking facilities. The PROWAG requir8ments ace currently in the development and adoption process and have not been officially adopted76y the Department of Justice; however, the Federal Highway Administration has issued guidance that the draft version of the PROWAG "are currently recommended best practices, and can be considered the state of the practice that could be followed for areas not fully addressed" in the existing ADAAG requirements. Due to the widespread acceptance of the PROWAG, and their pending adoption in the future, the standards of this chapter are based upon the PROWAG requirements. The designer is encouraged to reference the complete PROWAG document for additional information (www.access- ard. ov). References to the PROWAG in this section are shown in parentheses, e.g. (R302.7). Buildings and other structures not covered by PROWAG must comply with the applicable requirements of the ADAAG. For parks, recreational areas, and shared use paths, refer to other sections within this chapter. Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements B. Transition Plan The ADA law passed in 1990 required public entities with more than 50 total employees to develop a formal transition plan identifying the steps necessary to meet ADA accessibility requirements for all pedestrian access routes within their jurisdiction by upgrading all noncompliant features. Recognizing that it would be difficult to upgrade all facilities immediately, the law provided the opportunity to develop a transition plan for the implementation of these improvements. Covered entities had until 1992 to complete a transition plan. In addition, any local public agency that is a recipient of US DOT funds must have a transition plan. For those agencies that have not completed a transition plan, it is critical that this process be completed. Although the transition plan may cover a broader scope, this section will only cover requirements within the public right-of-way. Key elements of a transition plan include the following: • Identifying physical obstacles in the public agency's facilities that limit the accessibility of its programs or activities to individuals with disabilities • A detailed description of the methods that will be used to make the facilities accessible • A schedule for taking the steps necessary to upgrade pedestrian access in each year following the transition plan • Identification of the individual responsible for implementation of the plan The document: ADA Transition Plans: A Guide to Best Management Practices (NCHRP Project No. 20-7 (232)) provides guidance for the development and update of transition plans. The document also assists communities in prioritizing required improvements for accessibility. Public entities not required to have a formal transition plan are required to address noncompliant pedestrian access routes. 0 C. Definitions D co Accessible: Facilities that comply with the requirements of this section. Alteration: An alteration is a change that affects or could affect the usability of atl% a 0 building or facility. Alterations of streets, roadways, or highways include activitiesanas Co reconstruction, rehabilitation, resurfacing, widening, and projects of similar scale a#effect Alternate Pedestrian Access Route: A route provided when a pedestrian circulation path is temporarily closed by construction, alterations, maintenance operations, or other conditions. Curb Line: A line at the face of the curb that marks the transition between the curb and the gutter, street, or highway. Cross Slope: The grade that is perpendicular to the direction of pedestrian travel. Crosswalk: See pedestrian street crossing. Curb Ramp: A ramp that cuts through or is built up to the curb. Curb ramps can be perpendicular, parallel, or a combination of parallel and perpendicular curb ramps. Detectable Warning: Detectable warnings consist of small, truncated domes built in or applied to a walking surface that are detectable by cane or underfoot. On pedestrian access routes, detectable warning surfaces indicate the boundary between a pedestrian route and a vehicular route for pedestrians who are blind or have low vision. Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements New Construction: Construction of a roadway where an existing roadway does not currently exist. Pedestrian Access Route: A continuous and unobstructed path of travel provided for pedestrians with disabilities within, or coinciding with, a pedestrian circulation path. Pedestrian Circulation Path: A prepared exterior or interior surface provided for pedestrian travel in the public right-of-way. Pedestrian Street Crossing: A marked or unmarked route, providing an accessible path to travel from one side of the street to the other. Pedestrian street crossings are a component of the pedestrian access route and/or the pedestrian circulation path. Running Slope: The grade that is parallel to the direction of pedestrian travel. PROWAG: The Public Right-of-way Accessibility Guidelines establish the criteria for providing a feature within the public right-of-way that is physically accessible to those with physical disabilities. Scope of the Project: Work that can reasonably be completed within the limits of the project. This is not defined by the written project scope; however, it focuses on whether the alteration project presents an opportunity to design the altered element, space, or facility in an accessible manner. Structurally Impracticable: Something that has little likelihood of being accomplished because of those rare circumstances when the unique characteristics of terrain prevent the incorporation of full and strict compliance with this section. Applies to new construction only. Technically Infeasible: With respect to an alteration of an existing facility, something rt has little likelihood of being accomplished because existing structural conditions would rd rea�vin altering a load-bearing member that is an essential part of the structural frame; o uses0ther existing physical or site constraints prohibit modification or addition of elementse, es,A feat(es that are in full and strict compliance with the requirements of this section. (2010A a106.5M rn a ^ Turning Space: An area at the top or bottom of a curb ramp, providing a space fe Aes;jjgns td stop, rest, or change direction. � D. Applicability 1. New Construction: Newly constructed facilities within the scope of the project shall be made accessible to persons with disabilities, except when a public agency can demonstrate it is structurally impracticable to provide full compliance with the requirements of this section. Structural impracticability is limited to only those rare situations when the unique characteristics of terrain make it physically impossible to construct facilities that are fully compliant. If full compliance with this section is structurally impracticable, compliance is required to the extent that it is not structurally impracticable. [2010 ADAAG 28 CFR 35.151(a)] 2. Alterations: Whenever alterations are made to the pedestrian circulation path, the pedestrian access route shall be made accessible to the maximum extent feasible within the scope of the project. If full compliance with this section is technically infeasible, compliance is required to the extent that it is not technically infeasible. [2010 ADAAG 28 CFR 35.151(b)] Alterations shall not gap pedestrian circulation paths in order to avoid ADA compliance. Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Resurfacing is an alteration that triggers the requirement for curb ramps if it involves work on a street or roadway spanning from one intersection to another. Examples include, but are not limited to, the following treatments or their equivalents: • New layer of surface material (asphalt or concrete, including mill and fill) • Reconstruction • Concrete pavement rehabilitation and reconstruction • Open -graded surface course • Microsurfacing and thin lift overlays • Cape seals (slurry seal or microsurfacing over a new chip seal) • In-place asphalt recycling [DOJ/U.S. DOT Glossary of Terms and DOJ/ J S. DOT Technical Assistance; June 28, 2013] Where elements are altered or added to existing facilities, but the pedestrian circulation path is not altered, the pedestrian circulation path is not required to be modified (R202.1). However, features that are added shall be made accessible to maximum extent feasible. The following are examples of added features: • Installation of a traffic sign does not require sidewalk improvements; however, the sign cannot violate the protruding objects requirements. • Installation of a traffic or pedestrian signal does not require sidewalk improvements; however, the signal must be accessible. • Installation of a bench adjacent to the pedestrian access route would not require sidewalk improvements, but the bench cannot be placed in a manner that would reduce the sidewalk width below the minimum requirement. m 3. Maintenance: Accessibility improvements are not required for work that is 4ederdZ maintenance. Examples of work that would be considered maintenance include lit alpq*jnot 1 limited to, the following items. cy ►`� • Painting pavement markings, excluding parking stall delineations i:i a v rn • Crack filling and sealing o� • Surface sealing `cam CR y F • Chip seals • Slurry seals • Fog seals • Scrub sealing • Joint crack seals • Joint repairs • Dowel bar retrofit • Spot high -friction treatments • Diamond grinding • Minor street patching (less than 50% of the pedestrian street crossing area) • Curb and gutter repair or patching outside the pedestrian street crossing • Minor sidewalk repair that does not include the turning space and curb ramps • Filling potholes If a project involves work not included in the list above, or is a combination of several maintenance items occurring at or near the same time, the agency administering the project is responsible for determining if the project should be considered maintenance or an alteration. If either of these two situations is determined to be maintenance, the agency administering the project must document the reasons for this determination. If the project is defined as maintenance, federal funding and Farm -to -Market funds cannot be used. Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements When a maintenance project modifies a crosswalk, installation of curb ramps at the crosswalks is recommended, if none already exists. The other accessibility improvements of this section are also recommended, but not required with such projects. 4. Technical Infeasibility: Examples of existing physical or site constraints that may make it technically infeasible to make an altered facility fully compliant include, but are not limited to, the following: • Right-of-way availability. Right-of-way acquisition in order to achieve full compliance is not mandatory, however, it should be considered. Improvements may be limited to the maximum extent practicable within the existing right-of-way. • Underground structures that cannot be moved without significantly expanding the project scope. • Adjacent developed facilities, including buildings that would have to be removed or relocated to achieve accessibility. • Drainage cannot be maintained if the feature is made accessible. • Notable natural or historic features that would have to be altered in a way that lessens their aesthetic or historic value. • Underlying terrain that would require a significant expansion of the project scope to achieve accessibility. • Street grades within the crosswalk exceed the pedestrian access route maximum cross slopes, provided an engineering analysis has concluded that it cannot be done without significantly expanding the project scope (for example, changing from resurfacing an intersection to reconstructing that intersection). `v m 5. Safety Issues: When accessibility requirements would cause safety issues, cQ&nVs -11 required to the maximum extent practicable. D::� V0 n.< N 6. Documenting Exceptions: If the project cannot fully meet accessibility req ' is becau the accessibility improvements are structurally impracticable, technically infeas or�fety ^^ issues, a document should be developed to describe how the existing physical ccWtrairip or safety issues limit the extent to which the facilities can be made compliant. s doq;ment should identify the specific locations that cannot be made fully compliant and provide specific reasons why full compliance cannot be achieved. It is recommended that this document be retained in the project file. For local agency projects administered through Iowa DOT, an "Accessibility Exceptions Certification" (Form 517118) with supporting documentation shall be signed by a registered professional engineer or landscape architect licensed in the State of Iowa and submitted to the Iowa DOT administering office. The certification shall be as prescribed by Iowa DOT Local Systems I.M. 1.080. For Iowa DOT projects, contact the Office of Design, Methods Section. Note: Documenting exceptions does not remove an agency's responsibility to consider making accessibility improvements the next time the facility is altered because physical or site constraints and safety issues may change over time. The determination of exceptions and corresponding documentation needs to be made each time a facility is altered, based on the existing conditions and the scope of the proposed project. 7. Reduction in Access: Regardless of whether the additions or alterations involve the modification of the existing pedestrian circulation path, the resulting work cannot have the result of reducing the existing level of accessibility below the minimum requirements. For example, the installation of a bench cannot have the effect of reducing the width of the pedestrian access route to 3 feet (4 feet is the minimum). Likewise, the construction of an overlay cannot result in a street cross slope of more than 5%, nor have a lip at the curb ramp that exceeds 1/2 inch. 5 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Pedestrian facilities may be removed if they are being re-routed for safety reasons, or terminated because they do not connect to a destination or another pedestrian circulation path. 8. Addition of Pedestrian Facilities: If a sidewalk exists on both sides of the street, curb ramps shall be installed on both sides when the street is altered. PROWAG does not require construction of pedestrian facilities where none currently exists, although the jurisdiction's transition plan may require them. 9. Utility Construction: If the pedestrian circulation path is disturbed during utility construction, the requirements of this section and Section 12A-4 shall apply. E. Standards for Accessibility The following section summarizes the design standards for the elements of an accessible pedestrian access route. The minimum and maximum values stated are taken from the PROWAG. Target values are also provided. Designing features to the target values, rather than the allowable maximum or minimum, allows for appropriate construction tolerances and field adjustment during construction while maintaining compliance with the PROWAG standards. 1. General Requirements: These requirements apply to all parts of the pedestrian access route. a. Surfacing: PROWAG requires all surfaces to be firm, stable, and slip resistant (R302.7). All permanent pedestrian access routes, with the exception of some Type 2 shared use paths (see Section 12B-2), shall be paved. When crossing granular surfaced facilities, consider paving wider than the pedestrian access route; see the shared use path section. b. Changes in Level: Changes in level, including bumps, utility castings, expansion joints, etc. shall be a maximum of 1/4 inch without a bevel or up to 1/2 inch with a 2:1 bevekWhere a bevel is provided, the entire vertical surface of the discontinuity shall be bcveled 02.7.2). MW Figure 12A-2.01: Vertical Surface Discontinuities C.) -< t —4n N , 4 —} p D F c. Horizontal Openings: Horizontal openings shall not allow passage of a sphere more than 1/2 inch in diameter. Elongated openings in grates shall be placed so the long dimension is perpendicular to the dominant direction of travel. The use of grates within the pedestrian access route is discouraged; however, where necessary, the grate should be located outside of curb ramp runs, turning spaces, and gutter areas if possible. (8302.7.3) It should be noted that none of the standard SUDAS/Iowa DOT intake grates meet the requirements for use within a pedestrian access route; therefore, a special design is required. Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.02: Horizontal Openings Dominent direction of travel Long dimension perpendiwlar to dominent direction of travel 2. Standard Sidewalk: Sidewalks solely serving private residences are not required to follow these requirements. a. Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5% (R302.6). b. Running Slope: Sidewalks with a running slope of 5% or less are acceptable. 1`121ever, where the sidewalk is contained within the street right-of-way, the grade the siditalk I not exceed the general grade of the adjacent street (R302.5). For design,�jf tie stye er�e ge let grade of the adjacent street to be within approximately 2% of the profile e 4C) N c. Width: The minimum width of the pedestrian access route is 4 feet. Five4 d sid%valksm encouraged and may be required by the Jurisdiction. Iowa DOT will desig�ofAlewte unless otherwise requested. (8302.3) ZE� CO D � d. Passing Spaces: Where the clear width of the pedestrian access route is less than 5 feet, passing spaces are required at maximum intervals of 200 feet. The passing space shall be 5 foot minimum by 5 foot minimum. Passing spaces may overlap with the pedestrian access route. (R302.4). Driveways may be used as passing spaces, as long as the 2.0% maximum cross slope is not exceeded. 7 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.03: Standard Sidewalk and Curb Ramp Elements i existing " 1 Cross Slope Transitions Segment (where recess i i i i i i i i i Curb romp n;quircments; i I. Maximum curb ramp sloir Parallel of 8.3%, or Curb Ramp 2. Minimum length of 15' at (if required) any constantslope 1 1 1 1 t t t r r t t t oao 00 Turning Special Special \ o o ° ° t-� Raznp Shaping Curb Ramp Slope; 6.25% (target) ♦♦♦ 00000000 8.3%(maximum) ♦♦ o ° ® Grass ❑Curb Ramp ® Turning Space ®Cross Slope Transition Segment ❑ Standard Sidewalk Passing area aDelectable Warning ® Curb Transition Passing area it 5' sidewalk is less than 5' wide. ♦ Pace of Curb' Special . Uackof Shaping 8 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements 3. Pedestrian Street Crossings: a. Cross Slope: The longitudinal grade of a street becomes the cross slope for a pedestrian street crossing. PROWAG has maximum limits for the cross slope of pedestrian street crossings, which vary depending on the location of the crossing and the type of vehicular traffic control at the crossing. These requirements, in effect, limit the longitudinal grade of a street, or require a "tabled crosswalk" at the intersection. (8302.6) 1) Intersection Legs with Stop or Yield Control: For pedestrian street crossings across an intersection leg with full stop or yield control (stop sign or yield sign), the maximum cross slope is 2.0% (maximum 2.0% street grade through the crossing). 2) Intersection Legs without Stop or Yield Control: For pedestrian street crossings across an intersection leg where vehicles may proceed without slowing or stopping (uncontrolled or signalized), the maximum cross slope of the pedestrian street crossing is 5.0% (maximum 5.0% street grade through the crossing). 3) N idblock Pedestrian Street Crossings: At midblock crossings, the cross slope of the pedestrian street crossing is allowed to equal the street grade. Figure 12A-2.04: Example Street Intersection Lot STOP TLo to 0 ' Match pedestrian street crossing cross slope or flatter STOP i i 2% Str 'MAXI- �'`A 'ii N �C_ a rn s% r*t = 0 a N b. Running Slope: The running slope of the pedestrian street crossing is limited to a maximum of 5.0% (maximum street cross slope or superelevation of 5.0%) (R302.5.1). 9 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements c. Location: Driver anticipation and awareness of pedestrians increases as one moves closer to the intersection. Therefore, curb ramps and pedestrian street crossings should be located as close to the edge of the adjacent traveled lane as practical. Where a stop sign or yield sign is provided, MUTCD requires the pedestrian street crossing, whether marked or unmarked, be located a minimum of 4 feet from the sign, between the sign and the intersection. It is recommended stop and yield signs be located no greater than 30 feet from the edge of the intersecting roadway; however, MUTCD allows up to 50 feet. Consult MUTCD for placement of curb ramps and pedestrian street crossings at signalized intersections. Figure 12A-2.05: Pedestrian Street Crossing Location MARKED OR UNMARKED CROSSWALK SIDEWALK j�41t MIN. 1+21t MIN. / E i Source: MUTCD, FHWA io d. Medians and Pedestrian Refuge Islands: Medians and pedestrian refuge islands in pedestrian street crossings shall be cut through level with the street or complying with the curb ramp requirements. The clear width of pedestrian access routes within medians and pedestrian refuge islands shall be 5.0 feet minimum (R302.3.1). If a raised Mianis not , wider than 6 feet, it is recommended the nose not be placed in the pgAstriark3reet crossing. n 4. Curb Ramps: n-�G N , a. General: There are two types of curb ramps: perpendicular and par & Psr endi curb ramps are generally perpendicular to the traffic they are crossing wi Q tutting s FW at the top. Parallel curb ramps have the turning space at the bottom. ParaQFt^irrbt�ftmps be used where the sidewalk begins at or near the back of curb and there s littlew no room between the sidewalk and curb for a perpendicular curb ramp. A separate curb ramp is required at each pedestrian street crossing for new construction. Parallel ramps with a large turning space, as shown in Figure 12A-2.08, are allowed. For alterations, follow the new construction requirements if possible; however, a single diagonal curb ramp is allowed but not recommended where existing constraints prevent two curb ramps from being installed. For transitions into and out of driveways, curb ramp requirements may be used. For curb ramps within and near an alteration area, see Figure 12A-2.06. 10 Revised: 7/17/2014 SUDAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.06: Curb Ramps for Alterations 1. Required. 2. Strongly recommended. 3. Required due to barriers in the path of travel between the sidewalk on one side of the street to the sidewalk on the other side of the street. 4. Recommended, but not required because it is outside the alteration area. Consider based on pedestrian usage, safety, and land development. 5. Install both sides or remove the existing one, based on pedestrian usage, safety, and land development. b. Technical Requirements: 1) Cross Slope: The maximum cross slope is 2.0% with a target value of 1.5%; however, for intersection legs that do not have full stop or yield control (i.e. uncontrolled or signalized) and at mid -block crossings, the curb ramp cross slope is allowed to match the cross slope in the pedestrian street crossing section. See "pedestrian street crossings" for additional details. (R304.53) 2) Running Slope: Provide curb ramps with a target running slope of 6.25% and a maximum slope of 8.3%; however, curb ramps are not required to be longer than 15 feet, regardless of the resulting slope. (8304.2.2 and 8304.3.2) 3) Width: The minimum width of a curb ramp is 4 feet, excluding curbs and flares. If the sidewalk facility is wider than 4 feet, the target value for the curb ramp is equaR!o the width of the sidewalk. (R304.5.1) o CO 4) Grade Breaks: Grade breaks at the top and bottom of curb ramps mu e a dicull to the direction of the curb ramp run. Grade breaks are not allowed on aFe of ramp runs and turning spaces. (8304.5.2)n N 5) Flared Sides: For perpendicular curb ramps on Class A sidewalks, or $4 gur:3 , ons (n where the pedestrian circulation path crosses the curb ramp, PROWA ireMe fljo along the sides of the curb ramp to be constructed at 10% or flatter. (8..3)°3 his allows pedestrians to approach the curb ramp from the side and preven'a triple ff hazard. It is recommended to design these flares at a slope between 8% and 10%, which will clearly define the curb ramp from the sidewalk. 6) Clear Space: At the bottom of perpendicular curb ramps, a minimum 4 foot by 4 foot area must be provided within the width of the pedestrian street crossing, but wholly outside of the parallel vehicle travel lanes. (8304.5.5) 7) Turning Space: Turning spaces allow users to stop, rest, and change direction on the top or bottom of a curb ramp (8304.2.1 and R304.3.1). a) Placement: A turning space is required at the top of perpendicular curb ramps and at the bottom of parallel curb ramps. b) Slope: The maximum cross slope and running slope is 2.0% with a target value of 1.5% (8304.2.2 and R304.3.2). When turning spaces are at the back of curb, cross slopes may be increased to match allowable values in the pedestrian street crossing section (8304.5.3). 11 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements c) Size: The turning space shall be a minimum of 4 feet by 4 feet. Where the turning space is constrained on one or more sides, provide 5 feet in the direction of the pedestrian street crossing. 8) Special Shaping Area: Transition area between the back of curb and the grade break. The longest side cannot exceed 5 feet. Figure 12A-2.07: Curb Ramp Turning Spaces a Wal! bu V curb, etc. --------- --- --------- Constreined a ■ a a sidewalk Twing space CSob Ramp Grass Detectable Warning —,n:n ro 70 ss c. Curb Ramp Design Considerations: 1) Combination Curb Ramps: For many intersection configurations, a psVvdNlar c ramp will not provide enough length to establish the top turning space at4gsidsxvaIk elevation; in these situations, a parallel curb ramp is often required to trron om 1110turning space up to the sidewalk elevation. The use of a perpendicular c R'zrram from the curb to the turning space in conjunction with a parallel curb ramp be Neen ng space and the sidewalk elevation is referred to as a combination curb ramp. When transitioning from a turning space to sidewalk elevation on a steep street, it is not necessary to chase the grade. As noted in the technical requirements above, a parallel curb ramp is not required to exceed 15 feet in length, regardless of the resulting curb ramp slope. In practice, the parallel curb ramp should be extended to the next joint beyond 15 feet. 2) Cross Slope Transition Segment: When connecting to existing construction that is out of cross slope compliance, the cross slope transition should be completed beyond the parallel curb ramp or turning space; this recommendation eliminates the need to list this curb ramp in the transition plan. It is recommended this cross slope transition take place at 1% per foot or less. Typically, this can be accomplished in a single panel. 3) Parking Slope: In situations where the length of the perpendicular curb ramp is insufficient to bring the turning space up to sidewalk elevation, consider lowering the sidewalk and flattening the parking slope. 12 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements 5. Blended Transitions: A blended transition is allowed but not recommended. Design and constructability, is difficult to meet compliance requirements. In lieu of a blended transition, a curb ramp or standard sidewalk should be used. 6. Detectable Warnings: a. General: Detectable warning surfaces are detected underfoot or with a cane by blind and low vision individuals. The warnings indicate the location of the back of curb. Detectable warnings also provide a visual queue to pedestrians with low vision and aid in locating the curb ramp across the street. For these reasons, the detectable warning shall contrast visually (light on dark or dark on light) from the surrounding paved surfaces (8305.1.3). b. Location: Detectable warnings shall be installed at all pedestrian street crossings and at - grade rail crossings (11208.1). Detectable warning surfaces should not be provided at crossings of residential driveways since the pedestrian right-of-way continues across the driveway. Where commercial driveways are provided with yield control, stop control, or traffic signals at the pedestrian access route, detectable warnings should be installed at the junction between the pedestrian access route and the driveway (Advisory R208.1). c. Size: Detectable warning surfaces shall extend a minimum of 2 feet in the direction of pedestrian travel and extend the full width of the curb ramp or pedestrian access route (R305.1.4). d. Dome Orientation: On curb ramps, the rows of truncated domes should be aligned perpendicular to the grade break so pedestrians in wheelchairs can track their wheels between the domes. On surfaces less than 5% slope, dome orientation is less critical. N e. Parallel Curb Ramps: On parallel curb ramps, detectable warning shall be plats on the turning space at the back of curb (8305.2.2). C). MW C-) �n- C-)-< N �'— -�Cr M � o co D t 13 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements Figure 12A-2.08: Detectable Warnings on Parallel Curb Ramps Grade t When greater than 5', place detectable warnings at back of curb. �J a ----------- - ----------- -- 2'-0" min. Back of flub ❑ Sidewalk ❑ Curb Ramp - rrl = 0 o rb f. Perpendicular Curb Ramps: Placement of detectable warning varies b1ssed uprf location of grade break as shown in Figure 12A-2.09. 4'x4' min. ■ Taming space ■Grass tl�--radc break � d P-0"min.."}'-___ Flare m ® Taming space `Ln Detectable Warning ❑ Curb Ramp Detectable Warning ::0 Curb Transition C-) - ® ClubTransi on -<r N MON Figure 12A-2.09: Detectable Warnings on Perpendicular Curb Ramps r r r r Where both ends of the When less than 51, place detectable j bottom grade break aro at warnings at bottom of ramp. If r r the curb line, place the greater thea 5', refer to parallel ramp. r detectable warning at the ! r back of curb. i Grade break min. __--- P-0"min.."}'-___ Flare Sidewalk ® Taming space a Detectable Warning ❑ Curb Ramp ■ Grass ® Curb Transition Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements g. Refuge Islands: Where refuge islands are 6 feet wide or greater from back of curb to back of curb, detectable warning shall be placed at the edges of the pedestrian island and separated by a minimum 2 foot strip without detectable warnings. Where the refuge island is less than 6 feet wide, a 2 foot strip without detectable warnings cannot be installed. In these situations, detectable warnings shall not be installed at the island and the pedestrian signal must be timed for full crossing. (8208.1 and R208.2) In. Rural Cross-section: Detectable warnings should be placed similar to urban layouts, except at the edge of shoulder instead of the back of curb. F. Bus Stop 1. Bus Stop Pads: New and altered bus stop pads shall meet the following criteria. • Provide a firm, stable, and slip resistant surface (R308.1.3.1). • Provide a minimum clear length of 8 feet (measured from the curb or roadway edge) and minimum clear width of 5 feet (measured parallel to the roadway) (R308.1.1.1). • Connect the pad to streets, sidewalks, or pedestrian circulation paths with at least one accessible route (8308.1.3.2). a • The slope of the pad parallel to the roadway will be the same as the roaday to tromaximum extent practicable (R308.1.1.2). :* n_ v M • Provide a desirable cross slope of 1.5% up to a maximum cross slope of petvIendicP to the roadway (8308.1.1.2).�� Iv A M 2. Bus Shelters: Where new or replaced bus shelters are provided, install or per= tlMn toiey a wheelchair user to enter from the public way. An accessible route shall be edMom �+ shelter to the boarding area. (R308.2) F G. Accessible Pedestrian Signals An accessible pedestrian signal is an integrated device that communicates information about the WALK and DON'T WALK intervals at signalized intersections in a non -visual format (i.e. audible tones and vibrotactile surfaces) to pedestrians who have visual disabilities. Consistency throughout the pedestrian system is very important. Contact the Jurisdictional Engineer regarding the standards and equipment types that should be incorporated into the design of the accessible pedestrian system. Where new or altered pedestrian signals and pushbuttons are provided they shall comply with MUTCD 4E.08 through 4E.13. Operable parts shall comply with R403. (8209.1) 1. New Pedestrian Signals: Each new traffic signal project location should be evaluated to determine the need for accessible pedestrian signals. An engineering study should be completed that determines the needs for pedestrians with visual disabilities to safely cross the street (MUTCD 4E.09). The study should consider the following factors: • Potential demand for accessible pedestrian signals • Requests for accessible pedestrian signals by individuals with visual disabilities • Traffic volumes when pedestrians are present, including low volumes or high right tum on red volumes • The complexity of the signal phasing, such as split phasing, protected tum phases, leading pedestrian intervals, and exclusive pedestrian phases • The complexity of the intersection geometry If a pedestrian accessible signal is wan -anted, audible tones and vibrotactile surfaces should be included. Pedestrian push buttons should have locator tones for the visually impaired individual to be able to access the signal. 15 Revised: 7/17/2014 SURAS 2015 Edition Chapter 12 - Sidewalks and Bicycle Facilities Section 12A-2 - Accessible Sidewalk Requirements 2. Existing Pedestrian Signals: Excluding routine maintenance or repairs due to accidental damage, when the existing pedestrian signal controller and software are altered, or the pedestrian signal head is replaced, the pedestrian signals shall include accessible pedestrian signals and pushbuttons. (8209.2) If pedestrian signals are non-compliant, upgrades are recommended but not required when alterations are being made to the pedestrian circulation path. H. On -Street Parking • When on -street parking is marked or metered, provide accessible parking spaces according to Table 12A-2.01 (11214 and R309.1). Table 12A-2.01 On -Street Accessible Parking Spaces Total Number of Marked or Metered Parking Spaces on the Block Perimeter Minimum Required Number of Accessible Parking Spaces 1 to 25 1 26 to 50 2 51 to 75 3 76 to 100 4 101 to 150 5 151 to 200 6 - n 201 and over 4% of total --I m xa 'n 10� t • Identify accessible parking spaces by displaying signs with the Internationalbol3 M,Accessibility (11411). o� Q • Comply with R403 Operable Parts for parking meters and pay stations thatsetyc�'dCcible parking spaces. y • Locate accessible parking spaces where the street has the least crown and grade (R309.1). • Accessible parking spaces located at the end of the block can be served by the curb ramps or blended transitions at the pedestrian street crossing (8309.4). • Keep sidewalks adjacent to parallel accessible parking spaces free of signs, street furniture, and other obstructions. Locate curb ramps or blended transitions so the van side -lift or ramp can be deployed to the sidewalk (8309.2) • At parallel accessible parking spaces, locate parking meters at the head or foot of the parking space (R309.5.1). Ensure information is visible from a point located 3.3 feet maximum above the center of the clear space in front of the parking meter or parking pay station (R309.5.2). • For areas where the sidewalk width or available right of way exceeds 14 feet, provide an access aisle 5 feet wide at street level the full length of the parallel parking space and connect it to a pedestrian access route (8309.2.1). When an access aisle is not provided due to the sidewalk or right-of-way not exceeding 14 feet, locate the accessible parallel parking space at the end of the block face (R309.2.2) • Provide an 8 feet wide access aisle the full length of the parking space for perpendicular or angled accessible parking spaces. Two accessible parking spaces are allowed to share a common access aisle (R309.3). • For perpendicular or angled spaces, connect the access aisle to the pedestrian access route with a curb ramp. Do not locate curb ramps within the access aisle (8309.4). 16 Revised: 7/17/2014 SURAS 2015 Edition Chronology of Changes to Design Manual Section: 012A-002 Accessible Sidewalk Requirements 7/17/2014 Revised FHWA requested additional guidance for accessible pedestrian signals and a new subsection for on -street parking. 8/16/2013 Revised Revised to reflect changes resulting from clarifications by DOJNSDOT on what work elements trigger the need to construct curb ramps. 5/8/2013 Revised Revised the language to reflect concerns over the need to acquire right-of-way for full compliance and following proper acquisition procedures. Also added reference to exception form. 9/20/2012 Revised - Definition for "Stucturally Impracticable" was added - Improved the explanation of Right Of Way availability 4/17/2012 NEW New. Replaces 11 C-3. Adds 15' maximum for ramp length. Gives list of physical constraints. N O_ E5 g � )> m 9 'n -- C-) N I'" -<m C:) f�'! cv � OPINION OF PROBABLE COST PROJECT NAME HMA RESURFACING 2018 PROJECT - US HWY 1 (Burlington Street/Governor Street) CITY PROJECT 53824 DOT PROJECT NHSN-001-5(116)--2R-52 Date: 1/4/2018 ITEM NO. ITEM TOTAL QUANTITIES UNIT PRICE EXTENDED TOTAL 1 2102-0425071 SPECIAL BACKFILL, PATCH REPAIR, 6" CY 602.82 $ 25.00 $ 15,065.42 2 2102-2710070 EXCAVATION, CL 10, RDWY-BORROW CY 100.00 $ 15.00 $ 1,500.00 3 2210-0476000 PRIMER BITUMEN MACADAM STONE BASE GAL 50.00 $ 2.00 $ 100.00 4 2212-0475095 CLEAN -PREPARATION OF BASE MILE 1.83 $ 4,500.00 S 8,224.77 6 12212-5075001 HMA SURF PATCH TON 1,326.38 $ 150.00 $ 198,956.25 6 2213-6745500 RMVL OF CURB LF 3,381.10 $ 15.00 $ 50,716.50 7 22145145150 PAVT, SCARIFICATION SY 29,475.00 S 4.50 $ 132,637.50 8 2214-5200000 PAVT, SCARIFICATION, FULL DEPTH SY 1,270.00 E 1200. $ 15,240.00 9 2301-8256500 DRIVEWAY SURFACE PREPARATION SY 2,233.33 $ 5.00 $ 11,166.67 10 2303-1041500 HMA HT BASE, 12" TON 552.45 E 60.00 $ 33,147.00 11 2303-1042500 HMA HT INTERMEDIATE. 12" TON 2,617.48 $ 60.00 $ 157,048.76 12 '2303-1043504 HMA HT SURF, 12", FRIC L-4 TON 3,199.14 $ 65.00 $ 207,944.19 13 2303-1258284 ASPH BINDER, PG 58-28H TON 349.00 $ 450.00 $ 157,048.76 14 12303-6911000 HMA PAVT SAMPLE EA 5.00 $ 1,000.00 $ 5,000.00 162310-8300000 ASPHALT SURFACE COLD PATCH TON 246.95 $ 180.00 $ 44,451.08 16 2307-0025003 AGO, RDWY COVER, 3/8" TON 695.24 $ 51.00 $ 35,457.41 17 2307-0600000 BINDER BITUMEN GAL 13,904.87 $ 3.00 $ 41.714.60 18 2435-0130148 MANHOLE, SANITARY SEWER, SW -301,48 IN. EA 5.00 $ 15,000.00 $ 75,000.00 19 2435-0250700 INTAKE, SW -507 EA 6.00 $ 5,000.00 $ 30,000.00 20 24350250704 INTAKE, SW -507, TOP AND THROAT ONLY EA 3.00 $ 3,000.00 $ 9,000.00 21 2435-0250705 INTAKE, SW -507, THROAT ONLY EA 5.00 $ 2,000.00 $ 10,000.00 22 2435-0600010 MANHOLE ADJUSTMENT, MINOR EA 2.00 $ 1,000.00 $ 2,000.00 23 24354)000020 MANHOLE ADJUSTMENT, MAJOR EA 33.00 $ 1,500.00 $ 49,500.00 24 2503-0114212 STORM SWR &MAIN, TRENCHED. REP, 2000 (CLASS III) 121N. LF 16.00 $ 75.00 $ 1,200.00 25 '2503-0200036 RMV STORM SWR PIPE LE 36' LF IL -'- 16.00 $ _ ` 20.00 $ - 320,00 26 25040116008 SANITARY SEWER GRAVITY MAIN. TRENCHED. DIP, 81N LF 245.00 $ 100.00 IS 24,500.00 27 2504-0116010 SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, 101N LF 74.00 $ 120.00 - 8,880.00 28 2504-0200404 2504-0320300 SANITARY SEWER SERVICE STUB, POLYVINYL CHLORIDE PIPE (PVC), SAN SWR CLEANOUT, SW -203 LF EA 95.00 4.00 $ -$ 50.00. 500.00 4,750.00 ,.,000,00 29 30 2510.6745850 RMVL OF PAVT, PCC DRIVEWAY OR ALLEY BY 200.00 $ 15.00 $ 3,000.00 31 2510-6745900 RMVL OF SIDEWALK SY 1,576.47 $ 13.00 $ 20,494.11 32 33 2511-6750600 2511-7526004 RMVL OF INTAKE*UTILITY ACCESS SIDEWALK, PCC, 4" EA SY - _ 988.47 It 65.00 i 800.00 $ 62,950.55 34 2511-7526006 SIDEWALK, PCC, 6" BY 907.77 $ 85.00 $ 77,160.45 35 2511-7528101 DETECTABLE WARNING, CAST IRON, BRICK RED SF 1,390.00 $ 50.00 $ 69,500.00 36 2512-17252M CURB*GUTTER PCC, 2.0' LF 3,381.10 E 50.00 $ 169,055.00 37 2512-1859000 CURB, SPECIAL -SIDEWALK CURB LF 170.00 $ 75.00 $ 12,750.00 38 2515.2475066 DRIVEWAY, PCC, 6. RESIDENTIAL DRIVEWAY SY 200.00 E 55.00 $ 11,000.00 3925152475007 DRIVEWAY, PCC, 7", COMMERCIAL DRIVEWAY/ALLEY SY 200.00 E e&w $ 12,000.00 40 2524-9276010 PERFORATED 1.751N. x 1.751N. SQUARE STEEL TUBE POST LF 99.00 S- $ 1,485.00 41 25249276021 PERFORATED SQUARE STEEL TUBE POST ANCHOR EA 11.00 $ 220.00 42 25249325001 TYPE A SIGNS, SHEET ALUMINUM SF 38.34 etk AW $ 575.10 43 252&8285000 CONSTRUCTION SURVEY LS 1.00 --f 5.0ow$ 5,000.00 44 2527-9263109 PAINTED PAVT MARK, WATERBORNE150LVENT STA 575.38 &-) 30(100 $ 172,614.00 46 12527-9263137 PAINTED SYMBOL -LEGEND, WATERBORNEISOLVNT EA 42.00 51NO $ 21,000.00 46 2527-9263180 PAVEMENT MARKINGS REMOVED STA 168.34 Sm< r- 1 0.00 $ 16,00.00834.00 47 2527-9263190 SYMBOLS AND LEGENDS REMOVED EA 11.00 i 2 0 $ 2,2 48 252&8445110 TRAFFIC CONTROL LS 1.00 5,0 00$ 75,000.00 49 2528-8445113 FLAGGER DAY 400.00 401=0 $ 184,80.00 60 1252&9290050 PORTABLE DYNAMIC MESSAGE SIGN PDMS EA 28.00 2tQS0 $ 7,000.00 61 2529-2242304 CD JOINT ASSEMBLY EA 23.00 $ 31117.10 $ 6,900.00 62 2529-2242320 CTJOINT EA 5.00 $ 225.00 $ 1,125.00 53 2529-5070110 PATCH, PCC. FULL -DEPTH FINISH, BY AREA SY 1,829.80 $ 85.00 $ 155,533.00 64 ,2529-5070120 PATCH, PCC. FULL -DEPTH FINISH, BY COUNT EA 51.00 $ 200.00 $ 10,200.00 66 12529-5070125 PATCH, HMA FULL DEPTH, 8" SY 1,785.90 $ 85.00 $ 151,801.50 66 2529-8174010 SUBBASE (PATCHES) SY 100.00 $ 80.00 E 8,000.00 67 2533-4980005 MOBILIZATION LS 1.00 $ 150,000.00 $ 150,000.00 OPINION OF PROBABLE COST PROJECT NAME HMA RESURFACING 2018 PROJECT - US HWY 1 (Burlington Street/Governor Street) CITY PROJECT 53824 DOT PROJECT NHSN-001-5(116)-2R-52 Date: 1/4/2018 ITEM NO. N O ITEM TOTAL QUANTITIES UNIT PRICE EXTENDED TOTAL 68 2554-0212020 WATER VALVE BOX EXTENSION, MINOR EA 34.00 $ 250.00 S 8,500.00 59 2554-0212021 WATER VALVE BOX EXTENSION, MAJOR EA 4.00 E 750.00 8 3,000.00 60 2601.2634105 MULCHING, BONDED FIBER MATRIX AC 1.00 6 1,000.00 $ 1,000.00 61 2601-2636044 SEED -FERTILIZE (URBAN) EA 60.00 $ 800.00 $ 48,000.00 62 2801.2642120 STABILIZECROP - SEED+FERTIUZE(URBAN) AC 1.00 8 5,000.00 9 5,000.00 63 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR SQ 2.00 9 500.00 $ 1,000.00 84 28-0000309 02 PERIMETER+SLOPE SEDIMENT CNT. DEVICE, 9" LF 280.00 S 30.00 8 8,400.00 66 2602-0000350 RMVL OF PERIMETER+SLOPE SEDIMNT CNTL DEVLF LF 280.00 1 E 13.00 S 3,640.00 66 ISUPPLEMENTAL SANITARY SEWER ABANDONMENT LF 260.00 E 5.00 8 1,300.00 Total Location Cost Contingency 5% Total Construction Costs $ $ S 2,831,406.60 141,570.33 2,972,976.94 IOWA CITY 820,397.49 628,491.23 N O Q) _ r- �r rn a m a co i> C.7 rn 00 111 0 N Lh 0 M M PARK FD ASPHALT RESURFACING 2018 - US HWY 1(BURLINGTON STREET AND GOVERNOR STREET) LOCATION MAP - HMA MILL AND OVERLAY LOCATION MAP - Chip Seal Resurfacing CITY OF IOWA CITY IOWA DOT PROJECT NO. NHSN-001-5(116) -- 213-52 E3 THE PROPOSED IMPROVEMENTS INCLUDED WITH THESE PROJECT PLANS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE IOWA DEPARTMENT OF TRANSPORTATION DESIGN MANUAL. THE IOWA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS APPLY TO THIS PROJECT. Chip Seal Resurfacing Locations A - Napolean Street B - Soccer Park Road C - Taft Avenue D - Lehman Avenue OVERLAY MILEAGE SUMMARY Title Sheet and Plan Certifications MODIFIED1D5-1 LOCATION UN. FT. MILES US HIGHWAY 1/GOVERNOR ST STA 50+00.00 TO 109+83.00 5,983 1.13 US HIGHWAY I/BURUNGTON ST STA. 00+00.00 TO 16+47.90 1,648 0.31 BURLINGTON ST STA. 16+47.90 TO 21+45.00 497 0.09 S JOHNSON ST STA. 250+74.63 TO 263+55.87 1,281 0.24 E COURT ST STA. 300+16.96 TO 303+62.54 345 0.06 TOTAL LENGTH OF PROJECT 9754 1.83 IOWA ONE CALL TOLL FREE CALL BEFORE YOU DIG FISCAL YEAR 2018 INDEX A.01 Title Sheet and Plan Certifications A.02 Legend and General Information A.03 General Notes X04 Pollution Prevention Plan B.01 -B.16 Typical Cross Section and Construction Details C.01 -C.12 Estimate of Quantities, Tabulations and General Information D.01 -D.02 US Highway 1 / Burlington Street D.03 -D.07 US Highway 1 / Governor Street D.08 Burlington Street - East of Governor D.09 -D.10 S Johnson Street D.11 E. Court Street K.01 -K.14 Pavement Marking Plans M.01 -M.04 Utility Plan SOI -S.45 Curb Ramp Sheets T01-105 Traffic Control and Staging W.01 -W.03 Chip Seal Plan ACCEPTED FOR LETTING r Do Not Scale eEN EER, qiY OF IOWA qTY 0 m n tl I hereby certify that this engineering doainrent:waepprepare el Dbtths" mPr fwNnaldired PFnginaesr FESS/p''., IesneW undxetanhe larq State eRoDAVE A `�� Sig -'y /`j co Z : PANGS ?.• 15579 .� ='. % •. �,: DAVE A. PANOS, P.E. *�,��� City of Iowa City Iowa Ucenee No. 15579 /gyp , II11,0 ` My Ikeneed renewal date Is December 31. 2018 Pages a sheets covered by this sed: ALL SHEETS CITY OF IOWA CITY ENGINEERING DIWSION I CITY FILE NUMBER PS -3.. I SHEET NUMBER CONTACTS GENERAL NOTES UTILITY NOTES GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE 1. IOWA CODE 480, UNDERGROUND FACILITIES EDGE OF PAVEMENT MANHOLE O MH FACILITIES IN PROXIMITY TO THE PROJECT: WITH THE CITY OF IOWA CITY STANDARD INFORMATION, REQUIRES VERBAL NOTICE TO RIGHT 13 CB GAS & ELECTRIC MID AMERICAN ENERGY CO. SPECIFICATIONS AND DETAILS, UNLESS IOWA ONE CALL, 1.800-292-8989, NOT LESS THAN OF WAY(ROW) – – — CATCH BASIN 1630 Lower Muscatine Rd. OTHERWISE SPECIFIED BY DETAILS AND NOTES 48 HOURS BEFORE EXCAVATING, EXCLUDING CENTERLINE – CLEANOUT CO Iowa City, Iowa 52240 SHOWN IN THE PLANS. WEEKENDS AND LEGAL HOLIDAYS. TREE, pECIWOUS Q ® GW WIRE 2. CONSTRUCTION ADMINISTRATION AND SURVEY 2. WHERE EXISTING POWER POLES ARE IN CLOSE FIRE HYDRANT DON MASTON - GAS WILL BE PERFORMED BY THE CITY OF IOWA CITY. PROXIMITY TO OPEN AREAS, UTILITY TREE, CONIFEROUS CULVERT -----y Phone: 319-341-4461 THE CONTRACTOR SHALL NOTIFY THE CIN COMPANIES SHOULD BE CONTACTED TO HOLD HEDGE/TREE COVER ��.� JASON WARREN - ELECTRIC SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF THE POLES DURING CONSTRUCTION. SCHEDULE DRAINAGE LINE Phone: 319-341-4425 NECESSARY STAKING. ACCORDINGLY. FENCE – GAS MAIN — — — CG ' — — — 3. UNDERGROUND FACILITIES, STRUCTURES AND RETAINING WALL BURIED TELEPHONE CABLE — — — T — — — 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON UTILITIES HAVE BEEN PLOTTED FROM BUILDING BURIED TELEVISION CABLE — — — TV— — -- TELEPHONE CENTURY LINK THE PROJECT PLANS. THE CONTRACTOR SHALL AVAILABLE SURVEYS AND RECORDS, AND — — E — — 615 3rd Avenue SE GET AUTHORIZATION FROM THE ENGINEER PRIOR THEREFORE THEIR LOCATIONS MUST BE BACK OF CURB TO BACK OF CURB B -B BURIED ELECTRIC TO PERFORMING ANY WORK ON PRIVATE CONSIDERED APPROXIMATE ONLY. OVERHEAD ELECTRIC OE Cedar Rapids, IA 54201 PROPERTY. THE CONTRACTOR SHALL CONFINE PORTLAND CEMENT CONCRETE PCC — — — ALL ACTIVITIES TO WITHIN THE LIMITS OF 4. OTHER HOT MIX ASPHALT HMA WATER MAIN DENNIS LANG CONSTRUCTION, UNLESS AUTHORIZED BY THE UISPOSSIBLETHEREMAY, T UNDERGROUND FACILITIES, THE EXISTENCE OF FIBER OPnC CABLE — — — FOS — — Phone: 319-399-7487 ENGINEER AND/OR PRIVATE PARTIES IN WRITING. WHICH IS PRESENTLY NOT KNOWN OR SHOWN. MAILBOX MB SANITARY SEWER — —SAN _ — — NO CLAIMS FOR ADDITIONAL COMPENSATION SIDEWALK sw — — ST--- 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO WILL BE ALLOWED TO THE CONTRACTOR FOR WIM STORM SEWER CABLE TELEVISION MEDIACOM INDIVIDUAL PROPERTIES THROUGHOUT THE ANY INTERFERENCE OR DELAY CAUSED BY WATER METER LIGHT POLE 0-0 LP 546 Southgate Avenue CONSTRUCTION OF THE PROJECT. THE SUCH WORK. DUCTILE IRON PIPE DIP Iowa City, Iowa 52240 CONTRACTOR SHALL NOTIFY PROPERTY OWNERS REINFORCED CONCRETE PIPE RCP UTILITY BOXES Op TIM EAGAN 48 HOURS IN ADVANCE OF DRIVEWAY 5. