Loading...
HomeMy WebLinkAboutPCC PAVEMENT REHABILITATION DODGE STREET (2004) PCCPAVEMENT REHABILITATION DODGE STREET 2004 - p~,,-{o+ Po, V €.-rf"\ E:-n+ r:f <>-\-.0. b, 1 i ..\- "- .l: \ i) 1\ - Dc:rl.<(j J< St ;; qCO'j- qo-Ap/?- aLl. K-esDlu..l-;011 D'1-- - (10 SeA-\-; 1'\2' "'- Pu.btic heur"YI~ DJ"' p(c",s/ SP4c;-f,ccJ:ons -+0(''''' c-I- <:0.,+...."'4 ~ ~s.-h"'cc-t~ uf. cusi-+o-r-l-hk.,COfw+('V(c-i;oV\ o.f+k-L d..oo"l Pee... PquJ>"'(I..IU1,+ K~h~t,i1;+cJ(OVL .pf'DJ~c.+ - .Dod;;e.Sl-r~'<+) d;v--ec.+',YlS C',,, Of' k h pul" (ISh nO+il:- "- 0+ .said ~ ~ar"ty-.& / 1 d;'J>c.\-""5 C+y E<<y'rV\uv +0 plac -'- 0a;d plC<l1$ em .f;/~ +ov pv<b1ic ; ASp" c+"O \'! , n-~ -D-J Plcu,s):5f:x:..c-S) P(()pos~ o."d- CDrn-rCl-C...t -+Or --+-h. e.... ~'+ Pee.. Thue.fYl-e.n-c K eJ'oJo,' I i+v-.-+-; Oy, F~e.cL D~ ~-b . .~'i-~f"ClU. \\jc+\,,-",,- o'i' <<: ulo\, '- ~..."-"\"'~ <>- -(>\"",:, "S\,,,-<.....2> \ \c:.r"""'--- c;l;. Co,,,",r,,,,-\ \:'.~ ':l.~o'-' c..c.. ~ ...."'-vv;<<.'A.-\ (\.....\-.."I.b;\~\"'~~ ~ y- 0 '~ <<-<:....--\- - !D 0 ":..J ~ 'S,+... <'-'L-\ -!- ~ r . '" '" o ~ '<..10\,,,- ,\i 0"'---... ~ .. 1Y\':.j -\)~ V-J... ~I>'" ~~~ ~"v- -;;;"'<>o,-\, "<:..c... '("^..'-''''''~ ~~'\'" \~\ o,l.t,\)",- ~-.r",~ ....."-'\:- ~,,~_ -s'-\-'f-0 ~ ~"''''S ..~ ~,,\'\;,-...\": """- 4- N\Ay-D't Re.~ol",,-Jc,o,,- 04 - ) ,1 'is ct.ff \'t)\.1 'I n~ p! 4.'1'\ >.; ) St'"c ',+; C"L~ ;uV\,s I +or h-'\. b+ c::.OT1~\"o..L-\- ~ e;s+',mo...1:t ",.r CD'i';-t- -Co.... +he CPt'1S-!-ru.c-f:o,> o{: +h~ ~ooi PQ1'. PC(LJ.e.""-{,,,J,.. P-r'D.J~J.- - Ooc\3.e.. S-l-e..-eA €s-tQ6 (;sh,~~ ) . C:YYiD<...I.nJ.. ~ b; d :s~cv..~;.11 ..4-u crcco,v;fOci ec...c.1, b',.o\ / el; ....~c..(,.,~ Q;+y c.lu~ ,+0 'F'.tJJ\s~ GldiJ-(>V'.v.s-{rn~~ ...f.c<~ ,h',ds ~ -'(;I\.;n~ -l-; n-,.e. G:,nd p !r;;cQ. +oV' r-Q..c<'.',f'+ I).r 6ids_ --- -- -- --- ------~-----~- ------ Po;. \J QIYl~..J- R~ kbd i-+ccl;t:h - Ood2f<? 5+. P~.e d. o.f ~ ~DD1 O{-Ju;l.)-D4 K..Q.so!l..cJ:,oV\. 04-170 auJav-d',^ZJ' Q.D~d- ~. o.u..Jho"f',z.:ng +h..Q. MQtfJV +0 s~ <tv! c."d +~(1 C;J; C{{'If'K -to a..-itd Q QarJr-o c.+ -+ov Cons-+'nA.c.-kol'l. 0+ +hQ. qoo+ Pc.Q. -(&U€1'Y1-enf- R~hCtj,i /;)'C(-/-; OVL PrDj-e~ - J)Dd,81J S+v--e.-e.--t- 25-Qct-04- ~n-e..e.r:'::,~r-t Od -I\lo\l- DA, ~es 0 Iu-. ~, 0", 04 - 3D' Q..c.CQ.r~n8 +h~ wvd( ~r +h-'!. qQD4 P e.0.. ..po.. V €.m ~I(\+ ReJ,1A-b: liktov\ p~~C+. ~DJ' ];] Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington SI., Iowa City, IA 52240, (319)356-5149 RESOLUTION NO. 04-110 RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2004 PCC PAVEMENT REHABILITATION PROJECT - DODGE STREET, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 4th day of May, 2004, at 7:00 p.m. in Emma Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on fife by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 20th day of A~;~ ~k_ MAYOR ATTEST: ~~~ ,1/ ~ APprovedW ~!i'frlJ.'t- ~ T~ CI LERK City Attorney's Office . It was moved by Champion and seconded by Ell i ott the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion x Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn pwengfresls2004pavemento\proj ,doc 2/04 --~-- - - I ?to/<i'lRs e)TJ,f,Ime FILtO f; //8, 'SOD Z004 APR 28 AM 9: 54 CITY CLERK IOWA CITY, IOWA ~~ CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2004 PCC PAVEMENT REHABILITATION PROJECT DODGE STREET IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa, SIGNED: DATE: r : 54 ,,"ZI- dl/ Ross Spitz, P.E. . ,~~\,"IIII""'I Civil Engineer ", x 't. S S 10 '" ...... \) 111. " Iowa Reg. No. 16742 ,,~ ....... '-1( " $ ~ ...... ...... '~ My license renewal date is December 21, 2004 ~Q" '. ~~ € b; / ROSS SPITZ"" f, ; :.z: :-: - uJ' . z" ?:-..&~ SS\ 16742 /;::€ ~ /'" ,"~$ ~ *". ..".: ..., ........... *...... ~"I ...... APPROVED BY CITY ENGINEER - City of Iowa City "'t OW 1:\ ,'\~... t',,"..II"'" F~'LED 2004 APR 28 AM 9: 5~ TABLE OF CONTENTS CITY CLERK Paqe Number IOWA cm; IOWA TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ................................................................................ AF-1 "NOTE TO BIDDERS ............................................................................................... NB-1 FORM OF PROPOSAL ........................................................................................... FP-1 BID BOND ............................................................................................................... BB-1 FORM OF AGREEMENT ........................................................................................ AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) .......................................:........... CC-1 GENERAL CONDITIONS........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS................ ... ..... ... ... ... ... ... .... ... ... ... .... ...................... ................... ....... R-1 SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules ..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities........................... 01570-1 DIVISION 2 - SITE WORK Section 02100 Site Preparation................................................................... 02100-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02521 Portland Cement Concrete Paving Rehabilitation ............... 02521-1 APPENDIX .............................................................................................................. AP-1 FILED ADVERTISEMENT FOR BIDS 2004 PCC PAVEMENT REHABILITATION 2004 APR 28 AM 9: 54 PROJECT -DODGE STREET CITY CLERK Sealed proposals will be received by the City IOWA CITY, IOWA Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 25th day of May, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1st day of June, 2004, or at such later time and place as may be scheduled. The Project will involve the following: 495 SY PCC Full-depth patching, 126 SF PCC partial depth patching, 6535 SY diamond grinding, 9000 linear feet of joint & crack, cleaning sealing and related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form fumished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be retumed after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to fumish a bond in an amount equal to one hundred AF-1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the FILtD 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 ZDO~ APR 28 AM 9: 54 any kind caused directly