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES WATER VALVE WV Phone: 319-351-0408 X3701 MODIFICATION THAT WILL TEMPORARILY LIMIT ARE SHOWN AS EXISTING ON THE PLANS OR SIGNS o T d GAS VALVE „ GV OWNER ACCESS TO THEIR PROPERTY. ENCOUNTERED WITHIN THE CONSTRUCTION POWER POLE 0 P Mobile: 319-3505679 AREA, IT SHALL BE THE RESPONSIBILITY OF THE WATER SHUT OFF �f 5. SEE SHEET A.04 FOR SPECIFIC EROSION CONTROL CONTRACTOR TO: FIBER OPTICS A.T. & T. MEASURES NECESSARY TO PROTECT PROJECT 1425 Oak Street SITE AGAINST SILTATION, EROSION AND DUST • Notify the owners of those utilities prior to the Kansas City, MO 64106 POLLUTION. PROJECT SITE SHALL COMPLY WITH beginning of any construction. LENNY VOHS SOIL EROSION CONTROL REQUIREMENTS OF IOWA " Coordinate operations with utilties Phone: 816-275-4014 CODE AND LOCAL ORDINANCES. " Afford access to these facilities for necessary modification of services. Mobile: 770-335-8244 " Determine existence and exact location of 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE underground utilites and avoid damage thereto. IOWA NETWORK SERVICES U.S. STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY • Prior to beginning ConsWction, provide labor and Jeff Klocko FOOT NAD 83 (1998 HARN) AND NAVD 88 equipment necessary to determine the exact Phone: 515-240-2544 RESPECTIVELY. location and elevation of all utility crossings which may result in conflicts to proposed Improvements. Mobile: 515-830-0445 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL REMAIN IN PLACE. THE CONTRACTOR SHALL CITY OF IOWA CITY PROCEED WITH CONSTRUCTION ACTIVITIES IN WATER DIVISION SUCH A MANNER TO INSURE THE SAFETY OF ALL Phone: 319-356-5160 TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. OF IOWA CIDUNIVERSITY o GEORGE STUMPF B. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ..,� n¢O - ALL WATER MAIN AND VALVE ADJUSTMENT WORK _ Phone: 319-335-2814 WITH THE IOWA CITY WATER DIVISION. �� IMON 9. DURING REMOVAL AND CONSTRUCTION THE IV --In Randy Schoon CONTRACTOR SHALL USE ALL MEANS NECESSARY _ C rn y. 1 ■ Phone: 319-261-4630 TO CONTROL DUST SPREADING FROM ALL WORK v Mobile: 319-553-1176 AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE .i SPECIFICATIONS AND APPROVED BY THE UTILITY LOCATING CREW "ONE CALL" ENGINEER, AND SHALL BE INCIDENTAL. C.J Phone: 1-806-292-8989 10. PAVEMENT REMOVALAND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY CITY WATER DEPARTMENT KEVIN SLUTTS ENGINEER PRIOR TO REMOVAL. Phone: 319-3565169 CITY SEWER DEPARTMENT TIM WILKEY Phone: 319-3565106 CITY TRAFFIC ENGINEERING BROCK HOLUB Phone:319-356-5482 CITY PARKS & FORESTRY ZAC HALL no: 319-356-5107 City File No. PS-3xx DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING RESURFACING 2018PROJECT -US HM1(BURUNGTON STREET AND GOVERNOR STREET) SHEETNO. A.02 Z O O w Z_ J w z LU c7 z z z Z LU CD LU 1ga GENERAL NOTES GENERAL NOTES GENERAL TRAFFIC CONTROL NOTES STAGING NOTES 01-20-84 _- 2113-1 05-07-94 — - 232-5 TRAFFIC CONTROL ON THIS PROJEcr SHALL coesmuenoN Aamm N IRS AREA WILL DISRUPT TRAFFIC AT LOCATIONS Plan and profile sheets Included to the project are for the purpose The top six (6) Inches of the disturbed areas shall be free of rock QUINENT MANUAL OR UMUNM TRAFFIC CONTROL DEVICES FOR STREETS AND No WAYS AS ADOPTED BY THE DEPARTMENT PER 781 OF THE IOWA ADMINISTRATIVE CODE wpcA1ED AT PROJECT sn:5 Aro ADAAaMT Q STREET& THEREFORE IT IS ADNSABIE TO ADOPT A CONSTRUCTION 1E== THAT DIRECTS ACTIVITIES; N of alignment location and specific directions for the work to be and debris and ehON be suitable far the eataNisfinenl of eta- andtimebrsubd OAC), CHAPTER 130. M ORDERLY MANNER TO MAINTAIN MOST TRAFFIC PATTERNS AT ALL TIMES. performed under this contract Irrelevant data m these Sheets I9 not to be considered a of this omtract the Of the %VOW Engineer. THE CONTRACTOR SHALL EJIPLDY BOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL THESE No LANE CLOSURES OR REsnaCnONS WILL BE ALLOWED ON JULY 27714 AND 6 HMA RESURFACING PRQECM IN IOWA part METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED TO. THE FOLLOWNG 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED. ERECTED, MAINTAINED AND REMOVED BY THE CONTRACTOR. 2M 2016 ON THE IA-1 OR US HWY aTY TO AMO CONFLICTS WIH RAGBRAI TCN TRAFFIC LANE CLOSURES wet NOT SE PERMITTED ON UNIVERSITY OF IOWA HOME -- 10-25-97 232-10 The contractor I9 to have materlaiR eXpected equipment and Raba 01-20-84 204-2 All holes resulting tram operations of the contractor, Including removal available an a daily bash to Install and maintain emeh control FOOTBALL GAME DAYS of guardrall posts, fence posts, utility poles, or foundation studies, features m the ro This ma Invdvo seedIn ,slit fen rode P 1� Y 9 Ce, Z THE CONTRACTOR SHALL MAINTAIN ACCEM TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES OURNG CONSTRUCTION SytwMr t 2018 v. MrtA.n IIII shall be flied and consolidated to finished grade as directed by the ditch checks, sit basins, Or sit dikes. SMptwror 8, 2016 w loo Stet. doU" engineer to prevent future settlement The voids shall be filed cs 9 P s IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORN N SEQUENCE OTHER THAN AS INDICATED N THE STAGING NOTES, THE CONTRACTOR SHALL PROVIDE COMPLETE S.Ptwnber 15, 2018 we lore ggp.Ptwnbr 22, 2416 ve Wbwn.in - 01-211-84 241-1 soon as practical - preferably the day Created and not later than the REVISL TRAFFIC CONTROL PLANS TO BE APPROVED BY THE QTY OF IOWA Ott AND IOWA 0ctebr 2D, 2018 n MaTlmd following day. My portion of the right-of-way or project limits Road contractor To to use due caution F wo ldig over and around DOT' N 23, =8 0. 2018 n NLN brask- (including borrow areas and operation sites) disturbed by my such all He Innes Breaks In the toe line due to the contractor's care- 4. THE CONTRACTOR SHALL NOTIFY THE CITY 10 CALENDAR DAYS PRIOR To CHANGES N TRAFFIC operations shall be restored to an acceptable condition. This aper- less cess are to be replaced Gt his expense without Cost to the State PATTERNS DURING CONSTRUCTION. otlon shill be considered Incidental to other bid Hems In project. of Iowa. Any the lines broken a disturbed by Our Cut Tins will be 6 THE CHNNNELIDNG DEVICE WAGING SHA1L NOT EXCEED A DISTANCE OF 25-FEET FOR TAPER CONTRACTOR SHALL STAGE WORN ACCORDING TO THE FOLLOWNG MILESTONES: replaced as directed by the engineer in charge of construction and at the State of Lara s expense CHANNELIZATON, AND 60-FEET FOR TANGENT CHANNELaATION. e. ALL TRAFFIC CONTROL SIGNS SMALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK EII&ILL GOVERNOR STREET SAmTARY SEWER LOCATION REPAIRS 213-1 H shall be the contractors respmsDBHy, to provide waste ass _ OF CURB WHERE POSSIBLE. dA7 oA or disposal sites far excess material (excavated material or brdm M-19-88 251-1 7. CONTRACTOR SHAD. ERECT ALL WAKING SIGNS ON PERMANENT POSTS PORTABLE MOUNTINGS INURlNGTON STREETkAN BUREN M SUMMIT STREET) concrete) which is not desirable to be incorporated Into the work The Contractor SIGN be responsible to maintain access to Individual FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF 185 THAN 3 DAYS. �WaNG M 700E THE E EAST�ENGN WTI ND AND CONTINUE NESr BOUND LANE Involved an this project These areas shall not impact wetlands properties during construction. e. 'ROAD tl.OSED' AND 'ROAD CLOSED TO THRU TRAFFIC' SONS TO BE MOUNTED ABOVE TOP DURING MILLING OPERATIONS ALTERNATE TRAVEL LANES TO MAINTAIN ONE LIME a 'Waters Df The U.S.' No payment for overhaul will be allowed RAs aF TYNE m eARI6CADE so As ro NOT oescuRE THE DACONAL PANELS COMPLETE PATCHING �CEON� LVE CLOSURE for material hauled to these sites No material shall be placed Relocated access shall be completed to Individual properties prig C THE PROPOSED SIGNM MAY BE MODIFIED TO MEET FIELD CONDITIONS PREVENT OWALL INTERMEDIATE ASPHALT LAYER within the right-of-way, unless specifically stated in the plans s to removal of existing access. OBSTRUCTIONS AND To ACCOMMODATE CONSTRUCTION SCHEDULING UPON APPROVAL BY THE PROJECT ENGRAE13L INSTALL TEMPORARY PAVEMENT MARKINGS CLOK OUTSIDE TRAVEL LANES PRIOR TO BEGINNING INTAKE REPAR% CURS. approved by the engineer. If the permanent access cannot be completed prior to removal of AND CURB AND WTD REAIR& the existing access6 the contracts shall protide and maintain an alternate access. Temporary (ranular Surfacing will be paid far as 10' HOW �m�GE TH°v FENCE CO��TYY ACROSS THE TRAVELED PORTION OF EROADWATT A LLOCA71ONS MTYPE 10 BARRICADES AND ROAD CLOSED SIGNS ARE USED. d&! 401 Oal11T STREET L xNDGE TO JOHNSON) 213-2 The omtractars attention is directed to the foNowIng consideration a contract Hem or by extra Wok 11. OCMMY WTH IOWA DoT SPECIFICATIONS SECTION 2626.DaG1A FOR ONE LANE or TRAVEL WITH COOCIMMIENCE MHmauEDDALTERNATING LANES in regard to removal and replacement of taped in barrow seas DURING PATCHING, INTAKE REPAIRS CURS. AND CURB AND MITER REPAIRS. Quantities estimated for topson are calculated an the basis of 06-?2�4 - 251-3 12 ONE LFULL ANE WILL BE OPEN AT � TIMMEESONmiSIXWORK CEPT �SI� ro � NCIDYENNTAL�TOS PNAc 21 a uniform removal of topsoil to a depth of 12 Inches The material A plan for stage construction of local accesses which are required TRAFFIC CONTROL GOLONM SIREET�RLINGTON TO N. DODGE STREET) TO ONE OPEN TRAVEL LANE TO IE removed is to be read unifemnl to a minimum depth of 8 Inches SIP Y eD to remain open to traf c during corlstructlm shall be Submitted by I& WORK ZONE SIGNS AND DEVICES SHALL COMPLY WITH IOWA OOT SPECIFICATIONS SECTION OWN" mum TONS ALLOW MAMfMW over the borrow area upm completim of excavalim work the contractor for approval by the engineer. 4160.03.13.2.A MNETNI CLOSURE N ONE LANE AND COMPLETE PATCHING. INTAKE REPAIRS M THE CONTRACTOR SHALL PROVIDE ADEQUATE LIORTD BARRICADES AND/OR FENCING TO CURB, AND CURB AND GUTTER REPAIRS @WALL INTERMEDIATE ASPHALT LAYER INSTALL TEMPORARY CENTERUNE PRIOR TO REOPENING LAE To TRAFFIC. 213-4 01-20-54 281-2 PROTECT PEDESTRIANS ALL SDEWALK CIDsuRES SHALL BE APPROPRIATELY BARRICADED. THE The Contractor shall I necessary moisture to the Constructian aoPY ry performing ealpelln lK, tr within three hundred t STALL PROVIDE ALTERNATE PEDESTRIAN ROrES AQNfnlT TO CONSTRUCTION ACTIVITIES. AcnNnE& SE 3 Oreo and haul roads to prevent the spread of dust. Refer to Article 1107.07 of the current Standard Specifications far additional detons feet contractor feet of an existing pipdIne, the contracts shill notify the ppellne existing a co pipeline le THE CONTRACTOR STALL ALL NAD POS ON LEE PRNECT STH (AS REWIRED SURFACE S INTAININSTALLATIONCHETL- ALL R ALL ''. MNNrNN ONE iRAVE1 LNIE FOR ALL LOCATIONS cora on and the pipeline Company shall mark the Iocotim of the D Y P P P Y Dom- TO BE DETERMINED BY THE ENGINEER AT A O FOR AND STOLE T A LOCATION 213-6 line as required by Section 479.47 of the Code of Iowa. ROPERTYE SHALLNUCION) AND SHALL REMAIN THE PROPERTY or THE RESPECTIVE OWNERS. RESPT ai6ZS ALL LOCATIONS - COMPLETE MANHOLE ADJUSTMENTS The baclAin and associated embonlment construction shall be g The Contractor shall exercise all due caution when working In the IES. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHAIi BE AS APPROVED BY THE PROJECT ENGINEER. AND THE CONTRACTOR SHALL PHASE 5 Completed within 14 working days after the wring period has expired vicinity Pp rryi 9 y of pipelines w n combustible or toxic materials which are PROVIDE A WRITTEN AGREEIIIE1T WITH THE PROPERTY OWNER. ALL LOCATIONS - COMPLETE PERMANENT PAVEMENT MAMONGS AND B'IE LANE SIGNAGE for culvert extension. present on this project Polne locatim shown an the plans repre- 17. THE CONTRACTOR S AU_ COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR GE ERAI wCONTROL OPERATIONS The immediate embankment shall be placed to provide &I slopes Rents the best information available at the tine of plan preparation. ADJUSTMENT OF EXISTING UTILITIES "THIN THE CORRIDOR. AS NOTED IN THE TABULATION OF UTILITY CONFUCTs 1. MAINTAIN 1-LANE TRAFFIC WTI FlAGGERS NRaNC HOURS 7 A.M. TO 7 away from the culvert top. 09-21-99 252-3 BEFORE YOU DIG lOWA 1-CRL1/ 1-BOO-292-5959 1& THE CONTRACTOR SMALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED To MAINTAIN TRAFFIC IN ACCDRDNNE WTH THE MUTCO. THEY SHALL NOT BE CONSIDERED A COMPLETE USING OF TRAFFIC CONTROL SIGNS FOR THE PRO ECT. P M 2 OPEN LANES 1D 2-LANE TRAFFIC OUTSIDE OR THESE HOURS. S FlAafiRS ARE REQUIRED FOR 1-LANE OPERATIONS DUI 'a 221-3 u.' Estimated gUantHy for new, Carlarete pavement IndlNds Integral 19. THE RD ITEM 'TRAFFIC CONTROL' 94ALL INCULDE THE COST OF ALL TRAFFIC CONTROL MIL NC/NESURFAC IG. Curb, all street returns and special areas of repeke to connecting MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE oro ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS 2Q THE CONIRACTN SHALL PROVIDE EAT NO ADDITIONAL COST) ADEQUATE ADVANCED WARNING FOR M 1. MAINTAIN 1-LANE TRAFFIC WTH FLAGGERS DURING WORK A-'�'NP BEAL _. 03-26-04 IOWA CM OSI RE AND RE-ROUTING OF SIDEWALK FACILITES TO PROPERLY MAINTAIN PEDESTRIAN LOCATIONS 1 221-4 Contractor shall provide Certified Plant Inspection for TRAFFIC, OR RE-ROUTE PEDESTMAN ACCESS N M AROUND PROJECT CONSTRUCTOR OPERATIONS. In order to mold any unnecessary surface breaks a premature Portland Cement Concrete and HMA paving, per IDOT Spedfications THE CONTACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURREPMV.. PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES AS MANTAINE0,,1 spelling, the Contractor Is cautioned to exercise extreme care when performing my of the necessary saw Cutting operations for the _ _ _ 03-26-04 M C" IT 95 RECOGNIZED THAT AS THE PROGRESS CERT 9NATONS MARY NESE WHICH WOUS ACTIVITIES U_ QTO _ U ADNE6N proposed pavement removal. Contractor may use the Maturity Method of teeing To THE ORI@lAL CG63RtUCTION SEQUENCE OR WHICH WOUO READILY LEND i THEMSELVES TO MORE EFFICIENT STAGING OPERATOR& SMatRD THE to determine the strength of Portland Cement Concrete CONTRACTOR D®RE TO DEVIATE FROM THE ORIGINAL PLAN. A WraTTt�ION 2T2-2 paving, per IDOT Standard Specl6wtions. ALTERNATIVEPLAN SMALL BE SUMMED TO TIE PROJECT ENGNER To obtain the correct farm grades at low points where Intakes are A CONTRACTORS SCHEDULE OF OPERATIONS WLL RE REQUIRED. RHES5RG+1meE To PRIOR TO SPECIFIED SARTINUDATE OR located, the contractor must exercise extreme care dram paving SMALL BE SUBM TTED THE ENGINEER fun wMtln pavements This may require paring one half of the pave- 03-28-04 IOWA tl1Y STARTw AM von AMCTION OUO NT OFC IouvtU�ON, IN PPwmiTPOF THEE Trent at a tine or Bitter methods approved by the Righter. The contractor is required to exercise all necessary CONTRACT AMOUNT, TIE CONTRACTOR EXPECTS TO COMPLETE N EACH 10 DAY caution In construction operations directly adjacent to WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE ASSURANCE OF FINAL 232-5 the project and utilize methods of construction to Fr CE OR PHASE orWORK s � TMTHE G m�arINFORMATIOPERATIOND PREVIEW. areas and desirable The Contractor shall not disturb desirableross s prevent damage to the surrounding buildings. The contractor Is responsible for pre- and post- TCONTRACTOR MAY REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A IE CHANCE AND rORWA 1D TO THE ENGINEER FOR RENEW. W H trees Outside the constmctim Knits The Contractor will not be conatruetion damage surveys for properties directly 0 rvi permitted to park or sece Vehicles and equipment or use these adjacent to the project including evaluating and Z arose for st of materials Sts parking and service areas pr09e oge, P 9 () documenting any damages. Any damages as a result Q WE be Abject to ths WOVd of the reeldent ergiRsr• of construction activities shall be corrected at the aC contractors expense. ALJ Z W C7 F1j A DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT-US HWYI(BURLINGTON STREET AND GOVERNOR STREET) S EFETNO. A.03 All contractor's subcontractors shall conduct their operations in a manner that minimizes erosion and prevents sediments from leaving the project site. The prime contractor shall be responsible for compliance and Implementation of the pollution prevention plan (PPP) and local ordinances for their entire contract. This responsibility shall be further shared with subcontractors whose work is a source of potential pollution as defined in the PPP. 1. Site Desodption This Pollution Prevention flan (PPP) is far the mai-sbudon of Me Asphalt Resurfacing Project 2018 in Iowa Ory, Iowa. Construction acidities Includes ourb ramp construction, undergrwrM dairy wait meet patding, and MMA overlay loading. Refer to the project plans for locations of typical dopes, ditch grades. and major structural and non-stmdurel contrds. A copy of Mese plana 11 he on ae at Me projed engineers once. Runoff fran Ws project ori flow into vadwe storm sawas, lichens. steams and damage ore systema Md loo into to laws Rival 2. Controls The Contactor / subcontractor shall be mr ponable for Implementation and management aged measures far Me following emdon and storm water management control measures cut are cosmic to tris cite. This work shall be done in accordance with Section 2270a The City of Iowa City Specifications and Section 2602 of the laws D.O.T. Sounded Spelflmtlon. If Me work rimmed Is not applicable to any contract Items, the wars, shall be paid for according to Mole 1109.03 pamgrWh B, of the laws Department of Trenapotalon Standards and Specifications 1. Permanent Stadlloold. Food. A Permanent seeding and planting of seg unpaved areas by seeding shall be, competed after /nor gmdngiscomplete.Seedshathesownatolytimesd McMrwfentemp"a ,mdsWmand climate conations WII promote Me gemkinalon and plant growM S. Preserve vegetation In areas not needed forconstruction. 2 Temporary Stabigzzlon Pr d as A The use of an fence, temporary seeding. m riding, analog and daemon dikes to hap CahMd sediment and emdon. If construction advityls not planned to seavrin a lsturbed area br atleast 21 days, Me areas shall be stadtized W th tempomryseedrg ser milling miaterthan 14 days bon Me lad consthxctlon advity. B. sudden, euro al a. C. Filter socia shat be used for pmtecdon dihiets and used as ltlh Belts aag temporary and Permanent drainage ltrhes. D. At areas where runoff can move offsite, at fence shall be placed along the palmeter dares to be attributed pr orto beginning grating, exmval or owning add gmbblng abandon, 3. Sequence of Implementation daYlaalon Madam A Construct temporary mnstrucdon eatdentremes and designate along area. S. Instal pedmeter slit fencing and purposes, sMment basins. G Begin clearing and Romans operations. These operations shaltl only take place in those areas Arms earthwork Is expected to take place alln 21 days of completion D. Site grading shall begin. Contractor at be responsible far lempormly stadllbng an area that will not be dsrepted for at least 21 days no later Man 14 days fpm Me last construction activity. E Instaftation of underground ut itles. IaeVoulet promotion at al locations spelled in Me plan shat W Installed. F. Finaize pavement subgrade preparation. G. Construct At mrd and gutter, ]Hata and manholes as specified in me plans. K Remove I les preparation around at Met and manhole structures and carry ml Ina paving oper9tlons 1. Prepare Anal backfill, gaming, and seeding operetlons. J. Once all paving and penmanenl staled don of the sole is esladshed, remove all tenons and other temporary stahizatlon. 3. Other Control Contactor lspesal of unused construction materials and construction natural shat comity AM applicable fedora, state and local regaalons. In the event da oahnd MM oMxgnvemrnentd laws Nes and regdations„ Me arae resWaw laws, Nes m mgdatons shat appy. During Me mune dmnsnuction, li is possible that shutters At arise where unknown materials Ali be encountered. which web aWdare arse, Me a be handed according to d faders, state and local regulations In effect at Me time. The following is a list of other control measures Mat mntrador/suboonbador anal he responsible far Implementing. Off-site yelioe backing A The contractor shall reduce winds aaong of mune mb andie. The paved sheets adjacent to Me construction the shall he Inspected daffy and leaned as necessary to remove only excess mud, cid or mck tracked tram Me at. S. Street sweeper shall be available to dean saeeb ss needd at inspectors dsoeion. C. Dump trucks hating materia farm the dm shall be properly covered with tarpaulin. D. Inspections and Maintenance Procedures POLLUTION PREVENTION PLAN 4. Inspection and Maintenance The contractor Is required to maintain all temporary eredon contM measures In properworki order, Inducing Bearding, mpaldng, or replacing Nem throughout the mntrad pulsed. The (dowing inwe mn and maintenance practices 11 be used W maintain emsion and sediment cahMYs and aahnaalm measures 1. Inspection and Maintenance Procedures A AN contM measures will be Inspected at least once every seven(/) mlendar days and blowing any storm event of 0.5' or greater. B. Almeasuresllbemantmsellagoowoddngorder. Iferepdrisnec ry,itAb M6ated WMn 24 hours of the repsen. C. Any built up sediment WI be removed from all fence when It has reached onmhAf the lance. D. Sit fence and silt sinks 11 be Inspected for depth of sediment. tear, etc., to see ad the fabric is securely eladad to the fence wots,and to sea Mal the to. ore monvoly fastened In the ground. E. Site shop be inapMed daily (preferably at days antl) and swept 8 nemssary. F. Temporary and permanent seeding and planting WII he Inspected for bare spots, washouts, and heathy growth. G. The connector at be responable for selecting a'quafled' Inspector to conduct Me inspec9on , 'Ouagfied' Is defined as a person knowledgeable in Me principles and pradces of emdon awl sediment contras Am posseeses the sills to assess condions at Me anewdon sire Met cold Impact to. water quality and to assess the effectiveness of any sediment and emdon control measures selected to control the quality of atom water discharges from Me construction activity. 2 Materiae Management Han Site sources of polutlon generated as a result of Mo wars related to she antl sediment which may be Mercenariness resal of a storm event. Hmw r. tNs SWPPP pmdides mnveyanm forother (noropmjed Mated)operalons These otheroperadons have eormwatermnoff, the regulation V AHch is beyond Me amad a this SWPPP A The following Is a list of materials or substance expected to be present orete during construction. 1. Concrete 2 Detaeghow 3. Parks 4. Ter 5. Sod Stablflzadon Addlims 6. Fedazere T. Petroleum Based Med/cos 8. Clearing Solvenb 9. wood 10. Sodds antl Construct. 1t. Wastes 1z Pesticides 13. Hasty 14. Asphalt 15. Antifreeze Godard 16. Gasdne/Diesd FudsKerosone 17. HydraudcdlMulds 18, Glue Adhesive 19. Curing Compounds W. Waste from construction m upmentwaging B. Material Management Practices: The following is a fist dmateda managemompractices Mat Wl be used onsite to Mnldrize the risk of spills or other acdeental exposr e of maensls and substances to storm water mnoR. 1. Good Housekeeping • An effort WII be made to store onsite only enough products requred to complete to job. • NI materials stored onsite will be kept in a neat, exactly manner and In Mar appropriate containers. If posdde produds shell be kept undera roof or order endosum. • Materia WII be kept In their original containers With Me originals mandacture's label. • Substances WI not be nixed with one another unless recommended by the manufacture. • Whenever possible, 4 of a product WII be used up before deposing of the container. • Manufacture's recommendations for proper use and disposal cul be fdlok e . The job site wpdnteneent 11 he responsible far daffy inspecion to move proper use add disposal of materles. 1. Hazardous Producds • Products 11 be kept In Mar original corwhem AM the orlgna mandactura's labs. • The original labels and materia safety data AN be kept far each ofMe maldas as they contain lmpodant Product Incomes. • Disposal of any excess product we be done In a manner Mat follows al manufadure's methods for proper dapped. C. Product Specific Practices: The fclowing is a Not of oriental swims of pcidon and spectre Practicesto reduce pdutants discharge from materials or swmes expected to be present walla coding axnswclon 1. Petroleum Storage Tanks • AN orate vehicles shall be inspected and monitored for leaks awl mcehe preventative maintenance to rectum Me change of leakage. • Steps WII be taken by the contactor to alninale cmbMreies from storage tanks Loin entering ground sal. Any potmeum storage tanks kept onsite 11 be located Ah an ImpeMous surface between Me tank awl cre grouna 2 Farblzers • Feres shop be applied in minima amounts as rxorornendad by Me npmlacture. It shalt be worked into the sal as to MriMze the cooled At dorm water discharge. 3. Pants, Pain governs and Owning Solvents • Excess paints and solvents shall not be discharged into the slonn sewer system The contractor shad refer W the manWasu s Instructions and Word regulations on the Proper dspoed Women. 4. Concrete Wastes • Concrete trucks Al be allowed to washout or discharge excess concrete In moncedy designated areas which Al he required to Mlmize comps between the concrete and storm wader discharge bond ion site. • The hardened product farm the concrete washout areas AN be disposed of as other an -hazardous waste materiae or may be broken up and used on the Ate for other appropriate 5. Sold and Cmstrudon Wasbs • NI trash and construction debits shad be depodteG In a compote -that we W emptied as necessary. No construction waste metaled Al be burled on Ate. The dumpstere mud be Wt in a location where Me contact WM storm water discharge Is Moorhead. 6. Saf tey Wades • A pushed• rest. facility shad be located onsite at A 1. urum an appmved equal is allowed. Wades was be col ed and disposed of in a complete compliance AM Inca, state and federal reguladons This fadllty shah be lomted In an area whey writacty M storm water discharge Is Minima. T. Rural AglaJtuml Acivies • Runoff form agricultural land use can potential cordon cheratols Inducing herbicides, pedddes, fungiddes and fereizem. A Soil Prevedon and Response Procedures The contractor is respondde for tra ing al pereonnel in the proper handing and dearaP of speed matedas No spilled hazardous materials or wades WII be alowed to come into contact AM doral water dwinarges. If contact does occur, the storm water discharge WII be comaned onsite until appmpdete measures In compliance win al federal, dale, and local regulations am belayed to dspac s of Me hazardous substar e. The flowing padces AN be followed far we prevendons enol cleanup: 1. In gallon to Me good housekeeping and materia management pedces dscumd! in the minus sections of the plan, the following practices WII be done to minimize Me pobMa for Now ms mately spill and to reduce Me risk of the sell coning in entad am stomp water. • Manufacturers re an maMee methods for split cleanup A he dearly Posted and site persomnd Wg be vaned regarding Mese procedures and Me to edon of the InlomhaCut arM cleanup wine s • Materials and Equipment necessary for spill control, containment and deanup WII be provided on aha In a material storage area. Equipment and matdas Al induce but not be gated to brooms, dust pane, more, regs, doves, goggles. Httyller, and, sawdust, and plastic oral neral most condnere. 2. In event of a spill the following Procedures WI be folowed: • At splits 11 be owned up immedately after damvery. • The spll area vol be kept coal ventilated and permond wit wear mompriaed powuhat noting to prevent Injury ah Me hazzmdws subsbnce. • Sol of Iodic or hazaranus material will be reported to the appmpdate stale orloal governmental agency and to the project manager and engineer, regardless of the size of we. Selsof amounts that s use d reportable quantifies of cortan substance cosmically mentioned in feesel Wagons must be Immediately reported to the EPA and any other pwmmwW agendas • If Me spill exceeds a reportable quantity, the SWPPP must he muddled within 14 days after Me spit and a waded description • devents must be included. The modification shall include: a description of Me makes; Me date of Me reeam,, and • explanation of why the spill happened; a description of procedure b preventfuture spits and/or Meese form happening; and a • description of response procedures should a will or releak, occur agar. •The site superintendent all be removable for to aay4o4ay site opera/ons and ora be Me spill prevention cleanup •coordinator. He or she will designate at least three otheram personnel who All realve spill preventions and deanup rooting. • These Individuals WII each become responade far a palmar phase of prevention and deanup. The names of Nese • individual will he posted in Me materia change area and In the office trailer. I NonSterm Dammine The fadowing is a list of nonstomh water discharges slowed by Me loud Department of Natural Resources and May occur at the job ale under Me condgon Mal no pollutants we he allowed to come Into hotbed Win the water, poor to al\l after IN discharged bond Me ate. _ i_� m 1.Waterfrom the fire fighting advid. and fie hydrants loshirgs k�= 2 Water used to dean verides 3. Podable water sources inducing water man flualings, Idgation damage and routine blcing washNitvaRisiuda detergents. 4. Air mndida ng condensation. t S Foundation or footing drape where flows have been exposed to given -I(") tV 6. Pavement wash waters whoa mil or leaks orhaTatlaas materia has not oaumd. r- �_ rl za r• 0 File No. PS -31x I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY I (BURLINGTON STREET AND GOVERNOR STREET) ISHEETNO. A.04 if 11 3" HMA MILL AND OVERLAY 1.5" SURFACE - HIGH TRAFFIC (HT) MIX 1.5" INTERMEDIATE -HIGH TRAFFIC (HT) MIX .. ....... .................... .................. ............. PCC PAVEMENT (THICKNESS VARIES 6-7") EXISTING HMA ROCK OR EARTH SUBBASE (VARIES) OCONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD TYPICAL SECTION: HMA STREET MILL AND OVERLAY LOCATIONS US HWY 1 (BURLINGTON STREET): STA. 0+75 -16+72 BURLINGTON STREET: STA. 16+72 - 21+23 US HWY 1 (GOVERNOR STREET): STA. 50+00 -63+06 US HWY 1 (GOVERNOR STREET): STA. 67+34 - 94+35 JOHNSON STREET: STA. 250+74 - 264+00 COURT STREET: STA. 300+25 - 303+84 3" HMA OVERLAY ON EXISTING PCC STREET 1.5" SURFACE - HIGH TRAFFIC (HT) MIX 1.5" INTERMEDIATE -HIGH TRAFFIC (HT) MIX PCC PAVEMENT (THICKNESS VARIES 6-7") EXISTING HMA ROCK OR EARTH SUBBASE (VARIES) OCONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD TYPICAL SECTION: PCC STREET OVERLAY LOCATIONS US HWY 1 (GOVERNOR STREET): STA. 67+22 - 67+34 US HWY 1(GOVERNOR STREET) : STA. 95+40 -108+88 N 0 Z3 —+ m �o C-)-< T � 'gyma m o� o v 4 - ca co Z O U uj U) U) U) O Q U J Q U a City File No. PS-3xx DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.01 JAI qa a I Q4a� G 8" TYPICAL SECTION Location (Back a Back of Curb Width of Insert (36" tp., 18' min.) 6" 6"+tom 6- 6" ! 4t1 4.. Face of B'v Standard Curb ?i I . 2 . Q 14il el ///lh and place bond breaker 40 < Edge of Gutter (1/ applicable) INSERT O Modify dimensions as required to accommodate other curb th heights when specified, max.®Insert shaping may be modified far insert widths leas than 36 Inches. Fu an 18 Inch kwert, reduce dimensions indicated by } inch. © 12 Inch minimum wall height be. all pipes. ® Slope of 1.5% or as specified in the contract documents. 10" 4.. 4tl Flow' 12A t «IJ 'E' Joint Dowel 850' - (tyF) 411-\3 � 'ED' Join Edge to Radius O 'B' Joint Bo ' Length (1 1'-0" min., 20'-0" max,) PLAN Trunmerse pint spacing on naw concrete pavement la © controlled by the Intake boxoul. Ad)usl odppcent pint spacing as required to accommodate boxouls. For retrofit intakes, match existing pavement pints. Stop any transverse pavement pints that do not conform to the minknum spacing requirements of the edge of the Insert area. .In. on Grade min. et Low Point Bock of Curb MA%IMUM PIPE DIAMETERS Pipe Precast Cost-In-plac Location Structure Str% lure Short Wall 24" 30" Long Wall 1 Sba 1 J SW % IIM li STAWAl WRM' Mark SINGLE OPERITHROAT CURB INTN(E, SMALL BOX Trunmerse pint spacing on naw concrete pavement la © controlled by the Intake boxoul. Ad)usl odppcent pint spacing as required to accommodate boxouls. For retrofit intakes, match existing pavement pints. Stop any transverse pavement pints that do not conform to the minknum spacing requirements of the edge of the Insert area. .In. on Grade min. et Low Point Bock of Curb MA%IMUM PIPE DIAMETERS Pipe Precast Cost-In-plac Location Structure Str% lure Short Wall 24" 30" Long Wall 1 III 'ED' Joint MK 6010.50 STAigaii —ms® SINGLE OPEt4THIROAT CURB INTAKE. ShAll % V Back of 8 TYPICAL SECTION Width of (36" lip.. 6"� 6" Face of 6'CI) tandard Curb }411 Trowel saoolh d place bontl breaker Edge of Gutter (if applicable) Normal Povement Stop. INSERT Modify dimensions as required to accommodate other curb 0 heights when specified. th Insert shapiny may be modified for Insert widths less than ala.. J6 inches for on 18 inch insert, reduce dimensions indicated by 4 inch. © 12 Inch minimum wall height obove ail pipes. © Slope of 1.5% or as specified In the contract documents. 01 SN 40ATCURB INTAKE LIURGE BOX 5'-0"� Transverse pint sparing on new canuste povemenj is 4'-D" canfrolled bye Ne Intake Ooxout. Adlusl adhcent pint 14t pacing as quired to accommodate boxou s. For retrofit Intakes, match existing pavement 'pine. Step dt2 any Uanvroe pavement pinta that do not conform to thminimum spacing requirements at the edge of the Insert area. Location Sta(Back of Cu 2'-0" min. on Grade -0" min. at Low Point MAXIMUM RPE DIAMETERS .-Bock of Curb Pre<asl Cast -in-place 4'-1" Flow 411— �� 12 lyp. yyyyyy Cinsert� Dowel B� 41 (tyo) 'ED' bin riga to �" Radius — BOYa.It (1 1'-0" min.in.,, 2V 20'-0" PUN -'E' Joint 36'1 typ. 18" min. 'EO' Jolt B" hint Sba 1 J REINFORCING BAR UST Mark Size Location Shape Count Len th acing 4t1 4 Top 6 4-8" Inert 4t2 4 Tap 4 4'-6" 1Y' 4t3 4 Tap f0 10" " l.1 4 Bac. 6 ]'-B" 1" 462 4 Base 5 4-8' 0"411 E'12 411 4 Insert 4 Boxwt Length minus B' Plan 4w1 4 Wale 14 Wall Height minus t'4" 14' 4w2 4 Long Walls Varies 4'-8" 2" 4w3 4 Shat Wall. — Varies Y-8" " III 'ED' Joint MK 6010.50 STAigaii —ms® SINGLE OPEt4THIROAT CURB INTAKE. ShAll % V Back of 8 TYPICAL SECTION Width of (36" lip.. 6"� 6" Face of 6'CI) tandard Curb }411 Trowel saoolh d place bontl breaker Edge of Gutter (if applicable) Normal Povement Stop. INSERT Modify dimensions as required to accommodate other curb 0 heights when specified. th Insert shapiny may be modified for Insert widths less than ala.. J6 inches for on 18 inch insert, reduce dimensions indicated by 4 inch. © 12 Inch minimum wall height obove ail pipes. © Slope of 1.5% or as specified In the contract documents. 01 SN 40ATCURB INTAKE LIURGE BOX 5'-0"� Transverse pint sparing on new canuste povemenj is 4'-D" canfrolled bye Ne Intake Ooxout. Adlusl adhcent pint 14t pacing as quired to accommodate boxou s. For retrofit Intakes, match existing pavement 'pine. Step dt2 any Uanvroe pavement pinta that do not conform to thminimum spacing requirements at the edge of the Insert area. Location Sta(Back of Cu 2'-0" min. on Grade -0" min. at Low Point MAXIMUM RPE DIAMETERS .-Bock of Curb Pre<asl Cast -in-place 4'-1" Flow 411— �� 12 lyp. yyyyyy Cinsert� Dowel B� 41 (tyo) 'ED' bin riga to �" Radius — BOYa.It (1 1'-0" min.in.,, 2V 20'-0" PUN -'E' Joint 36'1 typ. 18" min. 'EO' Jolt B" hint St 30" Sba 1 J REINFORCING BAR LIST Mark Six. Locaticn I Shape Count Length spacing 40 4 Top 2 4'-8" See Insert 4l2 4 Top 4 4'-6" 1Y' 4t3 4 Top 10 1.-10.. 5" 01 4 Bose 6 4'-6" 1 1" 462 4 Bose 6 4'-8" 1 1" 411 4 Insert 4 Soxaut Length minus B' See Ron 4.1 4 Walla 16 Well Height minus C 14' 4w2 4 Wall. — Varies 4 -8" IF 4w3 4 Wall. Varies 4-6 12 St 30" Sba 1 J Mile A� IV =cm �= C v CA JF W 0 U W 0 cc a. City File No. PS3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. B.02 A. AI Bock of Curb Width of Insert dg e of Cutter (36" lyp., 18" mm.) (WapplIcable) 6" 6" 6. 12' 2 bt 4tl 4 ce of 6•'O 11� St. all Curb Normal 1 2.. ., 2,I � I ] Pavement i SECTION C Y' I 2� Slope SECTION A -A ycat'on `Back c 40 et 6., Form Grade lose W 8•• Trowel smooth and 3- [..a band breaker 4"4" SECTION B -B (INSERT) 1Q Modify dimensions as required to accommodate other avrb heights when spmified. �l....t shipping may be modified for Toned width. was than 36 Inches. Far on 18 inch in rt, reduce V. Shart REINFORCING BAR UST Guttedine 3W O Mark 4'-0" mi. Shape Countth Lar acin 10" E Join Base 9 3-6" — —4h Flow �w 1z, typ. 4 �Insert� 'ED' Joint 8'-8" 411� "'-Edge to " " Radivato Radius 4 x(15-0- goal Length 411 4 min., 200 Iran() 6 8'-6 PLAN 40 et 6., Form Grade lose W 8•• Trowel smooth and 3- [..a band breaker 4"4" SECTION B -B (INSERT) 1Q Modify dimensions as required to accommodate other avrb heights when spmified. �l....t shipping may be modified for Toned width. was than 36 Inches. Far on 18 inch in rt, reduce V. PLAN (SPACER) LE' Joint 'EU' Jolrk� 3' Joint y BENT BARS 26" Soul tllmmsions Indicated by 3 Inch. Q12 Inch minimum wall height above oil pipes. ® Slops of 1.5R or as specified in the contract tlocummis. 1W 60111.509 STAWARROADW BLEOPEN-THROAT( INTANE,SMALLBOX © Transverse Jolrn spacing on naw concrete Pavement is contmlled by the intake boxout. AcIust aGaceidjoint specirlg as required to accommodate boxrds. Fr retrofit intakes, match eAssng pavement Joints. Stop any transverse pavement joints that do Trot conform to the minimum spacing requirements at the edge of the Insert area. ® Rounded shaping at Inlet min. on Grade min. at Low Point �op Bock of Curb 0Cutterine Do not exlmd Spacer keyed 'pint 'xmlo front 36" tap, all o/ b min. eam Imo- Dowel Bar MAXIMUM PIPE DIAMETERS Pipe Prxaal Coat -In -Placa Location Structure Structure Short Was ." Long Wal ISOMETRIC (Referto SECTION B -B for alignmml of Top with Spacer) MA DOUBLE OPEN -THROAT CURB INTAKE, SMALL BOX I 6" 2W.21 �•, el„ SECTION C -C I Bock of Curb dga of Gutter Width of Insert (if applicable) (36" typ., 18" min.) 6" 6" 6" 6" 12" 4l - all 4" ca of 60 tendril cart Normal YA I1 �M �® P.emenl Slope 51n. 411 6 m J z e,. Irin >- \i Fo 3" "po�rade EnpE W<II 8" Trawel smooth d 3'1� \ — ') place bond breaker gg ; arm SECINEERT) B 4. 4" (D Modify dimensions as required to accommodate other curb heights when specified. © Inst shaping may be modified for inert widths less than 36 Inches. 4'-60 Fr on 1B Inch insertreduce dimensions Indicated by } Inch. Q 12 Inch minimum wall height above all pipe$. ® Slope of 1.55 or as specified In the contract documents. Ppe Precmf Locatirr, I Structure REINFORCING BAR UST REINFORCING BAR LIST Mark Size Mark Size Location Shape Countth Lar acin M1 4 Base 9 3-6" 12" 41,2 4 Base 5 8'-8" 10" 411 4 Insert 4 Boxaut Length minus 8" Sea Insert 411 4 Top 6 8'-6 See Plan 4t2 4 Top 8 3'-5 12 4t3 4 Top 1 10" 6 4.1 4 Walla 22 Wall Hai ht minus 4" 13 4w2 4 Lon Walt, Varies 4-8 12 4.3 4 Shari Walls Varies 3 -8 12 5.1 5 Beam I—I PLAN (SPACER) LE' Joint 'EU' Jolrk� 3' Joint y BENT BARS 26" Soul tllmmsions Indicated by 3 Inch. Q12 Inch minimum wall height above oil pipes. ® Slops of 1.5R or as specified in the contract tlocummis. 1W 60111.509 STAWARROADW BLEOPEN-THROAT( INTANE,SMALLBOX © Transverse Jolrn spacing on naw concrete Pavement is contmlled by the intake boxout. AcIust aGaceidjoint specirlg as required to accommodate boxrds. Fr retrofit intakes, match eAssng pavement Joints. Stop any transverse pavement joints that do Trot conform to the minimum spacing requirements at the edge of the Insert area. ® Rounded shaping at Inlet min. on Grade min. at Low Point �op Bock of Curb 0Cutterine Do not exlmd Spacer keyed 'pint 'xmlo front 36" tap, all o/ b min. eam Imo- Dowel Bar MAXIMUM PIPE DIAMETERS Pipe Prxaal Coat -In -Placa Location Structure Structure Short Was ." Long Wal ISOMETRIC (Referto SECTION B -B for alignmml of Top with Spacer) MA DOUBLE OPEN -THROAT CURB INTAKE, SMALL BOX I 6" 2W.21 �•, el„ SECTION C -C I Bock of Curb dga of Gutter Width of Insert (if applicable) (36" typ., 18" min.) 6" 6" 6" 6" 12" 4l - all 4" ca of 60 tendril cart Normal YA I1 �M �® P.emenl Slope 51n. 411 6 m J z e,. Irin >- \i Fo 3" "po�rade EnpE W<II 8" Trawel smooth d 3'1� \ — ') place bond breaker gg ; arm SECINEERT) B 4. 4" (D Modify dimensions as required to accommodate other curb heights when specified. © Inst shaping may be modified for inert widths less than 36 Inches. 4'-60 Fr on 1B Inch insertreduce dimensions Indicated by } Inch. Q 12 Inch minimum wall height above all pipe$. ® Slope of 1.55 or as specified In the contract documents. Fly I. ailJ' �5w1 L4t1� /^7EVlnl 3B'l lyy. 12'I trio. "`VV 1B" min. �. � Insert 1 Oil �3 'E 'ED' Joint ®� Edge to }" Radius W) Johl Bomut Length (15'-0" min.. 20'-0" max.) PLAN BENT BARS Ppe Precmf Locatirr, I Structure REINFORCING BAR UST PLAN (SPACER) Mark Size DOUBLEOPURB Shg" Count M SECTION A -A 9" NTAKEEN-THROATC LARGE BOX 1 41,2 4 6 411 { -i Boxaul Length minus 8" She In 4l1 4 T B'- " See Plan 4 Top a 4'-4" 12" 4 Top 18 1'-1 " 9 Wal Transverse ant spacing on new concrete pavement © 16y Walft 24 Wall Haight minus Spacr 8'-0" s conlydled Me intake boxout. Adjust adjacent Van. 1 " 4W3 4 Carter Wcl 4l1 pint spacing as required to accommucote boxcuts. 12" For retrofit Intakes, match existing pavement pints. 4t2Slop any transverse pavement pinta that do not totherequirements at lthe Location Stall. the edge insert areaacing (Bock of Curb ® Rounded shaping at inlet. Short Wall 2'-d' min. at Grade 4'-0 4'-0" min, at Low Point Top Gutterlin 4'-0" ml 11 y'4 I rr ine Book / Book of Curb Fly I. ailJ' �5w1 L4t1� /^7EVlnl 3B'l lyy. 12'I trio. "`VV 1B" min. �. � Insert 1 Oil �3 'E 'ED' Joint ®� Edge to }" Radius W) Johl Bomut Length (15'-0" min.. 20'-0" max.) PLAN BENT BARS MAXIMUM PIPE DIAMETERS Ppe Precmf Locatirr, I Structure REINFORCING BAR UST Short Wall 1 30" Mark Size Location Shg" Count M 4 9" 41,2 4 6 411 { Boxaul Length minus 8" She In 4l1 4 T B'- " See Plan 4 Top a 4'-4" 12" 4 Top 18 1'-1 " -ALL Walft 24 Wall Haight minus 4w2 4 Long Wall. Van. 1 " 4W3 4 Short II Vari 8'-8" 2 12" MAXIMUM PIPE DIAMETERS Ppe Precmf Locatirr, I Structure Co.l-in-place Structure Short Wall 1 30" 1 36" Long Will I DO 1 66' J IL D WW O IL EL City File No. PS -3>o( DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET N0. B.03 JAI 5._4.. B«k of Curb I'M' Jainl O 0 0 Insert ROW >- Ee,e to 4ma. Bark of Cut T min an Grade min at Lor Point $ CInsM� Joint T ICAC SECTION y awn w a For junl detab, refer to PV -101. Possible Contract Item: Intake, SW -541 Passbla TabJotion: 1N -5B Q 39 inches when attaching the SW -542 ^ extension unit. ✓ Q Additional Syed crostruction joint Am attaching the SW -542 edmsun mit Q3 Modify dimnaims as regained to aceammodnta other cut heights Am specified. sgwa S*541 STANDARD ROAD PLAN P= --w She CPOAT0.TiB IWAM INTAIIE LININ13111EMM PAVEaQIT Q 39 inches when attaching the SW -542 ^ extension unit. ✓ Q Additional Syed crostruction joint Am attaching the SW -542 edmsun mit Q3 Modify dimnaims as regained to aceammodnta other cut heights Am specified. 9 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA �THROATWFIB INTAla UNDER PAVE! M JOHNSON COUNTY AN,uehnent RONI'MMG BM UST Ringa Mark She Location Shapa Lm9lh Spacing fl 4 Bas 5'-0" 1 - 02 4 Bas 5-0" 14" bl 4 WA 7-0" 14" ci 4 Top r Y -b" 14" 02 4 Top W-0" See Detal J 4 Top 5'-0" See D[lel a4 4 Top 7-4" See Wall 9 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA �THROATWFIB INTAla UNDER PAVE! M JOHNSON COUNTY I.soMon shWn PIAN 'w Precast Dasa with Inh9rsl Nstr SONon AN,uehnent 24 to Ringa Infl TSR. -moi Bartnders, M Clefel BeWinp Malmel Steps n)p) preratTep W u ._ pMMp Jaints.mmt(hp) Depth Pracsu Fuser Sect.. I.soMon shWn PIAN 'w Precast Dasa with Inh9rsl Nstr SONon nwd 24 to Cassel Fbirllp b $4 in h Lorviec�]anPi7p.) M Clefel BeWinp Malmel a'nri W u TYPICPLSECIION Lovas) Rowllce QI Fw additional cong upsions, maintain a rrurimum of t$ indne ofmrlmhbelnem tiaNcal OdgaaofPw op-npe Q 121ndrmWmum teslegN show all Ppa0limiGle. Location Stenon sn«esl Riser \ Sections PLAN rete at lame Edge IIaMIMe Meainum Pipe pameter 1 OYnMes chef ta2m BrA4Re) Sweeten seeparvelon N 24 to all b $4 T2 42 w M 4B b pa W u �CariJrvplaw base shown. If base is Pecos! Integral wkh bM- roes, the footprint of the haft is not required w intend beyond the outer edge of the riser. CFor additional configurations, maintain a minimum Mt of 12 Incites of cameo between vertical edges of pipe openings. g12 inch minimum deer height above ell pipe openings. O 7� Manhole `Mm Plpe Diameter s b i dopa) G W J a'min `$)SUDAS QIOWAKW I All, - Q 4" B'miICU a48are t�1T' O R9pN dTMR SWAYOIp1g MII ��1❑ tee Each WaY Base raneve:�,ea.aw..neu..+ U W TYPICAL SECTION CIRCDIAR STORM SEWER 0 IsANWLE Q. City File No. PS-3xx ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. B.04 1 Extensor Lon Eatmzm unit may be used an either a both antes S•_4•��SW-6p2 ipv G CosCng of ntde- Detais ore, all Mm ealmsm unit's �4'-D— "F on Ua apposite aide. Fa jointdbis, rcla to PV -101. ID Oath gaiter slope. Orrin to well. Curb ® Other Iin IengUs of of the mxY' ban and by all � 1B' Curb 4'-D'5'-{" wrying Ue ImgU of the eatenalon antl Ue rubor. rmslUm fi' B" di0. Cffaete Post m Intluda 2 inches !a 'ED' Jamte. Janl 6' 'C Joint PLOW— J—., -•„ I '8 of, L 'ED' 'ED' Joint Vr' .40 ^ Length of Curb OpeningBartell Length - 23'-0" Q 0 PLAN TOP of farts Capp—/ 8" Dfade ECTION A -A Typkd Extmsm Unit) TABLE OF DIMENSIONS ® Rd 1r4 1Y4 1Y -e' SINGLE OPEN -THROAT CURB INrexE vrtrH ExrralDED OPENING L r �n SECTION B -B (Typical Inlde Well) Keyed JobI ( ,erd o front wolf baa) of Curb ISOMETRIC INTAKE WELL, WALLS AND TOP Keyed Construction Joint Keyed Conelruc8on Joint Possible Contract Item: Intake, SW -545 SINGLE OPEWTHROAT CURB INTAKE IAITH EXTENDED OPENING Extension tory, Q 5 SW -802 Thee G Coating .B. JOFI -q/I� Eel del <e: 4el nt 5-4 Nnm 4eJ BNk ren SlNo a � S—mW-6II0 s2 Type G 04" i2"�26 Realpl 44Iaw 4e2 /e{e8 412 CmtWttian 32" Ike] 412 BocA of Curb Pmt ale Joint B m 44edV-0';thf8'-0' (mac)w. Cmpele Post � JII" Jost_ _Keyd Z 6' -IO oint aibn I J aFt SIE �4 RO .8,.bFt - 4p1 —tB. Baxaut Length -220'-0" malt m �Y 5'-4 PLAN SECTION D -D TOP REINFORCING PLACEMENT Elltenaion Length Q REINFORCING BAR UST E M1 6-4' Intake Well 4e5, 4b2 5'-{" A. e1 461 w w ar Y— 4el 4elY 4el 4e1 w ®Oona uetedI of Wining may be 4e5 constructed byye and . length of Ue eximefan and Ne rubors. ® Includes 2 Inchon far 'ED' Joints. .