or indirectly by the operation of the contract, and shall also guarantee CITy CLERK the maintenance of the improvement for a period of two (2) year(s) from and after its completion IOWA CiTY, IOWA and formal acceptance by the City Council. The following limitations shall apply to this Project: Work Days: 30 days Late Start Date: July 6, 2004 Liquidated Damages: $200/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 the City Engineer of Iowa City, Iowa, by bona fide bidders. A $10 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 2424721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 ------ FILED NOTE TO BIDDERS ZOO~ APR 28 AM 9: 54 1. The successful bidder and all subcontractors are required to submit <ir\~'~st(1~~~rior to award three references involving similar projects, including i@v~stme ;(l}~pal reference. Award of the bid or use of specific subcontractors may be denied i su IClent favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL FILED 2004 PCC PAVEMENT REHABILITATION PROJECT DODGE STREET 2004 APR 28 AM 9: 54 CITY OF IOWA CITY NOTICE TO BIDDERS: CITY CLERK IOWA CITY, IOWA PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , ,and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ---.-............--------------------------- --------------------..------------------- ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT Division 1 - Iowa Citv Streets - Asphalt Overlav 1. Mobilization LS 1 $ $ 2. Full Depth Repair PCC SY 495 Patches - 8" Class M 3. Partial Depth Repair PCC SF 126 Patches 4. Remove and Replace LF 161 Curb and Gutter 5. Diamond Grinding SY 6,535 6. Joint & Crack, Cleaning LF 9,000 and Sealing FP-1 - ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICEF\ U- D AMOUNT 7. Painted Pavement STA 47.96 20g~ APR 28 AI4 9: 51. Markings, Durable 8. Painted Pavement EA 8 CITY CLERK ICW,^, CiTY. IOWA Symbols, Durable 9. Traffic Control LS 1 10. Flaggers Days 40 $215.00 $8,600.00 11. Manhole Adjustment EA 3 TOTAL EXTENDED AMOUNT = $ ! FP-2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approXim~t~.-amount of the subcontract, are as follows: j mil ~PR 2R At1 q: 54 CITY C\ i=RK IOWA CITY, IOWA NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND , as Principal, and FILED as Surety declare that we are held and are firmly bound unto th~o~i~Rf2~w~~Fi;f.'51~wa, hereinafter called "OWNER," in the sum of Dollars ($ ) tOld~ll't99n&t:erein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the PCC Pavement Rehabilitation Project - Dodge Street. NOW, THEREFORE, (a) If said Bid shall be rejected, Dr in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. . The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20_. (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT FILED THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa 2004 APR 28 AM 9: 55 ("City"), and ("Contractor"). CiTY CLERK Whereas the City has prepared certain plans, specifications, prop~ct~tpf,lqt9W~ts dated , for the 2004 PCC Pavement Rehabilitation Project - Dodge Street ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and cc;>nditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers , .'.. b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This In.strument. 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. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an att~~6~~) n31\ ~,PR 28 bM 9: 55 CIT'.' CLER\< IOWA CITY IOWA 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of ,20_. gjy Contractor Bv By (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND FIl_tD , as (insert the name and address or legal title of the Contractor) ZOG~ APR 28 AM 9: 55 Principal, hereinafter called the Contractor and (insert the legal title of /i:ieISu~~HK IQW~ CITY IOWA , as Su e , erelnafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered .into a (date) written Agreement with Owner for 2004 PCC Pavement Rehabilitation Project - Dodge St.; 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 for the City of Iowa City, Iowa, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 , -- funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. 1jffij EE [9alance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, igB~M'Jf ~11t, ~ ~iJ~da and/or amendments thereto, less the amount properlClW~idc~(~ner to Contractor. IOWA CITY, IOWA C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20_ IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 I FILED ZOolj APR 28 AM 9: 55 CITY ClERi< IOWA CITY, IOWA Contract Compliance Program ~~ CITY OF IOWA CITY F1U::D SECTION 1- GENERAL POLICY STATEMENT 200!1 APR 28 AM 9: 55 It is the policy of the City of Iowa City to require equal employment opportunity in all City k~Etw~~,iS policy prohibits discrimination by the City's contractors, consultants and vendors and r~~~t "~~ ~ that applicants seeking employment with them and their employees are treated eqJ 1)\ t eM ~e ~ race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another govemmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other reqUired material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC-1 I SECTION 11 - ASSURANCE OF COMPLIANCE FILtD The following sets forth the minimum requirements of a satisfactory Equal Emplg~~9pJ:J.lilr1U9i~8rogram which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AHOvC 3 0 THIS SECTION TO THE CONTRACTING OEPARTMENT PRIOR TO THE EXECUTION OF THE Ccel~lfAEIER\<' With respect to the performance of this contract, the contractor, consultantlQ~'1,cfu~1;~rJQv:i~fOIlOWS: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. ~ 1608 et seo.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site. all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and rEE1ll~ources (including unions) that you are an Equal Employment Opportunity employer? I I ' ?nnl, APR ? 8 M\ 9: 55 CiTY CLERK IOWA CITY, IOWA The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOyfJ~'fFoQORTUNITIES 1. COMPANY POLICY 1il04 APR 28 AM 9: 55 Detennine your company's policy regarding equal employment opportunitie{;l5OCu@bF.;iJffi~\~iCY and post it in a conspicuous place so that it is known to all your employees. FurthE3f@W~ <@~irlQ policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffinns your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job perfonnance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this infonnation necessary to judge an applicant's ability to perfonn the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination, (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 - - ------------------------- ---- ------ I! I ~~~~'t FILED --.;;;;.... ~IIDI" .......