� I B" Concre a Post 4b1 . 1 I I I6'_iD 'i0•• -- �f o ftow * I UPB'oxal Lengti- 2Y-0" max C PLAN q BOTTOM REINFORCING PLACEMENT DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION 'B Joint - Edge to 1/{" See Bell 4•®0.11 SW545 STANDARD ROAD PLAN SINGLE OPEN -THROAT CURB INrexE vrtrH ExrralDED OPENING STATE OF IOWA JOHNSON COUNTY 'A',Don Form L:11 z .. �fi 6" B 8" 8" �- 4" 1 S INSERT DETAIL PLAN REINFORCING BAR UST L 12'-0" TOP OF EXTENSION REINFORCING PLACEMENT Ae .. a mr a' . sans 1. u n t a m - M • t 1)a a Ne •qn{y y IIIV REINFORtlNG BAR UST L W-0' eAa se IfGWI n Ilex as 4uR • N a -v ns n -r PLAN BOTTOM OF EX TENSION REINFORCING PLACEMENT DETAIL 'A' at Bad of arts fi4 SECTION C -C 32" D={ ry N1 N01L ALL DIMENSKMJS ARE BUT TO OUT DD! FIN DIAMETER r i' -r LLS ISI Use when fall l pavement eve • 1 s w Iso s• Is HMA a composite. 4e • e. a sY-Y w CD Other leng0e of openingy m y be N • k.s I 11 -Ir R.. cmelrucled by We S the length •q LLy-uex rw Nus of the ntenaim and the reborx ENFORCING BAR UST L - 16'-0' REINFORCING BAR UST L 10'-0' YMI 9S IWInI In . nn 4.'Yw M W4 4I6' S a n - nlw 1r STANDARD R= PUW u AR S II•se m rt,wa•rw�swa s rc- a• n r M el a IS -Y Ie] 4 1.�1 er-I lV w,aY art. I.le Naos SINGLEOPEN-THROATM ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) N O City File No. PS-3xx SHEET N0. B.05 FJ W 0 U LU 71,Q CL O L r �n N E'— a m :ga�('a 3 v 00 D � City File No. PS-3xx SHEET N0. B.05 FJ W 0 U LU 71,Q CL Oo wlellwrgM W:nlailpn vNilM M1m.d lrcRc wn¢�wMml, W�,n.pMas>s rarnwrv. wu: n¢m¢ v�• no pw:e:e. E:raann ¢m anw.w.Pe.nwm oo para wn¢re.¢rwmwwH. - a�OmeAll "'a.rm 1n moos —1" i151 1yN.R:y Pn9irtl1nlw:¢Rmrelnm fGIDl o! O U )0 I LIr 114, PICT r OI semr. L.¢anvwm.w.© r,n VEHICLE STOPPEOON SHOULDER FOR lE39 THAN OXEHOUR I A ---------------1 weal ±'Wi , a a v.n'In 1 � Mr.<� � y \ FRRrp i PkVup Iql WYan o rwepcV al]e 0rcp oA .daq Fo W I ¢ SHPrt°ER OROPUFF tr 9LOWAIWING OPERAl10N Pw9bktwaai aw: ¢� aaN '•e nwrs�. v9:aamrtlwn par�w.ge.Ru:.:e Niaama Pcu109enNwf l:em: rrem¢c«va iriv.wmoi vv.a¢r ea9e a «P•P• m9 m va9im «mare m arm n mm.1z m u.swmm Sw�aauu +¢•. s• aa: u• ��l°w°cepar[ment """'ra. Fw.wMlewmm¢iu¢Pv1.mv,relvmral. L210WADOT TC•1 1>=GEN° TC -202 STANDARD ROAD PLAN "k°� oem•m 9N"i mnMNga p RN+W9 r«m. STANDARD ROAD PLAN HFEIIAt xnrwom:.. a:mvw:ww.nesµn. sP® . Q 1NnWrErYfiIM:eWIr.:renlMNWa11P/m"mSNq®a Lnrt n c iruvo:.mr e T spar m..¢ao®ra v:gy.Rm�am.�«ro.:°nwrr�. _ :nw r. mnv LEGEN° PM) O z wwoM arewbsa NanRW Nelmr4 vamaUra:mrs.P«+tl a1N� r'r��i Ylnk�rts W} X° av fdigin_n .� L< F rwlNs4:: 4— IN.moNar:vs ... -- WORK NOT AFFECTING TRPFFIC avY. m.ia m m m m .we.:4nL ~ °Y-"1`niWTotl6i m«c:.+vr +wv m 1q m N FIIN FT (TWOLINE OR NULTIiANE) OF OF MiRAYELm WWAY r uL Raev POiO:.. NORR.• iduR xuR 4 NlvrMn —9pa]ry+c Q vmrn v 1 z, i4 a a P 1141 F Ca62• y I( II � � 1 � 1 abaL.LM �T • ��LLGC�flL' / /� �� m°'+a•C • fes_ c>r xn Co av e. r9.1 YI81 'MM Y ifaq qaM I 4W"' IAn— CI- 7 N :Cr m �a N�naimemwl W9¢ETynrtltlNffi.F51mIi91XTILOEROROW)FF Iue Pm'n^e^+exSeJW ^ry¢9reswtl:mp IEepN WI�tlYmeE Paxcib Cabtl0.0.Te: EUYp mPxMFB iwz Pwabk WMad I@m: T ywpn eE9v EmpNSalntl L4mYJaLLtlasYtlllgbaCW llryI.WA3 MNaSb:tlaN Sw�+ImaW:> Tm,ficfuiWl ((J tOR.•PFeM°aedro•aerob:rdanun.eMpu,Lal,panm. �` I�IIPNA GOVRlIRlmlt a Wtr.tx Fv.mhmstiry:®ftananelwur. refnbTC.l. L210WADOT im„a21n •Y Q IEGEHG ROM !art Xosly.m•Rar.a..:wla,tll..�a�.i..�eMmwlro F•0 H tlwmbMlwnwtl Neaga WU¢el Trrwapvn °F TMs° TC -2 13 STANDARD ROAD PLAN.mek9b"apw +ar T� ® o m4aPryH,mtlr" :gym A 0 a T SRcoT �reM101 lltla:::&Imr gacigblp meL STANDARD ROAD PLAN TC -002 W sxliTl W1 mm>a • s. w A C E FNO T II0. Ya rtmmu w .avnyr0. al4kYlar �% pClw.9n I^pi) Rmp Q] ryp:Ny:gk«y®meoeed 114 mb�iG210. m«lsl m] m N m a Fw wMarn:¢4as WnZp (plby rry WnMVers IRO �, ry ao k+J_ < _ Lv xav ss«ive a� m v-zav rmam s9v Rm q -- -m-__—__— a -m m m q m Iwlm:mR«�'ereNWwIT¢nemOmrewNM194Mgwvtl¢r rr.1%'1..a... ..�v.m LL) 016a1MTeW )ma9¢v m9v Im �• OtW✓TeAb r -m lm m m t m WORKW HIN 15 FT 0 bvaraw eov m maov am LANE CLOSURE WOH FIAGGER8 OF TNAVELF_O WAY EL City File No. PS-3xx DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.06 a a 0 1 1 Ra�MIm1�F.5d+. PH1 N'a if 1. P®uLmm mrt rmn caw roe.Y. rmYmaa nsa CEG9A YDALOCY. CL05URP �IAYY ISM nwi STANDARD ROAD PLAN TC 601 � a®Y m vEDEGlnlnn DErouR ~ ® IYI svaD y n.emaiaE° LY�0.S'OE nrtER Ypn(»'NSlmean Epwame meanYa mee. U'[16' aafd' iMaVY r r 1 ea)w Na(p(QV M•,OR•b�YT4i4 RMs••eVW ~ �tl Ywbraava. I Iv9 De avFela vl�atla�aramrYlmAmwbmAam..ea Al / !® yCr A C O C Y T AI aar m w a v -m Yr m m am m a am m m la a vw N, a aaa w +w m ITw a s m w +m >o a -a +aa + a Yv m +m S a•m a >W vla ,m sm � Wlanaagwlne DYlY'alAc(PDi)•mme A.WOwwgn Fw k"sO svaD y n.emaiaE° LY�0.S'OE nrtER Ypn(»'NSlmean Epwame meanYa mee. Lwrt . IpwtY.ope.w.a.avx mm•I.^. ao^,�.,,.n,.al.ar. °. Y Ou• r ea)w Na(p(QV M•,OR•b�YT4i4 RMs••eVW ~ �tl Ywbraava. I Iv9 De avFela vl�atla�aramrYlmAmwbmAam..ea aaLG^auw°YSYwa. spECD grRq, UNIT 55 sl a,+ sv+nv-e sv�m c WH ICam iC.eS' y � y El O+ R.brwslaet nxv^avmi. Qz WMn Ym as •Fem rmsNal�pn alm,. a,wacrxo babmwm. p R.a.RDAnmx.sansnn Yc^v^m.wpoaw amaw vaalvwYe m.°.mwxem^ +Q ra lvmwmm�.vveYa ryw•aDm ax ^vllocl..rwd. ^awax 9R® L11M MEPL eV^e ra SFE] UNR S9 vn pNba•b,. avwax Ycm. vvA.ntlw IagM aay.mbambr Iv, l ,a., m,uc �ELn umrr ss Yyn. m r• a,.•e iare a t-mrs iMenal.. R•mvwvr rw m °<,mi.c^ wm �a�..mul 55 �r..Y� spa•a IimY'Mile SSmpn �nm Inp b in prycl. �t a.a vac+ rwwcays.a ll.M 1m111uWNml Q10WADOT STANDARD ROAD PLAN ITC -418 LANE CLOSURE ON DIVIDED HIGHWAY q•aR o / /� - YO'.iRE 1 f ^,Ar,. vns xv� w�ib.v� �1 a.rr fu,mcea�w '•"'O� s nawAe v ( y A0 O n.:,I� mom.III�:•� ,.i sacr ab::v lean 1 Tmesyl x Da • lIGmYYsax � Amw6aa Y4YYm m.... u... .. b. R. aAFinarigam ru my vxaw�e.rm. .^n.m . m. � n,.,v vxesaA mxv YxxR rAz a Yv^ b pbM. ^��ry� ammo,^win ligcsac m[mw]alre �1 vba e.powwwv^me.mm b�mnraxamma>na®ee,.nw enn^mv Im,ewmr..�l. l� VAeie•m iv1+INIMIb Wnmaba.°Gb'mc+9pM beNnN. U vA<,vn,. �wmm, vlo•o... m.a.mn m: mwa�. muam ra,YrorYrx mxoxa A SO W City File No. PS-3bc DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.07 I I I Wlanaagwlne DYlY'alAc(PDi)•mme A.WOwwgn Fw UGEND a•Y a m.^ ° e.mv w.,• •aY^a. emla Ir. m.wlwa avnmv. y n.emaiaE° LY�0.S'OE nrtER Ypn(»'NSlmean Epwame meanYa mee. 1 TW,Sa . IpwtY.ope.w.a.avx mm•I.^. ao^,�.,,.n,.al.ar. °. Y Ou• m.l.n^nbalnYYampma Mmlmrmvar x nam. • PImaN Na(p(QV M•,OR•b�YT4i4 RMs••eVW —�� �tl Ywbraava. ®Ww/.. Iv9 De avFela vl�atla�aramrYlmAmwbmAam..ea aaLG^auw°YSYwa. El O+ R.brwslaet nxv^avmi. Qz WMn Ym as •Fem rmsNal�pn alm,. a,wacrxo babmwm. p R.a.RDAnmx.sansnn Yc^v^m.wpoaw amaw vaalvwYe m.°.mwxem^ +Q ra lvmwmm�.vveYa ryw•aDm ax ^vllocl..rwd. ^awax 9R® L11M MEPL eV^e ra SFE] UNR S9 vn pNba•b,. avwax Ycm. vvA.ntlw IagM aay.mbambr Iv, l ,a., m,uc �ELn umrr ss Yyn. m r• a,.•e iare a t-mrs iMenal.. R•mvwvr rw m °<,mi.c^ wm �a�..mul 55 �r..Y� spa•a IimY'Mile SSmpn �nm Inp b in prycl. �t a.a vac+ rwwcays.a ll.M 1m111uWNml Q10WADOT STANDARD ROAD PLAN ITC -418 LANE CLOSURE ON DIVIDED HIGHWAY q•aR o / /� - YO'.iRE 1 f ^,Ar,. vns xv� w�ib.v� �1 a.rr fu,mcea�w '•"'O� s nawAe v ( y A0 O n.:,I� mom.III�:•� ,.i sacr ab::v lean 1 Tmesyl x Da • lIGmYYsax � Amw6aa Y4YYm m.... u... .. b. R. aAFinarigam ru my vxaw�e.rm. .^n.m . m. � n,.,v vxesaA mxv YxxR rAz a Yv^ b pbM. ^��ry� ammo,^win ligcsac m[mw]alre �1 vba e.powwwv^me.mm b�mnraxamma>na®ee,.nw enn^mv Im,ewmr..�l. l� VAeie•m iv1+INIMIb Wnmaba.°Gb'mc+9pM beNnN. U vA<,vn,. �wmm, vlo•o... m.a.mn m: mwa�. muam ra,YrorYrx mxoxa A SO W City File No. PS-3bc DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.07 I I I ImmIm 543n� r WAY' ) CmMe.Peanl.4� T RIN wffhcEPLNW m �\ CASE 2 ENTRANCE i¢i,dP°weatl°inmmea�mo amien®ma° fineewaaCne wanI W2an ansa y°6na alien M0 ralyn mineiMdwi mad tone, um aIRirlmrmlwhale,. wrvnml .—M aeM1 uebmZ"°tlre.misafw E,Irwmye al mEloyy llflnalIlryEnlmbvnd Nu Z"r� a E'vT iMB11B0 aowR dllmMm, uea Ael arlace Rr Mrera Parsmat YI b,Ibe6uRE rt tli0.40M uLv d ti.4rvep. I ucewelh b mlPwI,AW UmbmV. dtln aHci Ne reborekr g..1 as loredmemaae rorce.. z. 101nmww PewmarlkNb npertl°Ml Ra)ecl Ra,la p If Pe'xmeM ldnl (R W r b NA¢1) Imm eM d raNua bemdla9w ®pnadPa 6ackd Cbp. �CA411m CenIM'.y p Rdarban4W e°cunaM°kr WerfdFccngnitlMn N M WmrAe Uhuigr2.l beavarAld°otlewtic mstrutl pe.nalk uanp Ps mon NiGMn as NB Mreway. (]0 mN "danedia In yam al Ne time dccngM1e56n, plaw'E' JtlM al°rq V91N'A Mpa d Ne ci0emlk. II Ne Itw:ykb rama°udetlxnh Ure WrBNrzY 6elrarue. p`vm £ JtlM d°rq 1M Eed e]ge d Lt 0 9ew21R erA e C JCNI m'.wC a fo1mM abnp th (mM e�ga ° I Na LeerNA PeIBrm PVIPl brblM4elxlla ® Mw'mWPeTf3Ylp0I0 R%u,I0B9 apaalW oN°M1N 'n Ne mmedGmamanh. ® ePGBB �aregesm pfi°WBlmkiu°°°"n eom°A6geeengsleerrek a aleeaaa PwugM plm.'.r. Rale..nm6ealm0 aqullm a mR ramp.anAY MA MIZ2P, wtlly nwtl NtleU4pemming pml oilA Enpinex. Pmagacpntlad mme: Mraway, p C, RaF GlreeeY. iMoaM PC. [mcnle Ponwvald Pavai Orlvm) Seev.-dF V C. CAnrree Pm4tiv Ta Walla[ t0I3 PZHnW erg Laa» I mexmtnyn Bq9 1 C .AaPa.M,a.� WPET 9URFFCERUHWT-INIERYEONTE RUNOUTFOR DOUBLECWRSE PEBURFACIND I .1 s I I ) 1 � ��.roPom�a� <EMaPaamm� �I TWEAi INTERIY!LMTEPAYRSe RUNUIrTRA119RNJH `Ld.MParmaO 7 , TYPEIC INRRMEOIAIE fAUR$P flU1AUr EDRESMFACN FROM COU6IECWRSE NONY.IIIEO RE911RFALIND WPE R4 O ,e INR]BIEDIAM cWRSE RUNOUTTRAN5 N Iu04i9✓mT TYPE'W i ANWOH FROM NOMMI TOMIMEDAREA$ II-tit µpaY�IFnB Fe�(a mPM (0.pa W8 4P z4ma m UNarm f0 • BW mLnFgnmwx.. aM.�mbamMWa PW-0xTRupmm'. °ma roz.m Por e a.pm4 LNMwe CN 9pawO Pa�Y°mmvml (�' ILMI Pm4wq ' }ParamM SECDON A -A ((.5..1 En.) � 9 pA xtlewr8® FawY.eu1) �menyl SECTION Be (C..MM2EAr...) DETAIL'A' CASE 1 ENTRANCE pxwrael.nJamlmmN-fo>)ew..,ear.aw> bvANnds ®IYNdVNBetl[d QIR. p TRerb PemrgdlNl6mu ®lYwrerelea lma wftr4j M.h u8YMd 4 d NEm o iriCr A 1 1 d W.M p pelerb TmlAGm lgL1 ®I.IeYmnl drn BmA le 3% W ne gwYfN °msree NiMaNcdb Iml,h. O RP O 0°�A'r 8p.:wd P 3N5rT •.0 9pw0g'P 8pnrp-C apaya L•tlbxO� F F ) F ) YHM ja x j/ i x� F:( x •: x x x x I x • s t t r t N ) L1 A --•1•A— Y—+ M—H�4•. E C= ® © CD u•.� SPEED ® �♦ y ® *V 9 55 C)-< N 4aa>'0w' 4eB4r w g wa.M' an.r'c .m:so' :<m a wnm Ure AwmpewlNrmmOlrm)emmd mm¢wadmgMANwMfaaaemM µwnaMde MYantl NB yagnp16w RIGMiIFF!WI-:0.0EFL4 MIIE9 mtl RIGttfM1EFi 4NE QOBFD R MI lF5 Lja (WAd] m UAI mN tl ao ,aLat`Y 4 nlAm m4 R collo In utmrm m me Imre tl°uvq,ugtlwey, va wap W a bTele Ylme -ie a core Iw el6pol n i2e, Ga ml al W r IrzRA b Dass crx tle Nopall rt Ry coax y comp baY°lo Me,e ° BUM11P (ft91) 9gl 9 gox1. tine NC WOPdk9reffi"Wnarmnfialalrtlwaam MM'w'e1EaNq mlrawNrq F®hhfobeplbm: xaai Tam6cA°wl 010WA00T T Al O Re B'm8fB81NMTEeWY TCd22 STANDARD ROAD PLAN X dm bvF ZP IJ PPiV ]# Zq Z YB ® Fm,POMaP wMa pJN epatlYn0.d Wnpliagrmbr0efuan@]wk 4tl SP 4 40b 9 9T PLssv SPEED 11MRAfMAO WryeMSPEIDLIMITfiS aynpMbem meas ba0gmaan4Nt 4'[Clwv 4C Rp er 44 0.4t¢ d# tar Im Imegmwe maMm. �A �Avaam W TO O 4! e.II MIP BRIO Wrm tleb4Aldd eehpr®brllmlM'q Yub1131'EEO pMIi55 ��� m-tl IWP 1M 8 8W BR bP AR Ills dmatl hmaYnW lMuveG CLOSURE OFTWOT LANES WIIwe�WNlhaL� utlmlwawxwi 591nplyW fxlilnlY. ON ONIDED HJGHWAHIGHWAY File No. PS -3m J Q W U W nc 0, DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. 13.08 �� 1 Lmp dcP.mB Cum Pmm M.uery PUN IbY�y CPBbYtl PVO ~' 1y "eae YPaO `- 9Mmd¢McnY y SPeK 9eRwdIXinm \ Fammae. B.mm P wm o -am EM.Mbn — GIOWADOT x6wav MI -210 (p� •'bmpe4QrtO Ne'dP "Mppm¢'abHeONq STANDARD ROAD PLAN Curb) ma.:_—A,n..B.er.w..nm... . (SyEtl11M CuN ) (81.,d DfloweoeuRe PCC DRIVEWAYS AND ALLEYS O RP O 0°�A'r 8p.:wd P 3N5rT •.0 9pw0g'P 8pnrp-C apaya L•tlbxO� F F ) F ) YHM ja x j/ i x� F:( x •: x x x x I x • s t t r t N ) L1 A --•1•A— Y—+ M—H�4•. E C= ® © CD u•.� SPEED ® �♦ y ® *V 9 55 C)-< N 4aa>'0w' 4eB4r w g wa.M' an.r'c .m:so' :<m a wnm Ure AwmpewlNrmmOlrm)emmd mm¢wadmgMANwMfaaaemM µwnaMde MYantl NB yagnp16w RIGMiIFF!WI-:0.0EFL4 MIIE9 mtl RIGttfM1EFi 4NE QOBFD R MI lF5 Lja (WAd] m UAI mN tl ao ,aLat`Y 4 nlAm m4 R collo In utmrm m me Imre tl°uvq,ugtlwey, va wap W a bTele Ylme -ie a core Iw el6pol n i2e, Ga ml al W r IrzRA b Dass crx tle Nopall rt Ry coax y comp baY°lo Me,e ° BUM11P (ft91) 9gl 9 gox1. tine NC WOPdk9reffi"Wnarmnfialalrtlwaam MM'w'e1EaNq mlrawNrq F®hhfobeplbm: xaai Tam6cA°wl 010WA00T T Al O Re B'm8fB81NMTEeWY TCd22 STANDARD ROAD PLAN X dm bvF ZP IJ PPiV ]# Zq Z YB ® Fm,POMaP wMa pJN epatlYn0.d Wnpliagrmbr0efuan@]wk 4tl SP 4 40b 9 9T PLssv SPEED 11MRAfMAO WryeMSPEIDLIMITfiS aynpMbem meas ba0gmaan4Nt 4'[Clwv 4C Rp er 44 0.4t¢ d# tar Im Imegmwe maMm. �A �Avaam W TO O 4! e.II MIP BRIO Wrm tleb4Aldd eehpr®brllmlM'q Yub1131'EEO pMIi55 ��� m-tl IWP 1M 8 8W BR bP AR Ills dmatl hmaYnW lMuveG CLOSURE OFTWOT LANES WIIwe�WNlhaL� utlmlwawxwi 591nplyW fxlilnlY. ON ONIDED HJGHWAHIGHWAY File No. PS -3m J Q W U W nc 0, DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. 13.08 �� 1 e,.twcwN AM InutlmSlYn� mbnrMeb COYa. Wbq CPa01®P.mx"1 � �bMTNY.arr �FypywPyyry�y P:mmemoeti„ WPE'NI' SVWACENOTCHFCR 8W m CWRSERESURFACWG WPE•NY SINGIECOURSE WFE'NY SURFACE NOICH-INf M RESTATE RUNOUTPOR GOUBIECWRff RE8UflFACING TYPETM DOUBIECOURW RESUf AaC CFMUMAFEAB I ai 'Ll it Z/i'/i.. + � aazay VawuM1' PowmM9Mkn� TYPE NP SURFACE NC=H - INTSAMEUAM RUNW T FORRESURFACINGOFMILI AREAS mAam,m. ..::..::... . RabwYPnwM •....••....:...::.... Pwaeppmyd�N elan ran BBLTIGn sa �ApP°tl. SJ 4.� Em11 Y.0 �CRW10.A .As IF ND Ranp O .w canaN.wmNw. wP.aPoa TYPICAL INBTAW UETECPABLEWM W WNN ONGMBFD Y R..vYnre B.Aa M'� I ... s:..:::.... 4 mN .::..::..:::..::.... var.M.Pvran�mam MWSIfYmM TiA&M.+. c+%n ran eaamNw / .::..::............ . M.W WnpelarA9 Ro.amrRaM.a eJ+% ran ME NAA ttPICAL INSTALLATION DUF ABLE WARNING WITH CURBED ROADWAY Pg b6Cm WNm' wwaamsw�AaeW, NTmabem. �rmss taz-ta Qt NioroARmPY MT�FarGenaivm N..eM aur:.ma�P.iu. �.i ia9.`n ��e.orvW IwPmr vram a PH r®PP m e. p.p.raLwr m m. ramp .ra pmN�iee a a,Impm aawna m PANnma mr,tlraHH,w DETECTABLEWAMNINGS AND PENSTRLAN RAMP � n aurae O wNa.weampla algrea P.pFmwam..e.a ammo,:—\. -; mpw..pmn?ven weam.an+sLa HUi.balwn 7 aua mmp. rnl..,oa.n..e,.w.lm. .. wuamama rmpmea man ramp ma .:_._.::;:.• pmiEvasmocN4an.Na,bpYNlna mrnestlMatr ` � QUv wNml m,laEjeczmbrmp,mMv9ues ere / aporMva mmeggwgenx w311 odacbdewamuga so1M1HNPBP bkR EeMM.veMnP panes anE Wse N L i ab. 9w PHNA• aaw..+l lr? - --� WPB RUMP FERPEXDICUIPAroCURB L sv PHu'R• �'.. ` •'•••'••� :i::::: � VBRB RAMP NOT PERPPJNIWIARTOQIRB — — a F.samn Y'm pRyly� Po.tlM CanlredlRme a,�„aaMy,m,P 0.1e�Cb Wem[ga PDNnQPnwM +p traA` I SEex�ilk Pc. Wa„d�N ,4M. %m00"d gemwalal5mavalk MlAA 1Y LEGBIO na,.P r-�— L—Prase IOWADOT "aw— STANDARD ROAD PLAN MI -220 rR 4-� Mg a:�it ma rwas.wymaxei �", CWbtl. Wurtla. 80YM5PATIEM PmaHMvmamP O VV.eAsr MfIgNPO DETECTABLE WARNINGS ANO PEDEBTRDW RAMP QQ naemYpp4mnM18 sMlLmbtddNaW1. a.�°mmwl>rcae..wem"es,°cww�an�Pm�A��.� a. aHR rmt rcmf°©� n? OD Sd,rh B9�MM.r• N _ n { nu la.m �r 7s + coRIIWOPD gIOBPWG QIOWADOT (� STANDARD ROAD PLAN MI.220 P.xmp WaMp �� me O xywNgcp GETEOTABLE WARNINGS AND PEDESTRIAN RAMP City File No. PS-3xx J U W 0 Q CL DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.09 If y maW HunoA 3paee linnl P.No (mPA) IRpnppV ) I V /I/ / ,i //, laaozo �o• ) I �• / / :'///. B.�ymluminPn�. oma ,: L y.pFpm,n.a � MtlrAFTAzf 6MigP.a¢.,,1� Pm.: a� , � F.mnmFxw � I WFE'NY SURFACE NOICH-INf M RESTATE RUNOUTPOR GOUBIECWRff RE8UflFACING TYPETM DOUBIECOURW RESUf AaC CFMUMAFEAB I ai 'Ll it Z/i'/i.. + � aazay VawuM1' PowmM9Mkn� TYPE NP SURFACE NC=H - INTSAMEUAM RUNW T FORRESURFACINGOFMILI AREAS mAam,m. ..::..::... . RabwYPnwM •....••....:...::.... Pwaeppmyd�N elan ran BBLTIGn sa �ApP°tl. SJ 4.� Em11 Y.0 �CRW10.A .As IF ND Ranp O .w canaN.wmNw. wP.aPoa TYPICAL INBTAW UETECPABLEWM W WNN ONGMBFD Y R..vYnre B.Aa M'� I ... s:..:::.... 4 mN .::..::..:::..::.... var.M.Pvran�mam MWSIfYmM TiA&M.+. c+%n ran eaamNw / .::..::............ . M.W WnpelarA9 Ro.amrRaM.a eJ+% ran ME NAA ttPICAL INSTALLATION DUF ABLE WARNING WITH CURBED ROADWAY Pg b6Cm WNm' wwaamsw�AaeW, NTmabem. �rmss taz-ta Qt NioroARmPY MT�FarGenaivm N..eM aur:.ma�P.iu. �.i ia9.`n ��e.orvW IwPmr vram a PH r®PP m e. p.p.raLwr m m. ramp .ra pmN�iee a a,Impm aawna m PANnma mr,tlraHH,w DETECTABLEWAMNINGS AND PENSTRLAN RAMP � n aurae O wNa.weampla algrea P.pFmwam..e.a ammo,:—\. -; mpw..pmn?ven weam.an+sLa HUi.balwn 7 aua mmp. rnl..,oa.n..e,.w.lm. .. wuamama rmpmea man ramp ma .:_._.::;:.• pmiEvasmocN4an.Na,bpYNlna mrnestlMatr ` � QUv wNml m,laEjeczmbrmp,mMv9ues ere / aporMva mmeggwgenx w311 odacbdewamuga so1M1HNPBP bkR EeMM.veMnP panes anE Wse N L i ab. 9w PHNA• aaw..+l lr? - --� WPB RUMP FERPEXDICUIPAroCURB L sv PHu'R• �'.. ` •'•••'••� :i::::: � VBRB RAMP NOT PERPPJNIWIARTOQIRB — — a F.samn Y'm pRyly� Po.tlM CanlredlRme a,�„aaMy,m,P 0.1e�Cb Wem[ga PDNnQPnwM +p traA` I SEex�ilk Pc. Wa„d�N ,4M. %m00"d gemwalal5mavalk MlAA 1Y LEGBIO na,.P r-�— L—Prase IOWADOT "aw— STANDARD ROAD PLAN MI -220 rR 4-� Mg a:�it ma rwas.wymaxei �", CWbtl. Wurtla. 80YM5PATIEM PmaHMvmamP O VV.eAsr MfIgNPO DETECTABLE WARNINGS ANO PEDEBTRDW RAMP QQ naemYpp4mnM18 sMlLmbtddNaW1. a.�°mmwl>rcae..wem"es,°cww�an�Pm�A��.� a. aHR rmt rcmf°©� n? OD Sd,rh B9�MM.r• N _ n { nu la.m �r 7s + coRIIWOPD gIOBPWG QIOWADOT (� STANDARD ROAD PLAN MI.220 P.xmp WaMp �� me O xywNgcp GETEOTABLE WARNINGS AND PEDESTRIAN RAMP City File No. PS-3xx J U W 0 Q CL DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.09 If y 0 I .s curnele Pme Te wxwarc %Pe TYPE•G1• ,e -� COXCRETB %PE Tq CO W iV[NTEu PPH TYPE•CS CONDURINTRENCH %°n:nma�mman rApnify�c l4Yr CDNLTIETHy E Ta CONCRETE al cuLYERr TYPE" r E$TW,hT1E—SMEM WPNTIIIES FER LINEAR FOOT Fg1C3'.ONTORS cm WTm PIPEwmNCIEIERPE TYPE Mail Ensure bill ral Is area otdldam, Slowass oonSrate. Cr Oth" Steel Bdt V IubFda. ® O One Plow PMN Slot ud (Type II w IIII SkUiNtlE�sl., Stainless Steel Bdt 0 PSE Slot iiPiew Sldd Redatant tl (fY ) Suns. PRECAST CONCRETE COMPOSITE HANDHOLE Nawy^�Lwtl Ce �� a INS... 1M 1.IN JiM II mia:ab wubuc4M mePFI. m mo'dF ImN pM rt fl. daw'P ncmwa .nnQnglaoNermney I .: WtlWN'XenwvalclEVLiq lbad/N'. yonn W w=s4ua Tryv'Gi'em Cx'a]apWivmlMW Jf d3 nm- KfofNhVM H9mw. TyN T'itlC eJagwa mrybYap AptelvduPy J d y' aNe E�gYw NaWIFPampem I ( 1@ grmn YvQbaL8i6vd rNmvr b �YIelgmm�lNN WwebPW Fmn,p+bl Pqq p mw.Nf>n.NPro. aNamNem W m1INm latl .I.dia ® @a,LPgmn9 beM1rBMgPN @ UNmimnum ninlam9 NxrvmNM16.P-Y2 xa e.a.BOIw,w N.rt LN.iin-amv . @ Pwue,rcewinlmwiinorewi,m. p xFAtml twro mveliun (min)mL.Ea„wm Im.rem,. rwdNPw Mbmavo �anereimN.wwmreFlq. ded Wda.Wpoamam rq,N ism a. ® mFrw. arwalaoorcrmgpn sN aslrtoM va HANDHOLE DIMENSIONS TAME (NOMINAL) Tl?E © I ® al 11 am Tr u III Sa• 24e SP N 4B' 30• 38' 1- %°n:nma�mman rApnify�c l4Yr CDNLTIETHy E Ta CONCRETE al cuLYERr TYPE" r E$TW,hT1E—SMEM WPNTIIIES FER LINEAR FOOT Fg1C3'.ONTORS cm WTm PIPEwmNCIEIERPE TYPE Mail Ensure bill ral Is area otdldam, Slowass oonSrate. Cr Oth" Steel Bdt V IubFda. ® O One Plow PMN Slot ud (Type II w IIII SkUiNtlE�sl., Stainless Steel Bdt 0 PSE Slot iiPiew Sldd Redatant tl (fY ) Suns. PRECAST CONCRETE COMPOSITE HANDHOLE Nawy^�Lwtl Ce �� a INS... 1M 1.IN JiM II mia:ab wubuc4M mePFI. m mo'dF ImN pM rt fl. daw'P ncmwa .nnQnglaoNermney I .: WtlWN'XenwvalclEVLiq lbad/N'. yonn W w=s4ua Tryv'Gi'em Cx'a]apWivmlMW Jf d3 nm- KfofNhVM H9mw. TyN T'itlC eJagwa mrybYap AptelvduPy J d y' aNe E�gYw NaWIFPampem I ( 1@ grmn YvQbaL8i6vd rNmvr b �YIelgmm�lNN WwebPW Fmn,p+bl Pqq p mw.Nf>n.NPro. aNamNem W m1INm latl .I.dia ® @a,LPgmn9 beM1rBMgPN @ UNmimnum ninlam9 NxrvmNM16.P-Y2 xa e.a.BOIw,w N.rt LN.iin-amv . @ Pwue,rcewinlmwiinorewi,m. p xFAtml twro mveliun (min)mL.Ea„wm Im.rem,. rwdNPw Mbmavo �anereimN.wwmreFlq. ded Wda.Wpoamam rq,N ism a. ® mFrw. arwalaoorcrmgpn sN aslrtoM va HANDHOLE DIMENSIONS TAME (NOMINAL) Tl?E © I ® I QD 11 am Tr u III Sa• 24e SP N 4B' 30• 38' [Sjsunes ®IlBwacar NG<ENIB107 DEIBAmACASHN CONDUITAND PRECAST HANDHOLES Val s we. TT—T'-1--L— 1—--r—T—T I 11�,�- flwde.,pe.sr+A Y. %�� Flo T rr � wHd.F I I B III I I I I TN@!QIR ATRPBCULY @ IQI , L T� Ebmm II B MING PLACEMENT ALLTYPE9 BECTImm NTanmlvemxMA.w%Nmm L Iwl S.Iw IM4enA eolem anawum awann.eowamef�ma nfl:A, Ne w.dn 9 ma wm nie wl-n ¢m Rww 9 mm eavmd In. w.ert On wnau , uIeca Ww Nv.11 - ene,Ne wadM¢broe`�dermN�Nam .a am�m vrzrw a E.wFINM34cg31n¢blkEcns,dYf ConPx,v!¢ cyeietlan revulll 4ucd. Pis vM P 9muler NwMarrebfiel 'ln 4e tli1 MIM N6 ewwMwfiwP I N 19m Yaflk Qt pC1a6hO Sal luu u -M Pclxetlyl T"', ©Paan 3.1 twmPeded) Q bull S..R3U0. IJ zhxfeaN gNmreaN mewl pveaaamac�r ,woa m.n mm rem a x ma NaNn a 1wels.re uN PE a P VC qp° a Ne ¢.m. m.me kt N w W rein. P.P= All c¢ wN m arsAemF oava (oNaoap. 0° CmnaauNVr ACwCe11MN.n eppmPilaU-agar. .—r plu'(1el o,eNMovwyf. (t)Mice%1 w]ow lulu{l hal lrvrimum fl inYtle CMPRa(x) Fxd t fact a Na . MA auE]Mn iM B h#i QAP entl Nlly eeY entire c%oily mN gsuL Qe Plew wm�¢Mureio ai.amoaawvne amlmama z Inaref mP.wmn,em mnnwroeem ¢nwlae� rmwr�a mP„nw wv n. OO ntn. wNn. .`nl N.baama=mon. NNE m¢ FaaA N aemuae m mF sea. m 1 ma ar mare dam, tladdn Lamm ==w:edam eN dm-ma=enuo,ferwdmva No pfvmemwlu ee mex mlreaA re -m QQ Ia mam.IwsnA.ucarcln IINAa NBmm vubdreln, PwaiM¢ C ,. lwme suOGrain, LonynuPrdl.(EaaJOPaI subd [n, Longi 1 (Bdoultla) sueaaNOl. oR.`d awdrem wnlm, Pmadv TebJe4av Id -0 STANDARD ROAD SUB—NB (LONGITUDINAL) PCwHWwnml� FLpaPmmM 14tlm'Pentl @Pare'vkESWCRm(GeiWeleGPaytlL)MeTudnaA E¢aP°"`aa e � �e1a0.r @PawaeeAwla suman(mrlaa¢eA d"pP°^f°°a QRaw Wicw Md9linfiredwrhA riViamLtinumcl saaaae xFNNaPewnNlNa waF-w m¢mgaa pavuSly t/ v my@nJ of Por Mlv 11 a,x. M' %Nave) ] C aNp O 1 O t O QB MWlvubkelnNWpanvEa ® On vdemq [LN�AnaaeM9hyl0.ry ivFIeN MN.4 TYPEeINSTAW110N TYPESECTIONG43 011 TYPE TA NION C4 TIIXN TYPETCTION( AlION Fdn minlnnmieepm vana.aN-.mWnN SECTION hA 9ECTNINCC SECTION CC SECTION CC aq-mrream.aamN, s.PmoaFneNi.dPiam ®on PION snoulaw¢, mramsaaa�xwx eine u..aPmmanoii.it sme.m sPeauemwra anNm9awgaR. ®al^V'rown HPadrmw,ddNepemw¢ed)a pmmea Plawmea m of wee wwaenowlw -maul. ®ruwmvaaiemanl.wame aw-m.m_ mea�m a.mN ro a.I..wme +e eNrn Iw e Ilawm KnwammaaxF n.wrena6 C]� Ewa ^ vales El Pr �vvee egax"N% �. C� � PNwNa ria. zmn. mwwNmEa a°'xa� �i;.� :i7 wT- z o cull- z e OO 7(n TWE8AIN9TALLATN)N TYPE9BINsTALLATN\Y TYPEeINBIAIIATIIXI T, *...: 9ECTIdICL SECTION CC SECTIONU. .rN.r..•• MXDamnsEkNg6lavYlw dor W bmq 00 Mme( RmRx pNM NiCwYq s "na 9M1remr EMYy CdYMv KCPN.N1 Pvwma M G0I10WADOT p„1T A.n Ww lfbP r sna PeniivM c STANDARD ROAD PLAN wDR•303 0 W TYPE 111NSTALLATON "PE 19 INSTALLATION TTPE19 NaFAUATION TYPE N INSTALLATION aECT10N Be; SECTION DC SECTION CC SECTION C -C 0 E.aygv p. na, yus Fa.Aaeil SUBDRAINS Teee..Saubl wi.N TXa.G Eads M1i.nnl (LDNOrtUDINAL) 0• City File No. PS-3xx DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- USHWYI(BURINGTONSTREETANDGOVERNORSTREET) I SHEETNO. B.10 if 11 0 See Detail C 1 0 am dowel ensembles for fabdoation details. 1 ' 0 ,ee ,o, . O •ng —T 0 dee Bar Size Tabs. 03 Locater'GlYjoldm�em location ra a'C' o o ' 0 Long Bar To no a Cor'CD')o nts.Ra no closer Man Sfeelfo a'C'ar M5feet to 1r Gemara 12- 'CD'Jdnt. at at 'DW'DOD <B' VT #4 3B'Larga30'Caaere PWNJdSONT DAYS WORK JOINT(Non-rmrNrq) 4Q Place bars within thalimits, shown under dowel assembled. (Abutting Pavement States) ]Double Rdaamd Pavement (Bridge Approach)] Q Edge with 1/8 Inch tool far length ofjdnt For HT joint, RNNrrum nRaKLNApPMI dad Sea Dew Aor8 Pavamea Edge �°min. Header Board remove header block and board when second slab Is placed. .131h ABUTTING PAVEMENT JOINT- RIGID TIE (Dulled) Plasticor Tarpaperwropped L ' • • j Qa Unless otherwise spaciged, use'CD'msnsver� contracdonjointain mainline Ppavement whan T I greeador equal 108 inches.Um'C'lolnts whon(5q) is :d'so':5,e, 0 o- .a• c• .o• 7 0 •.aor o. Tl3 less Man 8 Inches. o 1 030" Header Slock 0 Rrjolnlmaybeused Inneua'DWjmdatMeendcf the days worie. Remove any pavement damaged due to CONTRACTION JOINT Lang Me Bar -Hr®© the ddging at ns,addemal cost to the Contracri M at 1r' Carriers HEADER JOINT Authority. Top ofCurb� Top of Slab-� e•a�$%a m O 29' T. #8 <y 24' Lang � 75" CerMrs (End Rigid Psvemaa) Sas Oath A a B i. m Pavement EtlBa w (Well C nfll. rid � .'c:..• .•o: eoe o: .o.. T <g• 'NY I' #a 30' Lag at 30" Cents. 018"Long Dowel• ^. • •° • O2 Hde Diameter �" Me a 2"Gemersar� at 1r" phare 'Co' 0@@ 18^Long Dowel LJ Larger than Dowel a 12" Genders 'OW-CG'3004 DOWELED CONTRACTION JOINT 'NO' ©© DAY'S WORK JOINT CURB AND GUTTER UNIT TC ABUTTING PAVEMENT JOINT m KEYED JOINT FORADJACFNT SLABS (When T la B^ cur more) LONGITUDINAL CONTRACTION JOINTS aAr.••en....e See Oetel A ora Pavement EdgeD In Wolin. q UjsgnAs ®IGwaDGT o• OetTCenRt �` \-24'La.gneBar® PV°101 o 'CT•® Hof Diameter $] Largerthan Te Bsr�RT (D at 12'Centero. 4 ME 7010.1% 5TANOMI)KAHUR i TI�CONTRACTION JOINT ABUTTING PAVEMENT ]DINT ' ..1 P JOINTS RIGID TIE o TRANSVERSE CONTRACTION Sw Dets®6 8 PLAIN JOINT (Abutting Pavement StsM) 30^ Long at Sea Detail E 71 12^Caoters 22" �° c " ir. Cnte . ad 'verve ir'Corrtps (91nye RaNfaced Pavement (Bdtlge Appaadtp D Bar supports may be necessary for fixed form paving to ensure the bar remains in a hodeontal position in the plastic concrete. tt Sawing or "sing add net required. (9 Thefollowirg joints are Interchangeable. subject to to pouring eega611an 'BT -1'. d'L-rM'KT-1' Wr.t'ena'L-r 'KT-3'entl L-3' 7 1 :o. r • 'ora � . �T 'Br t ABUTTINOPAVEMENTJOINT-RIGIDRE Ban BNLengMandBpadng #e Ban 30' Long at 12• Canters gwsm92"Ceders Sea CentersJoint ' 2 c Sere cup) `#5 gen at 444— #8 127Ceaere 12"Came. 3ee Dotal O-7,D-2.aD-3 .; 0 •o- c eo � o ' •: n'�4W •L•28^ CONRRACTON JOINT 21W 'BT -1' 04 38^Loga130^CenNle 13T -r Ag 38" Lag at 3P Canada T Join Ban Bar Length and Spacing <B' VT #4 3B'Larga30'Caaere $[}SODAS QIOINAGOi L -r 3B• Lang e130" Centers 28' LS' 39'L aril Center Hole for BT -3 I arM ST-0Jdn[ 1 Dle. Hole for BTS 0 o o. `t ]Double Rdaamd Pavement (Bridge Approach)] p RNNrrum nRaKLNApPMI dad Joint 15" Mn. .a..,^. •.n..e...er. o.r.r�`•n L LU .131h ABUTTING PAVEMENT JOINT- RIGID TIE (Dulled) see Deal 1 4 O7 LU o -T 00 ABUTTING PAVEMENT JOINT -HEMAY ME _ O 1-tes �yyhy �(Ogga ran V=f P 40 JOINTS T Joint Bare 1 Bar LengMwd Spacing 0- <8' 13T.T #4 1 24- Long at 30"Cemere T M ^I -°ng st 30"Cwrtsre 29' T. #8 <y 24' Lang � 75" CerMrs T JoFt Ban Bar Lergthand Spacing <g• 'NY I' #a 30' Lag at 30" Cents. 7(7-7 30^Lgrg al30"Cemwe A a Sea Dotal W. O-2.0r632B^ Sae Detail E o.•o�ao. Q ROUE TOII.M SMMMRMWPIN1 srearaae a ' .1 8 M-3' 30" Long TC m KEYED JOINT FORADJACFNT SLABS (When T la B^ cur more) LONGITUDINAL CONTRACTION JOINTS � era" o:d e•o: T2 In L BAR PLACEMENT (Apples to all joints unless otherwise detailed.) TopaC wCut Bohornasew Dowel Tb Bar Dtsmslar Size Meier5a1denl i '11" To PSlab Po 28^but .to. 1}" #10 4 -WJOINT IN CURB (Match' ,•CD', a'C')dnt In pavement.) Topa Pavement 11 to Sealant SECRONA-A (Detail at Edge a feavanumt) Saw Cut DETAILA (Saw wt farmed by convenBonel casserole sawing equipment) Joint sealant Material --4\18•b 78^a. Ca 4"t O, Crack or °�'O d�O 0 ..blot Lure DETA L B (Saw cu". aewln9 equipment) Joint Saelenl Meterla1 1 .{(�Aj)'s^ Sew Cut �d 1�"s�•Saw CN o. p` Crock or Jo nt Line c DE7ALC /_: •r 11L!Udl re I tO V2 L RE BAR PLACEMENT (Applies to all joints unless aMerwise detailed.) Joint Sealant Malw(al ''-q 4" Saw Cut T(Js}Ulu :o 0 " • p 0°0 00 ' .C. Crock or ••a O Joint Line DETAIL DJ (Required when Me Department ofTnewportancn is not the Contme ng Authority, or when spelled In the contact documents) *4- Saw cut .O .V. O� p^ a T/3t1" E-4 • 1 O oc D . .0• p Cracker Joint tine DETAIL o-1 (Required when specified in the compact documents.) Joint Sealant Material r9. te15 Cul p oq a° :o 0 W3tk p OC Ir Cracker Joint Lme DETAIL 0.3 (Required when Bre Department of Transportation is the Contracting Authority, a when spedfled M Me contract documents) LONGITUDINAL CONTRACTION Q8 Saw'CUjoint b a depth aT/31114^.mvv'CJolni depM ofT/4 s 1/4". Wnentyingloto old pavement, QT represents Me depth around PCC. BAR SIZE TABLE O Dowel Tb Bar Dtsmslar Size e" #a 28^but .to. 1}" #10 4 21W 1 ^ #7, Lwssno ®,, ra.aoor+m.n I �} sDDAs �®Wfwua�r , 71NB BIO.Iq 7fpN0MJNMENE PV -101 JOINTS 0B When lying Into old pavement. (1) rsprsssnts the depth of sound PCC. Sealant or cleaning not requb ud. no T2 O o _ sae Op A B m p OETAIL�� Blondest B' W grlyFy i4�- q" Narrow Lese tla ° r us;aro .®,. ra•uarr�.e s.ae..ePwn. � J a $[}SODAS QIOINAGOi room PV^101 p RNNrrum nRaKLNApPMI dad .a..,^. •.n..e...er. o.r.r�`•n L LU LU JOINTS 0- CitV File No. PS -3:o( T DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET N0. B.11 if 11 T2 lR L DOWEL PLACEMENT (Applies to al joints unless olherwha detelkd.) Sea Detalt H Width (See 4� lade below) CFJOINT TYPE WIDTH CF, r Cr, -2 alt. C" 3^ cr4 3k" kC.- JdN3eabntr TbaT-PaR: (aroDeald__ Jird FBa JoinFlbr aSeE �s�-1"Nrminal SECTION B-0 JOINT IN CURB (VIew MBed aCaD) Metal Sweat top of Cu Y I I'MoMis Foam® JUN JUN'BacFB T a ails: --- DETAILF (vlaallBeckd Ourb) Top dCdb \' , Thru Cab Sae OeteN F Joint Top of Slab Irb / Johl Fliw .v. ••o o :So'•o � i-1' Nominal 'E' 1" EXPANSION JOINT OT 'ES JOINT IN CURB (IewatBadofcurb) Detail F or DAM G Joint Fifer MMadal 18 (See Doxelatl Expansion (fire Doweled Expansion JdNs Tad-) Joints Table) relit ' 0 10 -bilk oro I 1k• O,S• La a Doxil 'i ,—Wall, It at iT Centers (Sea Doweled Egkenson Joint,Tobe) W.'FP.'Ele x DOWELED EXPANSION JOINT Q 0 EXPANSION JOINTS DETAIL O QQ sea ea alis Tele. ®Edgewith1/4inMlootfalengthofj6ntimy tMif tamed: edgnB nal required wM1en Mwith dianwntl blatle saw. ® Sae Dowd Assembles for febdsatha details end placement limits. Coal Me face end or dowel bar to =evens bond At pavement At Intake locations. dowel Dem may be nest-Inglace. ® Pretldll orprebrm hdee in joint matatlal for epProPtlale dovd Goa. ® Compact Ere buBags by spading with a squatenose Gmvd. aeesed wood spacer requlm l for EF john. It,JabRBeWnI Material DETAIL Nnre Buffing© 3,5-0� ±k^ for 14'-0" Pwoment 1l' -0'±T for 12 0' Pev-men®D�II �, vin S� .-4b WIN®tea-Retainer RS: ' u u U u (.,�, u u ?3-/ PLAN �'Sida Reil $Pares between tlowel ben are romina dbNnekon-with a k" allow" blemnkxe tri -t -1T -I. 1T� it 1r /r 12. ,r 1 IT 1 1r 1�T �122I ® Retener ReBs® d EMATBIII y � FxpamJbn Jost arch Assarbly`" SECTION THRU JOINTOPENINGAND EXPANSION TUBE EXTENSION JdnlMinimum Type ® Tube Lwgth ® 1' r EP r T EP Y DOWEL HEIGHT AND DIAMETER OT <e 28'bd Diameter rT b 3k' t W1. 924}' ,3kL." I 1}' 10 -bilk 6p I 1k• irb,r It I Ike DOWEL ASSEMBLES@" DOWELED EXPANSION JOINTS TYPE WIDTH FILLERMATERIAL 6 ED1' Resfienl(Odai F) gT RaxlNe F.(Deme F) EF Fleelaa Foam(Dahl G) BAR 9QE TABLE Qr <e 28'bd oto' Dlanase 3' 1i' ,§- nose ®-. aaaenwe.r ,3kL." �}>WOAt QIOYYM1ODT ��M 1MorwB. PV -10 Irk' irae,3, Jarrrs Grn rn (0 Use 18 Inch long dowel ban with a tolerance of x 118 Inch Ensues the dentedines of Individual dowels era parallel to the other dowde In the assembly within 1/8 inch. Q Use wines with a minimum tensile strength of 6) kaL I� Details apply to both transverse contraction and expansionjoinls. ® Weld stands" throughout. ® 0.306 inch diamederwim. Wire sizes shown are the minimum required. ® Maximum 0.1 T7 inch diameter who, welded or lrkilen fel to upper side rail, both sides. ® Measured Som the cantonare of dowel bar to bettom of lower side ail * 114 Inch. Per lane want, Install a minimum of 8 anchor pins stent, spend (4 per side), to prevent movement of assembly during construction. Amcor assemblies placed on pavement or PCC base with devices approved by the Engineer. If dowel basket assemblies are required for earthed pavements, the assembly, length is based on the jointing WyoA See W-101, sheet 8. ® cap and..a center potion of tie dung field eesamby. ® 1/4 inch diameter wire. ® Ensued dowel basket assembly wnledine is within 2 inches of ale intended joint cmtion longitudinally and has res =,,a than 114 Inch horizontal skew from end of basket W and of basket CONTRACTNIN JOINTS r'y'r r t r r r r r r r r II�I�I,I�I,I�III'I�I■I � I,I�II'Ik� Spews between tlowel ban ms nwnlnad'rnsnabaw withai".1swable taerertw. IT 12" IT IT IT 1T •l 1T IT IT 1T 1T 1T Side Rei ELEVATION® Leg PTof evanent F Contradon Jain and Assembly® I T ® as t Lag I^aMdtof Pi s1'mN. Both Sides LONGIIUDMAL SECTION DOWELASSEMBLIES1@190 OPTIONAL LEG SHAPE$ LmgtWNra Join E$Ied Pawartwri�% ropofParwnwA E 11' F 1—. PLACEMENTLIMITS (Buret Section) O+iia alcor. I 1 W BEND AROUND DOWEL® ®8 the l8nchlag dowel ban withalolemrlre a3118 Inch. Ermre the oenMnEes of IndMdual dowels are ,radial an the other dowels In Ne assembly within 3 to inch. ® Use wires with a minimum tensile svergth a 50 W. ® Detafs apply to both lrandweres contraction and expansion joints. Q Weld alNmately wmughoul. ® 0308 inch diameter Vim. Wire sizes shown are Ne minimum required. ® Mendelian 0.1T7 inch diameter wire, welded or friction fit to upper side rail, both sides. ® Measured from the caner ins of dawal bar to tootlan of ower side rad 3114 inch. Per lane width, install a minimum of B anchor pins evenly spread (4 per side), m proven movement mement of assembly during catatructlon. Anchor assemartea placed an ..by EnginaeCC base with devices ® If dowel basket assemblies am reculred for aabed pavements, the assembly length h based on the jelntirg layout See N -1D7, sheale. ® Ensure dowel basket assembly wnterie is whin 2 Inches of the Intended joint central to gllWlrtaOy and has no more than 114 inch horicona slaw from and of basket W end or basket DOWEL HEIGHTAND DIAMETER T Diameter r to TLt n ( 8'b Bk ,3kL." ,1t Wb,T S}• Irk' irae,3, Grn rn IIT mfr. 4fi' �f Anchor uPan g (0.308' dMaindsr) ANCHOR PIN 1® Use 18 inch long dowel ban with a distance of±l/8 Inch. Ensum the Consonance of IndNtlual dowels ate parallel to The other doweh In the ass amby within ±1/8 inch. 1® U. wY99 win a nlaarmum barrens strength Of 50 led. ® Details aptly b both transverse contraction and to paneun joints. ® Diameter of bend around dowel is dowel diameter _11 'd 1owl6lnchea. For uniform lane widths: 3' - 8'. For taper and variable width pavereante: T. IT. sear of Curb—p C-Cenedina is" oubrira Join PLACEMENT LIMITS (Curb and Gutter- Gullerllrte Jointing) Becka Curb �' 1/4 or 7/3 Point Laagitutlam] Joint 2W0, r PLACEMENT LIMN@ (curb and Gutta -i/4 or 7(3Isbit"Ift ) DOWEL ASSEMBLIES®®® O CD as C-) a 0 n ( .� coli sea IV real �n Grn rn A M x JOINTS Q 00 City File No. PS-3xx IR w a �BUDAS QIOWAOOT x.-• twwr PV•101 RBBB XM,II RlXarm MaO NIT 13 coli sea Cr. JOINTS City File No. PS-3xx IR DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY i (BURLINGTON STREET AND GOVERNOR STREET) I SHEET N0. B.12 j blwlllvlN WorYi N.mY I'01ibYq'N�-� IYPICN. UYWT9 ,O coxNEGTwNs ro P9umnTwxB nr wawn Yeoeb f I u W I rryp�� I owns Ve I I Pvsa 6.Y- eweVMptl NiNNG eWGryW --9a:::rywah„m, bav E91R b •� I :q mmb so -n I L! syy taq.eW � Imz`a i nm e ra. .ere":w...wmm,.m:wi uaapm"M au�i. ma"o:i e:���.iiuw�iwn Nlw"�romsppuynwyn,. n ��a'u�i EMm,ea w""I.-�V"iu, 4iinvwµmcCryilu ,uwom..ro;x:�zv- •+-."..°"y°`• n ee,ma�:a me rte's ripbr ra w.. micro a':.e. a,W w,Y USe Y-1 vnlx•.vu:f l".•IINM LWala pave 6:m wN,w YE mnleib'i lwnllrn,vn L,mW: pq u:4aspe,:r!:"J m aa�.mormmr,ge.. PmM [9 wi.ou s ybMt 8 oryps b xbl lyP Y -I pn,pb. vm mb� .5 �4MW MOaIY>mabu• IQ VSeavpNbazaa3Cbexll Kn,btlbn bpab buMabn,. (yJ 1LYmHEC rgWmmmb 44ad,JM, �jjj^^�TTT FORM q�E T 91oPa as er, Pians P / g5,, FORM Peana ELEy. 4- r — Li S fans FORM 4• 2'P_ PP GRACE ELEV. Fa}id delaik, see PV -1U1. Qi B Standard Curb, 8• Sloped Curb, or V 9oped CW m aPecFred. R 3•� gDsu A ® U Proposed Pavement is HMA No S•STANDARD CURB P9AP®CURB eMOM CURS elavdian AiBNenca't Proposed Pavement o FCC. Q ST, RT, ort' pint H Proposed Pavement is PCC, 'B' joinl it Proposed Pavement Is HMA Bedr M Cub Y P,� \ F Level Line 7 ea FORM Wen GRADE ELEV. y FORM b,ss-:1 e M —3 ELEV. OROP CURB-- AT SIDENIALN DRIVLT'IfAT DROP CURB CURB AND OUTTER UNIT - 63 . i , a _ _ I' iSee Detail A fi - �I-R- 1'R A�SllDAS OWWAooT . �. PV•102 IP L BY�BMS! RABeloMeoN+a BFB curtB• " •Fomamakhdax�sltnP a p!oab s, MAIL rac: a.d..aa.: --,.. :16 w N PCO CIM DETAILS „s mlw�s®Q iYPICAUYOUrs@l CGr BQD01NIWFOUNDYT0041 ,thhlm. SU'B Np Curb Any, 6' sN���•—•� CURB RUNOUT FOR ALL CURBS 4" g B' 5'�Ns 9oP� Iro� TR� CURB TRA145R10N FROM Ill SLOPED TO f SLOPED U CUR IIND ANUUTr NIT CURB O GUI-tER NR 5p 5p 512 �a ,dl Trel�sf��r��l � CURB TRANSITION FROM S• STANDARD TO C MOM starbaTan _ •r 1 CURBTO FROM 6' STANDARDDARD TO {• SLOPED sunt QI Use Rr�ypatlbcT un.vNnb Nb launb4 (]j wwmNEC ,quamnetreenNCryn. b City File No. PS-3)oc DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. 8.13 U J a gDsu A PMAM T • PV•102 ru MMEIRLEt Sp/Am IpIPN.tlI a,eaYe a w O - 63 . i , PCC CURB UETUIS d City File No. PS-3)oc DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. 8.13 U I I BCY4 BROKEN CENTERUNE(Yellow) BLW4 BROKEN LANE LINE (MR.) BLW4 SOLID LANE LINE (White) Lane layouts shown ere typical. 1 I. F-2'--}�!'.�i 4" 4 1 4.. 1 (Joint)' -i-1- 1 �{ Centadlnes and lana lures may i painted <r rn I— 2' -i-- 4' �{ eltherslde of oenledine. 4 4 Drawings on sheets 1 and!2 ata oriented to 4 rt � 4' � Lone Wil 4 4" represent direction of mi meting from left Joint right (Joint) —1 10' F? 30'�-i � Line -•{ t0 � 30'—'I —T I- _ _1to Line T —T NPY4 NO PASSING ZONE LINE(Yeflow) <OCY>DOUBLE CENTERUNE(Yelll 4" B.. -1 CL t 4 3.. Int) (Joint) AT T (J -F—t- -{ 10' 1 30' —T-1 EL'J04 EDGE LINE RIGHT (White) EDGE LINE LEFT (Yell") <6> (CBNRj CROSSWALK SAR (WNRa) �v CL CROSSWALKUNE(Wi PaEament I1' -g" T 4" EU sof 11.9. 4. Pavement 1 Possible Contract Item: P.I nt Marking Line Items UNETYPES Possible Tabulation; 10&`22 LW4 RAMP EDGE UNE RIGHT('A'hil LY4 RAMP EDGE LINE LEFT (Yellow) j/of Tro spataHan PM•110 STANDARD ROAD PLAN Edge o! 4" T am `I T "s" Edge m Paveent Ramp Width 1 (Romp Widlh 4" x Ily ME TYPES I T' 1 SLOPED CURB 4"(White)(SEWBJ SLOPEDCURBO-MInte) O (S STANDARDCUROW(Whil PalntO 'i. ` PaIM1 _ PaNt(D1OtiIns. Wln1 (lwn backof aubN Wtbr `Gutter Una GuMr Lina Guder Lina T SLOPED CURB 4"(Yagaw) SPYB SLOPED CURB<6> STYE CURB 6"(YeASTANDARD CURB 6"(Yellow) PillPutPsi 1— Gutter Line Gutter Una Gufterl- ne LINE WPM OLY4 DOTTED LINE (Yell DOV4 DOUBLE DOTTED LINE (Yellow) DLW4 DOTTED LINE (White) 1 I. F-2'--}�!'.�i 4" 4 1 4.. 1 (Joint)' -i-1- 1 �{ 4" 1-2- 4' <r rn I— 2' -i-- 4' �{ LDWB LANE DROP (White) CHYB CHANNELIZING LINE (Yellow) CH CHANNELIZING LINE (White) 1 1 1 i l TI,— 3' .l. g SLW2 STOPUNE(While) YIELD LINE(l4'hite) 24. 24.. r' { 12" 15„) /� uIItWA DITaItlTNtt r y� ” (CBNRj CROSSWALK SAR (WNRa) �v CL CROSSWALKUNE(Wi °" rt""° PM -110j STANDARD ROAD PLAN ) UNETYPES Q h D� d a �C !f N r <r rn a M n F File No. PS-3bc J Q H U W 0 Or Or OL I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. B.14 I/ 11 "T4 STRAIGHT ARROW (Whit.) > RIGHT TURN ARROW (White) COMBINED STRAIGHT AND LEFT TURN ARROW (While) 60+ ta . L. -12'-s„ RIGHT LANE RAILROAD CROSSLNG SYMBOL LRW REDUCTION ARROW (White) RCP (Whits) Lone a•y, f tlrh --24'0 LTA t � 4 COMBINED STRAIGHT AND 6RV RIGHT ARROW (White) C6 +TU—RN 12.-9.. ANDND LEFT LEHT TURN ARROW (Willie) i COMBINED RIGHT AND LEFTO CRLb TURN ARROW (While) L > RIGHT TURN ARROW (White) COMBINED STRAIGHT AND LEFT TURN ARROW (While) 60+ ta . L. -12'-s„ RIGHT LANE RAILROAD CROSSLNG SYMBOL LRW REDUCTION ARROW (White) RCP (Whits) Lone a•y, f tlrh --24'0 LTA LEFT TURN ARROW (While) C6 CAIGHT, RIGHT ANDND LEFT LEHT TURN ARROW (Willie) REDUCTION ARROW (White) 200 • 14 1D __� I Layouts shown Go for typical Installatins. Drawings are oriented to ropmssnt tl§ecdon Of tmfc moving none Is" right Center markings within the lane. All dlnenslons shown are nominal. For pmparpropoNon details, see avnent MUTCD Standard Highway Signs and Markings booldet RicevI far the SCHOOL word merMrg, all rnerkPMe are to be no mare then one lana In width. (DMI template for Right Tum AmmY (R% lo Left Tum Arrow(LTAW)or Combined SEai9ht end Leg Tum'row (CSLW) to create new lempletes. Posside Contract Item: Patamant Marbing Symbol and Legend Items Poe eAe Tabuisban: 10E-29 M25111 SYMBOLS AND LEGENDS BIKE LANE SYMBOL (White) 0 10" ��— SCHOOL WORD MARKING DIIN~•-GiiTT10��"' (Wile) utr -n }+-a'-u-or to 0 AHEAD WORD MARKING (White) BIKE WORD MARKING (While) SYMBOL (MR.) S6., L r -a' XING WORD MARKING (While) ONL ONLY WORD MARKING (Whits) I� LANE WORD MARKING (White) 1 1J" STP'A STOP WORD MARKINGWhite) T.E.. XITV/ EXIT WORD MARKING (Whit.) When placed across one lana, use the eGa3s twwoo l[ames, smeller..a,. shown. When plewd use the larger tlimensiona shown. SYMBOLS AND LEGENDS T{ r City File No. PS -3)0( DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. 6.15 IAtlaei�mib Wa�xMmnYW Nr,umbblM� _(> [ mw...a a°ro.mWrartroTtmmmm.m.a,e F4naPme,e.—I�1 Fa.aPo,...�u c.remmtNmarymiomaxlagNmta Nurarm snamP�m Imo_. �vwi. ��� twiw�n«ra e,mmm w®.iwremwca'. `.^^ I nnw°'Nax laa.m�r.braa.mt sna. '► h eu�qu.Tyw�� � e F eLq.Q lsniaamnl �m�y xivemv�ivut Cwm,�r.IM1m Wtl�mrew IN m� ee.nr+r .,emnmvu ma.mam �� IPV..9uAM F4.(J¢e®F6Mi0 Ne lbinm FEkl64a leMe fla a F,I �tl, PLT POMMNTI brgp vpmbm�cmlu EofanatlemmNry Tm Enamr.,u mmun m.l^^s^'.m.ax m mNrmlNNtm� +. �,emae Lunm.. TYPIC am FORFILIET TYPIr.'ALSEC'IKN AT tTf114W6ECRINrFPS£GnN6w.t.D NLLDEPIIIANGSUNFACE PATCHE4 //�� RxmamraWoew,vw em OO Facmxm coos m.Ib�.N mrxawamrmict�..a F<AdPmmrwl� F=VaMM1me1-..... OSW &.W9 (`_ to Q ma�mumam mgmmT.mco-.w N..m eoMnuL a.Noem,L rLOLsq o°°'�a°' ml,.,—nx.gnnm...n,eaeur.=co mun � R.w µl aa.+er m m... wm.al�coaaorev.�mmo w�rsarouMwml O mammaim+wl N,mma[�y Rwi'y9xkmam exaW QSr�WmrymetlfYgeurtax Vm,bd®i.mm smn Fs..mN remmmmi•Nxu qtm egmL.mn meem�mim M""n Rn s.mosaFLaq x t'I aWwAmaepgpl. nwa Na�efwn m� xmswxalme Qa Oi Fa vMrelmamaienwwE�wa mgwivanae. ACfpH AA SECTICNAA m¢ntlnxf xf� +f,Rb AMimWn,q Owb'rs,m pmlEgwmFUEn lFaa TxxfwrmTuaT.xcxPMty Fuwl RamnmFasgwwam Emv E4,mPw�L9 Gma�Bx WV WIW.L _ 9wawto.r ay,awtwxtm�pw NT _I TYI'ECF P`T%58 ©A NNL�aPyn�„xL -ll ma,maa...W N>nwVay- Pwwti. a.q vmeAlr Rw` x � Ly�� .t � Imo Ceperhrlent X0. xsw16 .� �,,�m �ofTral�perta,wn sxR°"AA STANDARD ROAD PLAN ,PV•202� FNLTIII4RIe49 FlLLEr-Mp1iAV®IXIMXL� GENERNGETA S HOT MIX ASPHALT RESURFACING PV -103 -SHALL ONLY APPLY TO MINOR MANHOLE ADJUSTMENTS AS INDICATED IN PROJECT PLANS IymeaL IeicnloFteaxacaeue eNewn sm.emee —�. Consbod baxoutwith Class C wncmlo or match IEVEUNG CgIRSE tex.TLmam. m,laefm) eryFseun FM Rahn 0 gaolai4 n10F5I1�X6n wrIGCWRSE IIIc f c - �• co pavement Gess. Minimum 2 inches dear on N SITENGT QlflNGCOURSE ISLTLimu m,mmp SHGLE COURSE RESURFACING �� N _ � (� O ,;I, •C i e.smaw, Isrmxa�vEgxama+: E'°R'A' minfeRemeM, Center casting within boxacd atoa. xr��.a.e lml.ml `FNaegM.naL`, eu�,.remrrmm IkVELING CpIRSE IYw TapYe6nbbY4nl mpe9Wn nm99n 1D '1KT-,','NT-2','8T-I',or'6T-2' �drd Rtlaea-piaw ibating c�IONd Departrnent� ,arv,rux p' I 2 PV•202 casting (SW 601 Type B and O or SW -602 Type F) is used.' E' Idet K heo 1e0e faedd casting(SW 601 Type $1181G1HENINGCWRSE yT4Lm,bbvM1 ppUB1EtXAIRSE RE6URFACING and C or SWEO2 Type E) is W. 2 RESURFACING 2 _ 2 (D 4 foot 6 inch(typ.) 41,a. Plate al rd"ab. G'a5I A L E3I qqj 7 Q3 #4 hoops (vartade knglh). Place at mid -slab. at JdIfa /' I 0Nob xool is mquimd kr three-piece flooding casbN% ((SW ZTTyeF). utt 1 wttpihandOcerWs esd / 2 a ,C «,�, In Sedan A -A for Useeplem floating ca d,. 2 2O3 - O3 2 PCC Pavement AT JOINT INTERSECTIQN OFFSET AT JOINT INTERSCCI,ON lei Int -. S• Adjuslnw�rl Pong 'E'Jahl SECTION A -A . (For Nvo-pIem f0etl coding) 2 3 O2 3 1 8 d A .Kr'1. NT'r 'BT 2 aid 6 6- PPaavement 7CT I' 'KT 2' rWluabnmt Rag 'BT -1', or 'BT_ZorJoint Jolnl SECTION A -A c/ (Fatleee-Mace floating mstirg)/� PV -103 Z NOMA mm twnul -m+ CIRCULAR ATASINGLEJONT MANHOLE 8IN Qt PCC PAVEMENT IAtlaei�mib Wa�xMmnYW Nr,umbblM� _(> [ mw...a a°ro.mWrartroTtmmmm.m.a,e F4naPme,e.—I�1 Fa.aPo,...�u c.remmtNmarymiomaxlagNmta Nurarm snamP�m Imo_. �vwi. ��� twiw�n«ra e,mmm w®.iwremwca'. `.^^ I nnw°'Nax laa.m�r.braa.mt sna. '► h eu�qu.Tyw�� � e F eLq.Q lsniaamnl �m�y xivemv�ivut Cwm,�r.IM1m Wtl�mrew IN m� ee.nr+r .,emnmvu ma.mam �� IPV..9uAM F4.(J¢e®F6Mi0 Ne lbinm FEkl64a leMe fla a F,I �tl, PLT POMMNTI brgp vpmbm�cmlu EofanatlemmNry Tm Enamr.,u mmun m.l^^s^'.m.ax m mNrmlNNtm� +. �,emae Lunm.. TYPIC am FORFILIET TYPIr.'ALSEC'IKN AT tTf114W6ECRINrFPS£GnN6w.t.D NLLDEPIIIANGSUNFACE PATCHE4 //�� RxmamraWoew,vw em OO Facmxm coos m.Ib�.N mrxawamrmict�..a F<AdPmmrwl� F=VaMM1me1-..... OSW &.W9 (`_ to Q ma�mumam mgmmT.mco-.w N..m eoMnuL a.Noem,L rLOLsq o°°'�a°' ml,.,—nx.gnnm...n,eaeur.=co mun � R.w µl aa.+er m m... wm.al�coaaorev.�mmo w�rsarouMwml O mammaim+wl N,mma[�y Rwi'y9xkmam exaW QSr�WmrymetlfYgeurtax Vm,bd®i.mm smn Fs..mN remmmmi•Nxu qtm egmL.mn meem�mim M""n Rn s.mosaFLaq x t'I aWwAmaepgpl. nwa Na�efwn m� xmswxalme Qa Oi Fa vMrelmamaienwwE�wa mgwivanae. ACfpH AA SECTICNAA m¢ntlnxf xf� +f,Rb AMimWn,q Owb'rs,m pmlEgwmFUEn lFaa TxxfwrmTuaT.xcxPMty Fuwl RamnmFasgwwam Emv E4,mPw�L9 Gma�Bx WV WIW.L _ 9wawto.r ay,awtwxtm�pw NT _I TYI'ECF P`T%58 ©A NNL�aPyn�„xL -ll ma,maa...W N>nwVay- Pwwti. a.q vmeAlr Rw` x � Ly�� .t � Imo Ceperhrlent X0. xsw16 .� �,,�m �ofTral�perta,wn sxR°"AA STANDARD ROAD PLAN ,PV•202� FNLTIII4RIe49 FlLLEr-Mp1iAV®IXIMXL� GENERNGETA S HOT MIX ASPHALT RESURFACING PV -103 -SHALL ONLY APPLY TO MINOR MANHOLE ADJUSTMENTS AS INDICATED IN PROJECT PLANS IymeaL IeicnloFteaxacaeue eNewn sm.emee —�. `FSffigPa.®nel 9umre w.0 IEVEUNG CgIRSE tex.TLmam. m,laefm) eryFseun FM Rahn 0 gaolai4 n10F5I1�X6n wrIGCWRSE IIIc f c - �• co 'Juvn Pgyma y �EmYq P•mmA1.."xKx+ N SITENGT QlflNGCOURSE ISLTLimu m,mmp SHGLE COURSE RESURFACING �� N _ � (� O ,;I, •C i e.smaw, Isrmxa�vEgxama+: E'°R'A' xr��.a.e lml.ml `FNaegM.naL`, eu�,.remrrmm IkVELING CpIRSE IYw TapYe6nbbY4nl mpe9Wn nm99n IYaxB t IF+1aM Is 6T�gINFNwIXM6E PomtMnl c�IONd Departrnent� ,arv,rux m mnanwTaro STANDARD ROAD PLAN PV•202 —auw.u..sa $1181G1HENINGCWRSE yT4Lm,bbvM1 ppUB1EtXAIRSE RE6URFACING HOT EIXASPHALT RESURFACING File No. PS-3xx J Q w 0 U W 0 Q a DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET N0. B.16 I I y I DIVISION 1: CITY OF IOWA CITY FUNDED ITEMS DIVISION 1 INCLUDES WORK ASSOCIATED WITH CITY LOCAL ROADS OUTSIDE OF IOWA DOT JURISDICTION. LOCATION • BURLINGTON ST.- GOVERNOR ST TO SUMMIT ST • JOHNSON ST - BURLINGTON ST TO BOWERY ST • COURT ST - JOHNSON ST TO DODGE ST. • DODGE ST - BURLINGTON ST TO GOVERNOR ST (BIKE LANE AND PAVEMENT MARKINGS ONLY) DIVISION 2: CITY OF IOWA CITY FUNDED ITEMS DIVISION 2 INCLUDES WORK ASSOCIATED WITH CITY RESPONSIBLE ITEMS ON HWY 1. WORK INCLUDES UTILITY REPAIRS OR ADJUSTMENTS, CURB AND GUTTER REPAIRS, AND 45% COST SHARE WITH SIDEWALK, ADA TILES, AND CURB REPAIR REQUIRED WITH ADA CURB RAMP IMPROVEMENTS. LOCATION • GOVERNOR ST - BURLINGTON ST TO DODGE ST. • BURLINGTON ST - VANBUREN ST TO GOVERNOR ST DIVISION 3: IOWA DOT FUNDED ITEMS DIVISION 3 INCLUDES WORK ASSOCIATED WITH IOWA DOT RESPONSIBLE ITEMS ON HWY 1. WORK INCLUDES PAVEMENT MILLING AND OVERLAY, PATCHING FOR STREET REPAIRS, AND 55% COST SHARE WITH SIDEWALK, ADA TILES, AND CURB REPAIR REQUIRED WITH ADA CURB RAMP IMPROVEMENTS. LOCATION • GOVERNOR ST - BURLINGTON ST TO DODGE ST • BURLINGTON ST - VANBUREN ST TO GOVERNOR ST. City File No. PS-3xx I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. C.01 I j j I ESTIMATED PROJECT QUANTITIES omsxa 1: arY a xtww cxTv 0D - 0x 5IM 2: QTY Q xp C11V MODIFIED DMSIN 3: 10iA DOT ITEM ND. REM CODE REM UNIT QUANTITIES ESTIMATED ASBUILT DN1-CITY DN2-CRY DNB-IDOT TOTAL ON1-CRY DN2-CITY DNB -DOT TOTAL 1 2102-0725071 SPECIAL BACKFILL. PATCH REPAIR, 6' CY 17858 16440 6040 - - 71050 - - - - -.- 9999 9999 999__ - -- - - -- _ ,69,6,,9 ... 5.00 ...... 6699.6 _-- 3,00 500 - _ 2200 1640 16.00 245.00 .....0666_ 76411 9540 - 6.00 .-._ 200.00 57550 9 34457 35649 48640 77050 200.00 _ 20000 45 005 500 77.67 0.15 - 11.00 6696 0.15 -- 92440 30.00 _ OAS -- 16.00 2630 -, _ _ .. - _ 9669 _ ... _ 260.00 270D3' t00Ap1. - 1 9999-_ 0009- 1331 969.011 2000.001 215122 1270D0_ 1.40000' 55245 i _ -2.035021 - - 2.688231 27144 I 240 - - - _.--6.0--_ --._.J .-.; ........_ 0906. - - - '' =_. - - ! - � _-. 70352 6660._ 42126 43522 594.00 2,000.00 17000 90-00 - ., .-.-960 ..... .........--. _ 6666.. .. - 064' 292.05 10.00 _ -._ _ _ 0999-. 064 265.001 26D0: 23001 540. 67450', -'--'--, 20.00 745.701 . 10000.0000 0.64 16.00 4D0 1401 29.70' _ TOT .. _. 200 1 _.. 2WA0 1 2fi_0D_01 - I 602.6 _. 9666 100.0 50.0 --_ 1.8,1 -__ •-_,-__.0999 -_.,,_-_„_ 1326.4! - 3387.1! 29475.0 1270.0 _ 2233.3. 552.5 -- 2617.5', -- -- - - 3199.1', -0069_. _-__._..... 3490 5.0 246.6 695.2 - 139040 6699 9666- _.. 50 6.0 �-_ 9669_ -_ __. 3.0 - 5.0 2.0 33.0 160. 76.0 245.0, 74.0 95.0 4.0 200.0 1576.5 9.0. 968.5 907.8 - -- - 1390.(1' 9966. _ 3381.1' 6096 .. 6669. 170,06669 200.0 2000 99.0, 11.0` - 38.3 1.0 575.4 _ 420 9960_ _.. 168.3 - 11.0',____ 1.0' - _ 4004 28 .(1 _ 23.0 50. 18298 ._. _.-06 - 0666.. 514 1785.9 1ooD___0696.._ 10(1.0' 1.0 _ 34.0 40- 0_60 1.0 60.0 _ 1.0_ _ 2-0, _ 280.0 280.0 260.0 6999. 2 . - 2102.2710070 EXCAVATION, CL IO,RDWViBORROW CY 2210-0676000 PRIMER BITUNEN VIA -CADAM STONE BASE GAL 2212-047609S CLEAN+PREPARATION OF BASE NILE.-55-� 2212.5075001 HMA SURF PATCH TON 0000- 22136745500 ROA- OF CURB LF 2214-5145150 PAVT, SCARRCADN BY 2214-5200000 PAVT, SCARIFlCAION, FULL DEPTH SY 2301-8256500 DRIVENAVSURFA7E PREPARATION SV 2303-1041500 HMA FO' BASE, 12• TON _ 23031042500 HMA HT INTERMEDIATE, 12' TON- 2303-1043504 HMA Hf SURF, 12', FRIC LJ ON - 2303-1258286 ASPH DNDER, PG 5B -28H TON 2303 6911 _.. _ _ _... 23036971000 HMA PANT SIMPLE EA 23106300000 ASPHALT SIRFACECOLD PATCH TON 2310-0300560 COVER PDG SAND, SEAL COAT BONG BREAKER TON - 2310-0300570 BINDER BITUMEN, SEN_ COAT BOND BREAKER GPL 2435-0130148 MANHOLE, SPMNiV SEWER. SW -301. dB IN. EA Zd35-0250700 INTAKE. SW -507 ',. EA 2635-0250706 INTM�,SW-507. TOPAND THROAT ONLY 1. EA_ THROAT ONLY r_9_._ 2435-0250705 INTAMANHOLE ADJUSTMENT. 2135-0600010 MANHOLE PDJUSTM1£NT, MNOR 2435-0600020 MANHOLE N)JUSTh£NT, MOOR I_ FA 2503-0114212 STORMSWR GM4N,TRENCHEO. RCP, 2000 (CLASS 11) 12 RJ ,. I 2503-0200036 RMVSTORMSWRPPELE36' G 2504-0116008 SANITARYSEWER GRAVITY MAIN. TRENCHED, DIP, 81N li- 2504-0116010 SANITARYSEWER GRAVTTYNWN, TRENCHED, OP, 101N L- -. _ _ --_ - - 2604-0200L06 SPNRPRYSEWER SERVICE STUB, POLIMNYL CHLORIDE PIP N�- - 250 4-03 2 03 0 0 SAN SWR CLEANOUT, SW -203 - 25106745850 RMVL OF PANT, PCC DRIVEWAY OR ALLEY 1 SI __...._ ._ 25106745900 RMuLOF SDEWPLK SV 25116750600 RMV_ OF MAII<E+UTILITYACCESS EA -.. 25114526004 SIDEWALK, PCO, 4' BY 2511-Ti2600fi SIDEWALK, PCC, 6' SY- 2511-7528101 DETECTABLE WARNING. CAST IRON, BRICK RED SF .. _. _.. - 2612-1725206 CURB+(1JTTER, PCC, 20' IF 2512-1859000 CURB, SPECIAL - SIDEWALK CURB LF 2615-2475066 DRIVEWAY, PCC, 6', RESIDENTIAL DRIVEWAY BY 2515-2675007 DRIVEWAY, PCC, T, COM,ERCOY DRNEWAV/ALLEY By 2524-9276010 PERFORATED 1.751Nx17IN. SQUARE STEEL TUBE POST LF 2524-9276021 PERFORATED SQUARE STEEL TUBE POST ANCHOR EA6.0 .. 2524-9325001 TWE ASIGNS, SHEEP PLUMNUM SF 25266285000 CONSTRUCTION SURVEY LS 2527-9263109 PAINTED PANT MARK WATERBORNE430LyFNT STA 2527-9263137 PANTED SYMBOL+ EGEND, WATERBORNE7SOLVNT FA _ 2527-92631 BID PAVEMENTGS REMOVED STA- 90LEGENDS 252742631SYMBOLS AND LELEGENDS REMOVED EA 25286445110 TRAFFIC CONTROL LS _. 2528-WS113 FLAGGER DAY 2528-9290050 PORTABLE DYNAMIC MESSAGE SIGN (PDMS) EA,. 2529.2262306 OOJONTASSEMSLY EA -_ 6 - - - _ C W 2528-2242320 CT NOT FA 070110 PATCH, PCC, FINISH, BYAREA _ 25296 0. - 2529-5070120 PATCH, PCC, FILL-0DEPTH FINISH. BYCOUNIT I EA 2529-5070125 PATCH, HMA, FULL DEPTH, S' SY _ 2529-8174010 SUBBASE(PATCHES) BY 2533-4980005 MOBILIZATION LS 2554-0212020 WATER VALVE BOX EXTENSION, MNOR EA 2554-0212021 WATER VALVE BOX EXTENSION, MAJOR EA _ 2601-2634105 M1ULCHNG, BONDED FIBER MATRIX AD 2601-2636044 SEED-FERTILLZE(URBAN) EA 2601-264212D STABILIZE CROP- SEED.FERTILQE(URBAN) !t_ 2601-2638352 SLOPE PROTECTION, WOOD EXCELSIOR SQ ETER�SLOPE SETCNTL DEVICE,9- I -LF 2602-0000309 PERINOAFI4 _-. 2602-0000350 RMUIOFPERO.ETER+SLOPESEDIMKTCNTLOEVLF ! LF - _. - SUPPLEM1ENTALSPNRMVSEWER ABANDONMENT LF 0.0 3 0.0 _ _ .......-6666... 9990- --- 6696__. -6666...-. _.9996 JL__ 5 356.6 6 610.6 7 7923.8 0 00 9 833.3 -- 10 11 12 _ _..__._.- 13 _-_ 14 0.0 _ 5817 710.9 776 3.0-_ 15 246.8 i6 6952 17 9999_-]39040 _.._-_. 00 00 _ 0.0 OA 20 _ 11.0 0.0 -0000_ 00 0.0 0.0 0.0 0.0 0.0 6909_. 297.4 . -._ _ 00 2025 -,_ 116.5 310.0 18 19 20 21 72 23 24 25 _ 26 27 28 ?! 30 31 32 � 34 35 36 670.6 0.0 0.0 0.0 54.0 37 38 39 40 41 42 .-_ 20.7 43 0 -- - 6666-..0696. ..._. W 2833 45 6606. 21.0 1683 17 0 02� ?35.0 _00 ....- _- _313 1.0 46 47 - 48 49 50 51 52 53 5/ 55 1.04.02 % 57 0 7_ _ _ 2.0 0_.0 58 59 60 61 6.0 __ _ .20.0 20.0 0.0 .62 _.- 61 64 65 66 DIVISION 1: CITY OF IOWA CITY FUNDED ITEMS DIVISION 1 INCLUDES WORK ASSOCIATED WITH CITY LOCAL ROADS OUTSIDE OF IOWA DOT JURISDICTION. LOCATION • BURLINGTON ST.- GOVERNOR ST TO SUMMIT ST • JOHNSON ST - BURLINGTON ST TO BOWERY ST • COURT ST - JOHNSON ST TO DODGE ST. • DODGE ST - BURLINGTON ST TO GOVERNOR ST (BIKE LANE AND PAVEMENT MARKINGS ONLY) DIVISION 2: CITY OF IOWA CITY FUNDED ITEMS DIVISION 2 INCLUDES WORK ASSOCIATED WITH CITY RESPONSIBLE ITEMS ON HWY 1. WORK INCLUDES UTILITY REPAIRS OR ADJUSTMENTS, CURB AND GUTTER REPAIRS, AND 45% COST SHARE WITH SIDEWALK, ADA TILES, AND CURB REPAIR REQUIRED WITH ADA CURB RAMP IMPROVEMENTS. LOCATION • GOVERNOR ST - BURLINGTON ST TO DODGE ST. • BURLINGTON ST - VANBUREN ST TO GOVERNOR ST DIVISION 3: IOWA DOT FUNDED ITEMS DIVISION 3 INCLUDES WORK ASSOCIATED WITH IOWA DOT RESPONSIBLE ITEMS ON HWY 1. WORK INCLUDES PAVEMENT MILLING AND OVERLAY, PATCHING FOR STREET REPAIRS, AND 55% COST SHARE WITH SIDEWALK, ADA TILES, AND CURB REPAIR REQUIRED WITH ADA CURB RAMP IMPROVEMENTS. LOCATION • GOVERNOR ST - BURLINGTON ST TO DODGE ST • BURLINGTON ST - VANBUREN ST TO GOVERNOR ST. City File No. PS-3xx I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. C.01 I j j I ESTIMATE REFERENCE INFORMATION ESTIMATE REFERENCE INFORMATION Item Item Code Descnption Item Item Code Description Na. 1 2102-0425071 (SPECIAL BACKFILL, PATCH REPAIR, 8" 10 2303-1041500 HMA HT BASE, 112- A. THE UNIT PRICE FOR THIS ITEM ICY) WILL BE BASED ON VOLUME OF CUBIC YARDS REQUIRED TO STABILIZE SUBGRADE UNDER A. THE UNIT PRICE FOR THIS ITEM (TON) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR, MATERIALS, AND EQUIPMENT FOR HMA OR PCC PAVEMENT PATCH AND WILL BE ONLY USED AT THE DISCRETION OF THE ENG NEER EXCAVATION AND DISPOSAL OF CONSTRUCTION OF THE BASE COURSE. THIS REM WILL BE USED FOR PATCH REPAIR DURING FULL DEPTH MILUNGS EXSTING SUBGRADE SHALL BE INCIDENTAL. - 11 2303-1042500 HMA HT INTERMEDIATE, 112- A. THE UNIT PRICE FOR THIS REM (TON) SHALL CONSTITUTE FULL PAYMENT FORALL LABOR MATERIALS, AND EQUIPMENT FOR 2 2102-2710070 EXCAVATION, CL 10, RDWY+BORROW A. THE UNIT PRICE OF THIS ITEM ICY) WILL BE PAD BASED ON THE QUANTITY FOR OVEREXCAVATION OF PARKWAY FOR CURB CONSTRUCTION OF THE INTERMEDIATE COURSE. ADJUSTING STRUCTURES IN THE PAVEMENT SHALL BE INCIDENTAL UNLESS RAMP AREAS BEYOND A STANDARD CUT DEPTH OF 7 FROM EXISTING TO PROPOSED SURFACE ELEVATION. SPECIFICALLY LISTED AS A BID ITEM. WATER VALVE ADJUSTMENT FOR IN-PAVEMENT ADJUSTMENT RINGS WILL BE INCLUDED AS A B. OVERHAUL WILL NOT BE MEASURED OR PAID FOR, BUT SHALL BE CONSIDERED INCIDENTALTO ROADWAY EXCAVATION SEPARATE ITEM. ON THIS PROJECT. 12 2303-1043504 HMA ST SURF, 112", FRIC L-4 C. ITEM WILL BE LIMITED TO SPECIFIC AREAS THAT REQUIRE EXCESSIVE CUT BEOND 2' DEPTH —'--' - "' - - -- - A. THE UNIT PRICE FOR THIS ITEM (TON) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR, MATERIALS, AND EQUIPMENT FOR CONSTRUCTION OF THE INTERMEDIATE COURSE. ADJUSTING STRUCTURES IN THE PAVEMENT SHALL BE INCIDENTAL UNLESS SPECIFICALLY LISTED AS A BID ITEM. WATER VALVE ADJUSTMENT FOR IN-PAVEMENT ADJUSTMENT RINGS WILL BE INCLUDED AS A 3 221041478000 PRIMER BITUMEN-MACADAM STONE BASE A. THE UNIT PRICE (GALLON) FOR THIS ITEM SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIALAND EQUIPMENT SEPARATE REM. NECESSARY TO APPLY SURFACE PRIME AS NEEDED AS PER IDOT STANDARD SPECIFICATION SECTION 2307. 13 2303-1258284 ASPH BINDER, PG 58-28H A. THE UNIT PRICE FOR THIS ITEM (TON) SHALL CONSTITUTE FULL PAYMENT FOR ASPHALT BINDER INSTALLED PER (DOT 4 2212-0475095 CLEANING AND PREPARATION OF BASE _ _ __ _____ ___ A THE UNR PRICE FOR THIS REM (MILE-FULL WIDTH) SHALL CONSTRUIE FULL PAYMENT FOR ALL LABOR MATERIAL. AND SPECFICATIONS SECTION 2303.02. -- - - -- -- --- -- -- - -- - - - — _- - - EQUIPMENTTO CLEAN AND PREPARE THE BASE FOR THE FULL WIDTH OF THE PAVEMENT IN ACCORDANCE WITH IDOT STANDARD 14 2303-6911000 HMA PAVTSAMPLE SPECIFICATIONS SECTION 2212D4A. _ - A. THE UNIT PRICE FOR THIS ITEM (LS) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIALS, AND EQUIPMENT FOR PAVEMENT SAMPLES AND TESTING PER (DOT SPECIFICATIONS SECTION 2303.02. 5 22125075001 HMA SURF PATCH A. THE UNIT PRICE FOR THIS ITEM (TON) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIALS, AND EQUIPMENT FOR 15 2310-8300000 ASPHALT SURFACE COLD PATCH REPAIR OF EXISTING ASPHALT BASE DEFICIENCIES PRIOR TO PAVING. WORK INCLUDES SURFACE SWEEPING AND CLEANING PRIOR TO PLACEMENT W EXISTING VOIDS OR MILLED PARTIAL DEPTH HMA SURFACE REPAIRS PRIOR TO PLACEMENT OF THE A. THE UNIT PRICE FOR THIS ITEM (TON) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL, AND EQUIPMENT ASPHALT BASE. NECESSARY TO SUPPLY, PLACE AND COMPACT ASPHALT COLD MIXIN AREAS MARKED ON THE EXISTING PAVEMENT SURFACE BY THE ENGINEER THIS REM SHALL INCLUDE ALL LABOR MATERIALS AND EQUIPMENT NECESSARY FOR REMOVAL OF ALL EXISTING B. REFER TO SECTION 2212.030E THE IOWA DOT STANDARD SPECIFICATIONS. LOOSE OR UNSUITABLE MATERIALS AND TACK COAT NSTALLATION. TO BE USED ON ROADWAYS PRIOR TO SEAL COAT ' APPLICATION WORK. - 9 2213-6745500 �REMOVALOFCURB 18 2310-8300580 COVER AGG SAND, SEAL COAT BOND BREAKER A. THE UNIT PRICE FOR THIS ITEM (LF) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL, AND EQUIPEMENT FOR SAWING, REMOVAL AND DISPOSAL OF CURB AND GUTTER A. THE UNITPRICE FOR THIS REM (TON) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL, AND EQUIPMENT FOR PLACEMENT OF THE 318 NCH COVER AGGREGATE (GRADATION 21) AS PER 8707 STANDARD SPECIFICATION 8ECT10N 2307. 7 22145145150 PAVEMENT SCARIFICATION 17 - 2310-8300570 BINDER BITUMEN, SEAL COAT BOND BREAKER I A. THE UNIT PRICE FOR THIS ITEM (SQUARE YARD) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR, MATERIAL, AND EQUIPMENT TO REMOVE BY MILLING AND DISPOSE OF THE ENTRE DEPTH OF ASPHALT DOWN TO A CLEAN EXISTING PCC OR A. THE UNIT PRICE (GALLON) FOR THIS ITEM SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL AND EQUIPMENT BRICK STREET SURFACE. MILLED HEADERS AT THE INTERFACE BETWEEN NEW AND EXISTING PAVEMENT SHALL BE CONSIDERED NECESSARY TO APPLY MC-3000 BINDER AS PER IDOT STANDARD SPECIFICATION SECTION 2307 NCIDENTAL TO THIS ITEM. - 18 24354130148 MANHOLE, SANITARY SEWER, SWJ01, 481N.O QO B RUNOUT MILLING REQUIRED TO MATCH EXISTING SURFACES BETWEEN CURRENT ASPHALT AND PCC COMPOSITE SURFACES SHALL BE INCIDENTAL.- - --- -- --- - -- - -- -- — -- - - - A. THE UNIT PRICE FOR THIS ITEM (EACH) WILL BE PAID BASED ON THE NUMBER OF STRUCTURES CONSTR (P ST OR C. REFER TO SECTION 2214.01 OF THE IOWA DOT STANDARD SPECIFICATIONS. POURED W PLACE) AND INCLUDES EXCAVATION, FORMING, REINFORCING STEEL, DOWELS, SUPPLY, PLACE CO CTO AND FINISHING OF CONCRETE, SUPPLY, PLACEMENT AND COMPACTION OF CLASS A GRANULAR BACKFLL TQL fbjdUL SURFACE D. ASPHALT MILUNGS WILL REMAIN THE PROPERTY OF THE CITY OR IOWA DOT AND SHALL BE DELIVERED BY THE CONTRACTOR ELEVATIONS, PROVIDING STUBS FOR DRAINAGE TILES AND THE FRAME AND CASTING. STOPPERS FOR STUSRy=wEC1lO1S A TO THE SPECIFIC LOCATION AS INDICATED BELOW. TEMPORARY ASPHALT FILLETS ARE INCIDENTAL TO THIS REM. DIVISION 1 T_RS AND INCIDENTAL. CONNECTION TO EXISTING PIPES AND TILE LINES INCLUDING RCP STUBS,'C COLLARS, NTERIO.p.}}IT MILLINGS-.7ESQUAKIE PARK. DIVISION 2 MILLINGS-MESQUAKIE PARK. DIVISION 3 MAILINGS-IOWA DOT CORALVILLE SHOP YARD INTERIOR INTAKE FILLETS TO PIPE STUBS SHALL BE NCIDENTAL TO THIS ITEM. - rn E. WORK SHALL INCLUDE MILLING AROUND EXISTING PCC MANHOLES OR MANHOLE LDS INCLUDING PREVIOUSLY COMPLETED MR EL APPROXIMATE PIPE SIZES, DEPTHS, AND LOCATIONS ARE INDICATED IN PLANS; HOWEVER EXACT PIPE SIZES PTHSS ND MANHOLE STYLE ADJUSTMENTS. FOLLOWING MILLING OPERATIONS, A TRANSITION WILL BE REQUIRED OVER MANHOLES TO LOCATIONS SHOULD BE FIELD MEASURED AND VERIFIED PRIOR TO FABRICATION AND CONSTRUCTION. ALLOW FOR TRAFFIC LANE TO REMAIN OPEN. C. THIS REM SHALL ALSO INCLUDE SUPPLY AND INSTALLATION OF THE FOLLOWING ITEMS: 1. COMPACTED CLASS A GRANULAR ROADSTONE FOR ALL INTAKES TO FINISHED SURFACE 2 CRY OF IOWA CITY CASTINGS WITH LOGO. O F- � 8 2214-5200000 PAV'T, SCARIFICATION, FULL DEPTH A. REFER TO SECTION 2214.01 OF THE IOWA DOTSTANDARD SPECIFICATIONS. 3. 4' SECTION OF MATCHING PIPE SECTION FOR EACH INLET OR CUTLET. (L B. THE UNIT PRICE FORTHIS ITEM (SQUARE YARD) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL, AND 4. FERNCO CONNECTION TO EXISTING PIPE CONNECTION. O I EQUIPMENT TO REMOVE BY MILLING AND DISPOSE OF THE ENTIRE DEPTH OF EXISTING CONCRETE ROADBED. 5. EXTERIOR CHIMNEY SEAL FOR EACH STRUCTURE. Z_ - _ _ C ASPHALT REPLACEMENT FOR VOLUME REMOVED WITH FULL DEPTH MILLING SHALL BE PAID SEPERATELY WITH ASPHALT BASE - W 19 2435-0250700 INTAKE,SW507 A. THE UNIT PRICE FOR THS ITEM (EACH) WILL BE PAID BASED ON THE NUMBER OF STRUCTURES CONSTRUCTED (PRECAST OR MIXREM. Z 2 9 1 23019258500 DRIVEWAY SURFACE PREPARATION A. THE UNR PRICE FOR THIS REM (SQUARE YARD) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR, MATERIAL, AND _ POURED IN PLACE) AND INCLUDES EXCAVATION, FORMING, REINFORCING STEEL, DOWELS, SUPPLY, PLACEMENT, COMPACTION W EQUIPMENTTO REMOVE BY MILLING AND DISPOSE OF THE ENTRE DEPTH OF EXISTING CONCRETE ROADBED. PAYMENT INCLUDES AND FINISHING OF CONCRETE, SUPPLY, PLACEM ENT AND COMPACTION OF CLASS A GRANULAR BACKFILL TO FINAL SURFACE W REMOVAL AND DISPOSAL OF EXISTING ASPHALT, PCC SUB SLAB, OR PATCH MILLINGS. VERTICAL DEVIATIONS EXCEEDING 118 INCH ELEVATIONS, PROVIDING STUBS FOR DRAINAGE TILES AND THE FRAME AND CASTING. STOPPERS FOR STUB CONNECTIONS ARE Q IN A 10 FOOT STRAIGHT EDGE SHALL ALSO BE CORRECTED. BUMPS AND DIPS SHALL BE CORRECTED FOR A FULL LANE WIDTH OF INCIDENTAL. CONNECTION TO EXISTING PIPES AND TILE LINES INCLUDING RCP STUBS, *C' COLLARS, INTERIOR COLLARS AND LU PAVED SURFACE. INTERIOR INTAKE FILLETS TO PPE STUBS SHALL BE INCIDENTAL TO THIS TEM. F— B. SAW AND SHIP IN A 2' HEADER OR REMOVAL OF ASPHALT FROM A DRIVEWAY ALREADY OVERLAID. B. B. APPROXIMATE PIPE SIZES, DEPTHS, AND LOCATIONS ARE INDICATED IN PLANS; HOWEVER EXACT PIPE SSS, DEPTHS, AND C. ASPHALT PLACED INTO DRIVEWAY SHALL BE PAID WITH SEPARATE ITEM FROM HMA SURFACE. LOCATIONS SHOULD BE FIELD MEASURED AND VERIFIED PRIOR TO FABRICATION AND CONSTRUCTION. C. THIS ITEM SHALL ALSO INCLUDE SUPPLY AND INSTALLATION OF THE FOLLOWING ITEMS: W 1. COMPACTED CLASS A GRANULAR ROADSTONE FOR ALL INTAKES TO FINISHED SURFACE 2. CRY OF IOWA CRY CASTINGS WITH LOGO. City File No. PS-3XX 3 4rqPCTION OF MATCHING PIPE SECTION FOR EACH INLET OR CUTI rT DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET N0. C.02 2 ESTIMATE REFERENCE INFORMATION ESTIMATE REFERENCE INFORMATION NoItem Code L escnptl0n No.item em Cade Deutlpll0n 20 2435-0250704 INTAKE, SW507, TOP AND THROAT ONLY 15. REPAIR OR REPLACEMENT OF UTILITY SERVICES DAMAGED BY THE CONTRACTOR. A. THE UNI! PRICE FOR THIS ITEM (EACH) WILL BE PAD BASED ON THE NUMBER OF MAKES TOPS RECONSTRUCTED (PRECAST 16. PERMANENT CONNECTIONS AND STUBS WITH CAPS FOR SUMP PUMP, DRAINAGE, AND FIELD TILES OF VARIOUS SIZES, INCLUDING OR POURED W PLACE) AND INCLUDES E)CAVATION, FORMING, REINFORCING STEEL, DOWELS, SUPPLY, PLACEMENT, BACKFILLAS SPECIFIED BYTHE ENGINEER COMPACTION AND FINISHING OF CONCRETE, SUPPLY, PLACEMENT AND COMPACTION OF CLASS A GRANULAR BACKFILL TO FINAL SURFACE ELEVATIONS. APPROXIMATE INTAKE TOP SIZES, DEPTHS, AND LOCATIONS ARE INDICATED IN PLANS; HOWEVER LOCATIONS SHOULD BE FIELD MEASURED AND VERIFIED PRORTO FABRICATION AND CONSTRUCTION. 25 2503-0200036 REMOVAL OF STORM SEWER PIPE LESS THAN 38' A. THE UNIT PRICE (LL) FOR THIS ITEM SHALL BE CONSIDERED FULL COMPENSATION PER LINEAL FOOT OF PIPE REMOVAL AND DISPOSAL PER IOWA DOT SPECIFICATIONS SECTION 2503. 21 2435-0250705 INTAKE, SW -507, THROAT ONLY A. THE UNIT PRICE FOR THIS ITEM (EACH) WILL BE PAD BASED ON THE NUMBER OF INTAKE THROATS RECONSTRUCTED AND NCLUDES EXCAVATION, FORMING, REINFORCING STEEL, DOWELS, SUPPLY, PLACEMENT, COMPACTION AND FINISHING OF 26 2504-0116008 SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, 8 IN CONCRETE, SUPPLY, PLACEMENT AND COMPACTION OF CLASS A GRANULAR BACKFILLTO FINAL SURFACE ELEVATIONS. --"" - - -- - --__-- -- - - - _ - A. THE UNIT PRICE (LF) FOR THIS ITEM SHALL BE CONSIDERED FULL COMPENSATION PER LINEAL FOOT OF PIPE INSTALLED AS APPROXIMATE INTAKE TOP SIZES AND LOCATIONS ARE INDICATED IN PLANS; HOWEVER LOCATIONS SHOULD BE FIELD MEASURED INDICATED WITH SEWER REPAIRS SHOWN ON M.02 AS AS SPECIFIED PER IOWA DOT SPECIFICATIONS SECTION 2504. AND VERIFIED PRIOR 70 CONSTRUCTADL 22 2435-0600010 MANHOLE ADJUSTMENT -MINOR 27 2504-0116010 SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, 101N 'A. THE UNIT PRICE FOR THIS REM (EACH) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR, MATERIAL, INCLUDING CONCRETE, — A. - THE UNIT PRICE (LF) ITEM SHALL BE CONSIDERED FULL COMPENSATION PER LINEAL FOOT PIPE AS REINFORCING STEEL, AND EQUIPMENT TO ADJUST SANITARY OR STORM SEWER UTILITY LID AND FRAME TO THE FINAL SURFACE E 2504ALlED INDICATED WITH SEWER REPAIRS SHOWN ON M.03 AS AS SPECIFIED PER IOWA DOT SPECIFICATIONS BECTON 2504. IN R REPAIRS ELEVATION. NEM SHALL BE COMPLETED PER STANDARD ROAD PLAN PV -103. SUPPLY AND INSTALLATION OF NEW CASTINGS WITH CITY OF IOWA CITY LOGO SHALL BE A REQUIREMENT W ITH THIS ITEM W TH COST INCIDENTAL TO ITEM. - - - - - - B. MINOR ADJUSTMENT INCLUDES, BUT IS NOT LIMITED TO, REMOVAL OF EXISTING CASTING AND EXISTING ADJUSTMEN- RINGS, 28 2504-0200404 SANITARY SEWER SERVICE STUB, POLYVINYL CHLORIDE PIPE (PVC), FURNISHING AND INSTALLING ADJUSTMENT RINGS, FURNISHING AND INSTALLING NEW CASTINGS, PLACING BACKFLL, AND COMPACTION. A. THE UNIT PRICE (LF) FOR THIS REM SHALL BE CONSIDERED FULL COMPENSATION PER LINEAL FOOT OF PIPE INSTALLED AS INDICATED WITH SEWER REPAIRS SHOWN ON M.02 AS AS SPECIFIED PER IOWA DOT SPECIFICATIONS SECTION 2504. 23 243SDBD0020 MANHOLE ADJUSTMENT, MAJOR 29 2504-0320300 SAN SWR CLEANOUT, SW -203 A. THE UNIT PRICE FOR THIS (EACH) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL, INCLUDING CONCRETE REINFORCING STEEL, AND EQUIPMENT TO ADJUST SANITARY OR STORM SEWER UfLIT LID AND FRAME TO THE FINAL SURFACE - UNITq. THE UNPRICE (EA) FOR THIS ITEM SHALL BE FULL COMPENSATION FOR MATERIALS, WORK, AND EQUIPM ENT TO INSTALL NEW ELEVATION. SANITARY SEWER CLFANOUTS FOR NEW SEWER SERVICE INSTALLATIONS AS INDICATED ON MSHEETS. B. ITEM SHALL BE COMPLETED PER SPECIFACTION OF'MR MANHOLE' INSTALLATION SYSTEM INCLUDED N THE APPENDD(OF THESE SPECIFICATIONS. SUPPLY AND INSTALLATION OF NEW CASTINGS WITH CITY OF IOWA CITY LOGO SHALL BEA 30 2510-6745851 REMOVAL OF PAVEMENT, PCC DRIVEWAY AND ALLEY REQUIREMENT WITH THIS ITEM WITH COST INCIDENTAL TO ITEM. --- A. THE UNIT PRICE (BY) FOR ITEM SHALL BE PAID FOR ALL DRIVEWAY AND ALLEY, REMOVED AND DISPOSED. B. INCLUDES FULL DEPTH SAW CUTTING NECESSARY TO CREATE A CLEAN EDGE AND REMOVAL BETWEEN EXISTING AND 24 2503-0114212 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS III), 12 IN. PROPOSED PAVEMENTS, INCLUDES SAW CUTTING NECESSARY FOR STAGED CONSTRUCTION. A. THE UNIT PRICE FOR THIS ITEM (LINEAR FOOT) SHALL BE CONSIDERED FULL COMPENSATION FOR INSTALLATION OF PIPE AS --- ----- - HDICATED HERE. LENGTH WILL BE MEASURED FOR EACH SIZE AND TYPE OF PPE ALONG THE PIPE CENTER LINE WITH NO 31 2510-6745900 REMOVAL OF SIDEWALK DEDUCTIONS FOR PREFABRICATED BENDS. MEASUREMENTAND PAYMENT SHALL INCLUDE LENGTH ALONG PIPE MEASURED TO INSIDE OF INTAKE WALL AND EXCLUDE THE SPACE ACROSS MANHOLES AND INTAKES. '-- - --- - - _ - A. THE UNIT PRICE (BY) FOR ITEM SHALL BE PAID FOR ALL SIDEWALK REMOVED AND DISPOSED. B. REFER TO STORM SEWER DETAILS IN SSHEETS _ _._ EL THIS ITEM INCLUDES REMOVAL AND DISPOSAL OF ALL PCC, ACC OF VARIOUS THICKNESSES. C. ALL STORM SEWER SHALL BE INSTALLED WITH O-RING GASKETED JOINTS, REFER TO STORM SEWER DETAILS N BID ITEMS 32 2510-6750600 REMOVAL OF INTAKES AND UTILITY ACCESSES p 9 -- - - - D. THE FOLLOWING ITEMS SHALL BE CONSIDERED INCIDENTAL UNLESS THEY ARE INCLUDED WITH OTHER ITEMS LISTED IN THE FORM OF PROPOSAL: A THE CONWILL BE PAID THE CONTRACT PRICE PER EACH INTAKNUNTA ACCESS REMOVED. T�A CONSIDEREDD FULL FULL COMPENSATION FOR FURNISHING ALL MATERIAL, EQUIPMENT AND LABOR FOR THE RENj7VA8AN P(ROPE DISPOSAL OF EXISTING INTAKESIUTILITY ACCESSES AS IDENTIFIED IN THE CONTRACT DOCUMENTS. n''C N 1. ADAPTERS, COLLARS ANDTAPPING REQUIRED FORCONNEC710N5 TO DISSIMILAR PIPES, MANHOLES, OR OTHER APPURTENANCES. _ B. INCLUDE TRENCH BOX INSTALLMENT AS NECESSARY TO LIMIT PAVEMENT RENEWAL 2. TRENCH EXCAVATION INCLUDING FURNISHING NECESSARY EQUIPMENT. _ 3 _ _. C. REFER TO TABULATION IN THE C -SHEETS. l 3. TRENCH BOX ES REQUIRED FOR SAFETY AND TO MINIMIZE DISTURBANCE TO FEATURES TO BE SAVED. 33 2511-7526004 SIDEWALK, PCC, 41N. 4. EXPLORATORY DIGGING (EITHER BY HAND OR EQUIPMENT) REQUIRED TO DETERMINE LOCATION OF EXISTING STRUCTURES OR A. THE UNB PROE(SY)FOR THIS ITEM SHALL BE FULL COMPENSATION FOR MATERIALS, WORK, AND EQUIPME OFOR�IJD FF POTENRALCORfUCTS._.._ INSTALL SIDEWALK AND RAMPS AS INDICATED ON S -SHEETS —__ - -- _REFER Z _... B. TO SIDEWALK AND PEDESTRIAN CURB RAMP TABULATIONS IN SSHEETS. 0 5. COORDINATION ASSISTANCE BETWEEN UTILITY COMPANY REPRESENTATIVES AND CITYTO HELP RESOLVE UTILITY CONFLICTS WITH MANN ER. _—. ____ C. REFER TOSSHEETS FOR GEOMETRIC STAKING AND JOINTING DETAILS. PROPOSED IMPROVEMENTS IN A TIMELY D. REFER TO IOWA DOT STANDARD ROAD PLAN MI -220 FOR CURB RAMP DETAILS 8. FURNISHING PIPE, WYES, TEES, FITTINGS, JOINT MATERIAIS,AND APPURTENANC-ES. E PREPARATION OF SUBGRADE IS INCIDENTAL TO THIS ITEM. EXISTING MATERIAL SHALL BE MECHANICALLY COMPATED TO Cr PROVIDE A LEVEL AND STABLE BASE PRIO_RTO PLACEMENT OF PCC BACKFILLING ISINCIDENTAL TO THIS ITEM 0 7.SUPPLY, PLACEMENT AND COMPACTION OF SPECIFIED PIPE BEDDING MATERIALAND STANDARD OR SELECT MATERIAL WITHIN THE —_. _ _ __..-__ F. HANDHOLES AND WATERMAIN VALVES LOCATED WITHIN SIDEWALK AREAS SHALL BE CAST INTO SIDEWALK PAVEMENT. LL Z PIPE ENVELOPE INCLUDING CONCRETE ENCASEMENTS. _ 8- SUPPLY, PLACEMENT AND COMPACTION OFCLASSA GRANULAR ROADSTONEAS PRIMARY, SECONDARYAND FINALTRENCN BACKFILL 34 2511-7526008 SIDEWALK, PCC, BIN. -----W U W FOR ALL PIPE SEGMENTS INCLUDED IN THIS WORK FROM PIPE ENVELOPE TO FINISHED SURFACE WILL BE INCIDENTAL TO 7HISITEM. A.THE UNITPRIOE(SY)FORTHIS ITEM SHALLBE FULL COMPENSATION FOR MATERIALS, WORK, AND EQUIPMENT TO FORM AND — INSTALL SIDEWALK AND RAMPS AS INDICATED ON SSHEETS. L ILLI 9. DIWATERINGTRENCHFS AND EXCAVATIONS FOR PIPE, INTAKES, MANHOLES AND ASSOCIATED STRUCTURES INCLUDING FURNISHING - "- B. REFER TO SIDEWALK AND PEDESTRIAN CURB RAMP TABULATIONS IN CSHEETS, LSHEETS, SSHEETS. LL PUMPS, PIPING, WELL POINTS, ETC, AS REQUIRED. C. REFER TO L -SHEETS FOR GEOMETRIC STAKING AND JOINTING DETAILS. W Q 10. TEMPORARY CONNECTIONS, PPING, AND PUMPING FOR BYPASSING SEWAGE FLOWS AS REQUIRED TO CONSTRUCT PIPE, INTAKES, _ _' D. REFER TO IOWA DOT STANDARD ROAD PLAN MI -220 FOR CURB RAMP DETAILS H MANHOLES AN DASSOCIATED STRUCTURES. E.PREPARATON OF SUBGRADE ISINCIDENTAL TO THIS ITEM. EXISTING MATERIAL SHALL BE MECHANICALLY COMPATED TO < 11. FROST EXCAVATION, FROST RIPPING, FROST BLANKETS, OR OTHER ACTIVITIES ASSOCIATED WITH COLD WEATHER. PROVIDE A LEVEL AND STABLE BASE PRIOR TO PLACEMENTOF POC. BACKFILLING IS INCIDENTAL TO THIS ITEM. H .__ F. HANDHOLES AND WATERMAIN VALVES LOCATEDWITHIN SIDEWALKAREAS SHALL BE CAST INTO SDEWALK PAVEMENT. 12. TESTING OF SEWERS AS REQUIRED. ... G. IOWA DOT TRANSPORTATION DESIGN MANUAL, CHAPTER 12: SIDEWALKS AND BOUCLE FACILITES (CURRENT EDITION). AND W 13. TEMPORARY SUPPORT OF EXISTING UTILITY MAINS AND SERVICE LIN ES 14. TEMPORARY FENCING.City STANDARD ROAD PLAN MI -22 SHALL APPLY TO CURB RAMP INSTALLATION. FiIB N0. PS-3XX A] DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. C.03 ESTIMATE REFERENCE INFORMATION ESTIMATE REFERENCE INFORMATION Item Item Code Pcaanpt'°n INo. tem Item Code Descnption 35 2511-7528101 DETECTABLE WARNINGS, CAST IRON, BRICK RED 47 25279263190 ,SYMBOLS AND LEGENDS REMOVED I A. THE UNIT PRICE (SF) FOR THIS TIENT SHALL BE FULL COMPENSATION FOR ALL MATERIALS, WORK, AND EQUIPMENT NECESSARY - A. REFER TO SECTION 2527 OF THE IOWA DOT STANDARD SPECIFICATIONS. :. TO INSTALL DETECTABLE WARNING PANELS TO ADA STANDARDS. WARNING PANELS SHALL BE PANTED BRICK RED N COLOR B. TO BE USED AS NEEDED FOR REMOVAL OF PAVEMENT MARKINGS ON DODGE STREET PRIOR TO BIKE LANE INSTALLATION AND AND SHALL BE CAST IRON MANUFACTURED BY NEENAH FOUNDRY, EAST JORDAN IRON WORKS, DYNAMIS (METADOME). COLOR DURING WORK BETWEEN PHASING. SHALL BE APPROVED BY ENGINEER PRDR TO INSTALLATION. BRICK RED SAMPLES SHALL BE SUBMITTED FOR ENGINEERS - -- - - - —.._._. _.. _.._ APPROVAL-. _ - 48 25289445110 TRAFFIC CONTROL A. THE UNIT PRICE FOR THIS REM (LS) SHALL CONSTITUTE FULL LUMP SLIM PAYMENT FOR ALL LABOR MATERIAL, AND EQUIPMENT 36 2512+1729206 I CURB+GUTTER, PCC, 2A' TO INSTALL, MAINTAIN, AND REMOVE ALL TRAFFIC CONTROL DEVICES FOR ALL DIVISIONS OF THIS CONTRACT. _ - A. THE UNIT PRICE FOR THIS REM (LF) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIALS, AND EQUIPMENT TO INSTALL NEW CURB AND GUTTER USING C-3 MIX INCLUDING A COMPACTED ROCK SUBBASE THE GUTTER SECTION SHALL B. ITEM SHALL INCLUDE SIGNAGE AND FACILITIES FOR DETOUR AND RE-ROUTING OF PEDES NFA FACILITIES DURING PROJECT AS EXTEND UP TO 24 INCHES FROM THE BACK OF CURB. SAW CUTTING, BACKFLLING SHALL BE CONSIDERED INCIDENTAL TO THIS NEEDED WHICH MAY INCLUDE NSTALLATION OF TEMPORARY NON-SLIP WALKWAYS OR RAMPS, DEPENDENT UPON ITEM., CONTRACTORS INTERNAL PHASING OF WORK. C. REM SHALL INCLUDE SIGNAGE AND FACILITIES FOR WORK REQUIRED FOR SEWER REPAIRS ON MSHEETS AND SHALLBE DEPENDENT UPON THE CHOSEN MEANS AND METHODS FOR INSTALLATION AS SHOWN. IF THIS WORK REQUIRES CLOSURE OF 37 1 2512-1859000 (CURB, SPECIAL - SIDEWALK CURB - ~I - - - --- - -- t - -PAYMENT '- I A. THE UNIT PRICE ITEM SHALL FULL FOR ALL LABOR, MATERIAL, AND EQUIPMEX T INSTALL SIDE STREETS, THIS ITEM SHALL NCLUDE TRAFFIC CONTROL OR SIGNAGE AND FACILITIES FOR DETOUR AND RE-ROUTING OF REMAIN OPEN UNDER ONE-WAY CONTROL, TIER US SHALL EXTEND COMPACTED ROCK SUBBASE. THE GU N A UDING C NEW CURB AND GUTTER A C-3 MIX INCLUDING VEHICLE TRAFFIC FOR PIPE CROSSING WORK. IF WORK ALLOWS FOR ROADWAY TO A ONE LANE CLOSURE BACK RB FERTILIZER SPE A D 24 INCHES FROM THE BACK OF CURB. SAW CUTTING, BACKFILLING, SEED, MULCH, AND FERTIL12ER AS PERSECTDN 02900 AND . THE ITEM SHALL INCLUDE FACILITIES AND SIGNAGE PROVISIONS TO PROTECT TRAFFIC CONTROL DURING WITH ALTERNATING TRAFFIC CONFIGURATION. CLEAN-UP SHALL BE CONSIDERED INCIDENTAL TO THIS TIENT. - -' D. CONTRACTOR WILL BE REQUIRED AS A PART OF THE PROJECT AND PHASING TO PROVIDE AND REMOVE TEMPORARY ASPHALT B. THIS ITEM IS TO BE USED FOR CURB INSTALLED BEYOND THE BACK OF SIDEWALK WHEN NEEDED (AS DETERMINED BY FILLETS ALONG ACCESSIBLE ROUTES TO PROVIDE TRAVERSABLE SURFACE FOR VEHICLES, BICYCLES AND PEDESTRIANS ENGINEER). ITEM SHALL BE PAD AND MEASURED BASED ON UNEAL FEET OF SIDEWALK CURB INSTAI I ED FROM 6'-8- HEIGHT. CROSSING THROUGH THE PROJECT WORK ZONE. E. REFER TO J SHEETS FOR STAGING AND TRAFFIC CONTROL DETAILS. F. INCLUDES ALL TRAFFIC CONTROL DEVICES AND EQUIPMENT NECESSARY TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE 38 2515-2475066 DRIVEWAY, PCC, 6-, RESIDENTIAL DRIVEWAY MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND THE IOWA DOT STANDARD ROAD PLANS. _ A. THE UNIT PRICE (SF) FOR THIS REM SHALL BE FULL COMPENSATION FOR MATERIALS, WORK, AND EQUIPMENT TO FORM AND G. A WRITTEN TRAFFIC CONTROL PLAN SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW BEFORE WORK BEGINS. INSTALL DRIVEWAY AND ALLEY AS INDICATED ON SSHEETS. - - - - - - - - - - - H. SIGNED DETOURS WILL BE REQUIRED FOR ALL ROAD CLOSURES. 39 '.. 251524750117 DRIVEWAY, PCC, 7^, COMMERCIAL DRIVEWAY/ALLEY A. THE UNIT PRICE (SF) FOR THIS ITEM SHALL BE FULL COMPENSATION FOR MATERIALS, WORK, AND EQUPM ENT TO FORM AND 49 252848445113 FLAGGER INSTALL DRIVEWAY AND ALLEY AS INDICATED ON SSHEETS. A. THE ENGINEER WILL COUNT THE NUMBER OF DAYS EACH FLAGGER WAS USED. B. FOR FLAGGERS TO BE COUNTED: THE FLAGGERS MUST BE NEEDED AND USED AS PART OF PRE-PLANNED WORK THAT IS STARTED THAT DAY AND IS INTENDED TO PROCEED FOR MAJOR PART OF THE DAY. IF USED LESS THAN FOUR HOURS, THE 2524.9276010 PERFORATED 1.75 IN. x 1.751N. SQUARE STEEL TUBE POST -40., ._ _ A. SEE SIGN TABULATIONS (C-SHEETS), P-SHEETS, AND JSHEETS FOR LOCATIONS. FLAGGER WILL BE COUNTED AS h HALF-DAY. ""--B. ALL SIGN WSTALLATKNRS SHALL CONFORM TO THE 2008 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCDDURINGC. 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 ASA HALF-DAY. D. SHORT TIME,EMERGENCY, ORRELIEF ASSIGNMENT OF EMPLOYEES TO FLAGGING OPERATIONS WILL NOT BE COUNTED 41 25249276021 PERFORATED SQUARE STEEL TUBE POST ANCHOR '. . A. SEE SIGN TABULATIONS (C-SHEETS), P-SHEETS, AND JSHEETS FOR LOCATIONS. SEPARATELY. FOR THE NUMBER OF DAYS EACH FLAGGER WAS USED, THE CONTRACTOR WILL BE PAID THE PREDETERMINED _. ' B. ALL SIGN INSTALLATIONS SHALL CONFORM i0 THE 2008 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). CONTRACT UNIT PRICE PER DAY. E. REFER TO J SHEETS FOR STAGING AND TRAFFIC CONTROL DETAILS. CA O SIGNS, SHEET ALUMINUM 42 2524-9325001 iIYPEA j A. SEE SIGN TABULATIONS (C-SHEETS), PSHEETS, AND JSHEETS FOR LOCATIONS. F. THIS ITEM INCLUDED FOR FLAGGERS DURING TRAFFIC STAGING, CONCRETE PLACEMENT AND ALL OTHER MISOUBA B. ALL SIGN INSTALLATIONS SHALL CONFORM TO THE 2009 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). CONTRUCTION MEASURES. G. USE OF FLAGGERS TO BE APPROVED BY THE PROJECT ENGINEER. n N 43 25269285000 CONSTRUCTION SURVEY A. REFER TO CONTOL POINT AND ALIGNMENT TABULATIONS ON SSHEET 50 25289290050 PORTABLE DYNAMIC MESSAGE SIGN (PONS) TTL 5. B. THIS ITEM INCLUDES ALL SURVEY WORK NECESSARY FOR THE CONSTRUCITON OF THE PROJECT AS INTENDED BY THE - - - -- - - - - -- � A. THIS WILL REQUIRED TO SIGNS DURING PROJECTAS NEEDED. O ADVANCED NOTIFICATADVANCED CONTRACT DOCUMENTS AND APPROVED REVISIONS. -- j B. MINIMUM OF 2 SIGNS WILL BE NECESSARY TO POSTED ADVANCED NOTICES A72 LOCATIONS ON THE PROJECT. p UM IG NECESSROVIDEARY .01 rl 44�. 25279263109 PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT-BASED 51 7529-7142304 :CD JOINT ASSEMBLY A. THE UNIT PRICES FOR THIS ITEMS (STATION) WILL BE PAID BASED ON THE NUMBER OF STATIONS INSTALLED BASED ONA 4-INCH 52 2529.2242320 'CT JOINT WIDTH PLACED. THE PAYMENT SHALL BE FULL COMPENSATION FOR SURFACE PREPARATION, APPLICATION OF WATERBORNE OR SOLVENT BASED MARKINGS AND BEADS, AND FOR FURNISHING ALL MATERIALS, EQUIPMENT, AND LABOR PAVEMENT MARKINGS A. SEE IOWA DOT SPECIFICAITON SECTION 2529. z SHALL BE IN ACCORDANCE WITH THE IOWA D.O.T. STANDARD SPECIFICATIONS 2527 AND 4183. F B. REFER TO TABULATION IN CSHEETS AND LAYOUTS ON KSHEETS. 53 25295070110 PATCH, PCC, FULL-DEPTH FINISH, BY AREA 54 2529-5070125 PATCH, PCC, FULL-DEPTH FINISH, BY COUNT C. REFER TO IOWA DOT STANDARD ROAD PLAN PM-110 FOR PAVEMENT MARKING DETAILS 0 D. TO BE ALSO USED AS TEMPORARY MARKINGS DURING TRANSITION PHASES AND PERMANENT PAVEMENT MARKINGS. A.THE UNIT PRICE FOR THIS ITEM ;SQUARE YARD) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR MATERIAL, AND EQUIPMENT LL - - TO REMOVE AND DISPOSE OF ASPHALT OR DETERIORATED CONCRETE OR REMOVE AND STOCKPILE OLD BRICK, REPLACE AND COMPACT A MINIMUM 6' MODIFED SUBBASE, AND REPLACE CONCRETE TO A MINIMUM 10' THICKNESS. SAWING ASPHALT AND TACK SHALL BE INCIDENTAL TO THIS [TEM. ANY BRICK REMOVED UNDER ITEM SHALL BE PALLETED AND DELIVERED TO CITY Z W Z 45 25279283137 i I PAINTED SYMBOLS AND LEGENDS, WATERBORNE ORSOLVENT-BASED A. THE UNIT PRICES FOR THIS TIENT (EACH) WILL BE PAID BASED ON THE NUMBER OF SYMBOL-SETS PLACED. THE SYMBOL SET . STREET DEPARTMENT STOCKPILE FOR SALVAGE OR DISPOSED OF AT THE ENGINEERS DISCRETION. WILL INCLUDE BIKE AND ARROW SYMBOL TOGETHER SEPARATE PAYMENT WILL NOT BE MADE FOR EACH ARROW OR BIKE - - - _ - B. REFER TO CHEETS FOR PATCHING QUANTITY AND STATION LOCATION S Q QL SYMBOL. THE PAYMENT SHALL BE FULL COMPENSATION FOR SURFACE PREPARATION, APPLICATION OF MARKINGS AND BEADS, C. SAWCUTTING AND STEEL REINFORCEMENT, AS NECESSARY TO COMPLETE ASPHALT PATCHING, SHALL BE CONSIDERED LL AND FOR FURNISHING ALL MATERIALS, EQUIPMENT, AND LABOR. PAVEMENT MARKINGS SHALL BE IN ACCORDANCE WITH THE - INCIDENTAL TO THIS ITEM. W ' IOWA D.O.T. STANDARD SPECIFICATIONS 2527 AND 4183. x - B. REFER TO TABULATION IN CSHEETS W H- C. REFER TO IOWA DOT STANDARD ROAD PLAN PM 111 FOR PAINTED SYMBOL & LEGEND DETAILS. < _ D. REFER TO KSHEETS FOR PAINTED SYMBOL AND LEGEND LAYOUT FOR PERMANENT PAVEMENT MARKINGS. F, - W City File No. PS 3)a DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DMSION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US HVJY i (BURLINGTON STREET AND GOVERNOR STREET) SHEET N0. C.04 ESTIMATE REFERENCE INFORMATION ESTIMATE REFERENCE INFORMATION Item Item Code No. Description Gem Item code Descrip0on No. 55 2529-5070120 PATCH, HMA, FULL DEPTH, B' 65 2602-0000350 RMVLOFPMIMETER+SLOPESEDIMNTCNTLDEVLF 66 SUPPLEMENTAL SANITARY SEWER ABANDONMENT I A.THE UNIT PRICE FOR hIIS ITEM (SQUARE YARD) SHALL CONSTITUTE FULL PAYMENT FOR ALL TABOR MATERIAL, AND EQUIPMENT i A. REFER TO MSHEETS FOR LOCATIONS OF ABANDONMENT. TO SAW, REMOVE AND DISPOSE OF ASPHALT OR DETERIORATED CONCRETE OR REMOVE AND STOCKPILE OLD BRICK, AND ANY S. SHALL INCLUDE CUTTING AND CAPPING ENDS. UNSUITABLE SUBBASE, REPLACE AND COMPACTA MINIMUM 6' MODIFIED SUBBASE, AND REPLACE WITH S' HMA TO LEVEL OF C. SHALL INCLUDE FILUNG SEW_R WITH FLOWABLE MORTAR. EXISTING ROADBED. SAWING ASPHALT ANDTACK SHALL BE INCIDENTAL TO THIS ITEM. ANY BRICK REMOVED UNDER ITEM SHALL D. EARLY MORNING, LATE EVENNo, NOHroR IVEITME WOW To wccoMMoowTE SHUT-oowN Is INCIDENTAL. BE PALLETED AND DELIVERED TO CITY STREET DEPARTMENT STOCKPILE FOR SALVAGE OR DISPOSED OF AT THE ENGINEERS DISCRETION. li A. REFER TO O -SHEETS FOR PATCHING LOCATIONS. '.. C. SAWCUTTING, AS NECESSARY TO COMPLETE ASPHALT PATCHING, SHALL BE CONSIDERED INCIDENTAL TO THIS REM. -56 B. SUBGRADE STABILIZATION SHALL BE INCLUDED WITH THIS ITEM IF BASE MATERIAL IS SUITABLE AT ENGINEER DISCRETION. 25294174010 SUBBASE (PATCHES) A.THE UNIT PRICE FOR THIS ITEM (SQUARE YARD) SHALL CONSTITUTE FULL PAYMENT FOR ALL LABOR, MATERIAL, AND EQUIPMENT TO REMOVE AND DISPOSE OF ANY UNSUITABLE SUBBASE, REPLACE AND COMPACTA MINIMUM S' MODIFIED SUBBASE. ANY BRICK REMOVED UNDER ITEM SHALL BE PALLETED AND DELIVERED TO CITY STREET DEPARTMENT STOCKPILE FOR SALVAGE OR DISPOSED OF AT THE ENGINEERS DISCRETION. i 57 25334980005 MOBILIZATION A. THE UNIT PRICE FOR THIS REM (LUMP SUM) INCLUDES ALL COSTS ASSOCIATED WITH MOBILIZING TO AND FROM THE SITES, LODGING EXPENSES, TEMPORARY RESTROOMS, PERMITS AND ALL OTHER OVERHEAD EXPENSES. THIS ITEM INCLUDES ALL EFFORTS NECESSARY FOR MULTIPLE MOBILIZATIONS TO COMPLETE THE PROJECT. B. PAYMENTAND MOBILPATION SHALL BE IN ACCORDANCE WITH SECTION 25330E THE IOWA DOT STANDARD SPECIFICATIONS. I 58 2554-021020 WATER VALVE BOX EXTENSION, MINOR A. THE UNIT PRICE (EA) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR AND EQUIPMENT NECESSARY TO ADJUST WATER VALVES WITH ADJUSTMENT RINGS N PAVED AREAS. ADJUSTMENT RINGS SHALL BE APROVED BY IOWA CITY WATER DIVISION AND SHALL BE FURNISHED AND INSTALLED AS A PART OF THIS ITEM. 59 2551-021021 WATER VALVE EXTENSION, MAJOR A. THE UNIT PRICE (EA) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR AND EQUIPMENT NECESSARY TO ADJUST WATER VALVES BY EXCAVATING AND RAISING ORLOWERNG VALVE BOXAS NEEDED IN PARKWAY AREAS DURING E)1;AVATION FORCURB RAMP CONSTRUCTION. VALVE BOXOR ANY APPURTENCES REQUIRING REPLACEMENT DUE TO DETERIORATION SHALL BE SUPPLIED TO THE CONTRACTOR BY THE CITY. DAMAGE ACCORING TO A VALVE BOX DUE TO NEGLETANCE FROM THE CONTRACTOR SHALL BE REPLACED AT THE CONTRACTORS EXPENSE. 60 2601-2634105 MULCHING, BONDED FIBER MATRIX A. THE UNIT PRICE (AC) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR, AND EQUIPMENT NECESSARY TO MAINTAIN EROSION CONTROL DURING CONSTRUCTION. _ O m 61 2601-2636044 SEEDING AND FERTILIZING (URBAN) A. THE UNIT PRICE (EA) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR AND EQUIPMENT NECESSARY TO MAINTAIN EROSION CONTROL DURING CONSTRUCTION. PAYMENT WILL BE BASED ON EACH QUADRANT OF INTERSECTION _.{ n SEEDING COMPLETED. A TYPICAL INTERSECTION WITH FOUR QUANDRANTS RECEIVEING CURB RAMP WORK WILL BE PAID BASED r a ON FOUR UNITS. DUE TO THE LIMITED WORK FOR ALLEY CROSSINGS, EACH ALLEY CROSSINGS SHALL BE COUNTED AS ONE fi S O TOTAL. � co B. BID ITEM INCLUDES MAINTENANCE OF SITE EROSION ACCORDING TO GUIDELINES PROVIDED WITH THE STORM WATER -�= POLLUTION PREVENTION PLAN INCLUDED WITH PROJECT PLANS. PAYMENT FOR THIS ITEM WILL BE MADE AT 50% AND 100% OF i SUBSTANTIAL COMPLETION. J:_ z C. WORK SHALL INCLUDE: SITE CLEAN-UP, INCLUDING ROCK AND DEBRIS REMOVAL, 4' MINIMUM TOPSOIL INSTALLATION, SEEDING APPLICATION AS PER SECTION 09010. Q D. TOPSOIL BROUGHT TO THE SITE SHALL BE INSTPECTED PRIOR TO PLACEMENT. 2 O I LL 62 2801-2642120 STABILIZE CROP -SEED+FELTILIZE(URBAN) Z A. THE UNIT PRICE (ACRE) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR AND EQUIPMENT U NECESSARY TO INSTALL TEMPORARY SEEDAS NEEDED OUTISDE OF PERMANENT SEEDING WINDOW TO MAINTIAN EROSION CONTROL DURING CONSTRUCTION. w W 63 2601.2638352 SLOPE PROTECTION, WOOD EXCELSIOR LL W I A. THE UNIT PRICE (SQ) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR, AND EQUIPMENT NECESSARY Q TO INSTALL SLOPE PROTECTION AT THE DISCRETION OF THE ENGINEER ON SLOPES EXCEEDING 20% TO MAINTDAIN EROSION W CONTROL DURING CONSTRUCTION. F— Q 64 2602-OODD309 PERIMETER+SLOPESEDIMENT CNTLDEVICE, 9- A. THE UNIT PRICE (LF) SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR AND EQUIPMENT NECESSARY W TO INSTALL SEDIMENT CONTROL DEVICE AS NEEDEDTOM MAINTAIN EROSION CONTROL DURING CONSTRUCTION. B. SEE IOWA DOTSTANDARD SPECIFICATION SECTION 4169.12 (PERIMETER AND SLOPE SEDIMENT CONTROL DEVICES). City File No. PS-3XDc C. PERIMETER AND SLOPE SEDIMENT CONTROL DEVICES SHALL BE SEDIMENTLOGS OR FILTER SOCKS MEETING THE DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET N0. C. C.06 A SUMMARY OF TYPE 'A' SIGNS 190-66 10-21-14 Sign Number Quantity EACH Size Total IN Sin Area SF -- MATERIALS FOR TYPE 'A' SIGNS -- Dimension Patch Width Thickness 11 24 X 18 190-5 10-15-13 R3-17aP 'EF' DT� 3olsrtz Joints RR -1 TYPE A SIGNING TVPICALS DIR OF SIGN NUMBER TRAVEL SIGN LOCATION STATION �' � POSTS HDJD POSTS LEG 14 K 6LEG 2 FT FT LEG 1 FT 24 X 8 PERFORATED SQUARE STEEL TUBE lEG 2 LEG 3 ANCHOR FT FT CONC SOIL Steel RPUST• lube TYPE A SIGN MOUNTING BRACKETS OSIS LENCTN ANCHORS ONE POST .� POST AUXILIARY H F SL IPBASE FT EACH BRACKET O O F1 O TYPE INSTALLATION DIM 'X' FT SEE SIGNING REMARKS NOTES No. No. No. BIKE LANE R3-17 RT 50+70 Is 63.2 9 4 BORLING 2 1 L 1 is 30 36.7 GWERNOR 2 AHEAD R3-17aP RT 50+70 52 IS 10 86.7 2 556.3 4 4+48 B 6 45 10 30.0 BIKE LANE R3-17 RT 63+00 5+78 B 6 9 10 30.7 1 1 6 7+66 EB R 32 16 10 96.9 ,BIKE LANE R3-17 AT 71135 7 11+64 9 10 46 10 91. 1 1 8 19+53 L 54 11 10 ,BIKE LANE R3-17 RT 79+25 2 9 20+32 L 23.9 li 30 1 1 1 10 50+36 R 333 BIKE LANE R3-17 RT 07+30 2%.B 9 GOVERNOR 11 51+09 L 190 1 10 1 fi6J NJ c 12 54+51 BIKE l/WE R3-17 RT 94+45 -17bP RT 9 351.3 SN51L 1 336 1 30 186.7 BINE LANE R3-17 RT ENDS R3-17bP RT 50170 fi 9 1 ]28.0 1 hRa BIKE LANE R3-17 RT 196 W0 3B 68.4 9 1 BIKE LANE R3-17 RT 165+00 10 71 91 R3-17 1 208+20 1 1 1 L 31 1 DODGE 161.9can ENDS R3 RT 225300 ]1+16R 393 9 1 1 th AHEAD R3-17aP RT 225388 U 10 141.7 1270 ]4+82R 28 1f 10 46.7 ]9+31 R 20 8 10 17.8 ]9383 R fi0 8 10 53.3 80+n L 30 6 10 20. 2 80+]3 R 90 6 10 60.0 25 81+93 R 40 5 10 22.2 26 82+70 R 40 5 IB 22.2 27 863n L 20 IF 18 22.2 1 28 90M1 B 10 3• 30 33.3 29 95+25 L 120 12 10 360.0 8 30 97+37 B 6 24 10 16.0 31 98+52 B 6 24 10 16.0 32 99307 Z m� Q H U W a 3 1S 10 5.0 33 101+02 L 4 9 10 2.2 34 103+61 L 10 6 10 6.7 35 101+72 l 20 11 10 26.7 3 36 106393 R 6 1S 10 10. 37 107+26 B 6 12 10 8.0 38 B 20 7 10 15.6 39 B 50 7 Is 38.9 P City File No. PS 3"X DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA ae JOHNSON COUNTY a ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. 10 C.06 A SUMMARY OF TYPE 'A' SIGNS 190-66 10-21-14 Sign Number Quantity EACH Size Total IN Sin Area SF 302-6C IB -]e-1 Count Locatior Station or Milepost Lane R3-17 Dimension Patch Width Thickness 11 24 X 18 33.0 R3-17aP 'EF' DT� 3olsrtz Joints RR -1 2 24 % 8 2.7 R3-17bP FT' 2 24 X 8 2.7 SY SY $V SY SV SV No. No. No. No. No. 3+08 NB L B 8 Is 63.2 4 BORLING 2 3+50 NO L 22 is 30 36.7 2 c 3 3+76 49 L 52 IS 10 86.7 2 556.3 4 4+48 B 6 45 10 30.0 9 5+78 B 6 46 10 30.7 6 7+66 EB R 32 16 10 96.9 7 11+64 B 10 46 10 91. 8 19+53 L 54 11 10 78.0 2 9 20+32 L 23.9 li 30 31.3 1 10 50+36 R 333 8 10 2%.B GOVERNOR 11 51+09 L 190 4 10 fi6J NJ c 12 54+51 R 336 9 30 -17bP RT 165+08 351.3 SN51L 336 9 30 186.7 BINE LANE R3-17 RT 164+32 SEMS R 180 fi 9 1 ]28.0 1 hRa BIKE LANE R3-17 RT 196 W0 3B 68.4 9 1 745.7 1 62+0]R 10 71 BIKE LANE R3-17 RT 208+20 9 1 L 31 1 161.9can BIKE LANE R3-17 RT 225300 ]1+16R 393 9 1 1 th AHEAD R3-17aP RT 225388 U 10 141.7 1270 ]4+82R 28 1f 10 46.7 ]9+31 R 20 8 10 C.06 A SUMMARY OF TYPE 'A' SIGNS 190-66 10-21-14 Sign Number Quantity EACH Size Total IN Sin Area SF 302-6C IB -]e-1 Count Locatior Station or Milepost Lane R3-17 Dimension Patch Width Thickness 11 24 X 18 33.0 R3-17aP 'EF' DT� 3olsrtz Joints RR -1 2 24 % 8 2.7 R3-17bP FT' 2 24 X 8 2.7 SY SY $V SY SV SV No. No. No. No. C.06 A FULL -DEPTH Refer to Standard Roads Plans RR -1 PATCHES RR -2 RR -4 RR -IB and RR -26 302-6C IB -]e-1 Count Locatior Station or Milepost Lane Length Dimension Patch Width Thickness PCC Patches With ISthaut C R [ Da+els bowel. RR -4 RR -2 RR -]e FULL DEPTH If1A MILLNG, Patches Canpositea. Subbase Subbase Patch w/ Patches 'EF' Joint patch Subdraln RR -26 RR -1 RR -1 or RR -26 M. lolTrts 'EF' DT� 3olsrtz Joints RR -1 Anchor Lugs Removal Remarks L R or B FT' F- IN SV SY SY $V SY SV SV No. No. No. No. No. 3+08 NB L B 8 Is 63.2 4 BORLING 2 3+50 NO L 22 is 30 36.7 2 c 3 3+76 49 L 52 IS 10 86.7 2 556.3 4 4+48 B 6 45 10 30.0 9 5+78 B 6 46 10 30.7 6 7+66 EB R 32 16 10 96.9 7 11+64 B 10 46 10 91. 8 19+53 L 54 11 10 78.0 2 9 20+32 L 23.9 li 30 31.3 1 10 50+36 R 333 8 10 2%.B GOVERNOR 11 51+09 L 190 4 10 fi6J NJ c 12 54+51 R 336 9 30 186.7 351.3 SN51L 336 9 30 186.7 SEMS R 180 fi 30 ]28.0 hRa 59+54L 77 8 3B 68.4 745.7 62+0]R 10 71 10 77.8 ]0+59 L 31 4'10 161.9can site ful ]1+16R 393 7 10 119.0de th E ]2+89R 127 U 10 141.7 1270 ]4+82R 28 1f 10 46.7 ]9+31 R 20 8 10 17.8 ]9383 R fi0 8 10 53.3 80+n L 30 6 10 20. 2 80+]3 R 90 6 10 60.0 25 81+93 R 40 5 10 22.2 26 82+70 R 40 5 IB 22.2 27 863n L 20 IF 18 22.2 1 28 90M1 B 10 3• 30 33.3 29 95+25 L 120 12 10 360.0 8 30 97+37 B 6 24 10 16.0 31 98+52 B 6 24 10 16.0 32 99307 3 1S 10 5.0 33 101+02 L 4 9 10 2.2 34 103+61 L 10 6 10 6.7 35 101+72 l 20 11 10 26.7 3 36 106393 R 6 1S 10 10. 37 107+26 B 6 12 10 8.0 38 B 20 7 10 15.6 39 B 50 7 Is 38.9 ae a ss 2! 10 134.4 41 B 29 7 10 19.4 42 B 40 J 10 31.1 43 B 59 20 10 122.2 03�61.7 44 B 308 7 10 77.8 45 B 120 7 10 93.3 46 B 35 7 10 27.2 47 B 50 35 10 194. COURT 48 B 70 7 10 54.4 4935 lS10 58.3 SUBTOTAL 756.3 1688.7 1058.3 e.2 151.3 297.7 211.7 -TOTAL 987.6 1786.4 1270.0 e� AREAS OF FULL DEPTH KILLING SHALL BE REPLACED KITH IE44 M BASE ITEM, NOT AS HMA PATH, 8'. _., _ PAYMENT ITEMS REFERENCED REBUILDING 184-11 00 -B1 -BB OF INTAKES AND UTILITY ACCESSES MAJOR ADJUSTMENT 33 104-10 MIFAR ADJUSTMENT 2 STANDARD BOXOUf PER IOWA DDT STD ROAD PIAN PV -103 MANHOLE REPLACEMENT 2 PAID AS SEPARATE REMOVAL AND NEW STRUCTURE ITEMS 3+58 SW -507 REPLACE TOP AND THROAT 08-01-08 I -G2 4M2 SW -507 REPLACE THROAT IXJLV I -G3 4K5 SW -507 REPLACE THROAT ONLY ADJUSTMENT OF FIXTURES I•G4 8K3 $W-907 REPLACE TOP AND THROAT No Location street Type of Fixture Adjustment I -G6 lla60 511-987 REPLACE THROAT ONLY 5100 2+83 BURLINGTON MANHOLE MAJOR ALIJUSTMENf 16+21 SN -301 REPLACE SANITARY MFI W SW -301. DEPiIb 13.43' FL OUf 5101 4+03 SW -507 MANFIDLE MAJOR ADJUSTMENT 66+83 69+27 SW -301 SW -301 INSTALL NEW SANITARY MH SW -301. SHEET PLAN SHEET M.02 - INSTALL NEN SANITARY MH SW -301. SHEET PLAN SHEET M.82 I -G9 74167 SW -541 REPLACE EXISTING GRATE INTAKE. SEE PLAN SHEET M.03 5102 4+06 SW -541 MANHOLE MAJOR ADJUSTMENT 75+26 SW -401 INSTALL NEW STWI SM -401 I-Gll 78+78 SN -507 REPLACE EXISTING GRATE INTAKE WITH SW -907. DEPTH = 5.9' FL 672.29 IN 672.29 Fl OUT 5103 8+44 SW -507 MANHOLE MAJOR ADJUSTMENT 79+03 SW -507 REPLACE EXISTING GRATE INTAKE WITH SW -507. DEPTH =2.2',675.27 FL d1T 5104 12+21 SN -507 MANHOLE MAJOR ADJUSTMENT DEPTH =4.43' FL (E)-732.67', FL (R)=732.17' 55-4 102+31 SW -301 INSTALL NEW SANITARY MI SW -381. SHEET PLAN SHEET M.&L 55-5 102+58 SW -301 INSTALL NEW SANITARY MI SW -301. SHEET PLAN SHEET M.04 SS -6 182+65 SW -301 INSTALL NEW SANITARY Mi SW301. SHEET PLAN SHEET M.04 5185 13+32 MANHOLE STANDARD B01(OUf PER IOWA DOT STD FOM PIAN PV-103 5186 13140 MANHOLE STANDARD BDxOUT PER IOWA DOT STD ROAD PIAN PV-103 55-1 16+22 MANHOLE MANHOLE REPLACEMENT -SEE SHEET M.01 NO PAYMENT FOR ADIUSTMEM S187 57+83 GOVERNOR MANHOLE MAJOR ADJUSTMENT 5108 70+64 MANHOLE MAJOR ADJUSTMENT 55-2 70+92 MANHOLE MANHOLE REPLACEMENT -SEE SHEET M.02 NO PAYMENT FOR ADJUSTMENT 5109 74+76 MANHOLE MAJOR ADJUSTMENT 5110 74+95 MANHOLE MAJOR ADJUSTMENT AD7ISTNEM 5111 76+84 MANHOLE MAJOR AD7I15TMENT 5112 78F71 MANHOLE MAJOR ADJUSTMENT 5113 82+93 MANHOLE MAJOR ADJUSTMENT 5114 84+85 MANHOLE MAJOR ADJUSTMENT 5115 86+84 MANHOLE MAJOR ADJUSTMENT 5116 86184 MANHOLE MAJOR ADJUSTMENT 5117 86x84 MANHOLE MAJOR AD7USTMEM 51]8 88+76 MANHOLE MAJOR ADJUSTMENT 5119 95x78 MANHOLE MAJOR ADJUSTMENT 5120 99F95 MANHOLE MAJOR ADJUSTMENT 5121 102155 MANHOLE MAJOR ADJUSTMENT 5122 104+25 MANHOLE MAJOR ADJUSTMENT 5123 19+88 JOHNSON MANHOLE MA70R ADJUSTMENT 5124 19+97 MANHOLE MAJOR ADJUSTMENT 5125 20x22 MANHOLE MAJOR ADJUSTMENT 5126 20x89 MANHOLE MAJOR ADJUSTMENT 5127 268+30 h1ANHOLE MAJOR ADJUSTMENT 5128 259+85 MANHOLE MAJOR ADJUSTMENT 5129 256+80 MANHOLE MAJOR ADJUSTMENT 5130 251+56 MANHOLE M470R ADJUSTMENT 5131 251+46 MANHOLE MAJOR ADJUSTMENT 5132 156+09 DODGE MANHOLE MAJOR AD]USTNENT 5133 302+02 COURT MANHOLE MAJOR v a m P •.