- zaoy APR 28 M\ 9: 55 ~ Cftyof ~ CITY CLERK ~ eX IOW,t:" CITY, IOWA Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law, As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City, CC-5 2-3-1 2-3-1 FILED CHAPTER 3 zaol. APR 28 AM 9: 55 DISCRIMINATORY PRACTICES CITY CLERK iOW!-, CiTY IOWA SECTION: C. It shaU be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof. to directly or Indirectly adver. Exceptions tlse or in any other manner Indicate or 2-3-3: Credit Transactions; Exceptions publicize that Individuals are unwel- 2-3-4: Education come, objectionable or not. solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment Of membership be- Intimidation cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Orc!, 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. - Employment policies relating to preg- ^- It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual 2. Disabilities caused or contributed to orientation. by the employee's pregnancy, mlscar- B. It shall be unlawful for any labor orga- rlage, childbirth and recovery there- nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary dlsablllty Insurance or sick applicant for membership, apprentlce- leave plan available In connection with ship or training or any member In the employment or any written or unwrlt- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or traln- Involving terms and conditions of Ing because of age, color, creed, employment as applied to other tem- disability, . gender Identity, marital porary dlsabllltles. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro. 897 Iowa City CC-6 2-3-1 FILED 2-3-1 spective employee a test for the pres,004 APR 282. ~ ~in~?oyer or employment agency ence of the antibody to the human \'(~i~~hooses to offer employment or immunodeficiency virus. An agree. CITY Gr.'dlleit e for employment to only the ment between an employer, employ. IOWA Cr'ii'l~al@W~r elderly. Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em. elderly on the basis of age, cotor, ployee concerning employment, pay creed, disability, gender identity, mari. or benefits to an employee or pro. tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697,11-7-1995) to the human Immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply If the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Publlc Health ,declares family reside therein during such em- through the utlllzation of guldellnes ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condltlon related of the employer or members of the to acquired immune deficiency' syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this ,Section: enterprise. The bona fide occupational qualification shall be Interpreted nar- 1. Any bona fide religious institution or rawly. its educational facility, association, corporation' or society with respect to 6, A State or Federal program de- any qualifications for employment signed to be'neflt a specific age classi- based on religion when such qualifica- ficatlon which serves a bona fide pub- tlons are related to a bona fide reli- lie pu rpose. glous purpose. A ~eliglous qualifica- tion for Instructional personnel or an 7. To employ on the basis of disability administrative officer, selVing in a in those certain Instances where pres- supervisory capacity of a bona tide ence of disability is a bona fide occu- rellglous educational facility or rell- patlonal quallfication reasonably nec- glous institution shall be presumed to essary to the normal operation ot a be a bona fide occupational qualifica- partIcular business or enterprise. The tlon. (Ord. 94-3647,11-8-1994) bona fide occupational qualification shali be interpreted narrowly. (Ord. 94-3647, 11-8-1994) 897 Iowa City CC-? FILED GENERAL CONDITIONS 2D04 APR 28 AM 9: 5S CITY CLERI< Division 11, General Requirements and Covenants of the Iowa DepariGJW:;t, o'f;lt~n!lP<lri!tion "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. , GC-1 SUPPLEMENTARY CONDITIONS FILED 200~ APR 28 AM 9: 55 ARTICLES WITHIN THIS SECTION CITY CLERK IOWA CITY. IOWA S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Conceming Suboontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 R.estriction on Non-Resident Bidding on NDn-Federal-Aid Projects Caption and Introductorv Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. 5-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. FILED A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 2004 APR 28 AM 9: 55 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified(JjEf~irC!Q:6lKin effect for the full contract period. The name, address and phoq~W,l'!l~~~~f !tlW-/)lqsurance 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: Tvoe of Coveraae Comprehensive General Liability Each Occurrence Aaareaate Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Sinale Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when detennined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following proviSions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SC-2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provid~'1 L~Uclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurreW!eARRmaliablt.~1r5;5rance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: CITY CLERK IOWA, CITY IOWA a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising SC-3 out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or res~~ f.(Qm the Contractor's operations under this Contract, whether such operations b .bih!~}} or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. ZUOlt APR 28 Ml 9: SS 2. Contra~tor is not, and shall not be deemed to be, an agent or emplo~)lf e(f:~ of Iowa City, Iowa. 'IOWA CITY, IOWA 5-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the lOOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging seNice of this individual. 