� Y h I �n N J co E F 2 U) 0 � 6 3 F- U 2 It C City File No. PS-3xx 5 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. C.07 PAYMENT ITEMS REFERENCED REBUILDING 184-11 00 -B1 -BB OF INTAKES AND UTILITY ACCESSES MAJOR ADJUSTMENT 33 MR MANHOLE ADJUSTMENT Wi7M NEN PCC RING BtD(OUT NEW FRAME, NEW IA ITV CASTING MIFAR ADJUSTMENT 2 STANDARD BOXOUf PER IOWA DDT STD ROAD PIAN PV -103 MANHOLE REPLACEMENT 2 PAID AS SEPARATE REMOVAL AND NEW STRUCTURE ITEMS 3+58 SW -507 REPLACE TOP AND THROAT I -G2 4M2 SW -507 REPLACE THROAT IXJLV I -G3 4K5 SW -507 REPLACE THROAT ONLY I•G4 8K3 $W-907 REPLACE TOP AND THROAT I -GS 9+02 SW -S87 REPLACE TOP AND THROAT I -G6 lla60 511-987 REPLACE THROAT ONLY I -G7 11+73 SN-SB7 REPLACE THROAT ONLY SS -1 16+21 SN -301 REPLACE SANITARY MFI W SW -301. DEPiIb 13.43' FL OUf I -GB SB+37 SW -507 REPLACE THROAT ONLY 55.2 55-3 66+83 69+27 SW -301 SW -301 INSTALL NEW SANITARY MH SW -301. SHEET PLAN SHEET M.02 - INSTALL NEN SANITARY MH SW -301. SHEET PLAN SHEET M.82 I -G9 74167 SW -541 REPLACE EXISTING GRATE INTAKE. SEE PLAN SHEET M.03 I -GIB 75+02 SW -541 REPLACE EXISTING GRATE INTAKE. SEE PLAN SHEET M.83 STMT -1 75+26 SW -401 INSTALL NEW STWI SM -401 I-Gll 78+78 SN -507 REPLACE EXISTING GRATE INTAKE WITH SW -907. DEPTH = 5.9' FL 672.29 IN 672.29 Fl OUT I -G12 79a05 SW -507 REPLACE EXISTING GRATE INTAKE WITH SW -507. DEPTH =2.0' 676.86 FL DI1T I -G13 79+03 SW -507 REPLACE EXISTING GRATE INTAKE WITH SW -507. DEPTH =2.2',675.27 FL d1T I•G14 102+30 SN -507 REPLACE EXISTING SW -507 INTAKE YRTN SANITARY SEWER REPAIR PARI( DEPTH =4.43' FL (E)-732.67', FL (R)=732.17' 55-4 102+31 SW -301 INSTALL NEW SANITARY MI SW -381. SHEET PLAN SHEET M.&L 55-5 102+58 SW -301 INSTALL NEW SANITARY MI SW -301. SHEET PLAN SHEET M.04 SS -6 182+65 SW -301 INSTALL NEW SANITARY Mi SW301. SHEET PLAN SHEET M.04 AD7ISTNEM PAYMENT ITEMS REFERENCED REBUILDING 184-11 00 -B1 -BB OF INTAKES AND UTILITY ACCESSES MAJOR ADJUSTMENT 33 MR MANHOLE ADJUSTMENT Wi7M NEN PCC RING BtD(OUT NEW FRAME, NEW IA ITV CASTING MIFAR ADJUSTMENT 2 STANDARD BOXOUf PER IOWA DDT STD ROAD PIAN PV -103 MANHOLE REPLACEMENT 2 PAID AS SEPARATE REMOVAL AND NEW STRUCTURE ITEMS REBUILDING 184-11 00 -B1 -BB OF INTAKES AND UTILITY ACCESSES NO' Location Station Type Adjustment I•G1 3+58 SW -507 REPLACE TOP AND THROAT I -G2 4M2 SW -507 REPLACE THROAT IXJLV I -G3 4K5 SW -507 REPLACE THROAT ONLY I•G4 8K3 $W-907 REPLACE TOP AND THROAT I -GS 9+02 SW -S87 REPLACE TOP AND THROAT I -G6 lla60 511-987 REPLACE THROAT ONLY I -G7 11+73 SN-SB7 REPLACE THROAT ONLY SS -1 16+21 SN -301 REPLACE SANITARY MFI W SW -301. DEPiIb 13.43' FL OUf I -GB SB+37 SW -507 REPLACE THROAT ONLY 55.2 55-3 66+83 69+27 SW -301 SW -301 INSTALL NEW SANITARY MH SW -301. SHEET PLAN SHEET M.02 - INSTALL NEN SANITARY MH SW -301. SHEET PLAN SHEET M.82 I -G9 74167 SW -541 REPLACE EXISTING GRATE INTAKE. SEE PLAN SHEET M.03 I -GIB 75+02 SW -541 REPLACE EXISTING GRATE INTAKE. SEE PLAN SHEET M.83 STMT -1 75+26 SW -401 INSTALL NEW STWI SM -401 I-Gll 78+78 SN -507 REPLACE EXISTING GRATE INTAKE WITH SW -907. DEPTH = 5.9' FL 672.29 IN 672.29 Fl OUT I -G12 79a05 SW -507 REPLACE EXISTING GRATE INTAKE WITH SW -507. DEPTH =2.0' 676.86 FL DI1T I -G13 79+03 SW -507 REPLACE EXISTING GRATE INTAKE WITH SW -507. DEPTH =2.2',675.27 FL d1T I•G14 102+30 SN -507 REPLACE EXISTING SW -507 INTAKE YRTN SANITARY SEWER REPAIR PARI( DEPTH =4.43' FL (E)-732.67', FL (R)=732.17' 55-4 102+31 SW -301 INSTALL NEW SANITARY MI SW -381. SHEET PLAN SHEET M.&L 55-5 102+58 SW -301 INSTALL NEW SANITARY MI SW -301. SHEET PLAN SHEET M.04 SS -6 182+65 SW -301 INSTALL NEW SANITARY Mi SW301. SHEET PLAN SHEET M.04 PAVEMENT MARKING LINE TYPES See PM -110 •BCY4 - Place on the same side of the roadway to match existing markings near the project. +aaPW4 - Factor of 1.80 as value includes number of 4 -inch passes to cover median nose area. aaNPY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. BCY4: Broken Centerline (Yellow) @ 0.25 SLW2: Stop Line (White) @ 6.00 163+62.60 SB DCY4: Double Centerline (Yellow) @ 2.00 CM: Crosswalk Bar (White) @ 15.00 C NPY4: No Passing Zone Line (Yellow) @ 1.25 DLW4: Dotted Line (White) @ 0.33 8.38 Location DODGE ST (HWY 1) 164+28.00 Road ID Station to Station Dir. of Travel Marking Type L Side C R BCY4+ DCY4 NPYba+ BLW4 STA STA STA STA BURLINGTON ST (HWY1) +65.60 3+85.88 0 Waterborne/Solvent Paint 164+38.60 164+38.00 3.20 BURLINGTON ST HWY1) +65.60 1+15.00 WE Waterborne/Solvent Paint L 8.30 BURLINGTON ST (RWY 1) +65.00 1+74.00 BOTH Waterborre/Solvent Paint L Waterborne/Solvent Pain 0.59 BURLINGTON ST (NWY 1) 1+27.00 2+14.000 Waterborne/Solvent Pain L DODGE ST (HWY 1 0.81 BURLINGTON ST (HWY 1 1+27.00 2+14.00 ES Waterborne/Solvent Paint R 0.57 BURLINGTON ST (HWY 1) 2+14.00 3+22.00 WB Waterborne/Solvent Pain L 167+56.00 50 1.08 BURLINGTON ST (MY 1) 2+14.80 3!22.00 ES Waterborne/Solvent Pain 1.08 BURLINGTON ST (HWY 1 3+22.80 3+85.00 EB Waterborne/Solvent Pain C 0.63 BURLINGTON ST HWY 1) 4+61.08 7+85.80 B Waterborne/Solvent Paint C 165+02.00 3.29 BURLINGTON ST (HHV 1) 4+61.00 7+BS.E@ 0 Wrterborne/Solvent Paint L aR 3.29 BURLINGTON ST (HAY 1 4wi1. Be 7+85.00 EB Waterborne/Solvent Paint SB Waterborne/Solvent Paint 3.29 BURLINGTON ST (HWY 1 7+85.00 7+85.00 EB Waterborne/Solvent Paint DOUGiE ST (MY 1) BURLINGTON ST NNY 1 7+94.00 7+94.00 EB Waterborne/Solvent Feint C BURLINGTON ST NMN 1) 1 8+53.00 1 8+53.08 EB Waterborne/501vent Pain C 171+49.00 SB BURLBURLINGTON ST 16+57 28+52.00 26+50.08 W6 R BLW4: Broken Lane Line (Mite) Ld 0.25 CHNB: Channelizing Line (White) @ 2.00 i by Line Type (Unfactored) SLW4 SLW2 CBW6 DLW4 OM8 LOWS TOTALS 1 8.00 3.92 0.00 92 3. 0.00 0.39 1.4a tl.tltl 1.m9 v.a we rvu� 0 e e.98 028.7 0 3.38 0.25 27.65 Remarks DODGE ST NW 1 163+62.00 163+62.60 SB Waterborne/Solvent Paint C 8.38 DODGE ST (HWY 1) 164+28.00 164+28.00 S8 Waterborne/Solvent Paint C 8.30 DODGE ST NW 1 164+38.60 164+38.00 58 Waterborne/Solvent Paint C 8.30 DODGE S1 MY 1 164+45.00 167+56.08 SB Waterborne/Solvent Pain R 3.11 DODGE ST (HWY 1 16445.08 164+95.00 SB Waterborne/Solvent Pain L 0•c+0 DODGE ST (HWY 1 164+95.00 167+56.00 50 Waterborne/Solvent Pain L 2.61 DODGE 5T HWY 11 165+02.08 167+56.08 5B Waterborne/Solvent Paint L 2.54 DODGE ST (My 1) 165+02.00 167+56.00 5B Waterborne/Solvent Paint L 2.54 DIAGONAL LANE MARKINGS DODGE ST (HWY 1 168+38.08 171+49.08 SB Waterborne/Solvent Paint R 3.11 DOUGiE ST (MY 1) 168+38.00 168+88.00 SB Waterborne/Selvent Paint L 8.50 DODGE Sr (HWY 1) 168+88.00 171+49.00 SB Waterborne/Solvent Paint L 2.61 DOME ST (HWY 1) 168+95.00 171+49.08 SB Waterborne/Solvent Pain L 2.54 DODGE ST HWY I 168+95.00 171+49.00 SB Waterborne/Solvent Paint L 2.54 DIAGONAL LANE MARKINGS DODGE ST NAiY 1) 172+55.00 175+84.00 $B Waterborne/Solvent Paint R 3.29 DODGE 5T (ANY 1) 172+55.00 1]3+05.88 SB Waterborne/Solvent Paint L 0.50 DODGE S1 MY 1 173+05.00 175+84.00 SB Waterborne/Solvent Paint L 2.79 DODGE ST (HW7Y 1 173+12.08 175+84.00 SB Waterborne/Solvent Pain L 2.72 DODGE ST HW 1 173+12.08 175+04.00 SB Waterborne/Solvent Paint L i- 2.72 DIAGONAL LANE MARKINGS DODGE ST HWY 1 176+99.80 180+23.00 S8 Waterborne/Solvent Pain R 3.Z4 DODGE 5T (RAY 1) 176+99.00 176+49.00 SB Waterborne/Solvent Pain L 8.50 City File No. PS3)0( DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREE-n SHEET NO. C.o 6 PAVEMENT MARKING LINE TYPES See PM-110 •BCY4 - Place on the same side of the roadway to match existing markings near the project. 4+4MNY4 - Factor of 1.00 as value includes number of 4-inch passes to cover median nose area. +*NRY4 - For estimating purposes only. No Passing Zone Lines will be located in the field. 108-22 04-36-13 BCY4: Broken Centerline (Yellow) @ 0.25 SLW2: Stop Line (White) @ 6.00 DCY4: Double Centerline (Yellow) @ 2.00 C046: Crosswalk Bar (White) @ 15.00 NPY4: No Passing Zone Line (Yellow) @ 1.25 OLW4: Dotted Line (White) @ 0.33 BLW4: Broken Lane Line (White) @ 0.25 CHWS: Channeliiing Line (White) @ 2.00 Location Length by Line Type (Nnfactored) Road IO Station to Station Dir. of Travel Marking Type L Side C R SCY4a DCY4 1IDY44+ BLW4 STA STA STA STA SLW4 SEA SLW2 STA COMB DLW4 CHJB LOWS Remarks STA STA STA STA GOVERNOR ST. 50+50.00 53+13.00 NB Waterborne/Solvent Paint R 2.63 GOVERNOR ST. 53+13.00 53+63.00 NO Waterborne/Solvent Paint R 0.50 GOVERNOR ST. 54+30.00 57+69.08 NB Waterborne/Solvent Paint L 3.39 GOVERNOR ST. 54+30.00 57+13.00 181 Waterborne/Solvent Paint R 2.83 GOVERNOR ST. 54+30.00 57+19.00 NB waterborne/Solvent Paint R 2.89 DIAGONAL LANE MARKINGS GOVERNOR ST. 54+30.00 57+19.00 NB Waterborne/Solvent Paint R 2.89 GOVERNOR ST. 57+19.08 57+69.00 NB Waterborne/solvent Paint R 8.50 GOVERNOR ST. 58+82.00 62+08.00 NB Waterborne/Solvent Paint L 3.26 GOVERNOR ST. 58+82.08 61+58.00 NB Waterborne/Solvent Paint R 2.68 GOVERNOR ST. 58+82.00 61+58.00 NO Waterborne/Solvent Paint R 2.76 DIAGONAL LANE MARKINGS GOVERNOR ST. 58+82.00 61+58.00 NB Waterborne/Solvent Paint R 2.76 GOVERNOR ST. 61+58.00 62+8B.00 NB Waterborne/Solvent Paint R GOVERNOR ST. 62+90.08 66+31.00 EH Waterborne/Solvent Paint L 3.41 GOVERNOR ST, 62+90.00 65+74.00 NB Waterborne/Solvent Paint R 2.84 GOVERNOR ST. 62+90.00 65+81.00 NB Waterborne/Solvent Paint R 1 2.91 DIAGONAL LANE MARKINGS GOVERNOR ST. 62+90.08 65+81.00 NB Waterborne/Solvent Paint R 2.91 GOVERNOR ST. 6S+81.00 66+31.00 NB Waterborne/Solvent Paint R 8.50 GOVERNOR ST. 66+32.00 66+32.00 NB Waterborne/Solvent Paint C 0.30 GOVERNOR ST. 66+38.00 66+38.00 NB Waterborne/Solvent Paint C 0.30 GOVERNOR ST. 66+55.00 66485.01) EB Waterborne/Solvent Paint L 0.30 GOVERNOR ST. 66+55.00 66+85.00 EB Waterborne/Solvent Paint L 0.30 GOVERNOR ST. 66+55.00 66+85.00 we Waterborne/Solvent Paint R 0.30 GOVERNOR ST. 67+16.00 67+16.00 NB waterborne/Solvent Paint C 0.30 GOVERNOR ST. 67+20.00 70440.00 NB Waterborne/Solvent Paint L 3.20 GOVERNOR ST. 67+20.08 69+83.00 NB Waterborne/Solvent Paint R 2.63 GOVERNOR ST. 67+20.00 69+90.00 NB Waterborne/Solvent Paint R 2.70 DIAGONAL LANE MARKINGS GOVERNOR ST. 67+20.00 69+90.00 NB Waterborne/5olvent Paint R 2.70 GOVERNOR ST. 69+90.08 70+40.00 NB Waterborne/Solvent Paint R 0.50 GOVERNOR ST. 70+41.01) 70+41.00 NB Waterborne/Solvent Paint C 0.30 GOVERNOR ST. 70+49.80 70449.00 NB Waterborne/Solvent Paint C 0.30 GOVERNOR ST. 70+69.00 70+99.00 NO Waterborne/Solvent Paint R 0.30 GOVERNOR ST. 70+69.00 70M .06 WB Waterborne/Solvent Paint R 0.30 GOVERNOR ST. 70+69.00 70+99.00 EB Waterborne/Solvent Paint L 0.30 GOVERNOR ST. - 71+17.00. 71+17.00 NB Waterborne/Solvent Paint C 0.30 GOVERNOR ST. 71+22.80 74+57.00 NB Waterborne/Solvent Paint R 3.35 GOVERNOR ST. 71+22.00 74+00.00 Ng I Waterborne/Solvent Paint R 2.78 GOVERNOR ST. 71+22.00 74+07.00 NB Waterborne/Solvent Paint R 2.85 DIAGONAL NGS GOVERNOR ST. 71+22.00 74407.00 NB Waterborne/Solvent Paint R 2.85 GOVERNOR ST. 74+07.00 74+57.00 NB waterborne/Solvent Paint R 0.50 GOVERNOR ST. 75+21.00 78+53.04) NB waterborne/Solvent Paint L 3.32 GOVERNOR ST. 75+21.00 77+96.00 NB waterborne/Solvent Paint R - 2•� GOVERNOR ST. 75+21.00 78+03.00 NB waterborne/Solvent Paint R 2.82 DIAGONAL LAN S GOVERNOR ST. 75+21.00 78+03.00 NB Waterborne/Solvent Paint R 2.82 GOVERNOR ST. 78+03.01) 78+53.00 NB Waterborne/Solvent Paint R 0.50 e GOVERNOR 5T. 79+13.00 82+53.00 NB Waterborne/Solvent Paint L 3.40 GOVERNOR ST. 79+13.04) 81+96.00 ERI Waterborne/Solvent Paint R 2•B3 GOVERNOR ST. 79+13.00 82+03.81) H0 Waterborne/Solvent Paint R 2.90 DIAGONAL LANE MARKINGS GOVERNOR ST. 79+13.04) 82+03.00 NB Waterborne/Solvent Paint R 2.98 GOVERNOR ST. 82+03.00 82+53.00 NB Waterborne/Solvent Paint R I GOVERNOR ST. 83+22.01) 86+50.80 NB waterborne/Solvent Paint R 3.28 GOVERNOR ST. 83+22.00 85+93.00 NB Waterborne/Solvent Paint R 2.71 GOVERNOR ST. 83+22.00 86400.00 NB Waterborne/Solvent Paint R 2.78 DIAGONAL LANE MARKINGS GOVERNOR ST. 83+22.00 86+00.00 NB Waterborne/Solvent Paint R 2.78 GOVERNOR ST. 86+00.00 86+50.00 NB Waterborne/Solvent Paint R 0.50 (n GOVERNOR ST. 86451.08 86+51.00 Na Waterborne/Solvent Paint C 0.30 GOVERNOR ST. 86+60.00 86+60.04) NB Waterborne/solvent Paint C 8.30 O ST. 86+73.08 87+03.00 B Waterborne/SolVent Paint R 0.30 ST. 86+88.00 87+03.00 B Waterborne/Smlvent Paint R 0.15 ST. 86+73.00 87+03.00 B Waterborne/Solvent Paint L 0. m R ST. 86+73.00 86+88.01) 8 Waterborne/Solvent Paint L 0.15 F ST. 87+18.00 94467.00 NB Waterborne/Solvent Paint R 7.49 F• R ST. FGMERNDRST. 87+18.08 94+10.00 Wa Waterborne/Solvent Paint R 6 92 R 5T. 87+18.88 94+17.00 NB Waterborne/Solvent Paint R 6.99 DIAGONAL LANE MARKINGS W W R ST. 87+18.00 94+17.00 MR %terborne/Solvent Paint R 6.99 0 R ST. 94+17.013 94 7.00 NB Waterborne/Solvent Paint R 0.50 6overMr d R ST. 95+08.00 107+00.00 NB Waterborne/Solvent Paint C 11.92 SIIBTD7AL 5 City File No. PS-3>oc DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET N0. C.10 ���oo©000000000000000©aaoo ���00000000000m00000000000�� ���o©oo©000000©00000000000 ' i . .� 111-01 ea-v-lz COORDINATED OPERATIONS Other work in progress during the same period of time will include the construction of the projects listed. Coordinate operations with those of other contractors working within the same area. JA Project STANDARD ROAD PLANS 105-4 10-18-11 The following Standard Road Plans apply to construction work on this Project. Number Date Title CS -TSF -3715 657 --85-52 DR -122 10-18-16 Contruction of T e "C" Concrete Adapters for Pipe Culvert Connections DR -303 10-17-17 Subdrains (Longitudinal) vs LI -103 10-21-14 Conduit and Precast Handholes September 8 2018 LI -142 04-21-16 Electrical Installation Bases Project Number MI -210 10-20-15 PCC Driveway and Alle s Dir. of County Route Travel MI -220 10-20-15 Detectable Warnings and Pedestrian Ramps Wisconsin PM -110 04-16-13 Line Types vs PM -111 04-21-16 Symbols and Legend November 10 2018 PR -103 10-21-14 Full Depth PCC Patches with Dowels PR -140 04-21-15 Subbase Patches PR -201 10-21-14 Runouts for Resurfacing PR -202 10-21-14 Notches for Resurfacing With or Withut Runout PV -101 10-17-17 joints PV -102 10-18-16 PCC Curb Details 00 O -9 PV -103 04-19-11 Manhole Boxouts in PCC Pavement PV -202 04-16-13 Hot Mix Ashalt Resurfacing SW -301 10-12-14 511 'TRAVEL RESTRICTIONS 10-31-i En C-)—< N .� C7 Circular Storm Sewer Manhole Route Direction County Location DesrrSptian Feature CresseO abject type F@int. Bridge No., Structure ID, Type of Cmstruction Prajectetl Existing construction �m s SW -509 10-21-14 Double Open -Throat Curb Intake, Small Box SW -510 10-21-14 Double Open -Throat Curb Intake, Large Box SW -541 10-16-12 Open -Throat Curb Intake Under Pavement SW -545 10-18-11 Single Open -Throat Curb Intake with Extended Opening TC -1 04-16-13 Work Not Affecting Traffic Two -Lane or Multi -Lane TC -202 4-21-15 Work Within 15 ft of Traveled Way TC -213 p t Lane Closure with Fla ars TC -402 04-21-15 Work Within 15 ft of Traveled Way TC -418 04-17-18 Lane Closure on Divided Highway TC -419 04-19-16 Lane Closure on Undivided Highway TC -420 10-16-12 Closure of Continuoius Two -Way Left Turn Lane and Ad a[ent Lane City File No. PS-3xx z 0 5 Do Q H U W -'s () CC a DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- USHWYI (BURLINGTON STREET AND GOVERNOR STREET) SHEETNO. C.12 111-01 ea-v-lz COORDINATED OPERATIONS Other work in progress during the same period of time will include the construction of the projects listed. Coordinate operations with those of other contractors working within the same area. JA Project STANDARD ROAD PLANS 105-4 10-18-11 The following Standard Road Plans apply to construction work on this Project. Number Date Title CS -TSF -3715 657 --85-52 DR -122 10-18-16 Contruction of T e "C" Concrete Adapters for Pipe Culvert Connections DR -303 10-17-17 Subdrains (Longitudinal) vs LI -103 10-21-14 Conduit and Precast Handholes September 8 2018 LI -142 04-21-16 Electrical Installation Bases Project Number MI -210 10-20-15 PCC Driveway and Alle s Dir. of County Route Travel MI -220 10-20-15 Detectable Warnings and Pedestrian Ramps Wisconsin PM -110 04-16-13 Line Types vs PM -111 04-21-16 Symbols and Legend November 10 2018 PR -103 10-21-14 Full Depth PCC Patches with Dowels PR -140 04-21-15 Subbase Patches PR -201 10-21-14 Runouts for Resurfacing PR -202 10-21-14 Notches for Resurfacing With or Withut Runout PV -101 10-17-17 joints PV -102 10-18-16 PCC Curb Details PV -103 04-19-11 Manhole Boxouts in PCC Pavement PV -202 04-16-13 Hot Mix Ashalt Resurfacing SW -301 10-12-14 Circular Sanitary Sewer Manhole SW -401 04-21-09 Circular Storm Sewer Manhole SW -507 10-21-14 Single Open -Throat Curb Intake Small Box SW -508 10-21-14 Single Open -Throat Curb Intake, Large Box SW -509 10-21-14 Double Open -Throat Curb Intake, Small Box SW -510 10-21-14 Double Open -Throat Curb Intake, Large Box SW -541 10-16-12 Open -Throat Curb Intake Under Pavement SW -545 10-18-11 Single Open -Throat Curb Intake with Extended Opening TC -1 04-16-13 Work Not Affecting Traffic Two -Lane or Multi -Lane TC -202 4-21-15 Work Within 15 ft of Traveled Way TC -213 04-17-12 Lane Closure with Fla ars TC -402 04-21-15 Work Within 15 ft of Traveled Way TC -418 04-17-18 Lane Closure on Divided Highway TC -419 04-19-16 Lane Closure on Undivided Highway TC -420 10-16-12 Closure of Continuoius Two -Way Left Turn Lane and Ad a[ent Lane 111-01 ea-v-lz COORDINATED OPERATIONS Other work in progress during the same period of time will include the construction of the projects listed. Coordinate operations with those of other contractors working within the same area. JA Project Type of Work NHSN-1-6 116 --2R-52 HMA Resurfacing NHSN-6-7 89 --2R-62 HMA Resurfacing MP -1-6(717)86--76-52 PCC Patching CS -TSF -3715 657 --85-52 Intersection Improvements or FWle No. Pestrictian TRAFFIC CONTROL PLAN 108-23A 08-01-08 1. Through traffic will be maintained on the project at all times. 2. Lane closures will not be permitted on the University of Iowa home football acne days. The are: or FWle No. Pestrictian Measurement September 1 2018 vs Northern Illinois Re®rks September 8 2018 vs Iowa State Type Project Number September 15 2018 vs Northern Iowa Dir. of County Route Travel NNE September 22 2018 vs Wisconsin BOTH September 20, 2018 vs Maryland PCC 10 November 10 2018 vs Northwestern November 23 2018 vs Nebraska EXISTING PAVEMENT or FWle No. Pestrictian Measurement IiasurcserR Peasurevent as Si gneG As Built PeazuresrR Re®rks Location Year Type Project Number Surface Rase Subbase R®oval Depth Depth Depth Depth Type Typetype Type Coarse Aggregate Durability Source Type Class Reinforcement Reearks Type Dir. of County Route Travel NNE 1aMson IA 1 BOTH 1967 PCC 10 EXISTING PAVEMENT This Data Ent Sheet 6115 Tab 102-5 effectlve 10-16-12 No. Location Year Type Project Number Surface Rase Subbase R®oval Depth Depth Depth Depth Type Typetype Type Coarse Aggregate Durability Source Type Class Reinforcement Reearks Type Dir. of County Route Travel Begin EM Milepost Milepost 1aMson IA 1 BOTH 1967 PCC 10 El z rtl --- Q Or ■ m I -G7 W L,504 ■ // — — — ■ ■ 301. 6'D.5 731 611 BEGIN MILL/OVERLAY AT STA. 0+50 ` NO ADJUSTMENT TO MANHOLE UO 1+00 2+00 - - - - - ----1-----------------I- - ----- -----i--- ------ WATER VALVE aphatt ADJUSTMENT sa�face � (TYP-) P Uf,'L J v (' T0•V .5' TRIE l -------------- I 505 F AND OVERLAY LIMITS _ BE FIELD REVIEWED (BY CITY) AND I • I 2 o ti ,' •i I � W 22 .522 i I asphalt surface -j ww� +00 4+00 - +----------------f------ — ------ i — — — L — -- — k _ sio2 SEE SHEET C.07 �LSw> FOR ADJUSTMENT (T1P) 5101 I --------- - - - - - - - - - - - - - - - - � 515 529 asphalt -5urfarn SEE SHEE 5.01 FOR CURB RAMP LAYOUT AND ELEVATIONS SI I Lb I j I I �y 618 620 / i q 223 I I - - - - - - - - ------------------------� M asphalt surface N I I 2-96 0 40 I 618 I -G2 ■ ■ 5+00 100 ■ ■ ■ FG3 ■ IF6a3----------- z ----------i--------------� ----------+ -------- ■ --- Q Or ■ m I -G7 ■ // " ■ ■ 301. 6'D.5 731 611 g EL I UU / UU D.09' '.'230' - I 232 716 724 —------- �— I TO MANHOLE UD ' ■ 8+00 9+00 10+00 7+00----I-------- 1- 100 - -- D 4 - ------ i ----------------F----- -------- -i- -------------- — f-------- I-G4 - ---------------------- - - - + - -- - - - - - i Al i I -G4 £fi'HI,I,-a'1:'1'Ol' .S'l7•'K(�'T it 1 II r7fasphal713 I I625'619 /fi[3///I711>/ SEE SHEET D.11 11+002+0 z ----------i--------------� ----------+ ■ Q Or ■ m I -G7 ■ ■ ■ 301. fn 731 g EL UU / UU City File No. PS - DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY I (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. D.01 233 I ' s03 sos �W I J� I I I mor I ■_ ca asphalt v r surface ^ ■ S1 ■ ■ 12+00 ■ ■ ■ ■ I -G7 ■ ■ I ■ I s I a ' I x I I I 305 ' —SEE SHEET C.07 FOR ADJUSTMENT (TYP) asphalt sufface E, URW', .� Er N� SEE SHEET D.03 N +, LO 0 40 820 830. ,J / 8 1 0 5 / '� asphalt i J "/ - Tape 250 230% �'—/----- -- —"/ --/�` —_�, . -- 111111 -- — � � 13+00 803 14+00 807 15+00 J i '. 823 81.5 1 SEE SHEET M.01 FOR — SEWER REPAIR DETAILS F•d �� _ta ADJUSTMENT (TYP.) 17+00 �asphalt ' s03 sos surface *:x ca v r r City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWYI(BURLINGTONSTREETANDGOVERNORSTREET SHEET NO. D.02 8-23 ral "IN -------------*- ------------ -4----------------------- -4----------------------- W Ch F" WW o F� 0 0 40 sph It surface S107 asphalt 10 54+00 51+00 52+00 53+13 $.face -0",- G)SS-1 - - - - - - --- 4 Tt— - , - - [ - - - - - - - m ■ 50+00-lk - - - - - - - - - - - - - - - PC- ,,ph.It 0 surface surface + EXISTING BOXOUT TO REMAIN CONTRACTOR SHALL MILL AROUND AND PROVIDE ADJUSTMENT RINGS — — — — — — — — — — — FOR TRAFFIC MAINTENANCE I asphalt surface 903 I 224 226 9 0 03: + + 250 L1 U5 1. 17 103 828 830 Eo C�4 do w " P IN > L---------------- ---------L--------- ------ C-) r --------- asphalt surface TiI m SEE SHEET C.07 lilf— FOR ADJUSTMENT (TYP) ■57+00 58+00 59+00 60+00 - — —+W7-- — — — — --♦— — — --- — — — — — --- — — — --I-- ■ 55+00 56+00 ---- --- - --- - --- -z - --------- ----- -- --------------a: LU 5107 Dj > 0 WATER VALVE ADJU ENT (TYP.) 0 ■ ■ - - - - - - - - - - - - - - - - - - - - - - - - - - - ■ — asphalt ---- -------- U) surface ■ CONTRACTOR SHALL MILL AROUND z 0 AND PROVIDE ADJUSTMENT RINGS •FOR TRAFFIC MAINTENANCE �15 > 30 w > 0 40 0 City File No. -3xx PS — — — — — — — — — — — PI WY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. D.03 1A DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT- US H 821 > — — — — — — — — — — — — ■ ■ ■ ■ ■ 61+00 62+00 ----------------------------------------- ■ ■ Sj'Pf,,'A7 ■ ■ - - - - - - - - - - - - ■ 14 90"? fT E NG BOXO UT TO )aS CONTRACTOR SHALL MILL AROUND X>o AND PRO'ADE ADJUSTMENT RINGS FOR TRAFFIC MAINTENANCE 820 - ---------- 1 831 1 0 4 asphalt 832 FUTURE RIDGE EPLACEMENT AND RESURFACING surfac. STA. 6 20 TO 1fe. 66+50 L L— — — — — — — — — — — — — — — — — — — — ■ NO ADJUSTMENT NTH ■ CURRENT PROJECT ■ ■ ■ 63+0 + 65+00 66+00 ■ IL — -- --- ------------ - ---------- ----------------i — -- f-- ---- i 4 @) asphalt asphalt GOVERNOR STREE7' sudca■ win ■ ■ r--------- -- — — — — — — — — — — — — — — 22 24 1904 > 2 26 28 15 1 207 209 ,Ph.d L--------_ — — — — — — — — ------ SEE SHEET C.07 A, DJUSTMENT (TYP) n115 / /.1,17 8.30 7, 831 S108 rn 70+00 Z1+90 72+00 - ----- 4+0 67+00 68+00 69+00 — — — — --- — — - 4 --- 4 --- --- --- ------------ —� — F ------ :&-- rn ----------------i— ---- ----------- — — ----- ----- — ----------------- --------------asphalt SS -2 ..d.ce WV ..is. SS—F SEE SHEET M.02 FOR z SEWER REPAIR 71 cr OWN — — — — — — — — — — asphalt surface 114 1 > CIO '106 903 0 120 906 OL Fm" :5 0 40 > Fl\fll �\111 City File No. PS -31x A DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY -FASPHALTRESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) SHEETNID. D,04 74+00 It I asphalt surface — ji, 11 S �hal I T fare slog 41.6 830 I 80+00 ----------E--- ----- uOVER-\'OR .10'REAT 830 315 \% SEE SHEET C.07 7E�l)O FOR ADJUSTMENT (TYP) 76+00 — —------------- - -- --- — surface 17 421 429 t.,j surface L— — — — — — — — — — — — — — — — — — — — — — — — — 29\ 321 .323 I 0 40 ■ -G13 ------------- ■ 77+00 78+00 79+00 112 Sill ■ I -G11 I G1 40 ■ ■ asphalt ■ 0 1 3 G1 320 907 Q) 1 n3-94 5113 n 81+00 82+00 W+00 — — — — — — — — — —II — — — — — — — — — — — — ,sphlt r - ----- - - - - - surface '.907 40\� '414 418 906'. 06 I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY 8.30 % 0- �a- 40 C:) 3p. n n:!! J* - - L-------------------------- - t if z 84+00 sl 14W 85+W 0 ------------ — -- 4- f-------------------- --- - - --- 0 z ---------------- a z 904 04 Uj > City File No. PS-3xx ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. D.05 Surface 3 906 14 --Lj� 421 429 t.,j surface L— — — — — — — — — — — — — — — — — — — — — — — — — 29\ 321 .323 I 0 40 ■ -G13 ------------- ■ 77+00 78+00 79+00 112 Sill ■ I -G11 I G1 40 ■ ■ asphalt ■ 0 1 3 G1 320 907 Q) 1 n3-94 5113 n 81+00 82+00 W+00 — — — — — — — — — —II — — — — — — — — — — — — ,sphlt r - ----- - - - - - surface '.907 40\� '414 418 906'. 06 I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY 8.30 % 0- �a- 40 C:) 3p. n n:!! J* - - L-------------------------- - t if z 84+00 sl 14W 85+W 0 ------------ — -- 4- f-------------------- --- - - --- 0 z ---------------- a z 904 04 Uj > City File No. PS-3xx ASPHALT RESURFACING 2018 PROJECT- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. D.05 I \ ' 828 [ I J v Szi I I 519 — 521,'\ I ry I I \ I I ` 0 40 I I s29 I y o 611 i I 619 asphalt ILl __ -------------------J L ___._--r-. --- MEN asphalt ■ _ ---J _ � sudacc — — — — — — ■ 5116 � r' S S � ■ s 187+00 $8+00 �st1a 89+00 90+00 91+00 ■ 86+00 ---_— ---------- I---- -----I --- —♦ -------- --------i----- ■ '- --------------------- -°--- I r--------- -- oax ERy 524 52G I s I I 1ND CENET ->+ > I x ' ' • � III I„.asPhalt I 830 I I I I I I I ------------J � I , I 8.31 I ----- -- 92+00 93+00 94+00 \ ——+-- -- — — F------ - -4 -- -- pm �`�' 7 JiCI: Y' art � ■ ■ ■ ■ --- 41 ---------------------------- -------------- I OAKL,1,vD CERIETE'RP I s co t7i I z I z y Z I oln SEE SHEET C,07 I 800 FOR ADJUSTMENT (TYP) I 0 D 1 40 t-------- - C? N i o u>■r z ■ w _ w ------95 — — 96+00 — +00 97+00 : z -1 —-------- — i h�1cx P« f ---- — — — — ■ 0 spa« s�cfa, mile — — — — — — ■ z ■ z ■- J ■ ■ m ■ r I _ I x CY) h I ` z I > 912 > I 0 Citv File No. PS-3xx I DESIGN TEAM: CIN OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I FISCALYEAR 2018 1 JOHNSON COUNTY I ASPHALT RESURFACING 2018 PROJECT -USHWY1(BURUNGTON STREET AND GOVERNOR STREET) I SHEETNO. D.06 Ir r� , 913 / ■ Z\ WATER VALVE ADJUSTMENT (TYP-) ■ _ F. SS-4 0 1 ■ D4 911 1p3 0 40 ■ ■ S 121 ■ ■ \. \\\ a \. 909 1p2k % SEE SHEET M.03 > FOR SEWER REPAIR _ 905 .� ,� -� •\� - \, O DETAILS ■ ■ ■ 918 ■ ■ 98+00 + - - -- - - - - -- ----- 99+00 100+00 _.- -- - I------ins-,- 1- -; -- ---b --------- - - S 1 20 7 _,�-� _-V \ 920 \ 916 \ . ■ i-----------------813---� 10 900 902 08 \ \. 817 928 `\ 1015 ,\ •. 917 \ 92S `. - '` `` \ . y \ 1021 •.\ \ f \� 1009 - f0 f __________ V9-30" i ■ _ _ _ cp cp w ■ -.1171 / cj) S12 105+00 106+00 107+00 108+00 109+00 109+ o � --I---'--'---I---- -------i----------------'-f----------'------'--�--- --- ------I--------- -- PC ■ 104+00-tSHEET - surface surface J ■—ca■ ca —— — — — .W l•_—. \ \ ---- \ � ■ FOR ADJUSTMENT (TYP)1018 \ \ 102¢`. - \ \\ \ 10$2 \ \ \ \ _ 1022 \ ,\ .,\ 1040 Z szs 1028 - 1030 \ \ \\ \ 0 40er CL y 5 > fT- n o City File No. PS-3xx DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. D.07 1830, asphalt surface U2450. 916920 L T/, 928 i I I I I I I I I I I --------------� T - - SEE SHEET C.07 S125 SS -1 I WATER VALVE FOR ADJUSTMENT (TYP) O ADJUSTMENT19+00 20+00 16+010 S (TVP.) 17+00 18+00 .—. ffr, 5123 S S124 M.01 FOR — SEWER REPAIR DETAILS ` --__.. -- I i I asphalt mufam c7 -:I % 903 905 , ; / % - •� 0 305 / I 823 h -j ,•�• •: 909 919 I Fr- / / D asphalt surface VIVV � � I 40 I �C I � � I �y I I asphalt surface I I I -- I asphalt surface _ P z 0 F- CD z m m m x U3 z g a g Ld W 0 City File No. PS-3xx s DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HVJYI(BURLINGTON STREET AND GOVERNOR STREEn SHEET NO. D.OS I I asphat surfs I N� I _ P z 0 F- CD z m m m x U3 z g a g Ld W 0 City File No. PS-3xx s DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HVJYI(BURLINGTON STREET AND GOVERNOR STREEn SHEET NO. D.OS g SEE SHEET D.13 ON 226 1 1 .\ \ 603 ` `. \' .• 308 � . 314 � '• 318" I ;'=1 _' 0 40 o l \. \ 316 \`, 320 \ l 40,; J 4 I L ----------- -- ----- -- –------- ---------- -- -----------� ■ L------1--- 1 I 32fi � t � � ■ �°' �e1 264+00 ---- -------�-------------�--------+--- F----------------I --------i---F----- 30u, 263+00 262+00 261+00 S127O 260+00 259+00 ■ ■ o+ < — ■ –--- ---------- -------------------- 315 .319 – --r--- ------------- ---- 3'21 ■ I 229 j j i r 529 I I .,\ \ 317 \ 331 335 403 ; ` \. ` •\ 4 -1 \ \\\ \``\ \ SE SHEET .13 I 1 roi Cy I \ \ \ y 1 404 . _ ' • O 426504 '\ •\ •\ 440 444 . �'•,.• \; 504 510 514 520 526 604 I -----7--- ------ --- ---- --- --------� ■ F.—.__-� —.—.__—_—. --4- —— _4._.- 254+00 l/\' 253+00 ■ ■ ■ r SEE SHEET C.07 FOR ADJUSTMENT (TYP) —.4.—.—.—_— —.—_—.—.—j --Mace 252+00 - - 251+00 S130nn 5131 SEE SHEET S.01 FOR CURB RAMP LAYOUT AND ELEVATIONS NO ADJUSTMENT ■ -----------------------I 607 <r I ----*---- 615 ■50.5 511 525 DO 521 r- n, rn = a7z ao D F cn R Lu cc f- z O z x O 7 z a 5 Lu Lu 0 s City File No. PS-3xx w DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT-USHVJ 1(BURLINGTONSTREETANDGGVERNORSTREET) SHEET NO. D.10 331 335 403 i no I 320 I / 326 612 L ---. ---_.-__----G08-- ----------. 301+00 - - 404; I I I V Ih■ �% ' I � I ni 5133 NV 0 40 ---- ------------- 401 613 I / I I Qf CY) LjI� UI MEMO ■■■•1■■■ musimmolimp HOl W C•7 �Q i N b in z � n /' y 332 �.: ,% •';� I of F- 0 U 6/8 3.35 I U I - IL ---------3.35 J, CL )--SEE SHEET m ui w IC.07MEN FOR ADJUSTMENT (T1P) 0 I = I 303+00 -- -- i --- 4-- --- - - + - - ---'-3 +-o(f-14304 I f 0 I ---- ------------- 401 613 I / I I Qf CY) I - X336 UI MEMO ■■■•1■■■ musimmolimp HOl W C•7 �Q i N b in z � n y ¢w f- F- F- 0 U U Z g CL m ui w 0 City File No. PS-3xx DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT-USHWYI(BURUNGTON STREET AND GOVERNOR STREET) SHEET NO. D.11 F w Qq Q 510 522 / 4a 7 6,1,8' 0. I 504 I ----- JI .: i /. /' / / —J F" --------------------------- 2, LTAW DCY4 DCY4 +T BLW4 �� 3+00 4+00 5+ z BLWJ6 114 -�--- -1--I- ----- -----j -.�-f -- ----7:7---- ----+-------�zsd+oo�- z SLWa NPYa � BURLINGTON STRLE'l DCY4 RI.IRLING'TON S7'f,Ph,'T I - --------------------- --- — ------------------------ ; - --—� --- 505 ----------_— .5l.5 529 '603 /' GdS, Gf1 -- F. CwS W i 620 620 l I 716 BLW4 724 ------ n a -- 111'111 — LU N cr F- G _ a rDCY4 +oT+00 0 4 9+00 10+00 11+0000'�'i — — f--------— Z cr � I � cr � I m BIIRLI/VCTON S'TRE 7' SLW2 I a _ 1111111 7731625 ----- cc 1CBW6 711 713 I r/5 I I673 / w I j I Lu a City File No. PS -3 DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY 1 BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. KAl i . Go w ----- -- Jco 1 1 1 it i t DCY4 1 +00 16+00m I 11+00 12+00 13+00 1400 �F---------50+06+ �. ---f------------------t — , B(IRLINf,'TON STREF.1 — SLw2 cswB - � 11111 LTAW CHW8 w I I 803 __r8,07/ 731 • /' / . , I I 815 82.3 3 t qNP fl; GV O C". is s 0 40' 6 WOV EQ [928J 910 . 1 .: � En U) 920 --------------� I —itn— -------------- --- - - - - - - - - - 111111111 - _ ��c 94 3 ; SLW2 DCY4 BLW4 �r CBWB f7 t. Z SLW4 1 16+00� I -----21+00 21+9 I 17+00 18+00 19+00 ,r crlwe 20+00 — + -- — — — — — —+ — — I m --- — z Iler a LTAW BURLINGTON STREET Z 'r — 2 sLw2--- 111111 I z 909 919 921 RTAW I I L :z W oto € 90377 905 ., '777, , Edy File No S-3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY I (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. "KO2 J 1111 16111 �i CBW6 W �9- I 50+00 rl- -I---------------I-----------------1------ (. r 7SBYMBOLIKE -J� 1111111 h sLwz 22"/226 ru 0 0 z17 I I I I I I L 00 C14 p T - ---- -- BLW4 - - - - - - - - - - - - - 4 L------- -- CHW8 ------ r SLW4 I N y DLW4 --------------- I I o I I I I BIKE LANE �� R3-17 0 40' 24"x18" I I n I I 191 103 . I • J-7 I w n -C 1 I I I v F, I BLW4 ---- ----J ------ -- ---- m -S --------- >2> 115 v � � --I --/ D t z cr H S. COY"ERNOR STREET o --35+80 -56+90 -mak -37+60 58+00 - ---I-------i----------------I----- -- -------i------- - = -- -- ---------------- -------- - - - -- - --------------t-----------------i--- - ------------4---------------+- g - - - - - - a r7 z CHW8 N ,, DLW4 52 SLW4 a ------------------ 18 14 - - - - - - - - - - - - - - - - - - - - - - - - - - BIKE 10,1 I '30 SYMBOL LU 112 I l Lu a City File No. PS -3)0( DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY1(BURUNGTON STREET AND GOVERNOR STREET) SHEET NO. K03 Al — � I . I I 17 I ---- ------------ ---------------� N S.COVERNOR STREET '1 G9+90 1+00 62+89 I� 28-28 112 1 I I � I I I I w co I ---- ----- — ------ (---------------------- O `T SLW4 v - - 1---------------- - --- - - - 1 ------------ N a DLW4 SLW4 o I --, I 0 r� WSLW2 115 67+00 -------------------i---- imm caws 11111�� N.COVERNOR STdgtfoT f01 \ N M BRE CHW8 SYMBOL --- - ---- --------- �--------- --- 2224 SLwa 1 R3-17 24"x18" 119 — B� �W4 70+00 - - - - - 71+00 _ 0 40' I L----207 -------- 1 N I -` m n V� 1 cHwel .1111111 - -- -- cn SYMBOL SLW4 I Chi \7.14 . � `t�1.'ti •� \\��'\ I °' 1 g ty d -- lCB C-1 BIKE s SYMBOL 2 Z W 2 BIKE LANE R3-17 a 24'x18" City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018PROJECT•USHWYI(BURLINGTONSTREETANDGDVERNDRSTREET) SHEET NO. K.O4 C4 , w\ Jill,O� 315 32109 ---- — Rl U, 213BLW4 4-4 v N.GOl1ARNOR ST FT 75+00 76+00 77+00 —�2+00 _400 4+00 -- -------------------+----------------t---------------------------------- F — ---- -- — — -------------------i-----------------�—-----------i-----------------f-------------� — --- — -- — +-------- — µBKE CHWB w DLW4 BVMBoL _.41 320 SLW4 I I 0 40' \ h jc. I I 1 q ® 0- 329 I p I oI I IL—JI I ti C, I I w W 1 415 1 1 421 42 wn ____________� W W L.____--_—__ ----- -<m as q BLW4 4 o N Zc q w N.COYERNOR STREET 82+00 83+00 Q 78+00 79+00 80+00 81+00 F------------1----------------f---------------F-- — -- -- — — f— — ---------- I----------------- i ------- --------- f — — -- — — -----+--------------i--------------- — � ---------- — — i — --------- — — — — — — — z _ _ _ _ _ _ cr Lu N CHWB SLW4 x DLW4 � 9 ------ - F----- 324-- —------- — II 41B I I I I� z 1t z 1 I I I Lu II \., \• I I w I i BIKE LANA, I �` I i a City File No. PS -3)0( DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA 24•xFSr r FISCAL 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT STREET AND GOVERNOR STREET) SHEET NO. K05 1 I. a a � J �I I I I 519 I I -_----------------- 111. SLW4 G SLW2 87+00 I L L --------------------------J - - --------- CHWB L 11111 r------ ----- -24526 I f 1 SLW4 [77-1 _ 1 1 CBW6 88+00 N.GOPERNOR STREET 89+00 611 619 ---------------------------------------------- OANLA.VD CEMETERY BIKE LANE R3-17 24"x18" E I I m I I C* 629 1 a W I I I I o c{ HAPPI' HOLLOW W --------� ?-------- � h L--------CZ1 CID – o E, sLwa m H o� m 91+00 —92+00 N JKGOVERNOR STREET _94+00 ------ —------------------------------- ---- e SLW4 SVMSOL OARLA,VD CEMETERY DLWI I I I R3-17 I 24x18"f— I BIKE LANE ENDS� R 24"x8'�x8� 95+00 y 96 K – ♦ – –i-------------- –f-- Q K F.- rn o: 0 z cc W 0 O I I a I Q) I z I \ 4 2 Q z W m LLIi City File No. PS -3 DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY1(BURLINGTONSTREET AND GOVERNOR STREET) I SHEET NO. 706 Al Q - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ------------- L-------- - - ------ 905 - -- -905 909 10 +00 5+00 96+004 97+00 -------- -------- 9a+oo — -------- 99+00 -------------- 100+00 -----1—` N.00VPRN0R STREET 908 --------- -------- — -------------J 900 — — — — — — — — — — — — — BLW4— 0 4 -Ac — — — — — — — — — — — --------- 09-10 f15 925 0 1021 CD C 9f7 91 5 105+00 10+00rii J04+00 - — ------ —I------— Qco — ----- N.GOVERNOR STREET cr 0 z -- ---- -- ----- lof 1024 cc w 928 DWS (L 0 \ BLVV4 \\ z 102 i \ <cc 0 z LLI City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURUNGTON STREET AND GOVERNOR STREET) SHEET NO. K.07 I �\ __ _ ___ __________ \,—_--___ CHW8 N 1032 71030 \ ONLI W I 1 RI TAW 109+83 m CO n� N -1r z t Ln 0 40' Lu Lu Lu O z Lu Lu O c7 z g c� Z Y 2 Q F Z Lu 2 Lu Q a City File No. PS-3XX s V1NItV DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. K.08 11111 111 t+ co 162+00 163+00 144+00 ----------- r — bb+UU + 16 4 --------- T------ 4 -------=F- ------------ ---+------------------------+-- S. ODGE STREET 111/1111 CHVV8 -- ------------------— — — — — — — — — — — — — — — — — — — — — — — — — — — — — cz, dLw4 220 CD R3-17 coo 24'x18' ro R3-1713 —ic-) ENDS 24*x8* CIO 0 40' D SO Li COLLEGE GREEN PARK El 44 44QQ SLW4 LU cc: Uj 173+00 — — — — — — 172+00 ----- ----- 0 11+00 C? ----------- — z ----------------- -------- -------- ------------ ------------ ------------- ---- -------------------- ------ S. DODGE STREET CL z 7 cc: CH BL < z LU 116 112 108 106 Qa Q V City File No. PS -3)04 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY I (BURUNGTON STREET AND GOVERNOR STROM I SHEET NO. K.09 Lli .31 f 1 215 -LLL 313 :1 IL--- 1, 1 \ " \ .. - - - - - - - - - - - - - - L - - - - - - - - - - - - - - -- — - -i L--- ------ - - - - - EME� SLW2 11111 111 t+ co 162+00 163+00 144+00 ----------- r — bb+UU + 16 4 --------- T------ 4 -------=F- ------------ ---+------------------------+-- S. ODGE STREET 111/1111 CHVV8 -- ------------------— — — — — — — — — — — — — — — — — — — — — — — — — — — — — cz, dLw4 220 CD R3-17 coo 24'x18' ro R3-1713 —ic-) ENDS 24*x8* CIO 0 40' D SO Li COLLEGE GREEN PARK El 44 44QQ SLW4 LU cc: Uj 173+00 — — — — — — 172+00 ----- ----- 0 11+00 C? ----------- — z ----------------- -------- -------- ------------ ------------ ------------- ---- -------------------- ------ S. DODGE STREET CL z 7 cc: CH BL < z LU 116 112 108 106 Qa Q V City File No. PS -3)04 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY I (BURUNGTON STREET AND GOVERNOR STROM I SHEET NO. K.09 Lli LL_j U w C) V C =V Bim .�+. W DLW4 21 SYMBOL '4Fs_4_ 1 177+00 - - r--------- - ' N. DODCE STREET S. DODCE STREET �— CHW8 BLW4 10/12/14 18 20 i I - t—1 ocl F F Fr BIKE LANE � � .. 0 �C4a� - R3-17 o 24'x18" n- I m py y- I a Cly h o a � 209 � DLW4IS DLW4 109 115 BIKE ¢. SLW4 a SYMBOL t6 N w 181+00� - - - - - 1g2+ P 18 00� -- - - +---------------+-------------1- o -- + - -- - - - - --+ -- - E - - - -- -- -4 -- - - - - -I- ---------- ---F- - - - - - - �I---------------- - F-----------------+ - -- g N. DODCE STREET M cBwe mir z CHWS CBW6 BLW4 Y 120 132 110 114-114 1 2 ~ z o F sLwz a City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWYI(BURLINGTON STREET AND GOVERNOR STREET) I SHEET NO. K.10 IQ In �OL svMea I 2 w OW o r� y� v a1 C7 DLW4 SLW4 H 189+00 ---- — 309 N. DODGE STREET CHWB BLW4 218 220 224 3f8 320 328 cl Bim svMeoL ww V � r— SLW4 421 BIKE I SYMBOL u y 42% N 1 BIKE LANE R3-17 24"x18" V V Ci W 0 y —lub*UU197+00 z 193+00 I -----------------F--------------1---------- g — -- — —I-- — — — — -- F— — — — — — — — �--------------------------------+-----------------i--------------�----- { —f — — -- -- — —f — --- — — — — a N. DODGE STREET y ���� Z `L V a CHWB BLW4 m W502 510 Z 416' 420 428 430 LLIW CityReNo 0 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT-USHWYI@URIJNGTON STREET AND GOVERNOR S EETNO. KS11 IfORACE AI.4NN ELEMENTARY EetKE SYMBOL 521 BLW4 a N 1 CHWB 514 522 F F SLW2 u, �J m . 0 DLW4 BLW4 600 N.DODGE STREET 618 630 1 Qa� BIKE LANE "'�` N R3-17 24"x18"CXI� 6. cq N qEr m oW W w coo r4h w x, ty o q to r� 'o o Er a'U) 707 715 727 815 cc BIKE w & SYMBOL DLW4 SLW4 a svMsoL � N O 209+00 + Z 205+00 - - - -i-------------------------F- - -- --- -i - - - - - - - - - - -- - - - - - I- - - I-----------------F-------------�_----------------------------------------- ----------- + - - -- -------------------2N.DODGE STREET cc sot If z CHWB 720 724 w m BLW4 t\ W City ile No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY I (BURLINGTON STREET AND GOVERNOR STREET) SHEET NO. k12 A i U BIKE 825F;827 Lwa 829 815 8z/ SYMBOL ----------- ----------------- + --------- .------- ------ 212+00 ---------- 4—.—.—.—.---.—.—.�.--. N.DODGE STREET 814 828 830 900 CHWB \�\ \ � BLW4 00LE ��. F-17 n dC) N 1 X. -. 0 40" Co r u � � cn 90511907- 909- //2 911 ------------- BIKE yy _ 915-__ Lu Q SLW4 - _ � f; 97 LLI C7 Q I—--------------- 4----------------- ---------------- .—.---.—.--_--.—.+.—.-----.—.—.—.--+--.—.—.—.------- ------------------ ----------------- 4 --.—.-----.—.—.—.— -� 0 DODGE STREET �— —'—'-- 906 908 7::—� j 912 914 1 - \ CHWB 922 - _ _ BLW4 F— WLu DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT-USHWYI(BURUNGTON STREET AND GOVERNOR STREET) SHEET 0. KS13 - _ 'S61N 923 BIKE -� ' - SYMBOL / BLW4 CHWB BIKE LA<aE 24"x18"1 ca r cn W 0 40 W c� 0 0 0 z 5 a z z `L tt Q F- z Z W m W Q a City File No. F&3 DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWY I (BURUNGTON STREET AND GOVERNOR MEE9 SHEET NO. H AI Do N i Z � 0 1 o' — — — — — — — " — — — — — — NOTES: 8301. SEE PUN SHEET TION FOR RED W ' . CONTROL INSTALLATION REQUIRED RN THIS IMPROVEMENT. _ 2. REMOVE AND INSTALL NEW B' PVC TRUSS G—. - SNB OUT OF MANHOLE WRH A LOCK SEAL AND FERNCO CONNECTION TO EXISTING 8' VCP D7 +� 3. ROVIDE TEMPORARY RE—ROUTE OF FLOW DURING WORK. COORDINATE WITH CITY WASTEWATER. +Zf 30' EXISTING EXTERNAL DROP BROKEN OUTSIDE OF MANHOLE. INSTALL NEW INTERNAL DROP E.BURLINGTON STREET WITH RELNER EKWIL _. ...FLOW DIRECTION k7(ISTING 8' VCPEXISTING 8' VCP FLOW DIRECTION 16+00 25' 1+00 _ c y w n I1 (iF;Li;\%CTGV .S'll.'T �1rn i Z c� z z' u+ or DO FULL DEPTH PAVEMENT REMOVAL AND Q REPLACEMENT INCLUDES COMPOSTTE PATCH f SS -1 WITH 37ASPHALT SURFACE OVER 10' PCC. 4 REMOVE EXISTING BRICK MANHOLE _ 77 SY p INSTALL SW -301 V, RIM ELEV.— 710.96 O FL (W) — 697.03 = z FL (E) - 697.13 FL (S) — 697.13 EXISTING B_ VCP Cr C4 Lu \\\1_ LU W U) � r o C 82.3 v$ 903 Q ) cnI City File No. PS - DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. M.0 1I NOTES: O 1. SEE PIAN SHEET T.02 FOR TRAFFIC CONTROL INSTALLATION p�7n / REQUIRED IMPROVEMENT. I I 2. REMOVEINSTALL NA TIAL W 115-117 MANHOLE WITH LOCK SEAL D FERNOO CONNECTIONTO WITH w FULL DEPTH PAVEMENT REMO AND REPLACEMENT. -- EXISTING B' VCP 3. PROVIDE TEMPORARY RE-ROUTE OF FLOW DURING WORK. COORDINATE WITH CITY WASTEWATER. w H to INCLUDES IO' PCC. g1l SANITARY MANHOLE SS -2 510 BY. - w REMOVE EXISTING BRICK MANHOLE. y INSTALLSWa01 INSTALL W STUB OF IT' TRUSS TO SOUTH ANDy' IXISTI G ABANDONED SERVICE (VERIFY) V <1: EAST. CONNECT FERNCO TO EXISTING S" VCP N. GOVERNOR STREET INSTALL 4' SANITARY - SEWER SERVICE Cn?.) BMW a,vw 69+00 68+00 67+00 a 1 \ NEW 8- SEWER (DIP) SANITARY MANHOLE SS -3 INSTALL SW -301 .� � � � $3 g! � 120 106 112-114 0 20' INSTALL NEW 4' SEWER SERVICE AND CONNECTION TO EXISTING SEWER SERVICE (TYP). POTHOLE ALL SERVICES TO FIELD VERIFY SERVICE SIZE, p DEPTH AND MATERIAL PRIOR TO WORK. m F W LU N APPROXIMATE LOCATION 1 r N LOCATION AND DEPTH OF 4' SERVILE _ OF EXISTING cr ES. OF BURIED UTILITIES. . -{C? 0 O 67+00 68+00 °°"�A°T°R TO VERIFI'. 69+00 69#50' © W p, 8Q? O tC3 ANI7 kRy MANIPLE S-3 F- STA46 26.75 OFF:622R LLA LU I . 27 SANITARY MANHOLE S-2 INV :665.27 (5) z T-A�66+63:93-OFF:613 RIM X665.7570 Z O INV N:656.45 (N) c Q IN 0 LU INV OUT:656.31 (S) ._— APPROX. LOCATION OF EXISTING 4' SERVICE TO BE CONNECTED. co UL W © C Q LLI ylrarolP®s.ar.L60 w crQ 4-4.0'of W cn PVC@11.50% 50 a 67+00 68+00 NEW SEWER 69+00 NEW SEWER 69+50 SERVICE CONNECTION SERVICE CONNECTION City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. M.02 NOTES: 1. SEE PUN SHEET T.03 FOR TRAFFIC CONTROL INSTALLATION REQUIRED WITH THIS IMPROVEMENT. 2. CORE 18' HOLE IN EXISTING STORM MANHOLE TO ALLOW PENETRATION AT EXISTING 78' MANHOLE. 74+50 INTAKE I -G9 REMOVE EXISTING INTAKE INSTALL SW -541 75+00 FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT INCLUDES COMPOSITE PATCH WITH 3'ASPHALT SURFACE OVER 10' PCC. STMH #1 315 BY INSTALL NEW STMH SW -401 N. GOVERNOR STREET 76+00 Protect Existing Tree INTAKE II-G� 10 REMOVE EXISTING INTAKE INSTALL SW -541 i Cis 0 i —.315 �J N EXISTING 78' STMH SEE NOTE 2. NEW 15' RCP STORM PIPE L 77+00 �—r Existing 4s'RCP 321 �— — —ST— — — - Protect Existing Tree EXISTING 15' RCP STORM GO PIPE -i 314 � � OAF. — -- 771 01 �i 76+00 77+00 75+00 DESIGN TEAM: CIN OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY 700 N rn 90 Cl Cp t Ln C O 80 > a) W 70 76+00 77+00 60 ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET City File No. PS -3: SHEET NO. M.03 z O (7 z_ 2 8 DO O z Q O z OC W O (7 21 Q O w I INT -G10 INTAI E.I-G STA:75+0226.OFF: 764R STA 4+6723OFF:21A4R RIM:683.65 —SRI UMP:679.5 INV C UT: (N) 660.6316' RCP INV OUT:(NW) 680. 16' RCP --SUMP[67. — �a °'e�oaeex STMH-1 RIM:683. 7 INV OUT: (N) 678.9816' RCP EXISTING STMH RIM:682.15 UMP:669.76 NWN{S):672.6 ' --INV IN-W):67OX48"- INVNJEj671.76'I5" INV OUT(W)'570.26 48- APPROXIMATE LOCATION AND DEPTH OF BURIED UTILITIES. CONTRACTOR TO EXCAVATE AND VERIFY COVERAGE AT WATER -MAIN PRIOR TO STORM SEWER INSTALLATION. 04.rox 75+00 DESIGN TEAM: CIN OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY 700 N rn 90 Cl Cp t Ln C O 80 > a) W 70 76+00 77+00 60 ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET City File No. PS -3: SHEET NO. M.03 z O (7 z_ 2 8 DO O z Q O z OC W O (7 21 Q O w 70 76+00 77+00 60 ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET City File No. PS -3: SHEET NO. M.03 z O (7 z_ 2 8 DO O z Q O z OC W O (7 21 Q O w .. �4:�' REMOVE AND REFUGE Cj 18 LF OF 12' STORM PIPE AS NEEDED. - - 1yOg' CONNECT WfTH COLLAR �,�111. TO EXISTING. 0 3,QG 9� I I FULL DEPTHREMOVAL AND INCL REPLACEMENT INCLUDES COMPOSITE PATCH WITH O 10 9 ASPHALT SURFACE OVER 10' PCC. m Q v 0 oA: / /- REMOVE E)OSTM10 sANITARr MAi1FIDLE I i _ 920 N. GOVERNOR ST. z ' /z SANITARY MANHOLE S-5 REMOVE EXISTING MANHOLE r INSTALL SW -301 /INSTALL 4' STUB OF 12' TRUSS TO NORTHWEST AND CONNECT WITH FERCO TO EXISTING 12' VCP. ROTATE CONE TO PLACE UD IN PARKWAY. t r . A SANITARY MANHOLE SS4 SANITARY MH S-4 -tES2 INSTALLSWd01 740- 3,11-4 Com"< RIM:738.50 INSTALL 4' STUB OF 12' RIM:737.28 N TRUSS TO SOUTH ANO _ INV IN:720.52 (NE) 70 D 5K CONNECT WITH FERNCO S DLn -iNV 0OT.720.42-M TO EXISTING. Lj FLOW DIRECTION ac f_ / EXISTINGiTVCP Ir 0 V / Q REMOVE AND REPLACE INTAKE. LLJO INSTALL SW 507 0 +� RIM= 738.80 c>FL IN(E)= 732.87 s a w FL OUT(N)— 732.17 NP q / Ir LU I I FULL DEPTHREMOVAL AND INCL REPLACEMENT INCLUDES COMPOSITE PATCH WITH O 10 9 ASPHALT SURFACE OVER 10' PCC. m Q v 0 oA: / /- REMOVE E)OSTM10 sANITARr MAi1FIDLE I i _ 920 N. GOVERNOR ST. z ' /z SANITARY MANHOLE S-5 REMOVE EXISTING MANHOLE r INSTALL SW -301 /INSTALL 4' STUB OF 12' TRUSS TO NORTHWEST AND CONNECT WITH FERCO TO EXISTING 12' VCP. ROTATE CONE TO PLACE UD IN PARKWAY. t r . A 91 SANITARY MH S-4 -tES2 SANITARY MH 8-5 740- 3,11-4 Com"< RIM:738.50 RIM:737.28 N INV IN:719.55 (NE) _ INV IN:720.52 (NE) 70 D 5K co S DLn -iNV 0OT.720.42-M o Lj 8.0' Of DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA IOWA APPROXIMATE LOCATION AND DEPTH OF BURIED UTILITIES. CONTRACTOR TO VERIFY. JOHNSON COUNTY Sib' III. 3a .N: ASPHALT RESURFACING 2018 - US HWY 1 NOS: 1. SEE PUN SHEET T.03 FOR TRAFFIC CONTROL INSTALLATION REQUIRED WITH THIS IMPROVEMENT. 2. REMOVE AND INSTALL NEW 8* PVC TRUSS STUB OUT OF MANHOLE WITH A LOCK SEAL AND FERNCO CONNECTION TO EXISTING 8' VCP 3. PROVIDE TEMPORARY RE—ROUTE OF FLOW DURING WORK. COORDINATE WITH CITY WASTEWATER. 4. CONSTRUCTION TO USE TRENCH BOX FOR INSTALLATION TO MINIMIZE ADJOINING LAND AND PAVEMENT DISTURBANCE. _-... EXISTING MODULAR SLOCKWAL.TO REMAIN ._. FLOW DIRECTION EXISTING 1T VCP SANITARY MANHOLE S-8 INSTALL SW -301 INSTALL 4' STUB OF 12' TRUSS TO NORTH AND CONNECT FERCO TO EXISTING 12' VCP SANITARY MH S-8 STA:102+84.71 OFFA3.34R �''.0 INV IN:721.20 (NE) INV OUT:721.20 (SM ELI 30 C 0 m m Lu 12- PVC @ 2.12% STREET AND GOVERNOR STREET City File No. PS -3: SHEET NO. M.04 91 -tES2 co co 3,11-4 Com"< 7o 4r N _ _ 70 D 5K co S DLn o Lj ac Ir 0 Q LLJO 0 a s a w Ir LU w GO3 City File No. PS -3: SHEET NO. M.04 PLAN VIEW COLOR LEGEND OF PLAN AND PROFILE SHEETS SHADING N Blue, Light Proposed Sidewalk Landing Shading Tan n Proposed Sidewalk Shading Pink, Light 7-1 Proposed Sidewalk Ramp Shading 0 10 Green, light D Proposed Alley Shading 81108 B1107 W, t a, c r B1109 B1106 y 504 E BURLINGTON STREET " B1110 B1105 81104 B1201 81200 B1111 9T INTK 81203 B1100 i 81103 B1101 B1102 0 *c") 81204 ' ern � 81301 B1300 B1407 81406 AUPLlA'CTOA' STP,EET y F' K B1aoa _.. 