5-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the lOOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall fumish documentation of all efforts to recruit MBE's. 5-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the lOOT 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-ta-know. 5-7 EMPLOYMENT PRACTICES. Neither the Contractor nor hislher subcontractors, shall employ any person whose physical or mental condition is such that hislher employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, Sc-4 marital status, age or disability unless such disability is related to job performance of such person or employee. FILED To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital starns~ ~~ ~B diAW~ty5 5 unless such disability is related to job performance of such person or empYoyee',' I, , i~ 01 rRK 5-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQ~~ ~rF,t:lowA For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these SpeCifications beginning on page CC-1. 5-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the lOOT STANDARD SPECIFICATIONS. 5-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.07 of the lOOT Standard Specifications. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. 5-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the lOOT 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. 5-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AlD PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these reauirements involve onlv hiahwav proiects not funded with Federal monies. SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID P~~J@ 200~ APR 28 AM 9: 55 PROJECT NAME: 2004 PCC PAVEMENT REHABILITATION PROJECT-DODGgj:;;1'. CLERK TYPE OF WORK: PCC PAVEMENT REHABILITATION IOWA CITY; IOWA DATE OF LETTING: May 25,2004 A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state Dr foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owne~ by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 4/04 data on citynUEnWMasterSpecstIfontend.doc R-1 SECTION 01010 FILED 2DD4 APR 28 AM 9: SS SUMMARY OF THE WORK CI1Y CLERK IOWA CITY, IOWA PART 1 - GENERAL General description, not all inclusive. A. Locations: 1. Dodge Street from Bowery Street to Kirkwood Avenue. B. Base Bid Work: 1. Provide vehicular and pedestrian traffic control during all phases of the project. 2. Construct full-depth P.C.C. patches as per Iowa DOT Standard Specifications, Section 2529. 3. Construct partial-depth P .C.C. patches as per Iowa DOT Standard Specifications, Section 2530. 4. Clean and seal all cracks and joints as per Iowa DOT Standard Specifications, Section 2542. 5. Grind existing pavement surface as per Iowa DOT Standard Specifications, Section 2532. 6. Install durable pavement marking, as per Iowa DOT Standard Specifications, Section 2527. 4/03 OIOIO.doc 01010-1 ~\ SECTION 01025 FILED zoo~ APR 28 AM 9: 55 MEASUREMENT AND PAYMENT CITY CLERK IOWA CITY, IOWA PART 1 - GENERAL 1,01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 - -- ------------ 3.02 BID ITEMS: A. GENERAL FILED The following subsections describe the measurement of lJl8\A~~~fo~\1e9~~rt to be done under the items listed in the FORM OF PROPOSAL. CITY CLERK Each unit or lump sum price stated shall constitute full payrrJ.GWhJ;'~dQWfror each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identifY the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or hislher Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements, All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, fonning, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity, The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS FILED Mobilization (LS) 1. 2DD~ APR 28 AN 9.' i6 The unit price shall be full compensation for preparatory work and operations fo all items under the contract, including, but not limited to, those ~yes~~s movement of personnel, equipment, supplies and incidental~~ "hJr .~'t. bonds and insurance; and for the establishment of all offices, ildirtg~! an facilities; which must be performed or cost incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. 2. Full Depth Repair PCC Patches - 8" Class M The unit price for this item will be paid on the number of square yards of full-depth pavement removed and replaced as per lOOT Standard Specification 2529, The patches will be paid for by square yards only not count. Also included in this item is excavation to place forms, when needed in the outside lanes, placement and removal of forms, sawing or cutting as necessary and for furnishing and installation of dowel bars at patch edges. Preparation and compaction of subgrade shall be incidental to this item. See detail sheet 532-4 (as amended by Section 02521, Part 3.01, subsection B) in the appendix for more information. Existing pavement thickness is 8-inches. As per Detail Sheet 532-4, use dowel size of 1-1/4" and tie bar size #10. Restoration activity (this includes seeding and mulching) will be incidental to this I item, 3. Partial Depth Repair PCC Patches I The unit price for this item will be paid on the number of square feet of partial- I depth pavement removed and replaced as per lOOT Standard Specification 2530. This payment shall be full compensation for removal of all pavement, preparing I the patch area, furnishing and placing all material, construction of joints, sawing, finishing, curing, and restoration of the area. I 4. Remove and Replace Curb and Gutter The unit price of this item includes all .costs associated with removal and I replacement of the curb and gutter section (18-inch width). This work will be completed with full depth patching work. 5. Diamond Grinding The unit price for this item will be paid on the number of square yards of pavement (limestone) satisfactorily ground. This payment shall be full compensation for fumishing all equipment, materials, and labor to grind the pavement and test for smoothness according to the contract documents, including the removal of slurry and residue from this operation. 6. Joint & Crack, Cleaning & Sealing The unit price for this item will be paid on the linear feet of cracks and joints. This 01025-3 payment shall be full compensation for all labor, equipment and materials required for routing or sawing, cleaning, sand blasting, and furnishinf13~~)g backer rod and sealer. 7,8. Painted Pavement Markings & Symbols, Durable 2UO~ APR 28 AH 9: 56 The unit prices for these items will be paid based ~~t~~flBf stations installed based on a 4-inch width and the number of s pi I d lasM&- Iowa DOT Standard Specification 2527. Work includes prep work, layout, supply and placement of paint and glass beads and protection during cure. Layout must be approved by the Engineer. 9. Traffic Control The unit price shall be full compensation for furnishing all materials, labor and equipment necessary to control traffic during construction. Includes furnishing', installing, maintaining, moving, relocating, and removing all traffic control dEwices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, uniformed officers, temporary pavement markings and orange safety fence at road closures. 10. Flaggers The Engineer will count the number of days each f1agger was used. For f1aggers to be counted: a. The f1aggers must be needed and used as part of pre-planned work that is started thilt day and is intended to proceed for major part of the day. If used less than four hours, the f1agger will be counted as a half- day. b. Other f1aggers 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 f1agger will be counted as a half-day. Short time, emergency, or relief assignment of employees to flagging operations will not be counted separately. For the number of days each f1agger was used, the Contractor will be paid the predetermined contract unit price per day. 11. Manhole Adjustment The unit price for this item (each) shall constitute full payment for all labor, material, including concrete, and equipment to adjust the manhole to the final surface elevation and reconstruct a P.C. concrete base. Also included in this item is the supply and installation of a chimney seal in each of the adjusted manholes. No extra compensation shall be allowed for any additional work on the upper portions of the manhole to bring the castings to final grade. New castings to replace the old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer. 01025-4 FILtD SECTION 01310 zna~ APR 28 AM 9: 56 PROGRESS AND SCHEDULES CITY CLERK IOWA CITY, IOWA 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 shaD be planned with this in mind. 1.02 SUBMI1TALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with tli.e 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. 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. Work will be limited to 30 working days. Saturdays will not be counted as working days. The late start date is July 6, 2004. Liquidated damages of $200 per day will be charged on work beyond 30 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at' all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. 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 detennined by the Engineer. 01310-1 'FILED E. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 20011 APR 2 B AM 9: 56 3.03 STREET CLOSINGS: CITY CI,ERK A. Notify the Engineer four days in advance of street closings so IQ,h^/~iiJrYeI~Q~ be issued. No street may be closed without the Engineer's approval and said notification. B. Contractor shall maintain one lane of traffic in each direction on Dodge Street (I lane northbound and I lane southbound) at all times. 4/04 shared\engineer\specs-iMI310.doc 01310-2 SECTION 01570 'FILtD ZOOY APR fS ~9: 56 TRAFFIC CONTROL AND CONSTRUCTION FACIL TI CITY CLERK PART 1 - GENERAL IOWA CITY, IOWA 1,01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. !DOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," Millennium Edition, December 2000, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the !DOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division II. General Requirements and Covenants. 01570-1 Section 1107.09. Barricades and Warning Signs. FILED Division 25. Miscellaneous Construction. ZaOy' APR 28 AN 9: 56 Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: CITY CLERK IOW/1, clrt, IOWA A. The City will fumish "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 EXCA V ATIONS: 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. 3.06 LANE CLOSURES ON DODGE STREET: A. Use Iowa Standard Road Plan RS-64A and 64B for lane closures on Dodge Street. 4/04 sharead\enginecr\spees-ii\01570.doc i i , 01570-2 I SECTION 02100 FILED 2004 APR 28 AM 9: 56 SITE PREPARATION CITY CLERK IOWA CITY, IOWA PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. !DOT 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 !DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY: FILI::D A. Remove existing signs and posts within the construction area ~gi{1fl1ff!~ thetr~a~. All permanent traffic signs will be removed, stored, and replaced by the Ity oP owa 1 . Contractor shall provide 48 hour minimum advance notice for silllC!emo'e\ :t~~r sign replacement. Permanent signs will be replaced prior to concrete ~ffl'v'A IeITV, iowA B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING UTILITIES: A. Contact appropriate utility representative to verifY the presence and location of buried utilities in the construction area. 4/04 shared\engineer\specs-ii\02100.doc 02100-2 FILED SECTION 02520 ZDDy APR 28 M1 9: 56 PORTLAND CEMENT CONCRETE P A VIN~rY CLERK IOWA CITY, IOWA 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. mOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the mOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 ~ PART 3 - EXECUTION FILED 3.01 TECHNIQUES: 200~ APR 28 AM 9: 56 A. Except as amended in this document, the work in this section will COnenn(wLtt~oof\ following divisions and sections of the !DOT Standard Specifications: IOWA CITY, IOWA Division 21. Earthwork, Sub grades 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 PA VEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 350F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temnerature Forecast Covering Minimum 35-320 F One layer plastic or burlap. Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap. Below 250 F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather, shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 900 F. FILtD E. If concrete is placed when the temperature of the concrete 2c~u1kPe~~~ ~~ ~; ~ Contractor shall employ ~ffective means, such as precooling of ~lr!es ~tor ,mixing water, as necessary to mamtam the temperature of the concrete as Ej' :Ji,iH$oo F. I, IOWA 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be [mished 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 shared\engineer\!;pecs-ii\02SZ0.doc 02520-3 FILED SECTION 02521 2004 APR 28 AM 9: 56 ~m CLERK PORTLAND CEMENT CONCRETE P A', CITY; IOWA REHABILITATION PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing pavement, prepare, shape, and compact subgrades to receive Portland Cement Concrete paving full-depth patches. B. Furnish labor, materials, tools and equipment to remove existing concrete, prepare and shape partial-depth patch areas to receive Portland Cement Concrete. C. Furnish labor, materials, tools and equipment to form, place, finish, joint, and cure Portland Cement Concrete in both the full-depth and partial depth patch locations. D. Furnish labor, materials, tools and equipment to prepare and seal all joints and cracks on the project. 1.02 REFERENCES: A. roOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skil1ed 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 perfonnance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 02521-1 FILtD PART 2 - PRODUCTS ZDD~ APR 28 AM 9: 56 ],01 MATERiALS: Clrl' CLERK A. Except as amended in this document, the work in this section wlP~i~fo~Fiitl(QwA following divisions and sections ofthe mOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4117, plus 4136. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3i. C. Full-depth P.C.C. patches will not require calcium chloride. D. Portland Cement Concrete patching material used in partial-depth patches shall be Class C patching material as defined in Iowa DOT Standard Specification 2530. 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 mOT Standard Specifications: ., Division 23. Surface Courses. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. Section 2542. Crack and Joint Cleaning and Sealing (portland Cement Concrete Pavement) B. Doweling of full-depth patches will be as per Detail Sheet 532-4 with the following exception: Mid-panel joints shall be "C" joint, rather than "CD" or "eT" joints. C, Class I & IT Cracks and Class ill & N Joints are lumped together and shall be mea~ured and paid for as one (I) item under this contract. D. All joints and cracks on Dodge Street between Bowery Street and Kirkwood Avenue shall be cleaned and sealed under this contract. E. Delete the first paragraph of Article 2532.04 Smoothness, as it will not be done by the City. F. Contractor shall dispose of the slurry from the grinding operation at the off-site location approved by the project inspector. The disposal of the slurry material shall be incidental to the price bid for Diamond Grinding. U:\RoadISpec\02.521.doc 02521.2 FILED 2oa~ APR 28 A/i 9: 56 APPENDIX CITY CLERi< IOWA CITY, IOWA . Table of Patch Areas . Tabulation of Pavement Markings . Tabulation of Pavement Symbols . Pavement Marking Standard Drawings . Full Depth Patch Detail- IDOT Detail Sheet 532-4 . Partial Depth Patch Detail- mOT Detail Sheet 532-8 . mOT Standard Road Plan RH-50 . mOT Standard Road Plan RH-51 . IDOT Standard Road Plan RS-64A . mOT Standard Road Plan RS-64B . Project Overview Sheet . Patch Location Sheets DODGE STREET PCC PAVEMENT REHABILITATION PATCH AREAS 'l=11 r=r\ Patch Patch DimensionsOO Total Area Type Curb Replacement Nofes . ID# Lennth Width SF SY ", .~- 1 4 22 9.78 Full Oenth <qu1 '" n c:: 0 AM ~: S1 2 1 2 2 Partial Deoth 3 10 11.5 12,78 Full Denth YES - 10 feet ('ITV ('I CDI/ 4 11 11.5 14.06 Full Deoth YES. 11 feet '\I^I^ 0'''"'-' ,;;... ... 5 1 11 11 Partial DeDth ' ~'. " I~JVVf'\ 6 24 22.5 60.00 Full Denth YES - 24 feet 7 2 2 4 Partial Deoth 8 2 2 4 Partial DeDth 9 6 45 30.00 Full Denth YES. 12 feet 10 6 22,5 15.00 Full Oenth YES. 6 feet 11 8 22.5 20.00 Full DeDth YES. 8 feet 12 6.5 22.5 16.25 Full Deoth YES. 6 feet 13 1 4 4 Partial Denth 14 2 2 4 Partial Denth 15 20 45 100.00 Full Deoth YES - 40 feet 16 3 1 3 Partial Oenth 17 1.5 12 18 Partial Denth 18 6 23 15.33 Full Deoth 19 16.5 22.5 41.25 Full Denth 20 1 1 1 Partial Denth 21 1 2 2 Partial DeDth 22 1 1 1 Partial Oe;;th 23 1 1 1 Partial Denth 24 1 2 2 Partial Deoth 25 6 22 14.67 Full Oe;;th YES. 6 feet 26 43.5 11 53.17 Full Oenth YES - 14 feet 27 6 22.5 15.00 Full Deoth YES. 6 feet 28 6 22.5 15.00 Full Denth YES- 6 feet 29 1 3 3 Partial Denth 30 1 1 1 Partial DeDth 31 1 4 4 Partial Oenth 32 1 2 2 Partial Denth 33 2 11 22 Partial Denth 34 1 1 1 Partial oeDih 35 1 2 2 Partial Oenth 36 1 2 2 Partial Denth 37 4 1 4 Partial Oeoth 38 10 11 12.22 Full Denth San Manhole Adiustment 39 1 3 3 Partial Oenth 40 2 3 6 Partial Deoth 41 2 1 2 Partial Denth 42 2 1 2 Partial Oenth 43 1 1 1 Partial Deoth 44 1 1 1 Partial Denth 45 2 2 4 Partial Oenth 46 1 1 1 Partial Oeoth 47 2 1 2 Partial Denth 48 1 1 1 Partial Oenth 49 1 2 2 Partial Oe;:;th 50 41.3 11 50.48 Full Oenth YES - 12 feet 51 1 1 1 Partial Oeoth 52 1 1 1 Partial Oenth 53 1 1 1 Partial Denth TOTALS 126 494.98 161 feet When no curb replacement is noted, leave an 18-inch curb and gutter section. Existing pavement thickness on Dodge Street is 8-inches. As per Detail Sheet 532-4, use dowel size of 1-1/4" and tie bar size #10. -IOVl CJ ace 0 ~ )> ~ 2- wee r Z 0 "-' I! -~- ~ -I <1l 0 li'ti -< )> Vl':' ~..~ r """" 0 CIl :) ... . ~ M' ;. 2[!WltP~'2i ~ 9:56 -f Z 0 S'... .... o '" Ir ' ~ ~ ;>;) 1 0 0 CD \\../1"; @;LffiR < ; ; ,~ Vl 1~~;~C11Y,~(WA-1 -. 0 ~ :;:! 1 .. )> ~~< .... 06'-- I ~ I~ ~ ~ z.!. CD 'Ot< 0 0 I a. ^ Vl C :) ~ ~ ~ ~ ~ ~ @G@ I ~oo r1lT1cu)> o~a. ,g.,g.i .-. 0 " .. ct -. :J ~ ,...:) -1 o 0 0 r o e ; ~ ~ - tv N ~ .g c: 0 (J1 _ - i -< - '" ~ - (0 ~ ~ 'i' Z ~ N..... ~ (J.J .!..!~ o 0 0'- - (0 001 01 @ 0 ()l N ~ ~ (J) @@8---+' lJl lJl 0 0 <'> '" c G if g,!l. 5 Q. ;- . ~ <> -" -.....J ,-- ::: Q ,.. I ... ~ _. fT1 ~. ~ i ----r1 @ Z C ~j U - (Xl GJ ~ '" )> _ 'i . -' ",;r.- o QI!~ < ~ 0 ~ - @0 ~ @ :J @@@ ~ --" ..... \on n Z f\J; --" lo,,--:7 (/) 0 0 0 . " , @r+ ~5'~ _J --J, 0 ii''' 5- ~ N tv r+ C'ioO , ~ ~ O ....... @ 'i~~ N 0 00 ~:J ~_ -...l '" ~ N '" GJ (fJ if ~ 0'> en VitN ""---'-! ~ '" _ _ !=> a @ )> -...l lJl()l <o<o..p- o a A ::::0 01 \QY @@ ^ A ~;f- 01 ~ if 2' Z n <'> :::0 ~ ~ GJ [T] ~ <3 s:: If) -...l -I ,)> <0 ~ :::0 m ^ -j 0 fil- ) 0 0 ;0 ll_t, -j ~ 0 :t> €W~ A I R 28 A I 9: 56 (j) - ,...... o CI Y CLE 5~~ 9bwI Cp -j 0 OJ n z z )> C (l) (l) " I 0 0 -l ...., ...., )> ^ CD (j) 0 --1 -j ...., 0 :t> Z ^ ~ -j 0 ~ (l) 0 0 r< z z 0 Q. - :J - ,...... , :J 0 ,...... -+; U 0 )> C )> < N N N N Z fTl co -i ~ -i fTl -< Z N N N N --1 ;0 I ;0 I !). (l) fO' (l) ...., ...., ::J ,...... ::J ,...... (j) ,...... ,...... -i -j -< -i C -i C C ...., C ...., ~ ...., :J ...., :J :;0 :J :J CD :t> :t> rrl :t> ...., :t> ...., ~ 0 ...., ...., ...., 0 ...., 0 )> ...., ...., I 0 ~ 0 ~ :;0 ~ en ~ en ^ (.f) en en (J) I - aa e q~ @ ~ u I -l . ~ Ii ~f ~ II ~ G I ;; ~ 9j .. Iii ~ .. ~ :i ~i I i ~ h I q~ - ~ , ;; ~ , ~ j: -l . ! ,f-, "1 B ~ .:.i:.J~ r ~t ~ I ~ en ' ri' I ~ q~ ~ rffi~ ~i I I ~ !