61409 5T y W — m � B1405 B1303 B1400 81404 81302 LU B1401 LU = cna ¢2 505 E BURLINGTON STREET m 1402 81403fr i U City File No. PS -3} DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.01 (}t1 B 205 62204 ON p B2109 B2108 INST LL �0 2206 82203 W I 6" CU RB �rzW 0 0., INSTALL ST `' B2110 � 2113 62115 226 S JOHNSON 6" CURB B2111STREET _ G B2112 S B2107 B2106 229 S JOHNSON 82207 82202 B2114 STREET / B2201 B2208 - B2200 82100 62104 62105 82209 622 0 B2101 ST 82213 ST 82102 B2211 62212 62103 BURLINGTON STREET 82303 B2410 �. --� — - --- 82302 82411 m - B2412 aGG, 82301 B2305 B2304 B2413 = B2409 B2408 n� N B2300 82407 82306 B2307 82312 82113 B2400 B2401 B2406 529 E BURLINGTON g B2405 603 E BURLINGTON STREET STREET B2308 �I �— w B2402 I W B2311 WN / Lu B2310 B2403 82404 i Lu 09 j n. < i [[ co cr / cr City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. 5.02 Al B3204 B32 3 83110 B3109 INSTALL ST - INSTA L 6" CURB W W 6" CURB p 10 V W ST 'Yy /// O Fes-, q B3111 B3108 230 S DODGE 223 S DODGE STREET STREET 83205 83202 B3112 83107 83207 83206 63201 83113 83106 „g 63105 B3104 83208 ps, 25'R 25'R ' 63209 ADA PANEL ADA PANEL 3101 B3102 B3103 B3200 83100 S BURLINGTON STREET C-) � (� N rn o B3303 83409 D B3302 ST a B3304 B3301 83406 8330525' R - B3407 n B3300 ADA PANEL 83400 83406 83306 B3307 OI*� B3311 83405 B3310 B3401 B3404 711 E BURLINGTON STREET 625 E BURLINGTON STREET B3402 83403 / ! 3308 B3309 w j w < C) i ® [ m U City File No. PS-3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.03 10+00 -- \' J MH BURLINGTON STREET 0 10 11+00 City File No. PS -3 U) w W W X: a m tr C) U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.04 I y V / 85205 85204 � h `� 230 S LUCAS / y STREET B5203 0 10 85108 5107 7.30 E BURLINGTON STREET B5206 85202 NT s 85208 85207 85201 B5110 B5109 B5106 85105 ST � 85209 ST - B5200 B5111 85104 B5210 — 65215 -- 65211 B5214 B5112 85102 65103 B5212 85213 B5100 B5101 BURI,I.VGTON STRF.FT o v 85305 B5412 D 3 B5306B5413 I B53039*0 B5304 B5302 5301 BBB5414 OST Bb 1 t7 ST 5300 ap 85307 85308 27> B5400.M 85319 B5318 [35410 B5401 85309 B5310 B5312 B5313 \ B5408 B5409 B5311 B5317 \\ B5407 301 S LUC_4S B5314 [35,4 \ STREET I 85402 80 E BURLINGTON STREET B5316 °' B5315 $ B5405 w x B5403 B5404 City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.05 830 E BURLINGTON STREET SAW AND REPOUR LID TO ADJUST MANHOLE TO MATCH SIDEWALK ELEVATION 25'R ADA RADIAL PANEL EL 86110 3 SGN I SGN H H 86105 B6 112 \� ST 30'R ADA RADIAL PANEL 30'R ADA RADIAL PANEL RELOCATE POLE AND GUY WIRE REPOUR LID TO ADJUST TO MATCH SIDEWALK N 250 S GOVERNOR ON STREET 0 10 BURLINGTON STREET NEW POLE LO TION �B6403 I 86404 Lu j asGw I % 90.3 E BURLINGTON STREE?%'/ 823 E BURLINGTON STREET cn B6308 I City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET N0. S.06 B7203 B7110 B7204 co CIO N b y� 7109 0 10 B205 ❑ H B 206 87202 87111 \ B7108 229 S SUMMIT -- STREET B 207 -7201 - --- 87208 0 232 S SUMMIT / B7107 .STREET 67210 B7209B7106 67211 kir �s B7105 B7104 B7112 h" 87212 87213- --- -- 25' R7100 B7101 7103 87214 87215 25R ADA PANEL ADA PANEL 87102 B7411 BURLINGTON STRF.'E7' B7412 B7300 25 R B7413 87301 — — — — — — —� ADA PANEL 25' R 87414 \. ADA PANEL 87302 HH 87410 B7400 87408 87409 0 tp — T' B7309 / 87407 304 .S' SUMMIT ON Qs / STREET / B7406 87304 B7308 30.5 S SUMMITJ B7401 B7405 STREET g730 = I ( � ( Y.X B7402 87403 87404 � cf) B7307 8 7306 ir coU yy City File No. PS-3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.07 G1115 G1116 � z G1203 830 E COLLEGE G1204 I STREET B•3! E COLLEGE I W i STREET W W I 0 10 I W G1114 G1112 G1202 G1201 G1117 I G1111 G1206 G1205 G1118 G1110 j�; G1109 1- x G1100 G1208 G1211 G1200 i G1104 G1108 G1207 G1105 G1101 G1102 G1103 G1106 G1107 G1210 G1209 GOVERNOR STREET G1303 G1408 G1302 - -- — -- G1409 QD n =i r ('Ti G1410 � ri G1406 p7 G1304 G1301 G1300 G1411 G1407 D Jr rn G1305 G1405 G13 7 G1310 I G1311 G1400 h G1404 w I G1401 w I 906 E COLLEGE a 903 E COLLEGE C� I STREET STREET I N Gait N I m s U A City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. .81 I O 2 4 62203 V I 62110 G2109 z ZQG2 i II , �C 11 I 1 �;1 0 10 G2111 62108 G2202 828 E WASHINGTON 11 b STREET 103 S GOVERNOR STREET G2205 I -- — 62201 62113 G2112 62107 G2106 G2206 G2207 -- -- 62100 2101 G2104 G2105 � 62200 G2213 4 G2210 G2208 G2209 – -- — — -- G2102 62212 G2103 RELOCATE GUY WIRE (BY OTHERS) G2211 GOVERNOR STREET G2412 62303 62302 62413 62411 ae O n T � G2416 a 0 G2415 62410 �- rn -<r. G2305 G2304 62301 62300 62417 62414 a� Oi F— W" 62407 G2408 G2400 / 62404 G2405 G2406 G2306 62307 62311 62401 a� NSTALL " SIDEWAdAMMIA R 104 S GOVERNOR STREET 62308 G2309 STREET ru > w_ cn Ch g cn Q6; 62402 G2403 U City File No. PS-3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.09 o G 204 G3203 3107 G310 821 IOWA AVE �. 0 INSTALL 6" - 8" — CURB I G3108 832 IOWA AVE G3206 G3205 G3202 p c G3201 G3109 G3105 G3100 G3104 G3207 G3211 G3200 G3208 G3101 G3102 G3103 G3209 G3210 GO1 EP.NOR STREET G3303 G3302 G3409 G3410 j g f o m gn a G3306 G3411 G3 IV G3305 G3301 p G3300 G3412 M G3304 GM07 0 D G3400 m G3308 G3309 G3312 G3313 G3307 G3401 0� G3404 G3406 I G3405 CURB 1 I I G3402 904 101FA AVE w w 903 IOTFA AVE b = G3403 = a. a m _ G3311 I m � G33 0 City File No. PS -3 Al DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.10 GOVEPNOR STP.EET 117 N GOVERNOR STREET --------------------------- 64205 b 119 N GOVERNOR STREET G4106 0 10 G4105 64104 0 m a 64301 64407 G4302 G4300 G4406 Cy140 G4404 G4303 G4408 — -i - _ 0-4 -- ----- G4306 - - -- i G4307 G4400 G4401 G44 2 64403 a ca -7 114 N GOVERNOR I 120 N GOVERNOR fr STREET STREET V City File No. DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET S EET N0. S.11 -/ j a s G51 8 G5203 � � G5109 Z G52 4 �ti 0 10 831 MARKET 207 N GOVERNOR STREET G5206 17 G5205 G5202 G5201 G5111 I G5110 G5107 G5106 STREET G5211 ❑ �'. G5200 G5104 G5105 G5207 A ' G5208 O = G510 c = = G5101 QD -k'US,,/ 2�- — G5209 G5210 G5102 GOVERNOR STREET G5303 G5302 G5409 G5408 C rn G5305 G5301 G5300 G5410 G5406 q co G5411 ❑ G5407 �� G5304 O ❑ N NO G5400 b G5311 � G54 4 G5405 G5306 G5310 I G5401 U) G5307 F 906 E MARKET STREETa. w 903 E MARKET G5402 STREET I G54 3aw G53 8 G5309 I � v City File No. PS-3XX DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.12 C01ERNOR STPEET fc-A �n City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.13 61 \ G7203 Q) � 7204 \ G7108 \ \ � o � 830 E BLOOMINGTON 227 N GOVERNOR G 7109 I STREET STREET G7206 G7205 G7202 G7201 G7111 G7110 G7107 G7106 I a G7207 G7208 i G7211 G7200 G7100 G7101 G7104 G7105 b a G7209 G7210 G7102 G7103 GOVERNOR SHEET G7303 G7302 G7409 G7408 CA m U 9' --_- - -- yam. G7301 n N G7305 G7304 ) G7411 G7410 G7407 G7406 --- G7307 G7310 G7311 G7400 G7401 G74'04 G7405 G7306 � o I tsj O _ tYy � y G7403 I y ,906 E BLOOMINGTON 901 E BLOOM 1-3 STREET m STREET Cc G7308 �V G7309 City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET N0. S.14 i 321 N GOVERNOR STREET 313 N GOVERNOR 0 10 STREET I � - ----------------------------------------------------- - --: ------------------------------- -------- - --- G8202 G8107 G8105 G8104 G8204 G8203 G8201 G8100 G8101 G8102 G8103 G8205 G8206 (;� G8207 G8200 b GOVERNOR STPEET m C) a n --in b v r G8406 G8300 G8407 G8405 G8404 G8303 G830-2 G8301 i ------------ ------------------------ ---------------------------------------------------- - - -- - - ------ ------------------ - - ------------------------------------- -- - -- ---- i G8402 G8403 w G8304 G8305 G8401 = G8306 G8307 j G8400 U) 320 N GOVERNOR 314 N GOYEP.NOR STREET - j h I STREET V ��� --ir ED � A DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. SS15 m C01ERNOR STREET 21 CDN E ae 415 N GOVERNOR �-< � \OL STREET '.. 421 N GOVERNOR rn ' STREET ST 0 10 G9202 G9106 ' G9105 G9203 �, m C01ERNOR STREET 21 CDN E ae rn C U) ui W Lu a cca m CcD U City File No. PS-3XX It I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET ISHEETNO. 5.16 IN y� G1 04 G10203 I b G10109 G101 8 0 10 429 N GOVERNOR 830 FAIRCHILD STREET STREET 5 G10202 I G10201 G10111 G10110 G10 07— G10106 b G10207 G10208 G10211 G10200 G10100 G10101 G10104 b b 0 g G10209 G10210 G10102 G10103 GOVERNOR STREET r m c:)c G10303 G10302 G10409 G10408 y n"� N ..<r a rn cn CD g v rcr G10304 G10301 G10300 G10411 G10410 G10407 G10406 G10305 G10306 p G10405 U) 907 FAIRCHILD G10307 G10310 G10311 G10400 G10401 G10404 w STREET _ ti lxj 904 FAIRCHILD y STREET m \G103 8 G10309 G10402 G104 3 v � I City File No. PS-3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.17 830 FAIRCHILD L� STREET n 519 N GOVERNOR Z STREET G11203 G11202 G11201 0 10 G11 09 G11106 11104 G11105 a G11102 G11103 G11205 /G11200 G11101 / G11206 G11100 G11207 � b C01ERNOR STREET 0 Oce Pa n N .,r m b � b G11406 G11301 G11302 G11300 G11407 G11405 G11404 G11303 G11305 G11400 G11403 G11304 G11306 � +��1 J G11401113 _ EL 524 N GOVERNOR 904 FAIRCHILD - h G11402 STREET m STREET City File No. PS-3XX Al DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.18 G12206 G12205 828 CHURCH L /J b STREET G12109 827 CHURCHI G12204 I E STREET y 0 10 G1220 '�)-� t�1 Gt 108 G12203 I y G12209 G12210 I G12202 I G12201 G12111 G12110 G12107 G12106 , G12212 G12215 G12200 G12100 p G12104 G12105 G12211 G12101 N O O _� ro - _ rn GG12214 r- 12213 G12102 G12103 0 � 00 Ys � J G12303 G12302 COVE'RNOR STRFFT G12409 G12408 G12410 G12301 G12411 G12304 p G12300 Ss G12406 G12405 G12305 �. G12306 aL _ G123 9 G12400 f G12401 - G12313 G12314 G12402 G12403 G12404 zli U) G12307 0 G12312 _ 526 N COVE'PA'OR I OAKLAND CEMETERY a STREETLo G12310I m r G123111 y v City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.19 619 N GOVERNOR 611 N GOVERNOR \ STREET \ \\ STREET �� G13106 c�`Yl//�/ _ G13105 G13104 G13202 v �\ G13204 G13203 G13201 G1310 \ r G13103 G13205 G13206 G13100 G13102 G13207 G13200 G13101 (_ i TI T a tag C'.) ro _ N �r v 8.31 BROWN O� _ 830 RONALDS STREET S C? STREET 01_1 G14206 G14207 G14205 G14204 G14104 1420 G14107 I G14106 G14105 i G14208 1 -. X14209 G14210 --�- G14211 G14102 G14103 G14212 G14213 G14200 G14100 G14101 1 U) -- w — w a a COVFRNOR STREET m Cc U City File No. PS-3 XX DESIGN TEAM: CIN OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.20 331 S JOHNSON C)- STREET N O I 1I 2 F, �/ ON W T 11110 J1109 11204 J1203 00 � .._ 11111 11108 326 S JOHNSON STREET J1112 / 11205 11202 \ � 11107 11106 / J1201 J1113 LIZ i 335 S JOHNSON - - j STREET / 11206 11208 1120011100 \- J1104 1105 j 11101 J1208 11102 11103 11207 � COUP.T STP.EET c �rn J1410 J1409 _ _----x au 403 S JOHNSON _ 0..- STREET J1411 - i I J1400 J1 05 J1406 II ' I % / I 404 S JOHNSON _ J1401 J 104 .STREET � L SGN / Lu J1402 11403 j / cm) ¢ % U City File No. PS-3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.21 j � N J2111 I J2110 � ON n y EC SS JOHNSON pj pj STREET i J2205 J2204 604 BOWER) i I STREET 0 10 I /% � J2112 � � J2202 � J2203 J2113 J2109 J2206 J2201 scN J2114 � tiYo J2108 J2107 J2207 I a.Jc \ J2208 J2209 I J2212 J2100 \ J2101 J2104 J2106 J2200 J2105 J2213 nom, J2102 J2103 J2210 J2211 BOWERY ST m v J2304 J2303 J2409 J2408�—In fV -� J2301 J2410 co J2306 J2305 J2302 \ J2300J2411 J2407 12406 D J J2313 J2400 I SGN J2404 J2405 J2307 J2308 J2311 I J2401 J2312 i � I 1 I l J2403 w U) J2309 J2310 o > W I J2402 606 S JOHNSON STREET a 607 S JOHNSON 0 Lo 0 W STREET N Uj cn D F- City File No. PS-3XX IA DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.22 * Does not include curb 1 Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. z Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10j 04-18-17� Point to Point Sidewalk Designation PCC Sidgyslk z U Distance* FT A Elevation FT Slope % Acceptable Constructed Range Pos. or Neg. Staking RequiredMeasured on this Slope Initials Qua 2 1 % Remarks VALUES FOR INFORMATION ONLY: USED TO DETERMINE DESIGNED SLOPES point Station Offset Elevation 81100 81101 Ramp Running Slope 6 4.12 0.32 7.8% 0.5% to 8.3% Yes _ B1100 0+54.99 -32.81 1 654.35 81101 B1102 LandinR/Turning Space 4 5.08 0.07 1.4% 0.1% to 2.0% _ B1101 0+59.12 -32.86 654.67 B1102 B1103 Sidewalk Running Slope 4 9.07 0.38 4.2% 0.5% to 5.0% Yes B1102 0+63.62 -32.83 654.74 B1103 81104 Match Existing Cross Slope 4 4.12 0.09 2.2% Match Existing_ 81103 8+72.67 -33.20 655.12 81104 81105 Sidewalk unning Slope 4 8.96 -0.41 -4.6% 0.5% to 5.0% Yes _ B1104 0+72.42 -37.21 655.21 81105 81106 Landing/ rninSpace 4 0.91 0.01 1.1% 0.1% to 2.0% B1105 0+63.58 -37.27 654.80 51106 81107 Sidewalk Running Slope 4 20.08 1.05 5.2% 0.5% to 6.2% Length constructed must exceed 15 feet at a uniform running sloe _ B1106 0+63.91 -49.93 654.81 81107 81108 Match Existing Cross Slope 4 4.41 -0.12 -2.7% Match Existing B1107 0+59.43 -58.33 655.86 B1108 81109 Sidewalk Running Slope 4 20.25 -0.99 -4.9% 0.5% to 5.0% Yes Removal limited by driveway 81108 0+59.43 -46.45 655.74 B1109 B1110 Landin /T rning Space 4 0.87 -0.01 -1.1% 0.1% to 2.0% 81109 0+59.12 -37.34 654.75 81110 B1111 Ramp Running Slope 6 5.15 -0.34 -6.6% 0.5% to 8.3% _ 81110 0+53.91 -37.22 654.74 Billl B1110 Crosswalk Cross Slope - Yield Condition 6 5.00 0.34 6.8% 0.0% to 7.8% _ 81111 0+53.88 -37.21 1 654.40 B1101 B1110 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 1 0.1% to 2.0% 81102 81105 Landing/Turning Landing/TurningSpace 4 5.00 0.06 1.2% 0.1% to 2.0% B1105 81110 Landing/Turning Space 4 5.00 -0.06 -1.2% 0.1% to 2.0% _ 81111 B1100 Landin T rning Space 4 5.00 -0.05 -1.0%- 0.1% to 2.0% B1200 81201 Crosswalk Cross Slope - Yield Condition 6 8.57 0.12 1.4% 0.0% to 2.0% B1200 0+26.83 -38.10 654.09 81201 81202 Ramp Runn ng slope 5 4.50 0.37 8.2% 0.5% to 8.3% Yes Ramp removal limited by bridge railing 81201 0+22.33 -38.11 654.21 81202 81203 Ramp Cross slope 6 8.57 -0.04 -0.5% 0.1% to 2.0% 81202 1 0+16.19 -29.56 654.58 81203 B1200 Ramp Running Slope 6 6.54 -0.45 -6.9% 0.5% to 8.3% B1203 0+22.74 -29.52 654.54 81300 B1301 Ramp Running Slope 6 3.05 0.24 7.9% 0.5% to 8.3% Yes Ramp removal limited by bridge railing_ B1300 0+31.76 32.79 654.17 81301 81302 Ramp Cross Slope 6 8.26 0.24 2.9% 0.1% to 3.9% Ram removal limited by bridge railin _ B1302 0+28.71 32.67 654.41 81302 81303 Ram Runn ng Slope 6 4.90 -0.38 -7.8% 0.5% to 8.3% Yes Ramp removal limited by bridge railing 81302 0+29.11 41.08 654.65 B1303 81300 Crosswalk Cross Slope - Yield Condition 6 8.26 -0.18 -1.2% 0.0% to 2.0% 81303 0+40.44 41.lfl 654.27 Imill 81400 81401 Ramp Runn ng Slope 6 8.26 0.66 8.0% 0.5% to 8.3% Yes 81400 0+61.25 41. 6 81401 81402 Sidewalk RunningSlope 4 15.24 0.66 4.3% 0.5% to 5.0% Yes Length constructed must exceed 15 feet at a uniform runningslo a 81401 0+69.51 1. 654 B1402 B1403 Match ExistingCross Slope 4 3.84 0.10 2.6% Match ExistingB1402 0+70.72 ..66. 65 81403 81404 Sidewalk RunningSlope 4 15.01 -0.80 -5.3% 0.5% to 6.3% Length constructed must exceed 15 feet at a uniform runningslope B1403 0+74.61 6.0 65 B1484 B1405 Sidewalk RunningSlope 4 8.51 0.29 3.4% 0.5% to 5.0% _ B1404 0+74.51 1.0 6 .75 B1405 81406 Match ExistingCross Slope 4 3.96 -0.22 -5.6% Match Existing_ B1405 0+82.87 .3 65 B1406 B1407 Sidewalk RunningSlope 4 8.32 -0.14 -1.7% 0.5% to 5.0% _ B1406 0+82.81 .45 65 ' B1407 B1408 Landin Turnin Space 4 5.08 0.05 1.0% 0.1% to 2.0% _ B1407 0+74.52 .1 65 81408 B1409 Ram Runnin Slope 6 7.91 -0.63 -8.0% 0.5% to 8.3% Yes B1408 0+69.49 .10 65 B1409 81400 Crosswalk Cross Slope- Yield Condition 6 5.00 0.03 0.6% 0.0% to 2.0% _ 81409 0+61.58 .11 654. 81408 81401 Landing/ rning Space 4 5.08 0.06 1.2% 0.1% to 2.0% _ B1401 81404 Landin Turnin Space 4 5.00 -0.04 -0.8% 0.1% to 2.0% _ 81404 81407 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% B2100 82101 Ram RunningSlope 6 5.91 0.30 5.1% 0.5% to 8.3% _ B2100 4+48.53 -32.12 675.80 82101 82102 Ram Runnin Slope 6 3.82 -0.31 -8.1% 0.5% to 8.3% Yes B2101 4+54.32 -32.03 676.10 B2102 B2103 Crosswalk Cross Sloe - No Yield Condition 6 5.00 0.03 0.6% 0.0% to 5.04 82102 4+54.27 -28.21 675.79 82103 B2104 Ramp Runn na Slope 6 5.84 0.36 6.2% 0.5% to 8.3% B2103 4+59.24 -26.12 675.82 B2104 02105 Sidewalk Running Slope 4 15.12 1.10 7.3% 0.5% to 8.3% 82104 4+59.32 -31.96 676.18 82105 B2106 Match Existing Cross Slope 4 3.67 0.00 0.0% Match Existin _ B2105 4+74.30 -34.08 677.28 82106 B2107 Sidewalk Running Slope 4 15.23 -1.03 -6.8% B.5% to 7.8% 82106 4+74.38 -37.75 677.28 82107 82108 Sidewalk Running Slope 4 23.00 0.37 1.6% 0.5% to 5.0% _ 82107 4+59.39 -36.96 676.25 B2108 B2109 Match Existing Cross Slope 4 4.30 -0.07 -1.6% Match Existin _ 82108 4+50.49 -58.81 676.62 82109 B2110 Sidewalk Running Slope 4 1 14.12 -8.15 -1.1% 0.5% to 5.0% 82109 4+46.20 -58.78 676.55 B2110 82111 Sidewalk Running Slope 4 5.80 -0.15 -3.0% 0.5% to 5.0% B2110 4+46.06 -44.67 676.40 B2111 B2112 Sidewalk Cross Slope 4 3.49 -0.25 -7.2% B.5% to 8.2% B2111 4+48.02 -40.08 676.25 82112 82113 Sidewalk Cross Slope 4 9.96 0.17 1.7% 0.5% to 2.0% Yes B2112 4+44.80 -38.69 676.00 B2113 82114 Ramp Running Slope 6 5.91 -0.47 -8.0% 0.5% to 8.3% Yes B2113 4+54.39 -37.03 676.17 82114 B2100 Crosswalk Cross Slope - Yield Condition 6 7.66 0.10 1.3% 0.0% to 2.0% i 82114 4+44.54 -37.16 675.70 B2115 B2107 Sidewalk Cross Slope 4 4.00 -0.02 -0.5% 0.5% to 2.0% 6' sidewalk curb required to match grade B2115 4+59.45 -40.94 676.27 82115 B2113 Sidewalk Cross Slope 4 6.50 -0.10 -1.5% 0.5% to 2.0% 82113 82107 Landing/ rning Space 4 5.80 0.08 1.6% 0.1% to 2.0% Yes 82107 82104 Landing/Turning Space 4 5.00 -0.87 -1.4% 0.1% to 2.0% _ B2104 B2101 LandingfTurning Space 4 5.00 -0.08 -1.6% 0.1% to 2.0% Yes _ 82101 82113 Landing/Turning Space 4 5.08 0.07 1.4% 0.7% to 2.0% City File No. PS -11 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.23 I f j 113-101, 04-18-171 SIDEWALK COMPLIANCE See 5 Sheets ' Does not include curb 1 Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. � Refer to tabulation 113-01 for bid Quantities. FOR INFORMATION ONLY: Staking VALUES USED TO DETERMINE DESIGNED SLOPES PCC Acceptable Required Measured Distances 4 Elevation Slope Point to Point Sidewalk Designation 93dXwalk Constructed Range an this Slope Initials Remarks /U\ � Qua tT v Point Statim Offset Elevation FT FT % Pos. or ez. % B2200 82201 Crosswalk Cross Slope - Yield Condition 6 5.00 0.30 6.0% 0.6% to 7% _ B2200 4+03.55 -32.56 674.10 82201 B2202 Ram Runnin Sla e 6 9.98 -0.15 -1.5% 0.5% to 8.3% _ B2201 4+07.54 -37.54 674.40 B2202 82203 Sidewalk Runnin Slo e 4 13.39 1.80 7.5% 0.5% to 8.5% 82202 3+97.56 -37.69 674.25 B2203 B2204 Sidewalk Running Slope 4 13.38 1.04 7.8% 0.5% to 8.8% B2203 3+95.76 -50.87 675.25 B2204 B22B5 Match Existing Cross Slope 4 3.88 0.07 1.6% Match Existing _ 82204 3+93.78 -64.11 676.29 82205 B2206 Sidewalk Running Slope 4 13.81 -1.11 -8.0% 0.5% to 9% _ 82205 3+89.89 -64.12 676.36 B2206 82207 Sidewalk Running Slope 4 13.31 -1.07 -8.0% 0.5% to 9% 6" sidewalk curb required to match rade B22% 3+91.22 -50.88 675.25 62207 B2208 Sidewalk Runnin Sla e 4 11.42 6.46 4.2% 0.5% to 5.0% Yes 6" sidewalk curb required to match rade B22W 3+92.56 -37.64 674.38 82208 B2209 Match Existing Cross Slope 4 3.84 -0.30 -7.8% Match Existing B2208 3+81.34 -35.53 674.66 B2209 02230 Sidewalk Running Slope 4 11.25 -0.25 -2.2% 0.5% to 5.0% B2209 3+81.40 -31.69 674.36 B2210 82211 Ram Running Slope 6 6.74 -0.41 -6.1% 0.5% to 8.3% 82210 3+92.61 -32.64 674.13 B2211 B2212 Crosswalk Cross Slope - No Yield Condition 6 5.88 0.10 2.0% 0.0% to 5.0% 82211 3+92.68 -25.90 673.70 B2212 82213 Ramp Running Slope 6 4.78 0.38 8.1% 0.5% to 8.3% Yes _ 82212 3+97.75 -27.83 673.80 B2213 B228B Ram Running Slope fi 5.95 -0.08 -1.3% 0.5% to 8.3% _ B2213 3+97.63 -32.66 674.18 B2206 B2203 Sidewalk Cross Slope 4 4.50 8.00 0.0% 0.5% to 2.0% B2230 B2207 Landin /Turnin Space 4 5.00 0.07 1.4% 0.1% to 2.0% _ 82207 82202 Landing/Turning Space 4 5.06 0.07 1.4% 0.1% to 2.0% 82202 82213 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ B2213 82210 Landin /Turnln Space 4 5.80 -8.07 -1.4% 0.1% to 2.0% _ B2300 82301 Ram Runnin S1212 6 5.77 0.07 1.2% 0.5% to 8.3% B2300 4188.38 35.70 - 673.73 82301 82302 Ram Runnin Slo e 6 4.23 -0.33 -7.8% 0.5% to 8.3% Yes _ 62301 4+09.02 30.73 673.80 B2302 B2303 Crosswalk Cross Slope - No Yield Condition 6 -0.03 -0.6% 0.8% to 5.0% _ B2302 3+96.24 30.76 673.47 82303 82304 Ramp Running Slope 6 0.43 6.6% 0.5% to 8.3% _ B2303 3+98.20 26.52 673.44 82384 82305 Sidewalk Running Slope 4 0.01 8.1% 0.5% to 5.0% B2304 3+93.18 24.28 CIP 73.87 B2305 82306 Match Existing Cross Slope 4 0.03 0.7% Match Existing 82305 3+93.24 -W!-:39,78673. 82306 82307 Sidewalk Runnin Slo e 4 0.01 0.1% 0.5% to 5.0% 82306 3+82.87 82387 82308 Sidewalk Running Slope 4 N4.2O -0.08 -1.0% 0.5% to 5.0% 82307 3+82.76 B2308 82309 Sidewalk Running Slope 4 -0.04 -0.3% 0.5% to 5.0% _ B2308 3+93.29 B2309 B2318 Match Existing Cross Slope 4 -0.01 -0.2% Match Existing 82309 3+90.78 B2310 82311 Sidewalk Running Slope 4 0.03 0.3% 0.5% tm 5.8% B2310 3+90.90 B2311B2312 Sidewalk RunninSloe 4 8.05 0.5% 0.5% to 5.0% Drainage issues were considered B2311 3+94.90 B2312 B2313 Ram Run nin Slo e 6 9.81 -0.02 -0.2% 0.5% to 8.3% B2312 3+98.39 B2313 B2300 Crosswalk Cross Slope -Yield Condition 6 5.00 -8.12 -2.4% 8.0% to 3.4% B2313 4+08.10 82306 82307 Sidewalk Cross Slope 4 10.50 0.01 0.1% 0.5% to 2.0% _ 82307 82308 Sidewalk Cross Slope 4 8.20 -0.06 -1.0% 0.5% to 2.8% _ H2301 62312 Landing/Turning Space 4 5.00 8.07 1.4% 0.1% to 2.0% 82312 B2367 Landin /Turning Space 4 5.00 0.85 1.0% 0.1% to 2.0% _ 82307 B2304 Landing/ urninSpace 4 5.80 -0.05 -1.0% 0.1% to 2.0% _ 82304 B2301 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ 0.00% 0.0% - B240B 62401 Ram Runnin Slope 6 8.89 0.71 7.6% 0.5% to 8.3X Yes 82400 4+44.52 35.63 674.32 B2401 B24B2 Sidewalk Running Slope 4 9.32 0.06 1.2% 0.5% to 5.0% _ 82401 4+53.30 35.65 675.03 82402 B2403 Sidewalk Running Slope 4 6.85 -0.07 -1.0% 0.5% to 5.0% _ B2402 4+55.89 44.68 675.11 82403 B2484 Match Existing Cross Slope 4 3.73 0.35 4.0% Match Existin _ 82403 4+57.95 51.26 675.84 82404 82405 Sidewalk Running Slope 4 7.99 -0.02 -0.3% 0.5X to 5.0% 82404 4+61.68 51.28 675.19 B2405 02406 Sidewalk Running Slope 4 7.99 -B.W -0.9% 0.5% to 5.0% B2405 4+60.04 43.47 675.17 B2406 82407 Sidewalk Running Slope 4 23.21 1.88 4.7% 0.5% to 5.0% Yes _ 82406 4+56.48 35.65 675.10 82407 B2408 Match Existin Cross Slope 4 4.00 0.83 0.8% Match Existing B2407 4+74.82 34.67 676.18 B2408 B2409 Sidewalk Running Slope 4 23.21 -1.18 -5.1% 0.5% to 6.1% B2408 4+81.68 38.74 676.21 B2409 82410 Ram Running Slope 6 6.58 -0.08 -3.2X 0.5% to 8.3X 62409 4+81.72 30.65 675.03 B2410 B2411 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.17 -3.4% 6.0X to 5.0% 82410 4+58.52 24.ee 674.95 82411 82412 Ram Running Slope 6 4.28 0.18 4.3% B.5% to 8.3% B2411 4+53.53 26.44 674.78 82412 B2413 Ram Running Slope 6 5.09 -0.43 -8.7X B.5% to 8.3% Yes 82432 4+53.47 30.64 674.96 82413 82400 Crosswalk Cross Slope - Yield Condition 6 5.08 -8.23 -4.6% 0.0% to 5.6% 62413 4+48.38 30.64 674.55 W 82405 82402 Sidewalk Cross Slope 4 4.29 -0.06 -1.4% -W.5% to 2.0% _ W 82412 B2409 Landing/Turning Space 4 5.00 0.07 1.4% 2 B2409 B2486 Landing/Turning Sate 4 5.00 0.07 1.4% 0.3% to 2.B% N 82406 B2401 Landing/Turning Space 4 5.00 -0.07 -1.4% B.1% to 2.8% IL 82401 82412 Landing/Turning Space CO cc U [City No. PS 3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.24 4 5.00 -0.07 -1.4% 0.]% 113-10 04-18-17 SIDEWALK COMPLIANCE See S Sheets • Does not include curb s Staking required by Contracting Authority per Article 2511.83 of the Standard Specifications. 1 Refer to tabulation 113-01 for bid quantities. FOR INFORMATION ONLY: Staking VALUES USED TO DETERMINE DESIGNED SLOPES " PCC Acceptable Required Measured Distance* 4 Elevation Slope Point to Point Sidewalk Designation Sidgwalk Constructed Range on this Slope Initials Remarks fU\ Qua tT Point Statim OFfset Elevation a FT FT % Pos. or Ne % 63100 1 B3101 Ramp Running Slope 6 2.06 0.14 7.0% 0.5% to 8.3% _ B3100 8+57.07 -27.90 685.25 83101 B3102 Landin /Turnin Space 4 5.00 0.07 1.4% 0.1% to 2.0% 63181 8+57.09 -29.65 685.29 B3102 B3103 Sidewalk Runnin Slope4 16.70 0.37 2.2% 0.5% to 5.0% 83102 8+62.08 -29.54 685.36 83103 83104 Match Existin Cross 51 e 4 4.00 0.17 4.2% Match Existin B3103 8+71.80 -29.56 685.73 83104 83105 Sidewalk Runnin S10 4 16.70 -0.47 -2.8% 0.5% to 5.0% 6" Sidewalk curb required to match rade B3104 8+71.93 -33.55 685.90 63105 53106 Landin /Turnin Space 4 5.00 -8.07 -1.4% 0.1% to 2.0% 6" sidewalk curb required to match rade 83105 8+26.16 -34.54 685.43 83106 B3107 Ram Cross Slope 6 6.00 0.06 1.0% 0.1% to 2.0% 6" sidewalk curb required to match rade _ 83106 8+56.95 -34.49 685.36 B3107 B3108 Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 6" sidewalk curb required to match rade 83107 8+53.53 -37.52 685.42 83108 83109 Sidewalk RunningSlope4 18.08 1.11 6.1% 0.5% to 7.1% 6" sidewalk curb required to match rade _ 83108 8+53.71 -42.48 685.49 83109 B3110 Match Existin Cross Slope4 3.59 0.00 0.0% Match Existin 83109 8+51.85 -56.38 686.60 83110 83111 Sidewalk RunningSlope4 17.82 -1.18 -6.6% 0.5% to 7.6% Length constructed must exceed 15 feet at a uniform runningslope 83110 8+48.26 -56.41 686.60 83111 83112 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ B3111 8+48.71 -42.58 685.42 83112 83113 Ramp Running Slope 6 2.42 -0.05 -2.1% 0.5% to 8.3% B3112 8+48.64 -37.59 685.35 83113 83100 Crosswalk Cross Slope - No Yield Condition 6 1 14.44 -0.15 -1.0% 8.0% to 5.0% B3113 8+46.21 -37.62 685.30 83101 83106 Landin /T rning Space 4 1 5.00 0.07 1.4% 0.1% to 2.0% - B3102 83105 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% B3107 83112 Lan din /Turning Space 4 5.00 -0.07 -1.4% 6.1% to 2.0% B3108 83111 Lan din /Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% 8.00% 83113 8+46.21 -37.62 685.30 83200 83201 Crosswalk Cross Slope - No Yield Condition 6 12.50 0.45 3.6% 0.0% to 5.0% 83200 7+91.42 -30.16 684.55 B3201 83202 Ramp Runn ng Slope 6 3.62 -0.12 -3.3% 0.5% to 8.3% _ 83201 8+01.10 -38.2665.00 53202 B3203 Sidewalk RunningSlope4 23.68 1.91 8.1% 0.5% to 9.1% Length constructed must exceed 15 feet at a uniform runningslope _ 83202 7+97.48 -38.29S 38.29 664. B3203 83204 Match Existin Cross Slope 4 3.90 0.10 2.6% Match Existin 83203 8+84.57 60.83 686.79 83204 63205 Sidewalk Running Slope 4 28.06 -1.94 -9.7% 0.5% to 10.7% 6" sidewalk curb required to match rade _ 03204 8+00.67 9 686.8 83285 B3206 Landin /T rning Space 4 6.03 -0.07 -1.2% 0.1% to 2.0% 6" sidewalk curb re uired to match rade B3205 7+94.06 4 684.9 03206 B3207 Sidewalk RunningSlope4 15.20 0:74 4.9% 0.5% to 5.0% Yes 6" sidewalk curb re uired to match rade 83206 7+89.52 -3T.46 1684.891 83207 03208Match Existin Cross Slope 4 3.89 -0.12 -3.1% Match Existing B3207 7+74.33 - 5.62 83208 83209 Sidewalk Runnin Slo 4 17.10 -0.69 -4.0% 0.5% to 5.0% _ B3208 7+74.35 - 685.50 83209 83200 Ramp Running Slope 6 3.21 -0.26 -8.1% 0.5% to 8.3% Yes B3209 7+91.48 03209 83206 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 83202 83205 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 03209 83202 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 53300 B3301 Crosswalk Cross 510 - Yield Condition 6 4.44 0.29 6.5% 0.0% to 7.5% 03300 8+00.24 30. 3 6 9 83301 83302 Crosswalk Cross Slope - Yield Condition 6 3.18 -0.26 -8.2% 0.0% to 9.2% 83301 7+95.80 30.46 663.38 B3302 B3303 Crosswalk Cross Slope - Yield Condition 6 5.00 0.03 0.6% 0.0% to 2.0% 83302 7+95.83 27.28 683.12 B3303 B3304 Ramp Runn ng Slope 6 5.40 0.30 5.6% 0.5% to 8.3% 83303 7+90.85 24.98 683.15 83304 83305 Sidewalk Running Slope 4 8.54 0.10 1.2% 0.5% to 5.0% 83304 7+90.80 30.42 683.45 B3305 B3306 Match Existing Cross Slope 4 4.00 0.07 1.8% Match Existing 83305 7+82.29 31.24 683.55 B3306 83307 Sidewalk Running Slope 4 8.48 -0.12 -1.4% 0.5% to 5.0% 83306 7+82.26 35.27 683.62 83307 83308 Sidewalk Running Slope 4 15.25 -8.95 -6.2% 0.5% to 7.2% _ B3307 7+90.75 35.36 683.50 03308 83309 Match Existin Cross Slo e 4 3.78 -0.05 -1.3% Match Existin B3308 7+90.41 50.61 682.55 03309 83310 Sidewalk Running Slope 4 15.35 0.95 1 6.2% 0.5% to 7.2% 53389 7+94.18 50.73 682.50 B3310 B3311 Ramp Running Slope 6 15.35 -0.72 74.7% 0.5% to 8.3% _ 03310 7+95.75 35.46 683.45 B3311 B3300 Crosswalk Cross Slope - Yield Condition 6 15.35 0.36 2.3% 0.0% to 3.3% B3311 8+05.75 35.58 682.73 83304 83307 Landing/Turning Landing/TurningSpace 4 5.00 0.85 1.0% 0.1% to 2.0% -81391 63310 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 83301 83304 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 63310 83307 Landing/Turning Landing/TurningSpace 4 5.00 0.05 1.0% 0.1% to 2.0% 83400 B3401 Ramp Running Slope 6 3.59 0.28 7.8% 0.5% to 8.3% Yes 83400 8+87.32 36.16 682.80 83401 B3402 Sidewalk Running Slope 4 15.63 -1.03 -6.6% 0.5% to 7.6% extention beyond 15 feet does not improve slope 83401 8+50.91 36.21 683.08 Cl) B3402 83403 Match Existing Cross Slope 4 3.76 0.19 5.1% Match Existin 83402 8+48.13 48.54 682.05 Fu 83403 B3404 Sidewalk Running Slope 4 11.73 0.91 7.8% 0.5% to 8.8% extention beyond 15 feet does not improve Slope 83403 8+51.89 48.59 682.24 w 83404 83405 Landing Turning Space 4 5.08 0.07 1.41 0.1% to 2.0% _ 83404 8+55.13 40.20 683.15 = 83405 B3406 Sidewalk Running Slope 4 11.45 0.53 4.6% 0.5% to 5.0% Yes _ 83405 8+59.27 37.26 683.22 Cn 83406 83407 Match Existing Cross Slope 4 3.83 -0.24 -6.3% Match Existin 83406 8+70.52 35.12 683.75 CL 83407 83408 Sidewalk Running Slope 4 14.42 -0.33 -2.3% 0.5% to 5.0% 83407 8+70.68 31.30 683.51 83408 03409 Ram RunningSlope 6 3.48 0.14 4.0% 0.5% to 8.3% 83408 8+56.26 37.27 683.18 2 83409 83400 Crosswalk Cross Slope - No Yield Condition 6 12.28 -0.52 -4.2% 0.0% to 5.0% 83409 8+56.31 27.79 683.32 Do B34B1 83404 Landin /Turnin Space 4 5.00 0.07 1.4% B.]% to 2.0% _ 03408 83405 Landin /Turnin 5 ace 4 5.00 0.04 0.8% 0.1% to 2.0% U City File No. PS -3)(Y Al DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET N0. S.25 ' Does not include curb i Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets M-19 e4-18-1 Point to Point - PCC Sidewalk Designation SidgEualk a U Distance FT 4 Elevation Slope FT % Staking Acceptable Required Measured Constructed Range on this Slope Initials Remarks Qua t7 4 Pos. 0r Ne X VALUES FOR INFORMATION ONLY: USED TO DETERMINE DESIGNED SLOPES Point Statim Offset Elevation 94300 84301 Ram RunningSlope 6 2. 0.08 .5 to 8. 84300 10+25.23 30.56 685.70 B4361 B4302 Landing/Tu ninSpace 4 1 5.00 -0.07 -1.4% 0.1% to 2.0% 84301 10+22.96 30.50 685.78 84302 94303 Sidewalk Running Slope 4 1 10.40 -0.41 -3.9% 0.5% to 5.0% _ B4302 10.17.99 30.54 685.71 84303 84304 Match ExistingCross Slope 4 3.70 0.04 1.1% Match Existing_ 84303 10+07.53 31.70 685.30 B4304 B4305 84305 B4306 Sidewalk RunningSlope Landing/TurningSpace 4 4 10.40 5.00 0.41 0.07 3.9% 1.4% 0.5% to 5.0% 0.1% to 2.0% 84304 84305 16+07.59 10+17.99 35.55 35.54 685.34 685.75 84306 84307 Ram Runnin 510 6 3.66 -0.07 -1.9% 0.5% to 8.3% _ 64306 16+22.99 35.50 685.82 B4307 84300 Crosswalk Cross 510 e - Yield Condition 6 5.00 -0.05 -1.0% 0.0% to 2.0% B4307 10+26.60 35.47 685.75 84302 84305 Landing/Tu ninSpace 4 5.00 0.04 0.8% 0.1% to 2.0% 84301 B4306 Landing/TurningSpace 4 5.00 0.04 0.8% 0.1% to 2.0% 84408 B4401 Ram Runnin Slope 6 3.36 0.05 1.5% 0.5% to 8.3% _ B4400 10+41.84 35.40 686.10 84401 B4402 Landing/Turnin Space 4 5.00 8.05 1.0% 0.1% to 2.0% 64401 10+45.01 35.35 686.15 84402 04403 Sidewalk Running Slope 4 13.50 -0.08 -0.6% 0.5% to 5.0% _ B4402 10+50.01 35.33 686.20 B4403 B4404 Match ExistingCross Slope 4 3.71 -0.13 -3.5% Match Existing84403 10+55.88 35.33 686.12 B4464 84405 Sidewalk RunningSlope4 13.50 0.16 1.2% 0.5% to 5.0% _ B4404 10+55.73 31.63 685.99 84405 84406 Landing/TurningSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% 84405 10+49.98 30.31 686.15 84406 B4407 Ram Runnin Slo e 6 2.60 -0.15 -5.8% 0.5% to 8.3% 84406 10+44.98 30.35 686.10 84407 B4400 Crosswalk Cross Slo e - Yield Condition 6 5.00 0.15 3.0% 0.0% to 4% 84407 10+42.36 30.37 685.95 84402 84405 Landing/Tu ninSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% _ B4401 B4402 Landing/TurningSpace 4 5.00 0.05 1.0% 0.1% to 2.0% 85180 B5101 Crosswalk Cross Slope - Yield Condition 6 5.20 0.07 1.3% 0.0% to 2.0% _ 85100 688.93 B5101 B5102 Ram Runnln Slope 6 3.00 0.20 5.3% 0.5% to 8.3% 85101 S.A.68 B5102 85103 Sidewalk Running Slope 4 4.70 0.33 7.0% 0.5% to e% _ 85102 689.20 St B5163 85104 Sidewalk Running Slope 4 16.20 1.12 6.9% 0.5% to 7.9% 85103 fi89.5 85104 85105 85105 B5106 Match Existing Cross Slope Sidewalk Running Slope 4 4 1 3.94 1 17.90 0.20 1 -1.58 1 5.1% -8.8% Match Existing 0.5% to 9.8% 85164 85105 690.6 90.8 85106 B5107 Sidewalk Runnin 4 10.80 0.97 9.0% 0.5% to 10% Sidewalk removal limited b drivers approach B5106 689.27 BS1W 85108 Ss Match Existin Cross 51 e 4 3.84 -0.08 -2.1% Match Existing 95107 90.24 85308 95109 Sidewalk Running Slope 4 11.34 -0.96 -8.5% 0.5% to 9.5% Sidewalk removal limited by driveway approach _ B5108 .16 85109 B5210 Ramp Running Slope 6 11.00 -0.23 -2.1% 0.5% to 8.3% _ B5109 9.20 B5110 B5111 85111 Crosswalk Cross Slope - No Yield Condition amp Running Slope 6 6 7.26 5.75 0.00 0.16 8.0% 2.8% 0.0% to 5.0% 0.5% to 8.3% B5110 85111 8.97 .97 85100 85112 Ramp Running Slope 6 2.76 0.20 7.2% 0.5% to 8.3% 85112 76W.13 85112 85102 Landing/Turning Landing/TurningSpace 4 5.08 0.07 1.4% 0.1% to 2.0% B5112 85109 Landing/TUrning Landing/TurningSpace 4 5.08 0.07 1.4% 0.1% to 2.0% B5102 B5106 Landing/Turning Landing/TurningSpace 4 5.08 0.07 1.4% 0.1% to 2.0% B5109 05106 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 85200 95201 Crosswalk Cross Sloe - Yield Condition 6 5.00 0.16 3.2% 0.0% to 4.2% 85200 12+00.65 -28.69 687.40 85201 B5202 Ram Runnin Slope 6 9.60 0.04 0.4% 0.5% to 8.3% _ B5201 12+06.04 -33.64 687.56 85202 B5203 Sidewalk Running Slope 4 6.40 0.47 7.3% 0.5% to 8.3% 85202 31+96.55 -33.73 687.60 B5203 85204 Sidewalk Running Slope 4 18.39 1.19 6.5% 0.5% to 7.5% 85203 11+96.59 -40.11 688.07 B52&l 95205 Match ExistingCross Slope 4 3.81 0.07 1.8% Match Existing85204 11+96.77 -58.51 689.26 B5205 85206 Sidewalk Running Slope 4 38.30 -1.22 -6.7% 0.5% to 7.7% 85205 71+92.99 -58.44 689.33 B5206 85207 Sidewalk unning Slope 4 9.25 -0.72 -7.8% 0.5% to 8.8% 85206 11+92.52 -40.15 688.31 B5207 85208 Sidewalk Running Slope 4 9.31 0.63 6.8% 0.5% to 7.8% 85207 11+85.83 -33.83 687.39 85208 95209 Match Existing Cross Slope 4 4.81 -0.38 1 -4.5% Match Existin _ 85208 11+76.52 -33.81 6882 .0 85209 85210 Sidewalk RunningSlope4 9.38 -0.44 -4.7% 0.5% to 5 .0% Yes B5209 11+76.46 -29.80 687.84 85210 85211 65211 95212 Landing/Turning Landing/TurningSpace Ram Runnin Slope 4 6 1.91 4.59 0.02 -0.32 1.0% -7.0% 0.1% to 2.0% 0.5% to 8.3% B5218 B5211 11+85.84 11+87.40 -29.81 -28.81 687.40 687.42 85212 B5213 Crosswalk Cross Sloe - No Yield Condition 6 5.00 0.10 2.0% B.B% to S.BC 85212 11+87.39 -24.26 687.10 85213 B5214 Ramp Runn ng Slope 6 3.57 0.29 8.1% 8.5% to 8.3% Yes _ B5213 11+92.39 -25.19 687.20 1 W B5214 85215 B5215 85200 Landing/Turning Landing/TurningSpace Ramp Running Slope 4 6 4.00 4.26 0.04 -0.13 1.0% -3.1% 0.1% to 2.0% 0.5% to 8.3% B5214 _ B5215 11+92.40 11+96.39 -28.76 -28.73 687.49 1F 687.53 W B52B6 85203 Landin /Turnin Space 4 4.00 -0.84 -1.0% 0.1% to 2.0% _ 2 85207 95210 Landin /Turnin Space 4 4.00 0.01 0.2% 0.1% to 2.0% U 85202 95215 Landin /Turnin 5 ace 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ CL 2 B52ll B5214 Landin Turnin Space 4 5.00 0.07 1.4% 0.1% to 2.0% C2 City File No. PS -3 CO Q U 1A DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET ISHEETNO S.26 • Does nut include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10' 04-18-17 Point to Point _ PCC Sidewalk Designation Sidewalk R Distance' FT A Elevation Slope FT % Staking Acceptable Required Measured Constructed Range on this Slope Initials Remarks Qua 7 i Pos. or Ne . % VALUES FOR INFORMATION ONLY: USED TO DETERMINE DESIGNED SLOPES Point Statim Offset Elevation 85300 B5301 Ramp Running Slope 6 4.55 0.24 5.3% 0.5% to 8.3% 85300 12+14.23 28.20 687.99 85381 B5302 Landing/Tu ninSpace 4 5.00 -0.08 -1.6% 0.1% to 2.0% Yes B5301 12+09.71 28.22 688.23 65302 85303 Sidewalk Running Slope 4 6.31 -0.18 -2.9% 0.5% to 5.0% - 85302 12+04.70 28.23 688.15 85303 85384 Sidewalk Running Slope 4 1 6.31 -0.12 1 -1.9% 0.5% to 5.0% B5303 11+98.49 29.30 687.97 85304 85305 Ramp Running Slope 6 6.61 -0.44 -6.7% 0.5% to 8.3% 85304 11+92.27 30.37 687.85 85305 85306 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.03 -0.6% 0.0% to 5.0% _ B5305 11+92.28 23.77 687.41 85306 85307 Ramp Running Slope 6 6.64 0.44 6.6% 0.5% to 8.3% _ B5306 11+87.28 23.83 687.38 B5307 85308 Sidewalk Running Slope 4 8.43 0.11 1.3% 0.5% to 5.0% B5307 11+87.27 30.39 667.82 85308 85309 Match Existing Cross Slope 4 3.90 0.07 1.8% Match Existing B5308 11+78.90 31.40 687.93 85309 B5310 Sidewalk Running Slope 4 8.31 -0.10 -1.2% 0.5% to 5.0% B5309 11+78.94 35.30 688.00 B5310 85311 Landing/Turning Landing/TurningSpace 4 5.00 0.02 0.4% 0.1% to 2.0% _ B5310 11+87.26 35.39 687.90 85311 85312 Sidewalk Running Slope 4 6.36 0.09 1.4% 0.5% to 5.0% 85311 11+92.27 35.38 687.92 B5312 B5313 Sidewalk Running Slope 4 6.36 0.21 3.3% 0.5% to 5.0% 85312 11+98.54 34.30 1 680.01 B5313 B5314 Sidewalk Running Slope 4 10.47 0.32 3.1% 0.5% to 5.0% 85313 12+04.81 33.23 688.22 85314 85315 Sidewalk Running Slope 4 8.91 0.12 1.3% 0.5% to 5.0% 85314 12+08.35 43.09 688.54 85315 B5316 Match Existing Cross Slope 4 4.04 0.03 0.7% Match Existing B5315 12+10.56 51.72 .688.66 85316 B5317 Sidewalk Running Slope 4 10.41 -0.19 -1.8% 0.5% to 5.0% 85316 12+14.60 85317 B5318 Sidewalk RunningSlope 4 8.84 -0.20 -2.3% 0.5% to 5.0% 05317 12+12.03 85318 B5319 Ram RunningSlope 6 9.73 -0.10 -1.0% 0.5% to 8.3% 85318 12+09.81 85319 85300 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.21 -4.2% 0.0% to 5.2% 85319 12+19.54 85314 85317 Sidewalk Cross Slope4 4.00 -0.04 -1.0% 0.5% to 2.e% _ 85301 B5318 Landis /Turnin S ace 4 5.00 0.07 1.4% 0.1% to 2.0% B5318 85313 Landis /Turnin S ace 4 5.00 -0.08 -1.6% 0.1% to 2.0% YesB5313 85302 Landln /Turnin 5 ace 4 5.00 -0.07 -1.4% 0.1% to 2.0% 062 85307 B5310 Landis /Turnin 5 ace 4 5.00 0.08 1.6% 0.1% to 2.0% Yes 85307 85304 Landis /Turnin 5 ace 4 5.08 0.03 0.6% 0.1% to 2.0% 85304 85311 Landis Turnin 5 ace 4 5.00 0.07 1.4% 0.1% to 2.0%B5312 85303 Sidewalk Cross Slo 4 4.00 -0.04 -1.0% 0.5% to 2.0%B54MO B5401 Ra Runnin Slo e 6 7.75 0.56 7.2% 0.5% to 8.3% B5400 12+56.19 65401 BW2 Landing/Turning Landing/TurningSpace 4 5.00 0.08 1.6% 0.1% to 2.0% Yes B5401 12+52.89 40.81 690.06 85402 85403 Sidewalk Running Slope 4 9.61 -0.08 -0.8% 0.5% to 5.0% B5402 12+51.39 45.56 690.14 B5403 B5404 Match Existing Cross Slope 4 7.78 0.10 1.3% Match Existing 85403 12+51.26 55.29 690.06 85404 85405 Sidewalk Running Slope 4 8.61 0.05 0.6% 0.5% to 5.0% 85404 12+55.26 55.28 690.16 85405 B5406 Landing/Turning Space 4 5.08 -0.08 -1.6% 0.1% to 2.0% Yes 85405 12+56.25 46.75 690.21 85406 B5407 Ramp Cross Slope 6 7.60 -0.15 -2.0% 0.1% to 2.0% Yes 85406 12+57.71 41.99 690.13 85407 B5408 Ramp Cross Slope 6 7.30 0.09 1.2% 0.1% to 2.0% 85407 12+61.75 36.07 689.98 B54e8 85409 Landing/Tu ninSpace 4 5.00 0.07 1.4% 0.1% to 2.0% _ 85408 12+68.48 33.62 690.07 85409 85410 Sidewalk Running Slope 4 1 16.46 1.91 11.6% 85409 12+73.50 33.60 690.14 85410 B5411 Match Existing Cross Slope 4 4.93 -0.05 -1.0% Match Existing 85410 12+89.82 35.14 692.05 85411 85412 Sidewalk Running Slope 4 16.52 -1.93 -11.7% 0.5% to 12.7% 85411 12+89.89 31.43 692.00 85412 B5413 ning space 4 5.00 -0.07 -1.4% 0.1% to 2.0% 85412 12+73.47 28.60 690.07 85413 85414 Ramp Running Slope 6 6.91 -0.50 -7.2% 0.5% to 8.3% 85413 12+68.46 28.60 690.00 B5414 85400 Crosswalk Cross Slope - Yield Condition 6 10.97 0.00 0.0% 0.0% to 2.0% _ B5414 12+61.24 28.79 689.50 85400 85406 Ramp Running Slope 6 8.66 0.63 7.3% 0.5% to 8.3% 85400 85407 Ramp Running Slope 6 6.06 0.48 7.9X 0.5% to 8.3% Yes 85401 B5406 Landing/Turning Landing/TurningSpace 4 5.00 8.07 1.4% 0.1% to 2.0% 85402 85405 Landis /Turnin Space 4 5.0e 0.07 1.4% 0.1% to 2.0% 85413 85408 Landis /Turnin space 4 5.00 8.07 1.4% 0.1% to 2.0% 85412 05409 Landis /Turnin space 4 5.00 8.07 1.4% e.1% to 2.0% _ 85414 85407 Ra Running Slope 6 7.41 0.48 1 6.5X 0.5% to 8.3% City Fie No. PS3XX y W 2 d cc 2 GO Cc U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.27 5: MG\CAD\PAV-STRM130n bpMk Bdulfxng ".Ct\DWG SER. Sheets- Gw UbW -An, 3/9/30101LnA5 AM. BWbeem PDF v m mmm�ymmmmm�ymmmm�l $°1 $°im $1 m m m m m S'1 eWlmmmmmmmmmm mmmmmmmmmmmmmm $1 $1mm � C/3 mWm�y Mym1W V WWmym��yWy1y� V 1/m,1W ym1 � �y N �myNNN W I�J� Amy tm�t,��m1 V N� �m1NNN P W N Y � V�+Y b M N Y W N y V m10m ym Yl•�mYYYyyYmY V P N� W NFm•0 � .dj�Y Q xj L/ 0 YNMYm100 Om11mi1�N�N m M Y N N 1+m�Om 10, Z a aA mm P P mmmm � N mmmmQmmmmmmq N P O1 P Lr.' m T 01 01 �� qm1 qm1 qm1 m 01 m P m mmmmgm�gml N N 01 01 P qml mTq 01 qm T O1 P mmmmmgmq P P Y Y 01 Q� Y Y N P Y Y T P Y Y mmm P P Y Y mmmq P N Y Y N Y YYY mmmm 01 P Y Y P P Y YYY O µ Y L] �^ Y Y Amy W y V Y m m m m � m N m N m N m N m� lNN1 N N Y W N N Y Y� N p N N m m N N m m N N m m N m m m m m m Y Y Y Y p p m m m m m m m ] P C rl N q N Y m W V N P W N Y V g N q m W N Y m b Ol V N P W N Y rt C Y9 C d N 6 ,f6d \JJ/ 1 llrrPr�PNNjNr'r NgN r•y rrrr(IArN Y Y d d , NNrPNggNrP rrPlIT ASN NrrMNA A W J•CL P O N o 6 Q J 6 ry q q ry p( 6 ] 6 J 6 6 Y � Y N N 3 J 6 Y 6 A R q[ S mm gq pp Z J J 6 0 O. ^ O. 6 Y ry M1 E S G q[ Y O qE ry E 6 Y Y O W E Y Y J J Y Y J] E A d E S d E Y d J Y E J d S d Y J A Y J Y• J J J E A J d E d Y J JW] d d J S N d P J A d L Y Y T Y Y T Y C W d 1• Y� y \� Y ti F J \F J y �'.IF•'FF'J y J J J C� C C C C fl T], Y L ] -A N C rt J µ]]] A C C „ L A J (1 Y C ] M rt ,] G J] J J J J Y J J]] J Y J] ]]] J J N F•. A D J Y;_ S J J J J Y N N Y J J 5 Y Y D N O f1 f1 W N Y _Jnl Y NNaN NaN NaNN NaN 1"'Y N N NO 1 11 !1 11 O O O 11 11 O N O rt It 1t rf alN" rt O O O !1 !t O N O M1 1\ M1 O O rt 11 O d Y d µ N R R d N R N d d N R N N d R N d d R N N d N A N N R N d N N N N d d F eJ! rt d d N d N N o rt V Z o� o o�� Y O Z m y N •1 m s s S /psi „G+ d Z n ] pa � Y R M M Y v J J J W Ln O Z N rt S µ d gPAAAgAAAAAAAAPAq AAAAggAAAAAAAAAAAq AAAAggqAAAAAAAAqAq 6�1 xR N rt n Y Cn o , a D NN�mNm W W ANyNN11 N N A W N W W W mmNm NNNNNm 01 W W W W mqW p m NN mNm �„� YNNA m� mNm mNm WNW mNm ymy11 mNm mNm �q�pp mNm mNmN mNm mNm mNm T 1 Y O 0 1Y Cm Ypmp mmmmmym�1mmmmmmgmp1 mmpmpyWy mm�m+Bmpmm IF NmYmmy�PVmW1p&NlO0Y11O�& sY G qm pm mm mm mm �6l mm mN {tpppmpgym+WmmmmmmJF�,6 D A q G1 NN N1y Yp V�pp A�A1pp !' V p�W�ppNNmWm 1bY m,W NV if yYy il��'ilX�piC pYp yVy mmm @A iC i¢iC yY pAp��ljA Bi�KXX pYp pY XXiF NY pY pY 2i qmq BCXX�BC �W�++ WNW mW WA �il mNm pAp��yNyY1�yN�y� X]tX iF yY pY Xil pY pY ii it �Yp iC �'XK�MXi�XpxX yNy qY yYy yY yN xd(X yp� N O it 3P Bl Z O my mmm�m m El m�m+m�mm mmm�m�m+ym � Z mm ym ym ym ym ym ym�ymm �m+�m+lm+�m+mm ym ymm�ym�ymm ym�yma XXi[XX%XXXSXXXxY yma lma pm mm ,mm ymymO D %XXil i[XXXSX]!X X'OS i[][X XXXXXXXKSXXX]IXSXXX � d O rt rt 1f 11 f1 1f rt 11 11 rt rt rt 11 rt ° e! ° M ° 1f ° 1T ° 1! a ° 1! ° �t rt rt ° ° 11 11 ° ° 11 ° � rt rt M ° 1f a ° 1f rt ° O 11 11 ° ° rt rt O O rt ° � rt 11 ° ° 11 a ° 11 ° rt 11 ° ° O , r�yf C m N N W Nmm N � Nmm N � N N W N N9 N N W � q � W N N m » qpp � 2 M M�ii mNm mNm iS�kWlM��XBF�M]��iF mNm mNm �ie M mNm BBMMiFX7MMMMiWt�XM:W! mNm mNm mNm mNm mNm mNm 1++ mNm rt RRXR22XKMX�iCxMXii RN@ RN@ mNm mNm mNm mmpp mNm @N@mme v m M r N N N N N N N W .1 Ik J N y W N n AO N r CO $ H D D n rt m m m a G' c a n z G) N O_ O C 1y01 �yO W ��W11Ny N W N Nq W 1pN b�Om 10 �y0 •W Fm+yN W W WYp [ 1191 y�pN 10NmlO WN��O O1 W q1D ��yO W Flab 1��O pD�J V 2 A ym W I+V I+N NNN mY �Yp V 1mi1NAgG�(O mNm �G�pp mGm mA W 01001 WG �Gp � W w V m C z Z O z m m D Z O O m i z z O m m g m m m m m g p m mm mm mm mm mm mm mm mm mm gq mm mm mm qq qq mm pp mm gq mm mm mm W W W m Wm W W W W mm W W W N N N N Nm N N m Nm N m Nm N N N mm mm mm y fn C m Y Y Y Y N NN Y Y Y Y VV}}11}N Y Y Y Y Y N Y Y Y Y Y YYY NNiy� Y Y Mp p}}gy1pp}}�1 Y Y W Y Y1 qqp}♦q Y Y q} Y Y p}�q} Y Y p� Y Y N C T y }q m y ♦Ny}�yN 10 t0101DbN aNN W J V �1D 1D •N 10 •N tD �yyDl ♦N♦NNNN W bNN b�1+Dm }q �NNNvl OI Orq O� W W p+,NN � O 01 N N N Y Y Y T N N g Y Y Y Y q W V NNN N V V W g m q q J Y mW�y 0 Y m A p W 6) p N A b N W N N N g W N q V N N b Y (p b A W g W g m V W N N Y Y q V m m W Y Y W N Y W W Y Y b b N N Y W V N q 1D Y Y 10 W N W N W W N W m N N N q IyN I9�aD 1NN1 . ?TJ b W W m g m � T ANmbNOglmNIq+VAmq m NNN$YmNAAO1NNm Y m N NWNWTI/1VVNbYNVm A W V g N N q W W d T � • m 0 z O o ��•1 V Vm Vm m 0 0 0 0 Vm M M Y Y V V Y Y V V m q N 6 mV mV mV mV mV mV mV mV mV mV mV mV mV mV IV•1N+ mV yV yV yV yV ?rEn � W CURB RAMP SHEETS 1y01 �yO W ��W11Ny W N Nq W 1pN b�Om 10 �y0 •W Fm+yN W W WYp [ 1191 y�pN 10NmlO WN��O O1 W q1D ��yO W Flab 1��O pD�J V A ym W I+V I+N NNN mY �Yp V 1mi1NAgG�(O mNm �G�pp mGm mA W 01001 WG �Gp � W w V m * Does not include curb ' Staking required by Contracting Authority Per Article 2511.03 of the Standard Specifications. z Refer to tabulation 113.01 for bid quantities. SIDEWALK COMPLIANCE See 5 Sheets 313-10 04-18-3 Point to Point Sidewalk Designation - PCC SidyPa/V\jlk z Distance• FT A Elevation FT Slope % Staking Acceptable Required Measured Constructed Range on this Slope Initials Qua nt7 i Pos. or Ne % Remarks FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Statim Offset Elevation 86400 B6401 Running Slope 6 7.90 0.51 6.5% 0.5% to 8.3% 86400 16+48.56 35.76 711.57 B6401 B6402 -Ramp Sidewalk Running Slope 4 5.00 0.08 1.6% 0.5% to 5.0% 86401 16+56.41 35.85 712.08 86402 B6403 Sidewalk Running Slope 4 7.20 0.10 1 1.4% 0.5% to 5.0% B6402 16+56.44 40.85 712.16 B6403 B6404 Match Existing Cross Slope 4 1 3.87 0.06 1.6% Match Existing _ B6403 16+57.66 47.95 712.26 B6404 B6405 Sidewalk Running Slope 4 7.26 -0.09 -1.2% 0.5% to 5.0% B6484 16+61.50 48.12 712.32 86405 B6406 Landin T rning Space 4 5.00 -0.08 -1.6% 0.1% to 2.0% Yes _ 86405 16+61.44 40.86 712.23 86406 86407 Landing/Turning Landing/TurningSpace 4 5.00 0.08 1.6% 0.1% to 2.0% Yes 06406 16+61.45 35.86 712.15 86407 B6408 Sidewalk Running Slope 4 16.58 1.49 9.0% _ 86407 16+66.45 35.84 712.23 B6408 B6409 Sidewalk Running Slope 4 16.24 0.03 0.2% 0.5% to 5.6% 86408 16+83.07 35.71 713.72 86409 86410 Sidewalk Running Slope 4 16.24 -1.59 -9.8% 0.5% to 10.8% 86409 16+83.15 31.98 713.75 B6410 B6411 Landin /T rning Space 4 5.00 -0.08 -1.6% 0.1% to 2.0% Yes B6410 16+66.44 30.84 712.16 B6411 B6412 Ramp Running Slope 6 4.66 0.07 1.5% 0.5% to 8.3% 66411 16+61.44 30.86 712.08 B6412 86400 Crosswalk Cross Slope - No Yield Condition 6 16.24 -0.58 -3.6% 0.0% to 5.6% B6412 16+61.54 26.00 712.15 86401 B6406 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 86402 B6405 Landin T rning Space 4 5.00 0.07 1.4% 0.1% to 2.0% _ 86411 86406 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 86410 86407 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.e% 87100 87101 Ramp Runnin Slope 6 3.60 0.24 6.7% 8.5% to 8.3% B7100 21+16.82 -27.77U728.09 B7101 87102 Landing/TurningSpace 4 5.13 0.00 0.0% 0.1% to 2.0% _ B7101 21+20.31 7.14 B7102 B7103 Sidewalk RunningSlope 4 12.76 -0.09 -0.7% 0.5% to 5.0% B7102 21+25.38 87103 87104 Match ExistingCross Slope 4 3.92 0.22 5.6% Match ExistingB7103 21+36.67 B7104 87105 Sidewalk RunningSlope 4 11.85 -0.07 -0.6% 0.5% to 5.0% B7104 21+36.38 9. B7105 67106 Landing/TurningSpace 4 6.43 -0.07 -1.1% 0.1% to 2.0% B7105 21+25.77 B7106 67107 Ram Cross Slope 6 5.30 0.10 1.9% 0.1% to 2.0% Yes _ B7106 21+19.43 87107 87108 Landin Turnin 5 ace 4 5.53 0.08 1.4% 0.1% to 2.0 _ 87107 21+15.01 -3 B7108 87109 Sidewalk Runnin Slo e 4 17.08 1.24 7.3% 0.5% to 8.3% B7108 21+14.94 -40. B7109 B7110 Match Existing Cross Slope 4 3.83 -0.03 -0.8% Match Existing B7109 21+13.13 7 .51 87110 B7111 Sidewalk RunningSlope 4 16.94 -1.21 -7.1% 0.5% to 8.1% B7110 11+09.30 -5 .48 B7111 B7112 Landing/TurningSpace 4 5.54 -0.08 -1.4% 0.1% to 2.0% _ B7111 21+09.94 7 27 87112 87113 Ram Runnin Slope 6 3.40 -0.18 -5.3% 0.5% to 8.3% 87112 21+09.66 . 6 9 B7113 87100 Crosswalk Cross Slope - Yield Condition 6 6.80 -0.15 -2.2% 0.0% to 3.2% B7113 21+11.19 -31.85 728.01 87111 B7108 Landing/Turning Landing/TurningSpace 4 5.00 8.90 0.0% 0.1% to 2.e% 87112 B7107 Landing/Turning Landing/TurningSpace 4 5.20 0.00 0.0% 0.1% to 2.0% 87101 B7106 Landing/Turning Space 4 4.89 -0.01 -0.2% 0.1% to 2.e% B7102 B7105 Landing/Turning Landing/TurningSpace 4 4.00 0.06 1.5% 0.1% to 2.0% B7200 B7201 Ramp Running Slope 6 4.78 0.15 3.1% 0.5% to 8.3% 1 87200 20+67.08 -33.67 727.78 87201 B7202 Landing/ rning Space 4 5.00 0.07 1.4% 0.1% to 2.0% 87201 20+66.65 -38.11 727.93 87202 B7203 Sidewalk Running Slope 4 1 16.92 1.25 7.4% 0.5% to 8.4% 87202 20+66.61 -43.11 728.00 B7203 97204 Match Existing Cross Slope 4 3.75 -0.03 -0.8% Match Existing_ B7203 20+65.55 -59.99 729.25 B7204 B7205 Sidewalk Running Slope 4 16.98 -1.15 -6.8% 0.5% to 7.8% B7204 20+61.71 -60.04 729.22 87205 B7206 Landin /T rning Space 4 5.41 -0.07 -1.3% 0.1% to 2.6% B7205 20+61.61 -43.07 728.07 87206 B7207 Ramp Cross Slope 6 2.10 0.00 0.0% 8.1% to 2.6% _ B7206 20+61.64 -37.66 728.00 87207 B7208 Ramp Cross Slope 6 2.22 0.00 0.0% 0.1% to 2.6% _ B7207 20+61.60 -35.46 728.00 87208 87209 Ramp Cross Slope 6 2.25 0.00 0.0% 0.1% to 2.6% 07208 20+59.38 -35.54 728.00 87209 87210 Landing/Turning Space 4 5.00 -0.06 -1.2% 0.1% to 2.e% 87209 20+57.42 -34.04 728.08 87210 B7211 Sidewalk Running Slope 4 15.99 -0.17 -1.1% 0.5% to 5.0% _ B7210 20+52.42 -33.99 727.94 87211 B7212 Match Existing Cross Slope 4 3.89 -0.19 4.9% Match Existing_ B7211 20+36.55 -33.13 727.77 37212 87213 Sidewalk Running Slope 4 15.84 0.29 1.8% 0.5% to 5.0% _ B7212 20+36.62 -29.23 727.58 87213 B7214 Landing/ rning Space 4 5.08 0.07 1.4% 0.1% to 2.0% _ 87213 20+52.46 -28.99 727.87 87214 B7215 Ramp Running Slope 6 2.84 -0.23 -8.1% 0.5% to 8.3% Yes Proposed sloe is maximum allowed B7214 20+57.46 -29.04 727.94 87214 B7209 Landing/Turning Landing/TurningSpace 4 5.00 0.06 1.2% 0.1% to 2.0% B7215 20+61.19 -28.12 727.71 87213 B7210 Landing/Turning Landing/TurningSpace 4 S.08 0.07 1.4% 0.1% to 2.0% B7208 B7200 Ramp Running Slope 6 8.00 -0.22 -2.8% 0.5% to 8.3% N 87207 B7200 Ramp Running Slope 6 6.00 -0.22 -3.7% 0.5% to 8.3% 87201 B7206 Landing/TurningSpace 4 5.03 0.07 1.4% 0.1% to 2.0% _ 87202 87205 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% City File No. PS 3 r2 OL DO U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.29 * Does nut include curb 1 Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. 1 Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10 04-18-1 Point to Point Sidewalk Designation - PCC Sidlk 1 E.T.ce- A Elevation FT Slope % Staking Acceptable Required Measured Constructed Range on this Slope Initials Remarks Qua ti 1 P05 or Ne X FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Statim Offset Elevation 300 B7301 Ram Runn n e 6 4.02 0.08 0. to 8.3 67300 20+62.49 27.53 Z1.4z 87301 87302 Sidewalk Runnln Slope 4 15.60 0.44 2.8% 0.5% to 5.0% 87301 20+62.02 30.95 727.50 B7302 57303 Match Existing Goss Slope 4 3.86 0.02 0.5% Match Existing _ 87302 20146.44 31.79 727.94 87303 57304 1 Sidewalk Running Slope 4 12.00 -0.38 -3.2% 0.5% to 5.0% 87303 20446.61 35.65 727.96 87304 87305 I Landing/TurningLanding/Turning Space 4 5.33 0.00 1.5% 0.1% to 2.0% B7304 20+58.61 35.82 727.58 B7305 B7306 Sidewalk Running Slope 4 13.37 0.25 1.9% 0.5% to 5.0% B7305 20+62.59 39.38 727.66 97306 B7307 Match Existing Cross Slope 4 3.55 -0.04 -1.0% Match Existing 87306 20+62.74 52.73 727.91 87307 87308 Sidewalk Running Slope 4 16.00 -0.26 -1.6% 0.5% to 5.0% 07307 20466.60 52.73 727.87 87308 07309 Ramp Running Slope 6 3.48 -0.16 -4.6% 0.5% to 8.3% 07308 20467.52 36.75 727.61 87309 87300 Crosswalk Cross Slope - No Yield Condition 6 13.94 -0.03 -0.2% e.e% to 5.0% 87309 20+70.42 36.21 727.45 87301 'B7304 Landing/Turning Landing/TurningSpace 4 1 13.94 0.08 0.6% 0.2% to 2.0% B7309 B7305 Landing/Turning Landing/TurningSpace 4 13.94 0.05 0.4% 0.1% to 2.0% B7400 87401 Ramp Running Slope 6 3.19 0.86 1.9% 0.5% to 8.3% 87400 21407.28 35.63 727.50 B7491 87402 Landing/Tu ninSpace 4 5.00 0.06 1.2% 0.1% to 2.0% _ B7401 21409.66 37.96 727.56 87402 87403 Sidewalk Running Slope 4 10.94 0.27 2.5% 0.5% to 5.0% 87482 21+09.76 42.95 727.62 87403 87404 i Match Existing Cross Slope 4 3.60 0.10 2.6% Match Existing B7403 21+10.55 50.02 727.89 87404 87405 Sidewalk Running Slope 4 11.05 -0.34 -3.1% 0.5% to 5.G% B7404 21+11.41 49.93 727.99 B7405 87406 Landing/Turning Space 4 5.00 -0.06 -1.2% 0.1% to 2.0% 87405 21+14.76 42.85 727.65 87406 67407 Ramp Cross Slope 6 2.31 8.83 1.3% 0.1% to 2.0% B7406 21+14.66 37.88 727.59 87407 97408 Ramp Cross Slope 6 4.64 0.02 0.4% 0.1% to 2.0% B7407 21+14.66 35.54 727.62 87408 B7409 Landing/Turnlnz Space 4 5.00 0.06 1.2% 0.1% to 2.0% B7408 21+18.11 32.44 727.64 87409 B7410 Sidewalk Running Slope 4 1 16.04 0.20 1.2% 0.5% to 5.0% B7409 1 21+22.74 30.54 727.70 B7410 87411 Match Existing Cross Slope 4 3.86 -0.19 -4.9% Match Existing _ B7410 21+38.40 27.09 1 727.90 67411 B7412 Sidewalk Running Slope 4 17.55 -0.08 -0.5% 0.5% to 5.0% B7412 21+38.19 23.24 727.71 87412 B7413 Landing/Tu InSpace 4 5.00 -0.06 -1.2% 0.1% to 2.0% B7412 21+20.94 25.91 727.63 67413 B7414 Ramp Running Slope 6 5.00 -0.10 -2.0% 0.5% to 8.3% _ 87413 21+16.21 27.81 727.57 87400 87414 Ramp Running Slope 6 1.93 -0.03 -1.6% 0.5% to 8.3% 87414 21+14.30 28.23 727.47 B7401 87486 I Landing/TurningLanding/Turning Space 4 5.00 0.03 0.63' 0.1% to 2.0% 87402 87405 Landing/Tu inSpace 4 5.00 0.03 0.6% 0.1% to 2.0% 87408 87413 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ 87409 B7412 Landing/Tuming Landing/TurningSpace 4 5.00 -0.07 -1.4% 0.2% to 2.0% Giles 61101 Ramp Running Slope 6 10.13 0.59 5.8% 0.5% to 8.3% Giles 54+20.04 G1101 G1102 Ramp Running Slope 6 11.30 -0.37 -3.3% 0.5% to 8.3% G1101 54+30.30 .76 716 G1102 G1103 Crosswalk Cross Slope - No Yield Condition 6 5.00 -8.04 -0.8% 0.0% to 5.0% 61102 54+30.03 4MS4 71SAHrl G1103 G1104 Ramp Running Slope 6 11.50 0.48 4.2% 0.5% to 8.3% G1103 54+35.02 .21 715 G1104 G1105 Sidewalk Running Slope 4 9.23 -0.33 -3.62 0.5% to 5.0% _ Giles 54+35.17 71 716. Giles 61106 Sidewalk Running Slope 4 4.40 0.04 0.9% B.S% to 5.0% 61105 54443.71 -29.29 715.91 61106 G1107 Sidewalk Running Slope 4 15.94 -0.05 -0.3% 0.5% to 5.0% Giles 54+46.75 -26.49 715.95 G1287 Giles Match Existing Cross Slope 4 3.75 8.11 2.9% Match Existing G1107 54+60.90 -20.72 715.90 61108 Gales Sidewalk Running slope 4 12.25 0.00 0.e% 0.5% to 5.0% G1108 54+60.97 -24.47 726.01 G1109 Gills Sidewalk Running Slope 4 6.52 -8.06 -0.9% 0.5% to 5.0% 61109 54449.65 -29.25 716.01 GMB G1111 Sidewalk Running Slope 4 2.27 0.02 0.9% 0.5% to S.e% Glue 54-1.72 -33.52 715.95 G2111 61112 Sidewalk Running Slope 4 1 4.63 0.04 0.9% 0.5% to 5.0% _ GiM 54444.61 -35.86 715.97 G1112 61113 Match Existing Goss Slope 4 3.60 -0.07 -1.8% Match Existing 61112 54448.66 -38.16 716.01 61113 G1114 Sidewalk Running Slope 4 11.78 0.23 2.0% 0.5% to 5.0% G1113 54446.59 -41.34 715.94 G1114 G3115 Sidewalk Running Slope 4 10.90 -0.08 -0.7% 0.5% to 5.0% 61114 54+35.18 -37.71 716.17 61115 G1116 Match Existing Goss Slope 4 4.78 -0.48 -10.0% Match Existing Gills 54+35.06 -48.60 716.09 GM6 G1117 Sidewalk Running Slope 4 10.51 0.49 4.7% 0.5% to 5.0% Yes G1116 54+30.32 -48.31 715.61 61117 Gills I Ramp Running Slope 6 11.29 -0.80 -7.1% 0.5% to 8.3% G1117 54+30.18 -37.76 716.10 Gills G1100 Crosswalk Cross Slope - Yield Condition 6 5.00 8.28 5.6% 0.0% to 6.6% _ 61118 54+18.85 -37.73 715.30 G1100 61106 Sidewalk Cross Slope 4 4.00 -0.06 -1.5% 0.5% to 2.0% G1117 G1101 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% 61101 G1104 Landin Turnin Space 4 5.00 0.07 1.4% 0.1% to 2.0% 1- 61104 G3134 Landin Turn in ..... 4 5.00 -8.07 -1.4% 0.1% to 2.0% ill G2114 G1117 I Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ City File No. PS- N a m m 0 U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.30 * Does not include curb t Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10' 04-18-17 Point to Point Sidewalk Designation - PCC Sid;walk a Distance* FT A Elevation FT Slope % Staking Acceptable Required Measured Constructed Range on this Slope Initials Qua ti s PCS. or Neg, % Remarks FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation G1200 G1201 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.20 -4.0% 0.0% to 5% G1200 53+79.17 -32.21 1 715.39 G1201 G1202 Ra,p Running Slope 6 10.44 1 0.74 7.1% 1 0.5% to 8.3% 61201 53+79.23 -37.21 715.19 G1202 G1203 Sidewalk Running Slope 4 7.93 -0.39 -4.9% 0.5% to 5.0% Yes G1202 53+66.79 -37.12 715.93 G1203 61204 Match Existing Cross Slope 4 4.98 0.07 1.4% Match Existing _ G1203 53+68.78 -45.05 715.54 G1204 G1205 Sidewalk Running Slope 4 7.91 0.39 4.9% 0.5% to 5.0% Yes G1204 53+63.80 -45.00 715.61 G1205 G1206 Sidewalk Running Slope 4 9.95 -0.02 -0.2% 0.5% to 5.0% G1205 53+63.79 -37.09 716.00 G1206 G1207 Match Existing Cross Slope 4 2.89 -0.08 -2.8% Match Existing _ G1206 53+54.24 -35.43 715.98 G1207 G1208 Sidewalk Running Slope 4 7.43 0.15 2.0% 0.5% to 5.0% G1207 53+54.38 -32.55 715.90 G1208 G1209 Ramp Running Slope 6 15.74 -0.28 -1.8% 0.5% to 8.3% G1208 53+63.80 -32.07 716.05 G1209 G1210 Crosswalk Cross Slope - No Yield Condition 6 5.00 0.07 1.4% 0.0% to 5.0% _ 61209 53+63.83 -16.33 715.77 G1210 G1211 Ramp Running Slope 6 13.95 0.16 1.1% 0.5% to 8.3% _ G1210 53+68.83 -18.16 715.84 G1211 G1200 Ramp Running Slope 6 10.36 -0.61 -5.9% 0.5% to 8.3% G1211 53+68.80 -32.11 1 716.00 G1211 61202 Landing/Turning Landing/TurningSpace 4 1 10.36 -0.07 r -0.7% 0.1% to 2.0% G1202 G1205 Landing/Turnim Landing/TurnsSpace 4 1 10.36 0.07 0.7% 0.1% to 2.0% _ G1205 G1208 I Landing/TurningLanding/Turning Space 4 10.36 0.05 0.5% 0.1% to 2.0% G1208 G1211 Landing/Turn ng Space 4 10.36 -0.05 -0.5% 0.1% to 2.0% 61300 G1301 Ramp Running Slope 6 9.76 0.50 5.1% 0.5% to 8.3% G1300 53+78.68 30.44 717.35 G1301 G1302 Ramp Running Slope 6 14.05 -0.93 -6.6% 0.5% to 8.3% G1301 53+68.92 30.45 717.85 G1302 G1303 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.10 -2.0% 0.0% to 5.0% G1392 53+68.89 16.39 716.92 61303 G1304 Ramp Running Slope 6 14.05 1.10 7.8% 0.5% to 8.3% Yes G1303 53+63.89 14.56 716.82 G1304 G1305 Sidewalk Running Slope 4 17.40 -0.14 -0.8% 0.5% to 5.0% _ G1304 53+63.92 30.45 717.92 G1309 G1306 Match Existing Cross Slope 4 3.79 -0.04 -1.1% Match Existing G1305 53+46.54 29.79 717.78 G1306 G1307 Sidewalk Running Slope 4 13.99 1 0.25 1.8% 1 0.5% to 5.0% G1306 53+46.66 33.58 717.74 G1307 61308 Sidewalk Running Slope 4 15.50 0.66 4.3% 1 0.5% to 5.0% Yes G1307 53+63.96 35.45, 717.99 G1308 G1309 Match Existing Cross Slope 4 3.82 -0.05 -1.3% Match Existing G1308 53+63.83 50.95 718.65 G1309 G1310 I Sidewalk Running Slope 4 15.58 -0.68 -4.4% 0.5% to 5.0% Yes G1309 53+67.66 .94 18.60 G1310 G1311 Ramp Runnin Slope 6 16.16 -0.47 -4.6% 0.5% to 8.3% G1310 53+68.92 .43 17.9 G1311 G1300 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.10 -2.0% 0.0% to 2.0% G1312 53+79.09 .34 17.45 G1310 G1301 Landing/Tu niSpace 4 5.00 -0.07 -1.4% 0.1% to 2.6% G1301 G1304 Landing/Turnim Landing/TurnsSpace 4 5.00 0.07 1.4% 0.1% to 2.8% G1304 G1307 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.6% G1307 G1310 Landing/Tu ninSpace 4 5.00 -0.07 -1.4% 0.1% to 2.0% G1400 G1401 Ramp Running Slope 6 11.16 1 0.54 4.8% 0.5% to 8.3% G1400 54+18.75 35. 7.27 G1401 61402 Sidewalk Running Slope 4 18.98 0.81 4.3% 0.5% to 5.0% Yes G1401 54+29.91 7.81 G1402 G1403 Match Existing Cross Slope 4 4.68 0.05 1.1% Match Existing G1402 54+30.14 54 .62 G1403 G1404 Sidewalk RunningSlope 4 19.00 -0.81 -4.3% 0.5% to 5.0% Yes G1403 54+34.62 8 .67 G1404 G1405 i Sidewalk Running Slope 4 12.58 -0.03 -0.2% 0.5% to 5.0% G1404 54+34.86 .38 .B6 G1405 G1406 Match Existing Cross Slope 4 3.91 0.01 0.3% Match Existing G1405 54+57.29 33.41 .63 -G1406 G1407 Sidewalk Running Slope 4 12.58 0.07 0.6% 0.S% to 5.0% G1406 54+47.42 29.50 717.84 G1407 G1408 Ramp Running Slope 6 14.18 -0.81 -5.7% 0.5% to 8.3% G1407 54+34.88 30.38 717.91 G1408 G1409 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.01 -0.2% 0.0% to 5.6% G1408 54+34.93 16.20 717.10 G1409 G1410 Ramp Running Slope 6 11.38 0.77 6.8% 0.5% to 8.3% G1409 54+29.95 19.00 1 717.09 G1410 G1411 Ramp Running Slope 6 9.89 -0.74 -7.5% 0.5% to 8.3% Yes G1410 54+29.92 30.40 717.86 G1411 G1400 Crosswalk Cross Slope - Yield Condition 6 5.00 0.15 3.0% 0.0% to 4% G1411 54+20.04 30.39 717.12 G1401 G1404 Landing/Turning Landing/TurningSpace 4 5.00 1 0.05 1.0% 1 0.1% to 2.0% G1404 G1407 Landing/Turning Landing/TurningSpace 4 5.00 0.05 1.0% 0.1% to 2.0% G1407 G1410 Landing/Turning Space 4 5.00 -0.05 -1.0% 0.1% to 2.e% G1410 G1401 Landing/Turning Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% G2100 G2101 Ramp Running Slope 6 8.91 0.34 3.8% 0.5% to 8.3% G2100 58+35.17 -26.75 702.45 G2101 G2102 Ramp Runnina Slope 6 10.59 -0.21 -2.0% 0.5% to 8.3% G2101 58+44.08 -26.77 702.79 G2102 G2103 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.20 -4.0% 0.0% to 5.0% G2102 58+44.08 -16.18 702.58 G2103 G2104 Ramp Running Slope 6 11.67 0.36 3.1% 0.5% to 8.3% 62183 56+49.08 -15.09 702.38 G2104 G2105 Sidewalk Running Slope 4 1 10.10 0.24 2.4% 0.5% to 5.0% G2104 58+49.07 -26.76 1 702.74 G2105 62106 Match ExistingCross Slope 4 4.00 0.01 0.2% Match Existing62105 58+59.16 -27.27 702.98 W 62106 62107 Sidewalk Running Slope 4 10.28 -0.20 1 -1.9% 0.5% to 5.0% 62106 58+59.35 W 62107 62108 Sidewalk RunningSlope 4 6.30 -0.25 -4.0% B.SX to 5.0% _ 62107 58+49.06 02.79 G2108 G2109 Sidewalk RunningSlope4 10.50 -0.42 -4.0% 0.5% to 5.0% _ 62108 58+49.16 62.54 62110 Match Existin Cross Slo e 4 4.01 0.04 1.0% Match Existin _ G2109 58+50.95 02.12 C0G2109 G2110 G2111 Sidewalk Runnin Slo e 4 10.29 0.38 3.7% 0.5% to 5.0% G2110 58+49.94 02.16G2111 G2112 Sidewalk Runnin Slo e 4 6.42 0.30 4.7% 0.5% to 5.0% Yes G2111 58+44.15 02.54G2112 G2113 Ram Runnin Slo e 6 9.31 -0.64 -6.9% 0.5% to 8.3% G2112 58+44.08 E26713,1282.99 82.84 ED G2113 G2100 Crosswalk Cross Slo e - Yield Condition 6 5.00 0.25 5.0% 0.0% to 6% G2113 58+34.79 702.20 CrG2101 G2104 Landin Turns 5 ace 4 5.00 -0.05 -1.0% 0.1% to 2.0%G2184 G2107 Landin /Turnin 5 ace 4 5.00 0.05 1.0% 0.1% to 2.0% 22107 G2112 Landin Turns S ace 4 5.00 0.05 1.0X 0.1% to 2.0%62112G2101 Landin Turnin 5 ace 4 5.00 -0.05 -1.0% 0.1% to 2.0% A I DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA 1 JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.31 ' Does not include curb 1 Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113.01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10 04-18.17 Point to Point - PCC Sidewalk Designation Sid;walk � U Distance* FT A Elevation Slope FT % Staking Acceptable Required Constructed Range on this Qua 2 a Pos. or Neg. Measured Slope Initials % Remarks VALUES FOR INFORMIATION ONLY: USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation G1200 G1201 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.20 -4.0% 0.0% to 5% G1200 53+79.17 -32.21 715.39 G1201 G1202 Ramp Running Slope 6 10.44 0.74 7.1% 0.5% to 8.3% G1201 53+79.23 -37.21 715.19 G1202 G1203 Sidewalk Running Slope 4 1 7.93 -0.39 -4.9% 0.5% to 5.0% Yes G1202 53+68.79 -37.12 715.93 G1203 G12e4 Match Existing Cross Slope 4 1 4.98 0.07 1.4% Match Existing G1203 53+68.78 -45.05 715.54 61204 G1205 Sidewalk RunningSlope 4 7.91 0.39 4.9% 0.5% to 5.0% Yes G1204 53+63.80 -45.00 715.61 G1205 G1206 Sidewalk RunningSlope 4 9.95 -0.02 -0.2% 0.5% to 5.0% G1205 53+63.79 -37.09 716.00 G1206 G1207 Match ExistingCross Slope 4 2.89 -0.08 -2.8% Match ExistingG1206 53+54.24 -35.43 715.98 61207 G1208 Sidewalk RunningSlope 4 7.43 0.15 2.0% 0.5% to 5.0% _ G1207 53+54.38 -32.55 715.90 G12e8 G1209 G1209 G1210 Ram RunningSlope Crosswalk Cross Sloe - No Yield Condition 6 6 15.74 5.00 -0.28 -1.8% 0.07 1.4% 0.5% to 8.3% 0.0% to 5.0% G1208 G1209 53+63.80 53+63.83 -32.07 -16.33 716.05 715.77 G1210 G1211 Ram RunningSlope 6 13.95 0.16 1.1% 0.5% to 8.3% G1210 53+68.83 -18.16 715.84 61211 G1200 Ram RunningSlope 6 10.36 -0.61 -5.9% 0.5% to 8.3% _ G1211 53+68.80 -32.11 716.06 G1211 G1202 Landing/TurningSpace 4 18.36 -0.07 -0.7% 0.1% to 2.0% G1202 61205 Landing/TurningSpace 4 10.36 0.07 0.7% 0.1% to 2.0% G1205 G1208 Landing/TurningLanding/Turning Space 4 10.36 0.05 0.5% 0.1% to 2.e% G1208 Landing/TurningSpace 4 10.36 -0.05 -0.5% 0.1% to 2.0% _ 61300 Ram RunningSlone 6 9.76 0.50 5.1% 0.5% to 8.3% G1300 53+78.68 30. 717.35 G1301 Ram RunningSlope 6 14.05 -0.93 -6.6% 0.5% to 8.3% G1301 53+68.92 30. 717.85 G1302 Crosswalk Cross S1 - No Yield Condition 6 5.00 -0.10 -2.0% 0.0% to 5.0% _ G1302 53+68.89 16.3 71 G1303 tG1385 Ram Runnin Slope 6 14.05 1.10 7.8% 0.5% to 8.3% Yes G1303 53+63.89 14.5 716. A 11 G1304 Sidewalk Runnin Slo e 4 17.40 -0.14 -0.8% 0.5% to 5.0% G13e4 53+63.92 .45 717 G13e5 Match Existin Cross 51 4 3.79 -0.04 -1.1% Match Existin _G1305 53+46.54 79 717. GI 6 Sidewalk Runnin Slo 4 13.99 0.25 1.8% 0.5% to S.0% G1306 53+46.66 58 717. 4 G1307 Sidewalk Runnin Slo e 4 15.50 0.66 4.3% 0.5% to 5.0% Yes G1307 53+63.96 .45 717. G1308 Match Existing Cross Slope 4 3.82 1 -0.05 -1.3% Match Existing G1308 53+63.83 5 718. G1309 G1310 Sidewalk Running Slope 4 15.58 -0.68 -4.4% 0.5% to 5.0% Yes _ G1309 53+67.66 .94 718. G1310 G1311 Ramp Running Slope 6 10.16 -0.47 -4.6% 0.5% to 8.3% _ G1310 53+68.92 17.9 G1311 G1300 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.10 -2.e% 0.0% to 2.0% G1311 53+79.09 17.45 G1310 G1301 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% _ 61301 G1304 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% _ G1304 G1307 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% G1307 G1310 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% G1400 G1401 Ramp Running Slope 6 11.16 0.54 4.8% 0.5% to 8.3% G1400 54+18.75 35.40 1 717.27 G1401 G1402 Sidewalk Running Slope 4 18.98 0.81 4.3% 0.5% to 5.0% Yes G1401 54+29.91 35.38 717.81 G1402 G1403 Match Existing Cross Slope 4 4.68 0.05 1.1% Match Existing G1402 54+30.14 54.38 718.62 G1403 G1464 G1404 G1405 Sidewalk Running Slope Sidewalk Running Slope 4 4 19.00 12.58 -0.81 -8.03 -4.3% -0.2% 0.5% to 5.0% 0.5% to 5.e% Yes _ G1403 G1404 54+34.82 54+34.86 54.38 35.38 718.67 717.86 G1405 G1406 G1406 G1407 Match Existing Cross Slope Sidewalk Running Slope 4 4 3.91 12.58 0.01 0.07 0.3% 0.6% Match Existing 0.5% to 5.0% G1405 G1406 54+57.29 54+47.42 33.41 29.50 717.83 717.84 G1407 G1408 Ramp Running Slope 6 14.18 -0.81 -5.7% 0.5% to 8.3% G1407 54+34.88 30.38 717.91 G1408 61409 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.01 -0.2% 0.0% to 5.0% G1408 54+34.93 16.20 717.10 G1409 G1410 Ramp Running Slope 6 11.38 0.77 6.8% 0.5% to 8.3% G14e9 54+29.95 19.00 717.09 G1410 G1411 Ramp Running Slope 6 9.89 -0.74 -7.5% 0.5% to 8.3% Yes G1410 54+29.92 30.40 717.86 G1411 G14e0 Crosswalk Cross Sloe - Yield Condition 6 5.00 0.15 3.0% 0.0% to 4% 61411 54+28.04 30.39 717.12 G1401 G24e4 Landing/Turning Landing/TurningSpace 4 5.00 0.05 1.0% 0.1% to 2.0% _ G1404 G1407 Landin /T rning Space 4 5.00 0.05 1.0% 0.1% to 2.0% G1407 G1410 Landing/Turning Space 4 5.00 -0.05 1 -1.e% 0.1% to 2.0% G1410 G1401 I Landin /Turnip Space 4 5.00 -0.05 1 -1.e% 0.1% to 2.0% _ 62100 G2101 Ramp Running Slope 6 8.91 0.34 3.8% 0.5% to 8.3% G2100 58+35.17 -26.75 702.45 62101 62102 Ram Runnin Slope 6 10.59 -0.21 -2.0% 0.5% to 8.3% _ G2101 58+44.08 -26.77 702.79 G2102 G2103 Crosswalk Cross Slope - No Yield Condition 6 1 5.00 -0.20 -4.e% 0.0% to 5.0% G21e2 58+44.08 -16.18 702.58 62103 G2104 Ramp Running Slope 6 1 11.67 0.36 3.1% 0.S% to 8.3% G2103 1 58+49.08 -15.09 702.38 G2104 G2105 Sidewalk Running Slope 4 10.10 0.24 2.4% 0.5% to 5.0% G2184 58+49.07 -26.76 702.74 F G21eS G2106 Match ExistingCross Slope 4 4.00 0.01 0.2% Match ExistingG2105 58+59.16 -27.27 702.98 LL1 G2106 62107 G2107 G2108 Sidewalk Running Slope Sidewalk RunningSlope 4 4 10.28 6.30 -0.20 -0.25 -1.9% -4.0% 0.5% to 5.0% B.5% to 5.0% G2106 62107 58+59.35 58+49.08 -31.26 -31.76 702.99 702.79 W 62108 62109 G2110 G2111 G2112 G2109 02110 G2111 G2112 G2113 Sidewalk Running Slope Mt-chExisting Cross Slope Sidewalk RunningSlope Sidewalk unning Slope Ramp Running Slope 4 4 4 4 6 16.50 4.01 16.29 6.42 9.31 -0.42 0.04 0.36 0.30 -0.64 -4.0% 1.0% 3.7% 4.7% -6.9% 0.5% to 5.0% Match ExistingG21e9 6.5% to 5.0% 0.5% to 5.0% 0.5% to 8.3% Ves G2188 62110 62111 62112 58+49.16 58+50.95 58+49.94 58+44.15 58+44.08 -38.05 -47.95 -48.09 -38.19 -31.76 702.54 702.12 702.16 702.54 702.84 d 2 ca 62113 G2100 Crosswalk Cross Slope - Yield Condition 6 5.00 0.255.0% 0.0% to 6% G2113 58+34.79 -31.76 702.20 CC 62101 G2104 Landin /T rning Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% C3 G2104 G2107 Landing/Turning Landing/TurningSpace 4 5.00 0.05 1.0% 0.1% to 2.e% 62107 62112 Landing/TurningSpace 4 5.00 0.05 1 1.0% 0.1% to 2.0% 62112 62101 Landirg/Turning Landing/TurningSpace 1 4 1 5.00 -0.05 1 -1.0% 0.3% to 2.86 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.32 ' Does not include curb i Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113 -EB 04.18-1 Point to Point Sidewalk Designation - PCC Sidg3valk z Distance• FT A Elevation FT Slope % Staking Acceptable Required Measured Constructed Range on this Slope Initials Remarks Qua t7 a Pos. or Neg. % FOR INFORMATION ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Point Statim Offset Elevation G2200 G2201 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.11 -2.2% 0.0% to 3.2% G2200 57+84.76 -26.83 702.38 G2201 G2202 Ramp Running Slope 6 1 10.64 0.83 1 7.8% 0.5% to 8.3% Yes G2201 57+85.39 -31.83 702.27 G2202 G2203 Sidewalk RunningSlope 4 18.08 -0.88 -4.9% 0.5% to 5.0% Yes _ G2202 57+74.75 -31.85 703.10 G2203 G2204 Match ExistingCross Slope 4 3.83 0.16 4.2% Match Existing_ _ G2203 57+70.68 -49.34 702.22 G2204 G2205 Sidewalk RunningSlope 4 17.05 0.79 4.6% 0.5% to 5.0% Yes G2204 57+66.90 -48.62 702.38 G2205 G2206 Sidewalk RunningSlope 4 13.84 0.88 6.4% 0.5% to 7.4% G2205 57+69.77 -31.86 703.17 G2206 G2207 Sidewalk RunningSlope 4 13.89 0.88 6.3% 0.5% to 7.3% G2206 57+56.43 -28.20 704.05 G2207 G2208 Match ExistingCross Slope 4 3.82 0.01 0.3% Match ExistingG2207 57+43.04 -24.53 704.93 G2208 G2209 Sidewalk RunningSlope 4 13.35 -0.94 -7.0% 0.5% to 8% G2208 57+43.13 -20.71 704.94 G2209 G2210 Sidewalk RunningSlope 4 13.98 -0.89 -6.4% 0.5% to 7.4% G2209 57+56.15 -23.64 704.00 G2210 G2211 Ram RunningS1 6 11.06 0.23 2.1% 0.5% to 8.3% G2210 57+69.76 -26.86 703.11 G2211 G2212 Crosswalk Cross Sloe - No Yield Condition 6 5.00 -0.19 -3.8% 0.O% to 5.0% G2211 57+69.75 -15.80 703.34 G2212 62213 Ramp Runn ng Slope 6 10.53 -0.11 -1.0% 0.5% to 8.3% G2212 57+74.75 -16.32 703.15 G2213 G2200 I Ramp Running Slope 6 10.00 -0.66 -6.6% 0.5% to 8.3% G2213 57+74.75 -26.85 703.04 G2213 G2202 Landi.g/Turning Landing/TurningSpace 4 5.00 0.06 1.2% 0.1% to 2.0% G2202 G2205 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% G2205 62210 Landing/Turning Space 4 5.00 -0.06 -1.2% 0.1% to 2.0% _ G2210 G2213 Landing/Turning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% G2300 G2301 Ramp Running Slope 6 20.27 0.79 3.9% 0.5% to 8.3% G2300 57+95.04 28.62 705.01 G2301 G2302 Ramp Running Slope 6 13.78 -0.95 -6.9% 0.5% to 8.3% G2301 W+74.77 -X28.51 705. G2302 G2303 Crosswalk Cross Slo - No Yield Condition 6 5.00 0.11 2.2% 0.0% to 5.0% G2302 57+74.76 3 704.85 62303 62304 Ram Runnin S1 e 6 14.00 0.89 6.4% 0.5% to 8.3% _ G2303 57+69.76 8 704.9 G2304 G2305 Sidewalk Running Slope 4 10.79 0.53 4.9% 0.5% to 5.0% Yes G2304 57+69.72 705.8 G2305 G2306 Match Existing Cross Slope 4 3.86 1 -0.01 -0.3% Match Existing G2305 57+59.03 706.3 G2306 G2307 I Sidewalk Running Slope 4 10.67 -0.45 -4.2% 0.5% to 5.0% Yes G2306 57+59.06 194 06.3 62307 G2308 Sidewalk Running Slope 4 10.69 0.29 2.7% 0.5% to 5.0% G2307 57+69.72 705.9 G2308 G2309 Match Existing Cross Slope 4 3.80 0.03 0.8% Match Existing G2308 57+69.22 06.21 G23e9 G2310 Sidewalk Running Slope 4 10.84 -0.39 -3.6% 0.5% to 5.0% G2309 57+73.02 .44 6.24 G2310 G2311 Sidewalk Running Slope 4 20.32 -0.73 -3.6% 0.5% to 5.0% G2310 57+74.72 5.85 G2311 G2300 Crosswalk Cross Slope - Yield Condition 6 S.00 -0.11 -2.2% 0.0% to 3.2% G2311 57+95.04 2 -105.12 62330 62301 Landing/TurningSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% 62301 G2304 Landing/Turning Landing/TurningSpace r 4 5.00 0.05 1.0% 0.1% to 2.0% G2304 G2307 Landing/Turning Landing/TurningSpace r 4 5.00 0.07 1.4% 0.1% to 2.0% G2307 G2310 Landing/TurningSpace 4 5.00 -0.07 -1.4% 0.1% to 2.BX _ G2400 G2401 Ramp Runnin Slope 6 6.62 0.33 5.0% 0.5% to 8.3% G2400 58+24.72 33.67 1 704.92 G2401 62402 Sidewalk Running Slope 4 22.40 1.07 4.8% 0.5% to 5.0% Yes G2401 58+31.33 33.72 705.25 G2402 G2403 Match Existing Cross Slope 4 3.91 0.07 1.8% Match Existing_ G2402 58+28.91 55.95 706.32 G2403 G2404 Sidewalk Running Slope 4 22.72 -1.07 -4.7% 0.5% to 5.0% Yes G2403 58+32.82 55.98 706.39 G2404 G2405 Sidewalk Running Slope 4 7.73 -0.28 -3.6% 0.5% to 5.0% G2404 58+36.33 33.68 705.32 G2405 G2406 Landing/ rninSpace 4 5.00 0.06 1.2% 0.1% to 2.0% G2405 58+44.05 33.70 705.04 G2406 G2407 Sidewalk Running Slope 4 10.79 0.08 0.7% 0.5% to 5.0% _ G2406 58+49.06 33.70 705.10 G2407 G2408 Sidewalk Running Slope 4 7.67 0.05 0.7% 0.5% to 5.0% G2407 50+59.33 30.40 705.18 G2408 G2409 Match Existing Cross Slope 4 3.89 -0.06 -1.5% Match Existing_ _ G2408 58+67.01 30.40 705.23 G2409 62410 Sidewalk Running Slope 4 7.78 -0.06 -0.8% 0.5% to 5.0% G2409 58+67.22 26.51 705.17 62410 G2411 Sidewalk Running Slope 4 10.61 -0.08 -0.B% 0.5% to 5.0% G2410 58+59.44 26.46 705.11 G2411 G2412 Ramp Running Slope 6 13.99 -0.90 -6.4% 0.5% to 8.3% G2411 58+49.06 28.70 705.03 62,412 G2413 Crosswalk Cross Sloe - No Yield Condition 6 5.00 -0.10 -2.0% 0.0% to 5.0% G2412 58+49.06 14.57 704.13 G2413 62414 Ramp Runn ng Slope 6 14.23 0.94 6.6% 0.5% to 8.3% G2413 58+44.06 14.46 704.03 G2414 62415 Sidewalk Running Slope 4 7.73 0.29 3.8% 0.5% to 5.0% G2414 58+44.06 28.70 704.97 G2415 62416 Landing/Turning Space 4 5.00 -0.08 -1.6% 0.1% to 2.0% Yes G2415 58+36.30 28.70 705.26 G2416 62417 Ramp Runn ng Slope 6 6.50 -0.42 -6.5% 0.5% to 8.3% _ G2416 58+31.28 28.65 705.18 G2417 62400 Crosswalk Cross Slope - Yield Condition 6 5.00 0.16 3.2% 0.0% to 4.2% 62417 58+24.77 28.65 704.76 62416 G2401 LandinglTurning Space 4 5.00 0.07 1.4% 0.1% to 2.0% (q G2401 62404 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% - Il -L G2404 62415 Landing/Turning Space 4 5.00 -0.06 -1.2% 0.1% to 2.0% W 62416 62461 Landing/Turning Space 4 5.00 0.07 1.4% 0.1% to 2.0% G7405 62414 Landing/TurningSpace 4 5.00 -0.07 -1.4X 0.3% to 2.0% _ F2 G2414 62411 Landing/Turning Space 4 5.00 0.06 1.2% 0.1% to 2.01 City File No. PS -3 d 9 DO Q U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. 0.33 * Does not include curb Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. a Refer to tabulation 113-01 for bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10 04-18-1 Point to Point Sidewalk Designation PCC SidgwalK Distance* FT A Elevation FT Slope % Acceptable Constructed Range Staking RequiredLSI,�e on thisInitials Qua 7 2 Remarks FOR INFOWT1014 ONLY: VALUES USED TO DETERMINE DESIGNED SLOPES Pit Statim Offset Elevation Pos. or Ne G3100 G3101 Ramp Running Slope 6 6.64 0.28 4.2% 0.5% to 8.3% G3100 62+76.79 -26.54 664.65 G3101 G3102 Ramp Running Slope 6 9.27 -0.19 -2.0% 0.5% to 8.3% G3101 62+83.43 -26.55 664.93 G3102 G3103 Crosswalk Cross Slope - No Yield Condition 6 5.00 0.04 0.8% 0.0% to 5.8% G3102 62+83.42 -17.29 664.74 63103 G3104 I Raw Running Slope 6 11.13 0.22 2.0% 0.5% to 8.3% G3103 62+88.42 -15.43 664.78 G3104 G3105 I Landing/TurningLanding/Turning Space 4 5,00 0.08 1.6% 0.1% to 2.0% Yes 63104 62+88.43 -26.56 665.00 G3105 G3106 I Sidewalk Running Slope 4 17.08 -0.83 -4.9% 0.5% to 5.0% Yes G3105 62+88.43 -31.56 665.08 G3106 G3107 I Match Existing Cross Slope 4 4.81 0.06 1.2% Match Existing G3106 62+88.47 -4S.60 664.25 G3107 G3109 Sidewalk RunningSlope 4 17.08 0.70 4.1% 0.5% to 5.0% Yes G3107 62+82.18 -45.05 664.31 G3108 G3109 Ram RunningSlope6 6.80 -0.38 -5.6% 0.5% to 8.3% G3108 62+83.43 -31.55 665.01 G3109 G3100 Crosswalk Cross Slope - No Yield Condition 6 S.00 0.02 0.4% 0.0% to 5.0% 63109 62+76.63 -31.54 664.63- G3101 G3104 Landin /Tumin Space 4 5.08 0.07 1.4% 0.1% to 2.0% _ G3105 G3108 Landin /Tumin Space 4 5.00 -0.07 -1.4% 0.2% to 2.0% 63200 G3201 Crosswalk Cross Slo - Yield Condition 6 5.00 0.00 0.0% 0.0% to 2.0% _ G3200 62+13.18 -26.48V41 G3201 G3202 Ram Runnin Slo e 6 22.56 1.64 7.3% 0.5% to 8.3% G3201 62+15.77 -31.48 63202 G3203 Sidewalk RunningSlope 4 18.58 -0.97 -5.2% 0.5% to 6.2% 63202 61+93.22 -3 5 G3203 G3204 Match Existing Cross S1 4 4.93 -0.03 -O.E% Match ExistingG3203 61+93.18 3 G3204 63205 1 Sidewalk Running Slope 4 18.50 1.07 5.8% 0.5% to 6.9% G3204 61+98.25 -5 6&9;138 1 010P 63205 63206 1 Sidewalk Running Slope 4 17.95 2.32 12.9% 6"-8" sidewalk curb required to match grade 24 LR 63205 6 1-+88.Z2 -31-.W 1 669145 63206 G3207 I Match Existing Cross Slope 4 4.00 0.03 0.7% Match Existing G3206 61+70.27 -31. 67 0207 G3208 Sidewalk Running Slope 4 1 18.01 -2.41 -13.4% 0.5% to 14.4% G3207 61+70.22 -27. 671.80 G3208 G3209 Ramp Running Slope 6 11.06 1.38 1 12.5% 0.5% to 13.5% _ G3209 61+88.21 -26.4 69.VP G3209 G3210 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.63 -12.6% 0.0% to 13.6% 1 63209 61+88.18 -15.3 0. 63210 63211 Ramp Running Slope 6 10.41 -0.62 -7.9% 0.5% to 8.3% Yes 63210 61+93.18 -15.41 0.1 63211 G3200 Ramp Running Slope 6 19.95 -1.58 -7.9% 0.5% to 8.3% Yes G3211 61+93.21 -26.45 .32 63211 G3202 Landing/Turning Landing/TurningSpace 4 5.00 0.06 1.2% 0.1% to 2.0% 63202 G3205 Landin Turning Space 4 5.00 0.07 1.4% 0.1% to 2.8% G3205 G3208 Landing/Turning ace 4 5.00 -0.06 -1.2% 0.1% to 2.0% 63208 63211 Landing/Turning ace 4 5.00 -0.07 -1.4% 0.1% to 2.0% 63300 G3301 Ramp Running Slope 6 19.41 1.27 6.5% 0.5% to 8.3% 63300 62+12.46 27.56 668.47 63301 G3302 I Ramp Running Slope 6 13.14 0.66 5.0% 0.5% to 8.3% G3301 61+92.99 27.31 669.74 G3302 G3303 I Crosswalk Cross Slope - No Yield Condition 6 1 5.00 0.40 9.0% 0.0% to 9% 63302 61+93.10 14.23 670.40 G3303 G3304 I Ramp Running Slope 6 13.03 -1.00 1 -7.7% 0.5% to 8.3% Yes 63303 61+88.10 14.27 670.80 G3304 63305 1 Sidewalk Running Slope 4 16.89 2.60 15.4% 1 G3304 61+88.04 27.24 669.80 G3305 G3306 Sidewalk Running Slope 4 11.97 1.84 15.4% 0.5% to 16.4% G3305 61+71.23 26.94 672.40 G3306 G3307 Match Existing Cross Slope 4 3.72 -0.14 -3.8% Match Existing 63306 61+59.19 26.94 1 674.24 G3307 63308 Sidewalk Running Slope 4 11.68 -1.61 -13.9% 0.5% to 14.8% G3307 61+59.37 30.66 674.10 63308 G3309 Sidewalk Running Slope 4 16.99 -2.62 -15.4% 0.5% to 16.4% 6"-8" sidewalk curb required to match grade 74 LE G3308 61+71.06 30.72 672.49 G3309 63310 Sidewalk Running Slope 4 22.65 1.58 7.0% 0.5% to 89 _ G3309 61+87,98 32.28 669.87 63310 G3311 Match Existing Cross Slope 4 4.84 -0.17 -3.5% Match Existing 63310 61+88.03 55.13 671.45 G3311 G3312 Sidewalk Running Slope 4 22.65 -1.47 -6.5% 0.5% to 7.5% G3311 61+92.87 54.96 671.28 G3312 63313 Ra RunningSlope6 21.03 -1.44 -6.8% 0.5% to 8.3% 63312 61+93.05 32.31 669.81 G3313 63300 Crosswalk Cross Slope - Yield Condition 6 5.00 0.10 2.0% 0.0% io 2.8% 63313 62+14,34 32.57 668.37 63312 63301 Landin Turnin Space 4 5.00 -0.07 -1.4% 0.1% 63301 63304 Landin /Turnin 5 ace 4 5.00 0.06 1.2% 0.1% to 2.0% 63304 63309 Landing/TurningSpace 4 5.08 0.07 1.4% 0.1% to 2.0% G3309 G3312 I Landing/TurningLanding/Turning Space 4 1 5.00 -0.06 1 -1.2% 1 0.2% to 2.0% City File No. PS -3 W W 2 N a Ca ac U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.34 Al * Does nut include curb s Staking required by Contracting Authority Per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 For bid quantities. SIDEWALK COMPLIANCE See S Sheets 113-10 04-18-17 Point to Point Sidewalk Designation PCC Sidgwalk i Distance* FT 4 Elevation FT Slope % Staking Acceptable Required Measured Constructed Range on this Slope Initials Remarks Qua t2 i Pos. or Ne % VALUES FIX. INFORMATION ONLY: USED TO DETERMINE DESIGNED SLOPES Point Station Offset Elevation G3400 63401 Ramp Running Slope 6 NNEEmmmeme 6.63 0.43 6.5% 0.5% to 8.3% 63400 62+76.77 33.43 665.80 63401 G3402 Sidewalk Running Slope 4 14.71 0.52 3.5% 0.5% to 5.0% _ 63401 62+83.40 33.52 666.23 63402 63403 Match Existing Cross Slope 4 1 4.88 0.18 1 3.7% Match Existing_ _ 63402 62+83.64 48.23 666.75 G3403 Sidewalk RunningSlope 4 14.78 -0.65 -4.4% 0.5% to 5.0% Yes _ 63403 62+88.52 48.38 666.93 G3404 Sidewalk Running Slope 4 9.19 -0.23 -2.5% 0.5% to 5.0% _ G3404 62+88.40 33.59 666.28 G3405 Sidewalk RunningSlope 4 7.72 -0.19 -2.5% 0.5% to 5.0% 63405 62+97.42 35.38 666.05 G3406 Match ExistingCross Slope 4 3.90 -0.81 -0.3% Match Existing_ G3406 63+05.13 35.46 665.86 63407 Sidewalk Running Slope 4 16.87 0.38 2.3% 0.5% to 5.0% 63407 63+05.01 31.57 665.85 G3408 tG3401 Ram Runnin Slope6 13.32 -0.72 -5.4% 0.5% to 8.3% G3408 62+88.41 28.58 666.23 G3409 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.04 -0.8% 0.0% to 5.0% G3409 62+88.41 15.27 665.51 G3410 Ram RunningSlo 6 10.70 0.71 6.6% 0.5% to 8.3% _ _ G3410 62+83.41 17.79 665.47 G3411 Ram RunningSlope6 6.40 -0.46 -7.2% 0.5% to 8.3% G3411 62+83.41 28.52 666.18 63412 Landis /Turnip Space 4 5.00 0.08 1.6% 0.1% to 2.0% Yes _ 63412 62+77.01 28.43 665.72 G3411 Landis /Turnip Space 4 5.00 0.05 1.0% 0.1% to 2.0% G3401 G3404 Lan dln Turning/Space 4 5.00 0.05 1.0% 0.1% to 2.0% G3404 G3408 Landis /Turnip Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% _ 63408 G3411 Landis /Turpin Space 4 5.00 -0.85 -1.0% 0.1% to 2.0% 64100 G4101 Ra RunningSlope 6 4.00 0.32 8.0% 0.5% to 8.3% Yes _ G4100 68+92.22 -32.4 674.20 64101 64102 Landln /Turnip Space 4 4.08 0.06 1.5% 0.1% to 2.0% 64181 68+96.22 -32.42 674. G4102 64103 Sidewalk RunningSlope 4 16.20 1.75 10.8% 64102 69+00.22 39 674.58- G4103 64104 Match ExistingCross Slope 4 3.45 0.01 0.3% Match Existing_ 64103 69+16.42 38 676. 64104 64105 Sidewalk Running Slope4 16.13 -1.70 -10.5% 0.5% to 11.5% 64104 69+16.37 . 3 676. G4105 G4106 Landis /Turnip Space 4 5.08 -0.86 -1.2% 0.1% to 2.0% 64105 69+00.25 1 74. 64106 64107 Ramp Running Slope 6 4.21 -0.26 -6.2% 0.5% to 8.3% 64106 68+96.26 SSF 64107 64100 Crosswalk Cross Slope - Yield Condition 6 4.08 -0.12 -3.0% 0.0% to 4% 64107 68+92.06 474.32 64106 G4101 Landis /Turnip ace 4 4.00 -0.06 -1.5% 0.1% to 2.0% 64105 G4102 Landing/Turning ace 4 4.00 -B.06 -1.5% 0.1% to 2.0% -� .. 64200 64201 Crosswalk Cross Slope - Yield Condition 6 4.00 0.09 2.3% 0.0% to 3.3% 64200 68+74.40 7 ELM.18 64201 G4202 Ramp Running Slope 5 3.91 0.22 5.6% 0.5% to 8.3% 64201 68+74.47 -3 7 Eft 27 64202 G4203 Landing/Turning Space 4 5.00 8.07 1.4% 0.1% to 2.0% 64202 68+70.56 -36.48 673.49 G4203 64284 Sidewalk Running Slope 4 11.85 -0.83 -7.0% 0.5% to 8% _ 64203 68+65.56 -36.49 673.56 64204 64205 Match Existing Cross Slope 4 3.98 -0.B5 -1.3% Match Existin _ G4204 68+53.72 -36.37 672.73 64205 G4286 Sidewalk Running Slope 4 11.80 0.82 6.9% 0.5% to 7.9% WES 68+53.76 -32.32 672.68 G4206 G4207 Landis /Turnip Space 4 5.00 -0.07 71.0 0.1% to 2.0% 64286 68+65.56 -32.49 673.50 64207 64200 Ramp unnin Slope 6 3.84 -0.25 -6.5% 0.5% to 8.3% _ 64207 68+70.56 -32.48 673.43 G4207 G4202 Landing/Turning Space 4 4.00 0.06 1.5% 0.1% to 2.0% _ 64203 0206 Landis /T rning Space 4 4.00 -0.06 -1.5% 0.1% to 2.0% 64300 64301 Ramp Running Slope 6 5.37 0.21 3.9% 0.5% to 8.3% 64300 68+73.80 29.90 673.00 64301 G4302 Landing/Turning Space 4 5.00 -0.85 -1.0% 0.1% to 2.0% _ 64301 68+68.43 29.91 673.21 64302 G4303 Sidewalk Running Slope 4 15.50 -0.86 -5.5% 0.5% to 6.5% 64302 68+63.43 29.91 673.16 64303 64304 Match Existing Cross Slope 4 3.96 0.06 1.5% Match Existing_ G4303 68+56.90 30.95 672.30 64304 64305 Sidewalk Running Slope 4 15.50 0.85 5.5% 0.5% to 6.5% _ G4304 68+56.92 34.91 672.36 64305 G4306 Landis /T rning Space 4 5.00 0.05 1.0% 0.1% to 2.0% _ 64305 68+63.34 34.90 673.21 64306 64307 Ramp Running Slope 6 5.33 -0.05 -8.9% 0.5% to 8.3% _ G4306 68+68.36 34.91 673.26 G4307 G4300 Crosswalk Cross Sloe - Yield Condition 6 4.00 -0.21 -5.3% 0.0% to 6.3% 64307 68+73.69 34.90 1 673.21 64306 64301 Landis /T rning Space 4 4.00 -0.05 -1.2% 0.1% to 2.0% 64305 64302 Landis T rning Space 4 4.00 -0.05 -1.3% 0.1% to 2.0% G4400 G4401 Ramp Running Slope 6 3.94 0.32 8.1% 0.5% to 8.3% Yes 64400 68+92.45 34.91 674.26 64401 64402 Landing/Turning Space 4 5.00 0.02 0.4% 0.1% to 2.0% 64401 68+96.42 34.90 674.58 64402 64403 Sidewalk Running Slope 4 15.88 1.98 12.5% _ G4402 69+01.42 34.90 674.60 y 64403 64404 Match Existing Cross Slope 4 3.94 -0.09 -2.3% Match Exists 64403 69+14.30 34.92 676.58Li 64404 G4405 Sidewalk Running Slope 4 8.14 -0.89 -10.9% 0.5% to 11.9% _ 64404 69+17.38 30.98 676.49 LU 64405 64406 Sidewalk Running Slope 4 7.84 -1.05 -13.4% 0.5% to 14.4% 64405 69+09.17 31.07 675.60 64106 64407 Landln /Turnln 5 ace 4 5.08 -0.04 -0.8% 0.1% to 2.0% _ G4406 69+01.47 29.91 674.55 64407 64408 Ram Runn n 5 01 6 1 4.40 1 -0.36 1 -8. 0.5 to 8.3X Yes 64407 68+96.44 29.93 674.51 G 8 I CrOSSWalK Cross Slope - Yleio ConaltIon 6 4.00 0.11 2. 0. to 3.8 64408 68+92.25 29.90 674.15 64401 64407 Lan in Tur n space 4 5.80 -0..1 -1. V.to L.VA G4402 G4406 Landis /Turnip 5 ace 4 5.08 -0.05 -1.0X 0.1% to 2.0% 00 _ City File No. PS - OC U DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. .5.35 File No. DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.36 If Y 113-10 04-18-1 SIDEWALK COMPLIANCE See 5 Sheets curb red by ContractingAuthority per Article 2511.03 of the Standard Specifications. lation 113-01 for bid uantities. FOR INFORMATION ONLY: Staking VALUES USED TO DETERMINE DESIGNED SLOPES LDoosnatude PCC Acceptable Required Measured Distance- A Elevation Slope Sidewalk Designation Sidggvalk Constructed Range on this Slope Initials Re®ttrs Qua t7 Point Station Offset Elevation 4 U y FT FT % Pos. ar Ne X 65100 G5101 Ramp Running Slope 6 17.35 0.52 3.0% 0.5% to 8.3% G51e0 70+99.31 -31.72 664.96 G5101 G5102 Ranp Running Slope 6 16.39 -0.30 -1.8% 0.5% to 8.3% G5101 71+15.97 -32.29 685.48 G5102 G5103 Crosswalk Cross Slope - No Yield Condition 6 5.00 0.04 0.8% 0.0% t0 5.0% 65102 71+15.85 -15.75 685.18 G5103 G5104 Ramp Running Slope 6 16.47 0.28 1.7% 0.5% to 8.3% _ G5103 71+20.85 -15.80 685.22 G51e4 G5105 Sidewalk Running Slope 4 6.80 0.16 2.4% 0.5% to 5.0% G5104 71+20.97 -32.28 685.50 G5105 G5106 Match Existing Cross Slope 4 3.96 0.00 0.0% Match Existing _ 65105 71+27.76 -32.25 685.66 G5106 65107 Sidewalk Running Slope 4 6.92 -0.21 -3.0% 0.5% to 5.0% 65106 71+27.84 -36.21 685.66 G5107 65108 Sidewalk Running Slope 4 12.02 0.14 1.2% 0.5% to 5.0% G5107 71+21.00 -37.27 685.45 G5108 G5109 Match Existing Cross Slope 4 3.55 -0.15 -4.2% Match Existing G5108 71+19.57 -49.21 685.59 65109 65110 Sidewalk Runnin 510 e 4 11.71 0.08 0.7% 0.5% to 5.0% G5109 71+16.03 -49.00 685.44 G5110 65111 Ramp Running Slope 6 17.27 -0.59 -3.4% 0.5% to 8.3% 65110 71+16.08 -37.29 685.52 G5111 65100 Crosswalk Cross Slope - Yield Condition 6 5.00 0.03 0.6% 0.0% to 2.0% G5111 70+99.35 -37.80i9e G5210 G5101 Landing/Turningace 4 5.00 -0.04 -0.8% 0.1% to 2.0% G5101 G5184 La Min /Turnin ace 4 5.00 0.02 0.4% 0.1% to 2.0% G5104 G5107 Landing/Turningace 4 5.00 -0.05 -1.0% 0.1% to 2.0% G5107 65110 Landin /Turnin Space 4 5.00 0.07 1.4% 0.1% to 2.0% 65200 65201 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.04 -0.8% 0.0% to 2.0% _ G5200 70+68.18 -32.43 G5201 65202 Ra RunningSlope6 17.05 -0.45 -2.6% 0.5% to 8.3% G5202 70+68.69 -37.43 G5202 G5203 Sidewalk Runnin Slope 4 13.19 0.18 1.4% 0.5% to 5.0% 65202 70+51.67 7.48 G5203 G5204 Match ExistingCross Slope 4 3.82 0.02 0.5% Match ExistingG5263 70+51.77 G5204 G5205 Sidewalk RunningSlope 4 13.30 -0.13 -1.0% 0.5% to 5.0% G5204 70+47.95 G5205 G5206 5ldewalk Runnin Slo e 4 11.50 -0.61 -5.3% 0.5% to 6.3% - G5205 70+46.67 G5206 65207 Match Existin Cross 51 4 3.85 0.02 B.5% Match Existin 65206 70+35.22 65207 G5208 Sidewalk Runnin Slo e 4 11.49 0.52 4.5% 0.5% to 5.0% Yes G5207 70+35.16 - G5208 65209 Ra Runnin 51 6 16.92 -0.20 -1.2% 0.5% to 8.3% G5208 70+46.65 -3G5209 G5210 Crosswalk Cross Slo e - No Yield Condition 6 5.00 0.11 2.2% 0.0% to 5.0% G5209 70+45.60 -i G5210 G5211Ra Runnin Slope6 16.35 0.16 1.0% 0.5% to 8.3% _ (25-2-10 70 +51.57 - .01 G5211 55200 Ra Runnin slop,6 16.53 0.42 2.5% 0.5% to 8.3% G5211 70+51.65 - .17 G5211 55202 Landing/Tu inSpace 4 5.00 -0.07 -1.4% 0.1% to 2.0% 65202 G5205 Larding/Turning Space 4 5.00 0.07 1.4% 0.1% to 2.0% 65205 G5208 La d /Turnin 5 ace 4 5.00 -0.07 -1.4% 0.1% to 2.0% G5208 G5211 Landin /Turnin ce 4 1 5.00 0.07 1.4% 0.1% to 2.0% G5300 G5301 Ramp Running Slope 6 17.15 -0.63 -3.7% 0.5% to 8.3% G5300 70+68.48 31.18 684.56 G5301 G5302 Ranp Running Slope 6 16.97 -0.19 -1.1% 0.5% to 8.3% G5301 70+51.33 31.15 683.93 G5302 G5303 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.10 -2.0% 0.0% to 5.0% G5302 70+51.40 14.19 683.74 65303 65304 Ramp Running Slope 6 16.94 0.34 2.0% 0.5% to 8.3% 65303 70+46.40 14.21 683.64 G5304 G5305 Sidewalk Running Slope 4 12.11 -0.15 -1.2% 0.5% to 5.0% G5304 70+46.34 31.15 683.98 G5305 G5306 Match Existing Cross Slope 4 3.80 0.10 2.6% Match Existing G5305 70+34.23 31.22 683.83 G5306 G5307 Sidewalk Running Slope 4 12.24 0.10 0.8% 0.5% to 5.0% 65306 70+34.18 35.02 683.93 G5307 G5309 Sidewalk Running Slope 4 14.17 0.56 4.0% 0.5% to 5.0% G5307 70+46.36 36.19 684.03 G5308 65309 Match Existing Cross Slope 4 4.05 0.00 0.0% Match ExistinR G5308 78+47.45 50.31 684.59 65309 G5310 Sidewalk Running Slope 4 14.17 -0.61 -4.3% 0.5% to 5.0% Ves 65309 70+51.50 1 50.37 1 684.59 65310 G5311 Ranp Runnin 810 6 17.14 0.60 3.5% 0.5% to 8.3% 65310 70+51.34 36.24 683.98 G5311 G530B Crosswalk Cross Slo e - Yield Condition 6 5.00 -0.02 -0.4% 0.0% to 2.B% G5311 70+68.48 36.18 684.58 G5310 65301 LaMin /Turnin 5 ace 4 5.00 -8.05 -1.0% 0.1% 10 2.0% G5301 1 55304 1 Landing/TurningLanding/Turning 5 ace 4 1 5.00 0.05 1.0% 1 0.7% to 2.0% _ G5384 I G5307 I Landing/TurnIng Space 4 1 5.00 0.05 1.0% 1 0.1% to 2.8% _ 65307 1 G5310 I LandlnR/Turning Space 4 1 5.00 1 -0.05 1 -1.0% 1 0.1% to 2.0% File No. DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I JOHNSON COUNTY I ASPHALT RESURFACING 2018- US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET I SHEET NO. S.36 If Y S:\ENG\C WAV -4B 018 AsphaB eesurfwng RajM\DWG SER_ BuddgtogGovemof SheetrGovtab@s -Erg, 3/9/[0181342:18 PM, Bbebeam PDF U gN gq qqrr�ff gg gN qq (dl eW mqeaq WqWq gNq qq qq gNNgW NgN NqNq Yg gM&mgMmqM MqY$qV gggqqq4)qqqqqq qqq g (n MOR .Wq WORM -pa Ny� mg YQT(Q,�311m(QYa1 YmQgl mrvwrSi A F U z o T ym� G moo A m W W W W W W W W W W W W W PmggqmM. N N N N N N N N N N Y Y Y Y m Y Y Y Of Y m Y q m Y yyyl1gyyyqy����q A 1 Eli yyyqy����y�y��EWE A �y��q A E Nq tqn 1 9 yyyqy���� H ygAgmm d L= C S N Y V m N m W m N Y mgPRMOC N m m g m m V P m N A W N Y g V p m m V m P N m m p W mm N Y mTTmNmO�m N p p Y m V P m N p W N Fa m J Y Y m N N Y I n C r y R d 6 TTTATU N A rrf1APU NTP TTA d U M olio Y d TTnPTN d d d Y• U µ d rrrl"'I"A d d d d d A(IA NZNN y Y y I+ µ UA µ =•Cc O µ (SLY Y� =G�G� YZ SLY 6=n3=4�6==6�O.J YY 1+{SL 9 N A p d. == 6 N G P= R LJL d ry Y d= A G 6 YYY?I+ 6 6 G d ZSi o ry n J Y O W= dC N Y C dC C \\= C YTY Cd �C Y�nN C CCY?I+T F•YTI•aC Yµ �, O tiyF= ti Y• H= HHF µ' xxm FXS\ µ H y-1= •'i iC%F\=F+ y •"1= F HyF ti µ µ ti µ �1 •-I •'i •'IH µ = JC= µ N N µ •Ir w C C �_ µ 1'l = C P 'a C N A w C C µ , _ C , C , (l = A N C w A L C 3 = C C , 7 µ C 9 , A N C n A C C , F•• = fl C l C , Il C , A N C w A L C , = C C l , C C , , C , _ Y = M1 Y F = C A w C A C w .9 C = C Y• _ D _ = Y = Y=_= = Y = _ µ Y _ µ=_= = Y = _ Y � _ Y = Y� _ Y=_= = Y = _ Y _ _ Y Y _ _ Y Y _ µ O = =____= Y = = 0 = , A = O' N N NV N N T N~ U N N N 7 N N N N N N N N N N 7 N N N N N YYN1�= N N I-' N NN a NN g a n d d~ N� d H N Y µd b NO N N 1+ d N d d N d N Y N N H d m µ O H O NN N Y d d d d d n n d n O Y N N O Y N O N V S S C p n n d N n N N O N n d n d n N d n d O N N N n N n n N N n R O N N O n R N n R n N n d O N N N n N n n O m m O N O O rD N N m Y S , �• A m Z < " ` o S o o wv d N; a m a m n Z H � d rµ1 YpH. pH � < W O Z ^' N A 6I• R .Ni AAggAAAAAq AAggAAAAAq AAgAAAAAmm AAggAAAAAm AAPAAmmmmAAAAAAm Y(1 R y a D N Nm A W q N q W q N N V W N N�Q m q m w m mN mN bb00lb mN �Np pN MPmOP pWJ qN mN •Ny mN mmmOlmNANmN mN �Np mN mA mN mq mNm mNm dd��lAaPNmO�� mNm mqm mNm mm�rpmNNVm� pNp �N�pp mNm mWm mNm mN m8mmmmN mN�Q mN�Q mN �N�QQ N�W�WN� rt n O n P ° r� O m m m m m m F m 0 m m m m m m m m m m m m m m mm m m m m m m m m m m m mm m m m 0 m m m Y m m m 0 m m m m m N q mmmN V NmN VT WNGINJINAA m y W N NIma1N NC0�lmrNgA NNOI m m p V V NNANPNm m m V NYYN� ~ D W �ONmN$111N pM _ Y N 16] Wy4JmN !.Nt•`r NNpYp !'t,`�1�N++P N L pY MxM2Cx pY�MA yY �mO $N$ �N�+.aNp pAp Nmp� pNp NA�.I mY mY NA�m"r NY [":6�N mY mNIO+�y44r OYSN it mYm �'rMX FN+ ��xil NY�.I pm IgJ x [V[::I NNa� �N�..••�'pYmD VYV x 0 iC^xatx at�xx�xNX�x XdE 2eM�t^X�� XXia XDPN iF^XX�at il��M� Z NO mmmmmmawmmm mm g m m maw mmmm mmmmmmn mmm mmmmmmmmmm �mmy m z n• nmm n p N O ww 000000.000 w Go 0 rtnnn 000000000 n mm�rtn nnwnn 00000c'0000 rtwwrt wwwrtww 000000 '000 www wrtwwwwwwwwmww 0000000000 x•00'00 ww0 �y n C N mNm N mW mNm Nmm N N W mNm mN pWp VmW N mNm µ mNm N WmW N N m mN N » mN mN m W mN mN mN m mNm mNm „ mN mN m mN N mNm mNm mN m We m mN m N mN mN N mN m a 6tA amt M a�xxM�i� M XaF xat ameX�N M a�amt aWe a6 ai�aE aF Ka°g sF MaF m BlMz AAWF xame M 91 A a iWtl aWe alg al aF3 K v m p4,B a D W A U N � �3 x 90 N V D d r ca i H D Z r M A � m � � c T C1 Z O 0 ao C ti 15 � y F C Z O-1 O z m O rt� z O Gl Cy�lr qpm pgpqp��gqqq gpom W Ro ym lms! lJ fJNtG�lgmoo Mom Gl ON L 09 ommom tm1 ME Ym yq�,n�gggqqGlq ���� G'1gq ��� 8 S I NOw P Y VIN 9'Wffi P UNI P O• N P W mq N Y YtSa' Y m m V g N W N Y ✓ = < s V7 n c N V V V V V V V V V N V V V V V V N N V N V V V V V V V V VmmVm V VN0 V VgVYYN VYYpN�VYNpml VYNmVYWY VYWYVYNm VYY10VYNg V VYYpN NaMa OA2 Orpmry YVV VP VrG mNN N q rD VV b1 rmD N N0N VV Im/1 V N mW J V N N Nq J 1Np V m N N A P N A m m IP+ V Ol V J y QQ 7 7 11 1 m /� " 1D 1Y m�Yy y1 y1 �/1y1 APAPm�N.� �•l�a1 N 1 t V �1p0 yN.