} ... qJ ~ i !il i! ~ i ~ i! I ~ i! ~ (B 00 i jj @ @ ~ il ~ e i ~~ ~ 0 ~ H i Ii - ~~ ~ lii i~o H g ~ ~1. ~i g ,0 Ur.. H 0 Y ~ .j,o ~ -lW' ,0 "1 ~ -1 ~o Wr.. ~ ~ @ t @ "5~ N i~ ,..~ ~ IO 0 ~ e" i" II ~, ~ 8 ,0,0 S ;! ~ c; , ~ ij ~O~ ~ . . H ~ :!!l i 1.0 0" l @ no t II " ., lii~ II ~ ~ ,0 0 <J I: , ~ ~olo I! . WI.:- ~ g ~ ::::> II '" ~ I 'oJ ::J OO!] , ::J ~- ~~.... ~ ~ :li'".. - o -~ c 0 2. -' ~~ F F. · LEo-' ''is 5!~ ~ i:o e ~ s "f , · " U lIq 1 ...,,, .f 0 r if : ~~ :: 11 ~ ~[- - - ~ ~[ - - aa~ ~ R 8 AM 9: S6 -'V c;; (/):0 2 ~ ~ ... %;;' ;> ,,-:! ~ _ ~ - a' ~- "'; ~ 5g ~ . '" ~ ~ :;! I \ I ~ TY CLERK ~ii z" ;:I. l!l. s: ~ 1) ~:>> ~@ .. - ~ "'€I ~ ~ 'i · ~ ~ 0 ~ ~ ~l ~ I~ \ 11 Y, IOWA ~ _ '" n ....:; n.. I' - ~ " ~ :I: "e\~ - :I: e!< .~ j m 7 ..~ j~I ! ~ l . - ~ '" \ ..--' I ~'~3' 0' in. LU --'. ~ ~ l 55.~ff r e ",- ~." __.~ r r.l " 'a'~ I - -l :II > S e >- ~nS'4 Ol' zo; ~ ~!.'::I >-<:;; ij- l'T18~ ~....i, _ 0 31 - l'TI a~ ~ r'\ ~ ~ ~ ;:t. ~ '!l ~ i~~~ I ~ ~ -< 1 ~ ~ ~ h ~ ~ ~ I ~ a /5 8"lJ ~@ e 3: I "" ......'! - ,....,. ~ I Cl";;' :I: ~ ri ~ > n.'~ = " :I: . r- 1lr":II ~.! it ~ to> ~ o <gl I : s~~ 0 I'Tl "2.., '" '-.../ a-~c :I: ~ 'le. I "';:< _ 0 '2' n 1:;'- ... .~ U> .l~ I .~. 5.; I :;.! 'T; i....- r- G'I !l Lr ~~ --,..., ~::a . - - >- g ! ---~, ~ CO') ;z r ['>, :::tI ~,.. ~ ~ ~ ~ : .~-;.. ~ ~~c ~ ~ ,.. ~~~ " " :II 8 '" ~ "iii ~-> - If-.l U> - ~zCUl ~i!!lll f::J" a~ a ~n ~;~ }),~~ a ~afR !i~C r_~ Z ~~> in ~ I "! ~ > i ~ Z d OJ m.- I I ~ C .., !2 e~ . ,.. _ m ....~;:; I ~ (I) ?i ~ ~ 6. ~l~ i ~ z s:~ a~!:. g ~ga 0 g- ?:~ > ~ ~ ~~~, .... g. : .. &: .",,.. z ~p~ ~~ g.[ i~~ ~~ . ~ Q i !r 8& @ 00 0 00 08 80 H ..~ Q .. '" '" "" "",.. z ~ II If" ~l ; ~ ~ <f H f r '[ fi fl' F I ! s s l . g 9- g" .. Ii ~i- 1 >. lIi .!. f~~. I '. ~~ '" . f.l . I} .' r 'l' ~ '..l l:-: ii" Z J/: = "[":I" t. 1 i" i. .a:. :r::r.&. 0 ..... =:H,., 3" a r f" f f;i f.;. is ~ g C -l i ~ ~ ~:::~~o~~ It jll ! I, lIt II 'loll ,tt. if ,iL !F '(... ~ "~"rHl ~ I "if l If' f t' II'l . g :I> - :II r'l, 1 , r ~ r > : t l ~ ~ ." ~ - ~ ~ ~ "\~. !!! 'i' h l j tI ~ -{< ~ II.. ~ ~ ~ or::O FIr- li/ . : f;l ~ 'I. II ;: ~ ~fl ~ t~' [ ;, _nr i CIl} . - ,.'.... 1 is J.. I' r [l l. i. ! I :;!. 0 ... i!; 0 '" q=?: ~ I ~ J i'. r 'f[; . ~d l ' go8'" - 'g. . r l'" "1 t I' ....' ~ h~ G: H :; ., f''l '" I II f t ~,~ It f ~!!; ~ ~ ~ ~ ~ ... ~i!l. i. .f; I li i g ~ H! I ~ ~ 2 i UI 6- i: 1 ~: ~ ill f ~' . .. 0 g- o Co)' J h! ~ ,f ~ III ~ ~ · N r 'II I" iI' ~ g, ~a 1 I .t f f .' I h II a.. 6: 3 -. i i ~ 0 !!. r '" ~ , n J FILt:D ~e . . ~t ~l ; . j ~ , ZDD APR 2 AM 9: 56 o . -.1 < E i:' ;t !!. ~ 10 v~11' ~ERK "', ~..- .- !I 0. :; r ,IOWA . 5 0. .~l ~ 1- t , , , ... ~ I .... r '5 ~ 0 , !!. .. . .. It l"" . " 0 '" . . J " ! " . .. ~ ~ . . . f . H <.., -oj'h 0 n 5 . . ~ ~ ~1. ! r a 0- . [ li' , ~ , CD! 0 r , . . . l' ~ .. , . , .. , , 6' go " . . 0- I I ! , I i 1 I ..-~ III E ~i ~ II ! n.... i1d :~ .... {f ! ~Ii! "'~ dl :J: , ! I if I , Ii If --- 0 -n if ~ : I ..' .. uI i ~ @ .... .. ;0." ~j!le ~~. FI to i!i !; .0." - ""0 Z oJ : '. ~... . ~ ~ ZOO At: 8 JIM 9: 56 ... ; Cr~Y "LERI< 0 z . ... . . ~ NA C TY, IOWA ,01 01 01 f f ~ f~. i "I = ' ~ ~a !i ~ ! . ... I -~ .. l!! · .;\ ~~ oL..~ 1;- :;8 . 0., !?' ~@ ..r- a ! '?o~ ::u ! ID ,.. ,~ i .&?..o~ c;" .f t1D i -~:d o. 0'0 o;;i"t j!I Z .. .. ~ifi ;; t> .. ~ ~ ~ "'z ,. ~ ... .; i > ~ ... ... . ,. . 0 0 ~- f > ~... . z z ., . J 0 <1 ... ... fi~ <j ~ ~ ~ i~ !! a r , I ~ e ;; e d liI ... ~ ;= ~Ul " . ...", . " ",0 :; . :; . 8~ . ~n ~ n ~n ~ . . . . ~ . "'~ ~J ~a. . ~ i." ~ ! .. ;;: 0> ~. ~ . -. ~. ~~ ,9 ". ~. ~~ ~g '" ,,> ~c: ~ :1 p' -" ;;i i'" 0 ~:r" c 0", 30 m 3: .... .... ::::c........ '" . 0 > %0 ~ z ... J.z ;= ~z ;= .... . ~.... , ~Ula! ;;tf)~ - ~~ ~ - -'" .~ ~'" ~~ e ?'< ~ ;::;; >; i:;; . = . "'Ii"'- - ~ ,'. f j:O f ~:u . .. _ " ~ ; ~ i !? . '" I I ~ , ., U) ~ N . _ _.. ITI o ~ ~i ..... - > . '" ~ ii:. ': ~ 0@0 e ee o ooee 1i:fU ff ~![.. "-f <; ~lft"-~ f;l - . q Ii ~f ff ilJ[ 1 tf ? !H i~ t f I ~ - =fg' ~ "I it 11 z ~i"l ~ ~ ~ if · 0'" a.a. ~ {qill( fH l 11- rl L r! :rl:L iI" '\ :r~ :g f j ~ ii~ R:.i · -0 ~...[ it Il[~"" z 'i i I I'il iii Ii Ii!!!! i-~'=='- 0:10 ihl tr l~i 2lh nl ~ ., 1:., f' 'IJ r[ J l :::; 110 I jUr 1 ! j f! HlJ r i t !i<[ II 'N If Will " ~ ,j fi 11 z 11[ 1;(1 Ii r il Ul tH a f~~ 'I "'loL 1 < '" ~ :-:r ~IJit f t![ 1J I If[ ill... 1 0 iHI 1 hi n q1dll l "'0 ~ ~ i' tf if II il J ~ f f ~.~ ~ t1 f;" r[ 1 lqJ r i li'l i i I Il~l~ .... i ~ fl ~I?j t !J~ 1- I' h f ~ " > h rl l Irl it lrj ~ I itJr {n if t t ' 0 I j~ il .... 0 OJ r J P J r ~ I if I '"t ~ 2""-1 3 . h ~l ( HI ti ~H J J . ,~. f I ; I. I ~ ~ 0 . 2~1~. > ~ '9_9 ~ ,f-s 3f f:." ~ PIP N N";:! II;:! f" "i f "i "i I ~ ..I.. I i!i I: f3 f .. .' I ~ ; r FILtD ~ ~~~ ~ i ~i i of ;J;!G)oooff - . ~~ ~ 0... . ~ ~;,,;. ~ ~... i-oJ.... i ~~ .:.? 10 PR28 A119:56 - ~ :loJ- :laJ :l.oJ~ 0 ~ oJ '" ... r- -I .... It It .... r- -I D "'ZaJ.. ,~ . ~~I ~~ q~"l~ _ CI!~N ! ~ ~ j ~ . ITY CLERK '0 . Q > . r" :.!I Z u: ::1 0- ,z ; ~ l l ~ ~ ! !; ~ !! i ~ ~. -: :!i ~ CiTY, IOWA 11 . (I - lit CD :a ..~ _ ;J:g, ..:g :a :a I..EH of ;J, :;J ;J c; ~ !!l'il.. ... 4}:j :", ~ ~ 4:}:l > ... - Jaw. 6 6 CD 0 ... &.01 II) :! lw ~ .... I'TI t ;;; ;;; ~ . . > f I' t ~ ~ ...f I' . ~ - ~f ~f ~f ~~ f "!! f.f. . . :~ :~l ~";! ~. ~ ge e ,..... ,.. uo iJ . r- VI j;\ ::. !'J ~ J, ~ ~ ~ ...~ :>- 00 ;:.. :\,. -,. ~,( ~!$.- :l,(-:!i <I~ . ~. ".... ". It -I . " :> ,( -... " - . 'CD '5'~ Q,!.U) u: . w . iRCo! tl"'! : ~"": 2 w :: :: Q :: .. z :.. . fl fl .... " " , fl~"" f ~!! ~ :T :> it ~ ~ ~ ~ ~ !' %..'1 V 3 :> ' .. .. :> ,," . . ,..... ". ,.. "'" ? " " "l II " iJ "CD'ITI ::. :>~ ~ ;J J ... ~ 1-&1 ;J;J ;J:~ 4:HHoi , . ... i"t~ oj -< -:'. ~ -~ .... ~1 ;;; "z U.. . ,. . ~ ;.~ i . ~" ~ & . ~ ~ : ~ Ig · .... g - K f ~ > .l" - ;= .. ~ .. ~e '" 0 0 . .. c:: . ~ . , > :'" ;u ~In r-,S ~ ~ "'0 "'0 '" "'" a ~ .... 