�NPA mw • ap W m W m W V W m N V W m Ot W W N W g N' YY F+YY YYgNYYmY R Zm O p O C Opq Oo On &immmmm mmmmmmmm mq momgmgpql pmt tgpq &igmggqmqqqOi pql p V p mmmmgmmq gggmqqmm qq gggm ggmmPmgq P1mI1N NgVmiN OrN Nfmap 6:g G N A co (n N d N W WNW N V V N W N N m N V N A N V N W Y V y1 P m V Y N W W V N W Or WAN V N Y m N P N m W W V N N m ��pp P mm Y V N m Y m m W V g N r0 N µ W 4 (� y CURB RAMP SHEETS ^�"" 11 113-10 04-18-17 SIDEWALK COMPLIANCE See S Sheets ' Does not include curb 1 Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 for bid quantities, FOR INFORMATION ONLY: Staking VALUES USED TO DETERMINE DESIGNED SLOPES - PCC Acceptable Requiredlalup7dPoint Distances A Elevation Slope to Point Sidewalk Designation SidgMalk Constructed Range on thisInitials Remarks Qua t7 Point Statim Offset Elevation U2 a FT FT % Pos. or N X 67108 67109 Match Existin Cross 51 e 4 3.79 -0.03 -0.8% Match Existin G7108 75+20.44 -46.29 684.98 67109 G7110 Sidewalk Running Slope 4 12.19 -0.25 -2.1% 6.5% to 5.0% G7109 75+16.62 -46.25 684.95 G7110 G7111 I Ramp Running Slope 6 15.08 -0.67 -4.4% 0.5% to 8.3% G7110 75+15.41 -34.09 684.70 67111 G7100 Landing/Tu ninace 4 5.00 -0.09 -1.8% 0.1% to 2.0% Yes _ 67111 75+00.33 -34.22 684.03 G7110 67101 Landing/TurningSpace 4 5.00 -0.65 -1.0% 0.1% to 2.0% _ G7101 G7104 Landing/TurningSpace 4 5.00 0.05 1.0% 0.1% to 2.0% G7104 G7107 Landing/Tu ninSpace 4 5.00 0.05 1.0% 0.1% to 2.0% G7107 67110 Landing/TurningSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% _ G7109 G7110 Sidewalk RunningSlope 4 12.19 -0.25 -2.1% 0.5% to 5.0% G7109 75+16.62 -46.25 684.95 G7110 G7111 Ra RunningSlope6 15.08 -8.67 -4.4% 0.5% to 8.3% 67110 75+15.41 -34.09 684.70 67111 67100 Landing/TurningSpace 4 5.80 -0.09 -1.8% 0.1% to 2.0% Ves G71ll 75+00.33 -34.22 684.03 G7110 G7101 Landing/TurningSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% G7101 G7104 Landin Turnin Space 4 5.88 0.85 1.0% 0.1% to 2.0% G7184 67107 Landing/TurningSpace 4 5.88 0.05 1.8% 0.1% to 2.0% _ G71B7 G751B Landin urnin S ace 4 5.80 -8.85 -1.0% 0.1% to 2.0% _ G7200 67201 Crosswalk Cross Slope - Yield Condition 6 5.00 -0.07 -1.4% 0.0% to 2.0% - G7200 74+70.25 -29.42 684.0 G7201 G7202 R RunningSlope6 18.04 0.95 5.3% 0.5% to 8.3% _ G7201 74+70.43 .41 684.00 G7202 G7203 Sidewalk RunningSlope 4 14.88 -0.07 -0.5% 0.5% to 5.0% 67202 74+52.43 3 84.95 G7203 67204 Match ExistingCross Slope 4 3.86 -0.03 -0.8% Match Existing_ G7203 74+53.79 9 84.88 67204 67205 Sidewalk Running Slope 4 15.09 0.15 1.0% 0.5% to 5.0% 67204 74+49.93 .A 84.85 G7205 67206 Sidewalk Running Slope 4 13.78 -0.09 -0.7% 0.5% to 5.0% _ 67205 74+47.43 t34. 5.00 G7206 G7207 Match ExistingCross Slope 4 3.90 0.22 5.6% Match ExistingG7206 74+33.65 - 684.91 67207 67208 Sidewalk RunningSlope 4 13.66 -0.08 -0.6% 0.5% to 5.0% 67207 74+33.81 -3 .13 G7208 67209 R RunningSlope6 13.98 -0.53 -3.8% 0.5% to 8.3% 67208 74+47.42 -2B. 1.05 G7209 G7210 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.02 -0.4% 0.0% to 5.0% _ 67209 74+47.39 -1 52 G7210 G7211 Ram RunningSlope6 13.73 0.50 3.6% 0.5% to 8.3% _ G7210 74+52.39 -1 6 .50 67211 67200 Ramp Running Slope 6 17.83 -0.93 -5.2% 0.5% to 8.3% _ G7211 74+52.42 -2 6 67211 G7202 Landing/Tu ninSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% G7202 G7205 Landin Turnin S ace 4 5.00 0.05 1.0% 0.1% to 2.0% G7205 G7208 Landin Turnin Spice 4 5.00 0.05 1.OX 0.1% to 2.0% G7208 67211 Landing/Turning Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% _ 67300 G7301 Ramp Running Slope 6 17.72 1.33 7.5% 0.5% to 8.3% Yes G7300 74+70.00 30.29 684.30 G7301 G7302 Ramp Running slope 6 15.56 -1.13 -7.3% 0.5% to 8.3% G7301 74+52.29 30.28 685.63 G7302 67303 Crosswalk Cross Slope - No Yield Condition 6 5.00 -0.06 -1.2% 0.0% to 5.0% _ G7302 74+52.32 14.72 684.50 G7303 67304 Ramp Running Slope 6 15.69 1.14 7.3% 0.5% to 8.3% _ G7303 74+47.32 14.76 694.44 67304 G7305 Sidewalk RunningSlope4 9.93 -0.29 -2.9% 0.5% to 5.0% 67304 74+47.29 30.27 685.58 G7305 G7306 Match ExistingCross Slope 4 3.86 0.09 2.3% Match Existing_ G7305 74+37.42 31.41 685.29 67306 G7307 Sidewalk RunningS1 4 9.98 0.15 1.5% 0.5% to 5.0% _ G7306 74+37.30 35.27 685.38 G7307 67308 Sidewalk RunningSlope4 15.89 -0.09 -0.6% 0.5% to 5.0% 67307 74+47.28 35.27 685.53 G7308 67309 Match ExistingCross S1 4 3.93 -0.12 -3.1% Match Existing_ G7308 74+49.77 50.97 685.44 G7309 G7310 Sidewalk RunningSlope 4 15.64 0.26 1.7% 0.5% to 5.0% 67309 74+53.70 50.85 685.32 G7310 6/311 R Runnin Slo 6 17.96 -1.28 -7.1% 0.5% to 8.3% 67310 74+52.28 35.28 685.58 G7311 G7300 Crosswalk Cross Sloe - Yield Condition 6 5.00 0.00 0.0% 0.0% to 2.0% 67311 74+70.24 35.29 684.30 G7301 G7310 Landing/Turningace 4 5.00 -0.05 -1.0% 0.1% to 2.0% G7310 G7307 Landing/Turningace 4 5.00 -0.05 -1.0% 0.1% to 2.0% 67307 67304 Landin Turnin Space 4 5.00 0.05 1.0% 0.1% to 2.0% _ 67304 G7301 Landing/Turning /Turnin Space 4 5.00 0.05 1.0% 0.1% to 2.0% _ G7400 G7401 Ra RunningSlope6 15.19 0.76 5.0% 0.5% to 8.3% G7400 75+00.20 35.30 684.09 G7401 67402 Sidewalk Runnin Slo e 4 12.14 0.12 1:05 0.5% to 5.0% 67401 75+15.38 35.31 684.85 67402 67403 Match Existing Cross Slope 4 3.82 -0.02 -0.5% Match Existin 67402 75+26.57 47.39 694.97 U 67403 G7404 Sidewalk Running Slope 4 1 12.06 -0.05 -0.4% 0.5% to 5.0% G7403 75+20.40 47.38 684.95 67404 G7405 Sidewalk Runnin Slo e 4 12.22 -0.03 -0.2% 0.5% to 5.0% 67404 75+20.38 35.31 684.90 W G7405 G7406 Css S1 e Match Existin ro 4 3.75 -0.05 -1.3% Match Existing G7405 75+32.60 35.32 684.87 = U 67406 G7407 Sidewalk Running Slope 4 12.44 0.03 0.2% 0.5% to 5.0% _ G7406 75+32.77 31.57 684.82 C- G7407 G7408 Ramp Running Slope 6 15.83 -0.87 -5.5% 0.51 to 8.3% 67407 75+20.39 30.31 1 684.85 G7408 67409 Crosswalk Cross Slope - No Yield Condition 6 5.00 0.01 0.26 0.0% to 5.0% G7403 75+20.39 14.48 683.98 a 67409 G7410 Ramp Runnin Slope 6 15.89 0.79 5.0% 0.5% to 8.3% _ G7409 75+15.39 14.42 683.99 2 67410 G7412 Ram RunningSlope6 14.79 -0.78 -5.3% 0.5% to 8.3% 67410 75+15.39 30.31 684.78 Q G7411 67400 Crosswalk Cross Slope - Yield Condition 6 5.08 0.09 1.8% 0.0% to 2.0% 67411 75+00.59 30.30 684.00 :3 67410G7401 Landing/Turning Landing/TurningSpace 4 5.00 0.07 1.4% 0.1% to 2.0% U G7401 67404 Landin /Turnin Space 4 5.00 0.05 1.0% 0.1% to 2.0% G7404 I G7407 Landing/Turning Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% G7407 I G7410 LandinVTurning Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% City File No. PS -3 DESIGN TEAM: CIN OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018- US HWY i (BURLINGTON STREET AND GOVERNOR STREET SHEET NO. S.38 ]A 113-10i 04-16-17' SIDEWALK COMPLIANCE See S Sheets * Does not include curb i Staking required by Contracting Authority per Article 2511.03 of the Standard Specifications. Refer to tabulation 113-01 for bid quantities. FOR INFCRMATION ONLY: Staking VALUES USED TO DETERMINE DESIGNED SLOPES PCC Acceptable Required Measured Distance* 4 Elevation Slope Point to Point Sidewalk Designation Sidewalk Constructed Range on this Slope Initials Remarks Qua t2 Point Statim Offset Elevation x `/v\, i FT FT % Pos. or Nee. % G8100 68101 Ram Running810 6 7.35 0.35 4.� 0.5 to 8.3% G8100 76+96.11 -28.63 682.97 G8101 G8102 Landis Turnin Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% GS101 77+03.47 -28.63 683.32 G8102 68103 Sidewalk Runnin Slo e 4 9.34 -0.46 -4.9% 0.5% to 5.0% Yes 68102 77+08.49 -28.63 683.25 G8103 68104 Match Existin Cross 51 e 4 3.84 0.11 2.9% Match ExistingG8103 77+17.64 -30.38 682.79 G8104 G8105 Sidewalk RunningSlope4 9.33 0.42 4.5% 0.5% to 5.0% Yes 60104 77+17.78 -34.22 682.90 G8105 G8106 Landis Turnin Space 4 5.00 0.05 1.0% 0.1% to 2.0% _ G8105 77+08.47 -33.63 683.32 G8106 G8107 Ra RunningSlope6 7.38 -0.07 -0.9% 0.5% to 8.3% _ G8106 77+03.47 -33.63 683.37 G8107 G8106 Crosswalk Cross Sl - Yield Condition 6 5.00 -0.33 -6.6% 0.0% to 7.6% G8107 76+96.09 -33.59 683.30 G8106 G9101 La in TurningSpace 4 5.00 -0.05 -1.0% 0.1% to 2.0% _ G8105 G8102 Landln Turnin Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% G8200 G8201 Crosswalk Cross Slope - Yield Condition 6 5.00 0.14 2.� 0.0% to 3.8% _ 68200 76+76.19 -28.64 683.26 G8201 G8202 Ram Runnin Slope5 7.03 0.07 1.6% 0.5% to 8.3% 68201 76+76.11 -33.65 683.40 G8202 68203 Landis Turnin Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% 68202 76+69.08 -33.64 683.47 G8203 G8204 Sidewalk RunningSlope 4 10.54 0.13 1.7% 0.5% to 5.0% 68203 76+64.08 -33.64 683.42 G8204 68205 Match Existin Cross SI 4 3.91 0.01 0.3% Match Existing68204 76+53.54 -33.25 683.55 68205 68206 Sidewalk Running Slope 4 10.57 -0.18 -1.7% 0.5% to 5.0% _ 66205 76+53.53 -29.3 683.56 G8206 68207 Lardin Turnin space 4 5.00 0.05 1.0% 0.1% to 2.0% G8206 76+64.08 -28. 683.38 G8207 G8200 Ra Runnin Slope6 7.11 -0.17 -2.4% 0.5% to 8.3% _ GB207 76+69.08 -28.64 683 68202 G8207 Landing/Turnin 5 ace 4 5.00 -0.04 -0.>3C 0.1% to 2.0% _ G8203 G8206 Landis Turnin Space 4 5.00 -0.04 -0.� 0.1% to 2.0% G8300 G8301 R RunningS1 6 7.34 0.15 2.0% 0.5% to 8.3% _ 68300 76+79.03 83.7 G8301 G8302 LaMin Turnin ace 4 5.00 -0.05 -1.0% 0.1% to 2.0% 68301 7fi+71.70 83.90 68302 68303 Sidewalk Runnin Slo e 4 7.84 -0.25 -3.2% 0.5% to 5.0% 68302 76+66.70 3.85 G8303 G8304 Match ExistingCross S1 4 3.91 0.16 4.1% Match Existing68303 76+58.87 3.60 68304 68305 Sidewalk Running Slope4 7.98 0.11 1.4% 0.5% to 5.0% _ 68304 76+58.83 3 3.76 G8305 68306 Landis Turnin space 4 5.00 0.06 1.2% 0.1% to 2.0% _ G8305 76+66.70 .87 G8306 G8307 Ra Runnin Slo 6 7.36 -0.06 -0.8% 0.5% to 8.3% 68306 76+71.70 3G .93 G8307 66300 Crosswalk Cross Slo e - Yield Condition 6 5.00 -0.12 -2.4% 0.0% to 3.4% 68307 76+79.06 3 87 68301 68306 LaMin Turningace 4 5.00 0.03 0.5%' 0.1% to 2.0% _ G8302 G8305 Landing/Turning Landing/TurningSpace 4 5.00 0.02 0.4% 0.1% to 2.0% G8400 68401 Ranp Running Slope 6 6.50 0.10 1.5% 0.5% to 8.3% G8400 76+95.02 35.44 683.00 G8401 G0402 Landis Turnin 5 ace 4 5.00 0.05 1.0% 0.1% to 2.0% G8401 77+01.52 35.44 683.10 G8402 68403 Sidewalk Runnin Slo e 4 9.57 -0.55 -5.7% 0.5% to 6.7% G8403 77+06.52 35.44 683.15 G8403 68404 Match ExistingCross Slope 4 3.96 -0.03 -0.8% Match Existing68403 77+16.10 35.3fi 662.60 68404 G8405 I Sidewalk Running Slope 4 9.57 0.53 5.5% 0.5% to 6.5% G8404 77+16.05 31.40 682.57 G8405 G8406 Landing/Turning Space 4 5.00 -0.05 -1.0% 0.1% to 2.0% GS405 77+06.53 30.44 683.10 G8406 G8407 Raw Running S1022 6 6.50 -0.18 -2.8% 0.5% to 8.3% 68406 77+01.53 30.44 683.05 G8407 68400 Crosswalk Cross Slo e - Yield Condition 6 5.00 0.13 2.6% 0.0% to 3.6% G8407 76+95.03 30.44 682.87 G8406 68401 Landis Turnin 5 ace 4 5.00 0.05 1.0% 0.1% to 2.0% 68405 G8402 Landing/TurnIng Landing/Turning5 ace 4 5.00 0.05 1.0% 0.1% to 2.0% G9100 69101 Ra Runnin 510 6 3.70 0.21 5.7% 0.5% to 8.3% 69100 80+95.93 -31.16 681.60 G91GI G9102 Landin /Turnin ace 4 5.00 0.07 1.4% 0.1% to 2.0% 69101 80+99.00 -31.03 681.81 G9102 G9103 Sidewalk Running Slope 4 14.40 0.20 1.4% 0.576 to 5.0% 69102 81+04.10 -31.10 681.88 69103 69104 Match Existing Cross S1 4 3.75 0.06 1.6% Match Exist G9103 81+08.39 -32.15 682.08 G9104 G9105 Sidewalk RunningSlope4 14.40 -0.24 -1.7% 0.5% to 5.0% G9104 81+08.35 -35.91 682.14 G9105 1 69106Mi La n Turnin Space 4 5.00 -0.07 -1.4% 0.1% to 2.0% 69105 81+04.03 -36.10 681.90 69106 G9107 RunningSlope6 3.67 -0.78 -4.9% 0.5% to 8.3% 69106 80+99.06 -36.20 681.83 G9107 G91M Crosswalk Cross Slope - Yield Condition 6 5.00 -0.05 -1.0% 0.0% to 2.0% 69107 80+95.37 -36.24 681.65 G9106 69101 Landis /Turnin ace 4 5.00 -0.02 -0.4% 0.1% to 2.0% _ 69101 I G9102 I LandingTurning Space 4 5.00 0.07 1.4% 0.1% to 2.0% N LU W 2 U a 4a. DO Q C) U City File No. PS-31 {� DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING 2018 - US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET SHEET N0. S.39 Y{/�t1 R NOTES: 1. -WORK SHALL BE CONDUCTED DUPING NIGHTTIMEHOURSBETWEEN 7PM-AM. FOLLOWING - EACH NIGHT OPERATION, CONCRETE BARRIER SHALL BE PLACED AROUND PATCH EXCAVATION AREA, I.I. DAY 1 - EXCAVATION AND REMOVAL OF PATCH AREA AND REMOVAL OF MANHOLE � 2. DAY 2 - INSTALLATION AND BACKFILL OF MANHOLE I DAY 3 - PATCH INSTALLATION 1.4. DAY 4,5 - PATCH CURING 2. THRU TRAFFIC SHALL BE MAINTAINED ALONG HWY 1 FROM EASTBOUND BURLINGTON STREET TO NORTHBOUND GOVERNOR STREET DURING THIS WORK. 3 CONTRACTOR SWILL COORDINATE WITH CITY OF IOWA CITY TRAFFIC DIVISION TO SWITCH TRAFFIC SIGNAL TO FULL 9 -WAY STOP CONTROL 4. WESTBOUND BURLINGTON - EAST OF GOVERNOR AND NORTHBOUND DODGE STREET - SOUTH OF BURLINGTON SHALL BE REROUTED. 5. SEE PIAN SHEET T.01 FOR NORTHBOUND DODGE/ WESTBOUND BURLINGTON STREET DETOUR THROUGH INTERSECTION AND ADVANCED WARNING SIGNAGE REQUIRED WITH THIS IMPROVEMENT. 8. SEE SHEET M.02 FOR SANITARY SEWER IMPROVEMENTS. 7. OPERATIONS DURING IMPROVEMENTS SHALL BE CONFINED TO THE CLOSED STREET AREAS EAST OF THE WORK ZONE BUPLINCTO.N .S7'P.EF_7' ONLY CHANNELIZING DEVICE ° 1 ` 00° O 00 0 0 ° I J' I 7i I It I -t j X Z01 -----------;- ---- IDD NORMAL TRAFFIC PATTERN �\ MODIFIED TRAFFIC PATTERN BU INrT, ROAD ROAD CLOSED THRU Szaz — 7[nni D. D J ru cc w Z" 0 z J Q DO a aIr Llj cc w Chy File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -US HWYI (BURLINGTON STREET/GOVERNORSTREET) SHEETNO. T.01 JAI �'• � � I + ' I a .( nom, � '.p 1 J"V � ♦ 6 5.2.T•, "� ��' 7 da`p}'�T 4 ._ YYY a .F�,t y _ w _ r ems. ody fi i. r . �� �.. - � X• • l'� �, r Mme„ i �� �,� � ����_ { (� t F 1 w Sim r ,1• f�y{jy { •�: r V 5t^, T i �Q'ty #�"7yQ• �"al ' '. ` w y',.. � � ' �'a � L/ ) ot At.. ,. fig., ` �' ^c. �•; (�A "vJ+�a x tell ... ®r�' IDA twati+ ✓ 4� "f:. ,�" :, Y �;• hf r ; rya, ,,r � , lye f.F JWIN', Amwo �iLl NOTES: S.. .� ✓ SEE PLAN SHEET T.01 FOR TRAMC CONTROL INSTALLATION -ED WITH THIS r e ( i.. ` . f .�C. -10 4 6 - F y IY P i t O • -� 7 t ��V � I Oa.' 1 -l�'� �O v_Y y v j v Y y �•>:. rte"-�. J Il o-3 r ' .1 NWS4eW"�6 h .�J"'�" 1 � S 1,.. •YI pTAto 3 1' 4 4 r St• - 1 ye -. i'•+" -I ���iti .R+l.'x.f�".moi -^��r �... a. �.�. �..',� Y'a �-_,..ID'; a :1 D IN SIGN CHANNELIZING DEVICE G01 EPNOP ,ST�PEET ARROW BOARD, T _ ROAD WORK W2o-, AHEAD 0 0 :' T ANE ENDS MERGE RIGHT C=lN Cn j N Vt C7— I W9-iR Q� ]20 t � j i \ i \ \ I l '68+00- �I 9+00 70+00 > \ 63+0 6q+ 0 65+00 66+00 6 _ 00— a al O \ ' 100' min. 106' TYP. ►1. 125' — — — '1 ----------- -------------------------- END W l ROAD WORK co I� L 20-2 ccz I \I I o WROADORK LANE ENDS END zorRiE \ MERGE T ROADWORK _ AHEAD LEFTI� I czo-s W20-1 W9 -,L City File No. PS -3 DESIGN TEAM: CITY OF IOWA CIN ENGINEERING DIVISION STATE OF IOWA I FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - USHWYI(BURUNGTON STREET/GOVERNORSTREET) I SHEET NO. T.03 Q City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY1(BURLINGTON STREET/GOVERNORSTREET) SHEET NO. T.04 Z 0 07 07W LL Lu W Lu cr Z ru W U) J H Z L) U U IZ n :5 C F-1 � Q IEDF n- 7-1 o� Q City File No. PS -3 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCAL YEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT - US HWY1(BURLINGTON STREET/GOVERNORSTREET) SHEET NO. T.04 Z 0 07 07W LL Lu W Lu cr Z ru W U) J H Z L) U U IZ n :5 0 III _; 0 20' COVERNOR S7 REL98 ROAD WORK AHEAD W20-1 i I L \ 99+00 CHANNELIZING DEVICE 100+00 (o W9 -1L ARROW BOARD 13 0 r_- WORK ZONE \ROAD WORK v \\\\\ czaz rx � City File No. PS-3)0( DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA FISCALYEAR 2018 JOHNSON COUNTY ASPHALT RESURFACING 2018 PROJECT -USHWY1(BURUNGTON STREET/GOVERNORSTREET) I SHEET NO. T.05 s _ -- ' 89,250 SF INSTALLATION OF NEW, y-,'44 CHIPSEAL SURFACE ,� '�✓' `STP ,M _ � , .. • y a ., Ni�!�.•'g lT'S'. r cp t <ti X r T J I 61,815 SF INSTALLATION OF NEW f ° CHIPSEAL SURFACE ga O Lu NAPOLEON STREET City File No. PS -300 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2016 SHEET N0. W.01 ;% 'I T T � s � 1 , I �; via— jr � 9 1 1� �- 1 � y JAW a T ' -'y 9,475 SSF INSTALLATIONa j� d ie„ 4L Oil�'1 Z N a`$" � } � 6'3. I d"r ^�2 h � � � S:Li I � �. } ai HN 1 } � $� [ c 1�4 -.��• . .. S I 'xyJll / "0 i I i Y� At tt � II I� W � �• '• _ �I �r/�a'��i r }h �. ���#'i� ��� �n`V I�t �1"}� ,F � i.-1 Ii•hi I k t d 10I � milk A 2 >' .- i— t4* 4 y" f cf)ri j TAFT AVENUE 4 � GD ' 226,198 SF INSTALLATION OF NEW CHIPSEAL SURFACE 8" FULL DEPTH HMA REPAIR (INCLUDES' r i " 6" GRANULAR SUBBASE REPAIR) �..,ENGINEER) (3800 SF - VERIFY DIMENSIONS WITH y. F- co z g a QJ Q O. U City File No. PS -300 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY ASPHALT RESURFACING PROJECT 2016 SHEET N0. W.03 Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 Resolution No. 18-94 Resolution setting a public hearing on April 17, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Asphalt Resurfacing 2018 — US Hwy 1 (Burlington Street and Governor Street) Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Pavement Rehabilitation Fund account # S3824 which includes funding from IDIOT Agreement No. 2018-16-197. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. 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 17"' day of April 2018, 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. 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. A 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 2nd day of April _'2018 4::�� (_� A M or aproved b r Attest y 3-2 v -I Cify Clerk City Attorney's Office It was moved by salih and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: '-fie (a) x Botchway x Cole x Mims x Salih x Taylor x Thomas x Throgmorton '-fie (a) �5 k ov�.' FQiln410edia PRESS -CITIZEN MEDIA PART Of THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002837113 4/6/18 04/06/18 $34.52 Copy of Advertisement Exhibit"A" Subscribed and sworn "(!10 re me by said affiant this 6th day of Aori1. 2018 Notary Public c 6W640 i Jl• PUBoc' 02 Commission expires /��r�1111111111t1��" (�;5 -.-aI-A�' that r of t a on of p.m. on me i i m asof Apru, zvla said meeting to a held m the Emma J. Harvat Hall in the City Hall 410 E. Washineton 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 Uat said meeting of the City ouncil for the purpose of making objections to and comments concerning said plans, specifica�lions, contract or the cost of making said improvement. This notice is given by order of the City Coun-cil of the City of Iowa Uity, Iowa and as provided bylaw. IELLIE FRUEHLING, CITY CLERK Ir Prepared by. Dave Panos, Public Works, 410 E. Washington St, Iowa City, IA 52240 (319) 356-5145 Resolution No. 18-114 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Asphalt Resurfacing — US Hwy 1 (Burlington Street and Governor Street) 2018 Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Pavement Rehabilitation Fund account # S3824, and Iowa Department of Transportation funding agreement No. # 2018-16-197. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 91' day of May, 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 15'" day of May, 2018, or at a special meeting called for that purpose. Passed and approved this 17th day of April _'2018. v, Ma46r roved by Attest: -/ Z City Clerk City Attorney's Office IJ84 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Asphalt Resurfacing 2018 - Hwy. I (Burlington Street and Governor Street) Classified ID: 109098 A printed copy of which is attached and made part of this certificate, provided on 04/18/2018 to be posted on the Iowa League of Cities' intemet site on the following date: April 18 , 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 4/18/2018 Q�.. W,W.Y-;;P Alan Kemp, Executive Director NOTICE TO BIDDERS ASPHALT RESURFACING 2018 — HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9T" day of May 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15th day of May, 2018, or at special meeting called for that purpose. The Project will involve sanitary sewer and storm sewer replacement, intake top replacement, pavement milling and resurfacing, and ADA curb ramp replacement along Burlington Street, Governor Street, Johnson Street, and Court Street in Iowa City. This work will include the following estimated quantities: 9,567 tons of asphalt cement concrete, 29,475 sq. yards of pavement milling, 3,391 feet of pcc curb and gutter replacement, 1,868 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement. The Project will also include street sealcoat work along Taft Avenue, Ridge Park, Napoleon Street, Maier Street in Iowa City. This work will include the following estimated quantities: 13,904 GAL. of chip sealing binder, 700 tons of chip seal cover aggregate, traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Phase 1: AF -1 Start: June 18, 2017 Sanitary and Storm Sewer Repairs on Burlington Street and Governor Street Milling and Overlay, Street Patching, Curb, and Curb Ramps along Governor, Burlington, Johnson, Court Street Working Days =120 days Liquidated Damages: $500 per day Phase 2: Chipseal Surfacing Early start: July 1, 2017 Working Days = 30 Days Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A 125.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE K. FRUEHLING, CITY CLERK AF -2 'Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, April 19, 2018 3:33 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 4.19.18 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City Asphalt Resurfacing 2018 — HWY 1 A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): April 19, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. April 19, 2018 Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — PO Box 695 - Des Moines, Iowa 50306 (D) 515.657.4388 (0) 515.288.7339 Fax: 515-288-8718 (e) mbiplanroom-dsm@mbionline.com www.mbionline.com Project Information Fhe w o Follow us on Social Medial 0 Facebook Iowa's first and only comprehensive wconstruction bid date calendar! RECEIVED NOTICE TO BIDDERS APR 18 2018 ASPHALT RESURFACING 2018—HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9T" day of May 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 151° day of May, 2018, or at special meeting called for that purpose. The Project will Involve sanitary sewer and storm sewer replacement, intake top replacement, pavement milling and resurfacing, and ADA curb ramp replacement along Burlington Street, Governor Street, Johnson Street, and Court Street in Iowa City. This work will include the following estimated quantities: 9,567 tons of asphalt cement concrete, 29,475 sq. yards of pavement milling, 3,391 feet of pcc curb and gutter replacement, 1,868 sq. yards of pcc sidewalk and curb ramp pavement removal and replacement. The Project will also include street sealcoat work along Taft Avenue, Ridge Park, Napoleon Street, Maier Street in Iowa City. This work will include the following estimated quantities: 13,904 GAL. of chip sealing binder, 700 tons of chip seal cover aggregate, traffic control, other related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be Issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Two (2) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Phase 1: AF -1 Start: June 18, 2017 Sanitary and Storm Sewer Repairs on Burlington Street and Governor Street Milling and Overlay, Street Patching, Curb, and Curb Ramps along Governor, Burlington, Johnson, Court Street Working Days =120 days Liquidated Damages: $500 per day Phase 2: Chipseai Surfacing Early start: July 1, 2017 Working Days = 30 Days Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A JL5.00 fee is required for each set of plans and specifications provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee Is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK AF -2 gC1(2) Prepared by: Dave Panos, Public Works, 410 E. Washington Sl., Iowa City, IA 52240 (319)356-5145 Resolution No. 18-135 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Asphalt Resurfacing 2018 — US Hwy 1 (Burlington Street and Governor Street) Project Whereas, LL Pelling Company of North Liberty, Iowa has submitted the lowest responsible bid of $2,989,880.24 for construction of the above-named project; and Whereas, funds for this project are available in the Pavement Rehabilitation Fund account #S3824;and Whereas, the Iowa Department of Transportation is providing funding through agreement No. #2018-16-197; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to LL Pelling Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 15 th day of may 2018 M or A prot), Attest City Clerk City Attorney's Office It was moved by Botchway and seconded by 'Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Botchway X Cole X Mims X Salih X Taylor X Thomas X Throgmorton t FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and L.L. Pelling Company ("Contractor"). '6A -5/v I l `f J,VJCUv OV �Aleel 1111 WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract Documents dated the 30th day of March 30, 2018, for the Asphalt Resurfacing 2018 — US Hwy 1 (Burlington Street and Governor Street ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract, and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $2,989,880.24, whi *sums are C= incorporated herein by this reference. C) a "n 2. This Agreement consists of the following additional componerOpfirts�ghich are �r-o m incorporated herein by referee: �3tlt$ r v 5 0 a. Addenda NumbersJ2, attached hereto; v A b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; h. Contra^tor's Completed Bidder Status Form; attached hereto i. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; j. Completed Form of Proposal; and AG -0 k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amnt: _�Citfe Q�v uxrs I ILS. Gtyl Iy1.0o (ny41 1.0c) �ie vee Pray -t ( LS. 4 q, qLb , oo '� q,q� - 00 IrtaG�� unl lS. ?,ups-ao 119 "lS 4. Payments are to be made to the Contractor in accordance with the Supplementary 16ems. Conditions. o DATED this �O L day of City B Mayor ATTEST: L ` y Jerk AG -1 .r r ,rn �v Contractor L LC G44r T: B e v (Title) Q(cc �( P5 Id e v-\ Approved By: xr(� fir. ./ �-tie.E�wJi1��T�`��7-L+✓ City Attorney's Office SID Contract Compliance Program CITY OF IOWA CITY N 0 m a a z r w r 0 SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Com&nce (located on pages CC -2 and CC -3) or other required material must be received and approld by the City. Z5 s 5. Contracting departments are responsible for answering questions aboul%Vra2Zr, cglltant and vendor compliance during the course of the contract with the City. n -c w r- 6. All contractors, vendors, and consultants must refrain from the use of any3' s gJdesi M ions which are sexist in nature, such as those which state "Men Working" or 4� I Ahe and instead use gender neutral signs. y r 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. mgr�asstkontractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. a 5. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? N �T UVOc-�I� Leer What is the name, telephone number and address of your Opportunity Officer? (Please print) m r� business0E4uak.£mpl�wient -.4 C.) — z rn 'SIR %PP( -D- q L� (ua s � Pnq Phone number Address The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgr\asst\contractcomphance.doc CC -2 How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. LLQ' ky%-��N® 71 Business Nam —S ^`Signature Print Name 3)n- CpaCA- Phone Number Title 5 -a5-1 S Date mgr\asst\contractcomplianc .doc CC -3 V E5 'a n -t W r .<� v D Co t mgr\asst\contractcomplianc .doc CC -3 b SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce.gend recruitment sources a letter annually which reaffirms your commitment to equal ereogmA.1 op"nity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to nl ntitya ancr"iminate discriminatory barriers. . �n (d) Select and train persons involved in the employment process to use o4jf jvegand r and to support equal employment opportunity goals. v1;D s �JJ (e) Review periodically job descriptions to make sure they accurately ref me'ijob ob functions. Review education and experience requirements to make sure the accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgAasstkontradcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. 99 r O m T �crn=C rn s �;K X- 7> a w F 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriadg childbirth and recovery therefrom are, for all job related purposes, temorary abilit" and shall be treated as such under any health or temporary disability itancbr sict, leave plan available in connection with employment or any written or uF6d4erww, employment policies and practices involving terms and conditions of ertt);lFment as applied to other temporary disabilities. rr _ �c « E. It shall be unlawful for any person to solicit or require as a condition of empl6ment1hany employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: CC -6 Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) is o s n = W M v as CA CC -7 Item Manatts Contract Item Description 70 70 Pavement Scarification 570 570 Mobilization 630 80 Pavement Scarification Full Depth Quantity UM 29475 SY 1 EA 1270 SY Total Subcontract FILED Unit Price Extended Price 2018 MAY9J I PM 4505.25 1250 1250 CAA CLERK 969.5 IOWA ITY.IOWI� $56,905.75 Quality Traffic Control Item Contract Item Description Quantity UM Unit Price Extended Price 400 400 Perf. 1.75" square Steel Tube Post 99 LF 15 1485 410 410 Perf Square Tube Anchor 11 EA 150 1650 420 420 Type A signs Sheet Aluminum 38.34 SF 30 1150.2 480 480 Traffic Control 1 LS. 14400 14400 Total Subcontract $18,685.20 29 Q �n s �m � D W CA Stevens Erosion Control Item Contract Item Description Quantity UM Unit Price Extended Price 610 610 Mulching Bonded Fiber Matrix 1 ACR 3400 3400 620 620 Seed- Fertilize Urban SO EA 85 4250 630 630 Stabilize Crop - Seed Fertilize Urban 1 ACR 800 800 640 640 Slope Protection Wood Excelsior 2 SQ 40 80 650 650 Permimeter Slope Sediment Device 9" 280 LF 2.25 630 660 660 Removal fo Perimeter Slope Sediment Device 280 LF 1 280 Total Subcontract $9,440.00 cm $n :<rn v m � Q D W cn Save Our Sewers Item Contract Item Description 220 220 Manhole Adjustment Minor 230 230 Manhole Adjustment Major 570 570 Mobilization Quantity UM Unit Price Extended Price 4 EA 2800 11200 31 EA 1511 46841 1 LS. 6100 6100 Total Subcontract $64,141.00 N ID � n=4 OO z C-7-< ca - r :<r-9 rn m g� s r � cv cn Maxwell Construction Item Contract Item Description P Quantity UM Unit Price Extended Price 180 180 Manhloe Sanitary Sewer SW -301 48" O� s EA 15000 7500 181 181 Manhole Storm Sewer SW401 48" 3050 395 190 190 Intake SW -507 ., I,� 4500 27000 200 200 Intake SW -507 Top and Throat Only 3800 11400 210 210 Intake SW -507 Throat Only < EA 3200 1600 211 211 Intake SW -541 _ EA 4950 9900 241 241 Storm Sewer G -Main Trenched RPC 200015 in 175 36050 250 250 Removal of Storm Sewer Pipe LE 36' 16 b 41 720 260 260 San Sewer Gravity Main Trenched DIP 8" 245 1 1 u91 O SGi � :cam 3 O� s 'Y S 2701 270 San. Sewer Gravity Main Trenched DIP 10" 74 LF 750 55500 280 280 San Sewer Service Stub Polyvinyl Cloride Pipe 95 LF 250 23750 290 290 San Sewer Cleanout SW -203 4 FA 850 3400 320 320 Removal of Intake Utility Access 9 FA 900 8100 530 530 Patch PCC Full Depth Finnish by Area 1000 SY 25 25000 570 570 Mobilization I LS 20000 20000 590 590 Water Valve Box Extention Major 4 I -A 650 2600 660 240 Stonn Sewer G-mainTrenched RCP 200012: 16 L1: 165 2640 670 670 Ssanimry Sewer Abanoment 260 LF 30 7800 Total Subcontract $425,585.00 O � l iLO WLP y ADDENDUM #1 May 3, 2018 ASPHALT RESURFACING 2018 PROJECT US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) IOWA CITY, IOWA The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS REPLACE: FORM OF PROPOSAL The enclosed FORM of PROPOSAL - ADDENDUM 1 will replace the original form of proposal document included in the original bid document set and shall serve as the required bid proposal form, Revisions to the FORM OF PROPOSAL include an updated SCHEDULE OF PRICES - ADDENDUM 1 with the following changes: Item 5. HMA SURF PATCH TOTAL estimated quantity revised Items 15-17. AGG COVER BINDER BITUMEN o Item Codes and Descriptions updated to use required items for seal coat installati, on A project. n = APPLICABLE TO THE PLANS D� 4 C7-< CJ REPLACE: Sheet C.01 Sheet C.03 -;C-) C.01 ESTIMATED QUANITIES TABULATON and C.03 ESTIMATE REFERENCSII OF TICM , updated to reflect changes to the FORM OF PROPOSAL and updated SCHEDUI31W P ESQ ADDENDUM 1. Estimate Reference support information remains unchanged froCg a orlj6l docun REPLACE: Sheet D.07 Sheet D.07 updated to remove shading on Dodge Street to clarify no rehabilitation work is intended for Dodge Street with this project. A transition header from Court to Dodge Street on the west side of the intersection and curb ramp installation on the east side of the intersection will be required with this project. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Q-;? 5 -os -113 Dave Panos, P.E. Civil Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2016 Addendum No.1 Page 1 of 1 FORM OF PROPOSAL - ADDENDUM #1 ASPHALT RESURFACING 2018 PROJECT US HWY 1 (BURLINGTON STREET AND GOVERNOR STREET) CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, includjig Addenda and , and to do all work at the prices set forth_bereinG *C. _ -Tl We further propose to do all "Extra Work" which may be required tcWcapl96 thegork contemplated, at unit prices or lump sums to be agreed upon in writing prior tocstakind:Juch 97Mrk. -4c-) m o� t v A W cn FP -1 SCHEDULE OF PRICES - ADDENDUM #1 ASPHALT RESURFACING 2018 -US HWY1(BURLINGTON STREET AND GOVERNOR STREET) REM NO. ITEM CODE REM DESCRIPTION UNIT TOTAL UMTPRICE EXTENDED TOTAL 1 102-0425071 SPECIAL BACKFILL, PATCH REPAIR, 6' CY 602.52 2 2102-2710070 EXCAVATION, CL 10, RDWY+BORROW CY 10000 3 2210-047WW PRIMER SIT UMEN MACADAM STONE BASE GAL 50.00 4 2212-0475095 CLEAN-PREPARATION OF BASE MILE 1.83 5 2212-8075001 HMA SURF PATCH TON 198.1 6 2213-6745500 RMVL OF CURB LF 3381.10 7 22145145150 PAVT, SCARIFICATION BY 29475.00 9 2214.8200000 PAVT, SCARIFICATION, FULL DEPTH BY 1270.00 9 2301825BSOD DRIVEWAY SURFACE PREPARATION BY 2233.33 10 2303-1041500 HMA HT BASE, 1!2' TON 652.45 11 23011042500 HMA HT INTERMEDIATE, 1/2' TON 2617.48 12 23011043504 HMA HT SURF, 11r, FRIC L-4 TON 3199.14 13 23011258284 ASPH BINDER, PG 58-28H TON 349.00 14 2303-011000 HMA PAVT SAMPLE EA 5.00 15 2307-002WM AGO, RDWY COVER, 318' TON 695.24 16 2307-OB000OD BINDER BITUMEN GAL 13904.00 17 2310-0300000 ASPHALT SURFACE COLD PATCH TON 246.80 16 2435.0130148 MANHOLE, SANITARY SEWER, SW-301, 481N. EA 5.00 19 2435-0250700 INTAKE, SW-1507 EA 6.00 20 2435-0250704 INTAKE, SW807, TOP AND THROAT ONLY EA 3DO 21 2435-0250705 INTAKE, SW-507, THROAT ONLY EA 5.00 22 2435-0800010 MANHOLE ADJUSTMENT, MINOR EA 2.00 ri 2435-0800020 MANHOLE ADJUSTMENT, MAJOR EA 33.00 C3 24 2503-0114212 STORM SWR &MAIN, TRENCHED, RCP, 2000 CLASS III 121N. LF 18.00 T91 25 2503-0200036 RMV STORM SWR PIPE LE 38' LP 16.00 t 26 2504-01IMM SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, B IN UP 245.00 30 27 25040116010 SANITARY SEWER GRAVITY MAIN, TRENCHED, DIP, 101N LF 74'00 26 2504-02OD/04 SANITARY SEWER SERVICE STUB, POLYVINYL CHLORIDE PIPE LF 95'00 29 2504-0320300 SAN SWR CLEANOUT. SW-203 EA 4.00 30 25108745850 RMVL OF PAV'T, PCC DRIVEWAY OR ALLEY SV 200.00 31 25108745900 RMVL OF SIDEWALK BY 1576.47 32 25118750500 RMVL OF INTAKE-UTILITY ACCESS EA 9'00 33 2511-7528001 SIDEWALK, PCC, 4' BY 958.47 34 2511-7528005 SIDEWALK, PCC, 0' BY 907.77 35 2511-7528101 IDETECTABLE WARNING, CAST IRON, BRICK RED SF 1390.00 36 1 2512-1725208 CURB-GUTTER, PCC, 20 LF 3361.10 FP -2 SCHEDULE OF PRICES - ADDENDUM N1 ASPHALT RESURFACING 2018 -US HWYl (BURLINGTON STREET AND GOVERNOR STREET) ITEM NO. REMMOE REM fI45aI1PROR UNIT TOTAL UNIT PRICE EXTENDED TOTAL 37 25124859000 CURB, SPECIAL-SIDEWALK CURB LF 170.00 35 2515-2475088 DRIVEWAY, PCC, V, RESIDENTIAL DRIVEWAY BY 200.00 39 2515.2475007 DRIVEWAY, PCC, T, COMMERCIAL DRIVEWAY/ALLEY BY 200.00 40 2524-9276010 PERFORATED 1.751N. z 1.751N. SQUARE STEEL TUBE POST LP 89'00 41 2524-9276021 PERFORATED SQUARE STEEL TUBE POST ANCHOR EA 11.00 42 2524-9325001 TYPE SIGNS SHEET ALUMINUM SF 38.34 43 2526-8285000 CONSTRUCTION SURVEY LS 1.00 K 2527-9263109 PAINTED PAVT MARK, WATERBORNE/SOLVENT STA 575.38 45 2527-9263137 PAINTED SYMBOL-LEGEND WATERBORNE/SOLVNT EA 42.00 46 2527-9263180 PAVEMENT MARKINGS REMOVED STA 188.34 47 2527-9263190 SYMBOLS AND LEGENDS REMOVED EA 11.00 49 25284445110 TRAFFIC CONTROL LS 1.00 49 25284445113 FLAGGER DAY 400'00 50 2528-9280050 PORTABLE DYNAMIC MESSAGE SIGN DMS EA 28.00 51 2529-2242304 CD JOINT ASSEMBLY EA 23.00 52 2529.2242320 CT JOINT EA 5'01) 53 25265070110 PATCH, PCC, FULL-DEPTH FINISH, BY AREA BY 1829.80 54 25265070120 PATCH, PCC, FULL-DEPTH FINISH, BY COUNT EA 51.00 66 25265070125 PATCH, HMA. FULL DEPTH, 6' BY 1785.90 56 25268174010 SUBBASE PATCHES BY 100'00 _. 67 2533.498000.5 MOBILIZATION LS 1.00 EA 34.00 *A 50 25540212020 WATER VALVE BOX EXTENSION, MINOR EA 4.DO w W 2554-0212021 WATER VALVE BOX EXTENSION, MAJOR EA 2.00 60 25969999005 TRAFFIC SIGNAL MANDHOLE ADJUSTMENT AC 1.00 v 61 2601-2634105 MULCHING, BONDED FIBER MATRIX Q 62 2601-2636044 SEED-FERTILIZE URBAN EA 50.00 w 63 2801-2842120 STABILIZE CROP- SEED-FERTILIZE URBAN AC 1'00 64 2601.2636352 SLOPE PROTECTION, WOOD EXCELSIOR SO 2.00 LF 280.00 65 200240000308 PERIMETER•SLOPE SEDIMENT CNTL DEVICE, 9' LF 280.00 66 2602.OD00350 RMVL OF PERIMETER-SLOPE SEDIMNT CNTL DEVLF 67 SUPPLEMENTAL SANITARY SEWER ABANDONMENT LF 260.00 TOTAL 810 PMO: 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: Name: Type of Work: Appx $ Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: 0 m Elm Phone: r ;o a Contact: FP -4 W cn Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Ej`�Yes ElNo My company has an office to transact business in Iowa. E] No My companys office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. es s ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. [] Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates:dDlill Address: IW • ?CAA ` City, State, Zip: i�or er Dates: / / to / / Address: City, State, Zip: Dates: / / t0-/-/ Address: You may attach additional sheet(s) if needed. City, State, Zip: ,y To be completed by non-resident bidders �� co -TIP art C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are 3. If you answered "Yes" to question 2, identify each preference offered by your companys and the appropriate legal citation. CO r YeCt No or areign country You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provideaccurateand truthful information may be a reason to reject my bid. Firm Name: �e`V d Siqnature:A .M"�l�G Date:. l 'riV Q You must sub it Oie completed form to the governmental body requesting bids per 875 Iowa Administrative C Chapter 156. This form has been approved by the Iowa Labor Commissioner BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. RI/Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes 2"No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. EKes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general BF -2 partners or joint venture parties are residents of Iowa for Iowa income tax purposes. E Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes E] -No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes O No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes 9'40 My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes No My business is a limited partnership or a limited liability limited partnersfW- who$certificate of limited partnership is filed in a state other than Iowa, the limited partner @sited N "ty limited partnership has received notification from the Iowa secretary o thaRhe tion for certificate of authority has been approved and no notice of canceller as%en fre0 by the limited partnership or the limited liability limited partnership. -- rn _ ❑ Yes No My business is a limited liability company whose certificate of organizes filed in l0and has not filed a statement of termination. w cn ❑ Yes No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF -2 Worksheet: Authorization to Transact Business This worksheet may be used to help complete PartA of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes [YNo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. 52,16s ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Lj Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes B No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes O No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes No My business is a limited liability partnership which has filed a stateme &uVcatid qa state other than Iowa, has filed a statement of foreign qualification in nj statement of cancellation has not been filed. C-)-< W r ❑ Yes to My business is a limited partnership or limited liability limited partners icGLs fi M certificate of limited in this partnership state, and has not filed a state f twninatt) ❑ Yes No D W My business is a limited partnership or a limited liability limited partnership whops@ certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 9% WAGE THEFT AFFIDAVIT STATE OF— W, 11 �) ss: COUNTY upon being duly sworn, state as follows: (� 1. 1 am the Vi CR �re de�4 [position] of L L. ?g-Wrng Cd ["contracting entity'] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither _LL RL,ytnj [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. a Signature �n > C-) Tl�isjRstrumertt was a powl�dged before me by � � yjdc— —�4 M r ;Nrl �/i7 �— on 1 ��� 2g• RHONDASHORT 1`!4Ukl\n k2�k1�:=, Rk4�y AA`" COMMISSION NUMBER 188336 MY COMMISSION EXPIRES Notary Public in and for the State of ' 1' FEBRUARY 16, 2021 WT -2 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 250 of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa 911nimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinzae, w1Alfi govthe payment of wages, within the five (5) year period prior to the award or at any timeDlar to awallAuch violation shall constitute a default under the contract. n" IV. Waivers. If a person or entity is ineligible to contract with the City as a result of thE1Aage-6heftMly it may submit a request in writing indicating that one or more of the following actions hq erT�raken� a. There has been a bona fide change in ownership or control of the ineligible person or entitt b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 Bond No. IAC 68111 PERFORMANCE AND PAYMENT BOND L.L. Pelling Company, Inc. as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) (insert the legal title of the Surety) P.O. Box 14498, Des Moines, IA 50306-3498 , 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 Two Million Nine Hundred Eighty Nine Thousand Eight Hundred Eig ( $2,989,880.24 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of March 30th, 2018 entered into a date) Asphalt R surfacing 2018 - US Hwy 1 (Burlington Street and written Agreement with Owner for Governor Street) Project and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared Ross Spitz, P.E., Civil Engineer forthe City of Iowa City, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B.Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the 0 Agreement, or = C 2. Obtain a bid or bids for submission to Owner for completing tae Prwpect in accordance with the terms and conditions of the Agreement, and d&n:de1Wminar-°- -i �_, Cn tion by Owner and Surety of the lowest responsible bidder, arranq fKW a rwtracM Tt between such bidder and Owner, and make available, as work progr#se�eveno though there may be a default or a succession of defaults under the -Agreement or subsequent contracts of completion arranged under this paragraph), su`fi�rcient Na CON 0572 IA (4/05) 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 (Z) 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 AN D SEALE D THIS 25th DAY OF May 20 18 L.L. Pelling Compan , Inc. IN THE PRESENCE OF: i �n ^, (Principal) YWYI�xL� I.CA..,C^ ' Lw Witness (Title) IIfSt3i .iL�.T•IiL• .r • u (Surety) c_ o m ) Witness Vv L 1dM _ (Tilocod A. Bailey, Attrney-in-Fact r M,, _D PO Box 14498 0 (Street) ry Des Moines, IA 50306-3498 (City, State, Zip) 515-243-8171 (Phone) MERCHANT BONDING COMPANY,~ POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the 'Companies') do hereby make, constitute and appoint, individually, Scott A. Bailey their true and lawful Attomey(s}in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing a guaranteeing bonds and undertakings required a permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary a any Vice President 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." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile a electronic transmission to any Power of Attorney a 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 connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut honty hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified a revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 25th day of May • 2018 MERCHANTS BONDING COMPANY (MUTUAL( MERCHANTS �NNAATTTIIONAL BONDING, INC. By 2 / 7.7x,P esident STATE OF IOWA """".... ...... COUNTY OF DALLAS as. On this this 25th day of May 2018 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. _ 1A/ S ALICIA K. GRAM 0 Commission Number 767430 Z I My Commission Expires , April 1, 2020 Notary Public o (Expiration of notary's commission `✓ does not invalidate this Instrument) Q _ C:)-, I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAI.`!1ONDINQNC., do fta eby certify that the above and foregoing is a true and correct copy of the POWER -0 F -ATTORNEY executed by said mrariies,4ich is full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day Ok r—, Mai �12 18 . pW......I .. - fTl <...........A� e ; ,off Ap-OCOjjA' :iy`o�tt Oy: ;�m:c,�P 9��:�<: !r/�C�.c/ 7✓" �iG� , 2003 : c�; : y, 1933 ; e, Secretary • r. POA 0018 (3/17) ENGINEER'S REPORT October 11, 2021 City Clerk Iowa City, Iowa CITY Of IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org Re: Asphalt Resurfacing 2018 — US Hwy 1 (Burlington Street and Governor Street) Project Dear City Clerk: I hereby certify that the construction of the Asphalt Resurfacing 2018 — US Hwy 1 (Burlington Street and Governor Street) Project has been completed by LL Palling Company of North Liberty, Iowa in substantial accordance with the plans and specifications prepared by the City. The project was bid as a unit price contract and the final contract price is $ 2,792,817.05. There were nine (9) change or extra work orders for the project as described below: Change Order Description Net Contract Change 1. Temporary barrier rail as needed to perform utility work adjacent to travel lanes. $11,836.00 2. Trenchless installation of sanitary sewer. Bid documents included traditional open cut installation. ($30,285.94) 3. Storm sewer intake repairs. $6,220.00 4. Storm sewer intake adjustments. $912.89 5. Traffic signal conduit and handhole replacements. $9,776.80 6. Bloomington Street storm sewer and water service repairs. $4,801.94 7. Governor Street sanitary sewer manhole adjustments. $16,160.23 8. Dodge Street asphalt pavement surface repairs. $97,231.03 9. Bike boxes at Governor Street/Market Street and Dodge Street/Jefferson Street intersections. $14303.00 TOTAL $131,355.95 I recommend that the above -referenced improvements be accepted by the City of low=ity. Sincerely, D� 71 Jason Havel, P.E. rn City Engineer o� ZE - v o X_ Prepared by: Scott Sovers, Assistant City Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 Resolution No. 21-269 Resolution accepting the work for the Asphalt Resurfacing — US Hwy 1 (Burlington Street and Governor Street) 2018 Project Whereas, the Engineering Division has recommended that the work for construction of the Asphalt Resurfacing— US Hwy 1 (Burlington Street and Governor Street) 2018 Project, as included in a contract between the City of Iowa City and LL Pelling Company of North Liberty, Iowa, dated May 25, 2018, be accepted; and Whereas, the Engineer's Report and performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Annual Pavement Rehabilitation account # S3824; and Whereas, the final contract price is $2,792,817.05. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 19th day of October _,2021 Miyd�Q r Attest: City)Clerk Approved by G City Attor ey's Office (Sara Greenwood Hektoen — 10/13/202 1) It was moved by Taylor and seconded by Weiner adopted, and upon roll call there were: Ayes. x Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be