0", 0", 8;:! o > ....... ....... "'i i >li;= 0> 0> z;= zr 0 ~~p : .... . .... . "T'I ~ 1. !!! '1 ",al . (f):': ,,> i . . '" - "; '" - > ~ > f; '" < In- r f ,... '" - . '" '" 3: , . . ;u < ;u ., '" ~ n f z < .... '" "1~ .. !? s~~'!i :~r~" - ii - ;i~~~ !!o.. <> .. a""~ ~ o.~ G 088 G oin p: If'f t-i'i' Orn!l.~ ~ i'l-lf( qqr Rfgl ..; t !fr ~ UB ~ .. i...... D. Ill! "'1 1 II i! J~h t~ ii lH !l~q[ j .~e 3~ ....0 . . ~ _~ 0 o .. . p I _.. . .0. lllj l!!i ! Hi tm 11 . i lij Iliff! .. c a ~ =r "0 0 "& ~ .. z , ,!."" '" :; ~ .s CD - 6 z... i ~ !~ ! f!i I Ij hJ~ ~t r Jil dJ'! ",0 q~ J~ r.z 8;;1 I ,0 . I if 'J If 1 ( ~ it t z .... J . J~ ! rt I} 0 > ul ~ t 1 ;u '" 0 f t I l J1 - f i f ~ 1ft !l.t .... f G 0 ~ $i.I! "il f If hi f 1 Ii . 1 8~ ,5__ !i!J1il ~ ~ o. ~ 'f~-'l~~ ~ ~~~ I~"" . _ ~ = ~- ,8 FILE , .l f r =; ~ '" <& r ' 'r.l ~ 15 ;. .- . ~ ~ , f ' ' ~1I~ ' ~ ~ H ~l I ' ZOO~APR28 AM 9:57 .g. I!. Sl t H !~ CITY CLEFK _! ;.~IOWA CITY, I WA I .1 .~~ f" !;ai . ~ ~ lUf I~ lH!~; It fl' f;'r;1 ,,<g> , " ".i ~ r '! t c' lj' r 1 f ~ ;" - p~~i~~!IJI'~ r fr.." fIn H fIt f ! f 11 I~ i r . rlllll I l ! t ~ ~fr I , t f h f f~_ ii~l 4 !.! r ! H it f S s. [ ~Ilt h (l, [ l I rl f[ i I ~ t I fr I~ · ~ l.f .. .. , ..1" r · ~ . ht ti "I,',r r t ~ tf j= ~" i ~ri I. h; f f t i: t · j lh H H~ I f ~. I j 1 ~ ~ 0 WJt' l: HtJ{; ~ lJf; ri Wr; t- ~ :r;.{ ~t fJit.' ~ ! if -l: ~tlH ~ r HJr!I~!U tr:Hll! {hf in nm ~ t ~ t] f rH tIff. ru r!! ,r, . in tf: r.r"t' l't !'IfEfH Fl:hU llff. ~h !h if J ~f d'l i ltt tHU r}" l:J Jrtf It!'Utl 11ta f'l In I,r ! r Hinl, ~trt: t!, II U(r r "r U ....t i - ,I ~ !... : I : iie r f " . f g _ k--- ....Ul ~;!J ~ f' ~ ~ II ~ ~ '" ~ 3'~ . '" ~ < r" <8> -'" .... "if'" -<0 ~i!!~ '.1 -.i!l '1 'il~ 1'I10n 1: Ja l>> .Ii; !i!> 2:58...tg~g' ~u~..i crz ~lt:J~lD i <it;:; i' era ~ a ill 0 7 f......3!l. '8- 0 - ~ m I ~ . ~N ~ op.... M J~ ~=' ~- 0 ~q~li~ ~ ::t 0 1> . Z - III lOt - '" "' , "j . [B" . ~ 0 ~ ~~ ~ ., ~!:i~ .. ;; _:5 ~ I " "i! g 1I -< ~ ~...; tt 6:~ j!l:a:- g - ~tl~tr o " ~ FIL _D j' { f f ~f f ~ ~ ii <8> zoa~ APR 28 f E:::';:- ., ~ ~I M 9: 57 - " ,-- - z · " , 'f~ ~ c t " ~ ,~ I ! l _ l~ , CITY Cl: RK ---< s__ ~. ~ "H i~ i~ ~ IOWA CITY, IOWA .-\ I lflI .J ~ c2- l.q' - l~ I -f - ~ ~ . [1; -il: [; !l~ l[ t r ~r ~~ f ! ,.~ h~ tHi'i [fJ I! ~ f II d ~.,~ :z_ ! , l~i tj;i' ~i ti ~ I ~ i !l H l I t. ',.1. i 1" 1 1 t J f I' ~ 1 ~ 1i ~ U Ii 1 · { : ,f I i >> ~ t ... ,r'lft "1 fbi f~ h1 f i ' 't \J j tff iIi i, [~l [f ~ iJ ! I fit In H ~H ~ ~ t ~!: }i " \' " ~ ~ ..1'~ l~ ~ ~. 0 . I- " l q ll' ~ " f" r ! ~ " , i i . 1- r i' · .. r ') 8. it .,.. ~_ 1t 'I ' ff ., ., ~ h i,l !: _ 1, . . . ~ , 0 . ~ " ~ I . " ~ ru Hi ~ p'm~li Iun ! 0 i' tOJ [f ~ , =[ l' 'iUPl '''j13 . ,. ~ I . i . ~[f ~ :5l pi ~i' = ro"l t'll~r I ~ 'l" 11_0 .t1 ~it r !IFj f f~' ~ ""lll '''pf ; fl! !'l Fil f fA- . ~ ~l~ f!i rl~ft: i~tt il; [' hiri! i~Jii ." ~ 'flth lit if! it . ~ hiHp ii~~ }l~ If .- f f . Iff l i,.ft rH ~ i ! .lhHh ..1 Iu ' !t I . . i" . I .- ~ i- ~...~ q rUl -" .;: <8' ~ $ t; bl tlI 3:'" . ~ !.;tI -'" " 'fZ- ....0 o' 0 C -t < 0 =: ::tI "T1 ::D . 16' J:- Q) "<8> ~ ilU' I r!il'l\ < [~a'i 1> r'" . 'f --'2 ~ 'f ~ ~ ~~n i =a a ~ c:~n .,[ocg e;r~ % !Ue; lID '8 , ~ ~ ii '" ~ <~~8 t o-a !~ q ~.' ~ el'T1,... ";"" ("D~a -. ITIn NI~.-I ~~[E]~~ 0,... r ~. a iiJ I ",l)l'" . 01 c=; c c5 l: :;;. ~~ i ",:Dc: f~- -= fTl -4 o' 1> C ill :I -< a... tt >:< ~..... g . . IlIlI I CITY OF IOWA CITY DlII9*l RAS _x HSc:ft: 1'-00 - -- -', m ~ en '" ' " ". ro 2004 PCC PAVEMENT REHABIUTATlON m ;r,. 0 ~ .. ENGINEERING "'- RAS CAIl_ YScltIe: 1'-00 OVERV@I;:Q ::;: ~, !!\ DIVISION U ~ Q>ocl<ocl RAS ~FiIf: - PROJECT - OODGE STREET 2004 /, I.D Ul -.J - 2004 APR 28 Ml 9: 57 Bowery Street Sta. 0+00 CiTY CLERK ~N IOWA CITY, IOWA \lN17 'It .... .ii . ~i _"..-'".-...._____ I I , 1---1'- ~ =It I ---1\)- -+ ,- I ' I i i __""M_ ......__~ Sta. 1 00 I i ---L."_ .. .~~ I -- 1 oi i 0 I : Col ----t----.CCj--- m I (I) ~. I, en I,., 'It I ~i1 ~ : r'fo. 1 I\) ~.. _. i =It ..,: ..:..i ::::l _ ''f.1'. '(,) - -(1)-:-- --;; (Q ~ ~. :.: C'D II II II II '<Co. ' ;,,,,,'. . - -g -g 'T1 DO' !.Q)5. _. n ~ - a 1_+ ~[:? r- i"' l::?~ (I) _. I 3 'C ":J" ::::s C" - "tJ CD' (l)":J"(") (I) I ~ -g (") 1 I ..0 ::J . (l) 0 -g a. Sta. 2 00 ~ ~ * I ~ - ":J" C' n I ~":J" ._.___ 0 1 ~ , - i ' ~ ::J .---t---- ----,f-- 5' I ::J , 0 I ' - I I OJ <g ill CITY OF IOWA CITY ""- "" FO...., """ "."" 'ojod ...".. . m ~ " .. ENGINEERING DIVISION .- "" """""' '''''' "' 2004 PCC PAVEMENT REHABILITATION 0Ied<.ed: RAS CADFiIe Dale: 2QOo4 PROJECT _ DODGE STREET Sheet 1 I ~; ILED -c.~ cg: 210~l R28 M19:57 ~ ! CITY CLERK -m lOA CITY. 10 ~ - i \IN[7 . I I , I I =l:l:i )> UI .E: I t:: i !!l. '*t ~ O)_~ ::;, ! ::r ' o ' CD ,L-. i I '*t.___ ......, I i _'*t_ oo --1-- - -~-- 'U ~ CITY OF IOw'" CITY"""'"" AAS ,_, ""* "oW "'00 ...r,., ~ ~ ~ en II IA........ RAS CADFojder: VScalIl: l'~OO' 2004 pee PAVEMENT REHABILITATION "," t" ENGINEERING DIVISION """"', AAS ",,,. '"'' "'" PROJECT. DODGE STREET Sheet 2 I -I- F/! -- ......t' i '1:1: aa~ APR 28 AM 9: 57 ~. ;j::I. i CITY CLE I i OWA CITY, I , , ~ -._.L 1----. , --_.-I-----~.. , , I , I -'---.-L Sta~-6+ 0 ~ ~\ ~. ~.~.- 0 0 ca- Ct) Sta. 7+00 CIJ - ~ Ct) - 'D ~ CITY OF IOWA CITY Desigled:RASFi~X HScale:l"_6O' """, SheetTjtle: CD en (j) = o ffi r'.) : Orl\l\Tl: AAS C/lDRIlder. VS<::aJe:l'-6O' 2004 PCC PAVEMENT REHABILITATION Sheet 3 w ~ .l::o ENGINEERING DIVISION """"', "" c..". PROJECT. DODGE STREET .". Dale: 2004 FILE ~ )> c. _. l: VI - I I age Street . i , i I , , , i i + 0 , i ; , i .- i i , [JJ'" US ~ CITY OF IOWA CITY Desigled AAS Fieldbook: X H~:l'~fIJ Project S/leelT.lle: bffi 0 2004 PCC PAVEMENT REHABILITATION ~ " ENGINEERING DIVISION .- MS CAOFcldoc VS<:a!e:l'-6O' Sheet 4 ."." PROJECT. DODGE STREET .". Oleckad: RAS CADF'kr Dale: 2004 ------ -..---..--- I i -- FI LED I 2004 APR 2 ~ --~I' CITY LERK \lNC7 , ^ , -1-- ,=1:1: _._"'- !co I I =1:1: I 1=1:1: _w_'._ -----t-N- e I i to I ! i 1=1:1: =1:1:'1-" -'-'" (.)- (.) ,.... '" i Sta. 1 0 -1-0- -~--" I ! 10 I . c. I )> i (Q =1:1: .--'- --(.)' .9: I CD (.)1 C ,n,! VI ,VI I .. !.... j 3 I ~ I III _ ,,__CD,__-'-__ =' ' - I 5[ I I CD 'I \ =It --..---- -t~ --, I I ' '=1:1: I ".. ~1, --+.. .,." ~'I/ " (J'I , I I 'I' I' Sta. 13-1[00 I ! I ! 1 ! I :1 ... \ "" ' .. ! . '",I . ! Walnut Street I-,'T ';'iA'~ --1-'-1 --r--', I " \ (.).~. " . I I' , i co ~ " , ii' =1:1:1' I , ) -+:t~,,-\ Ie '1 . I , OJ '" Ul:l] CITY OF IOWA CITY - "'" F_' ""'"' p.w -, -,. (:) ~ 1\.):' [Xa\WI- RAS CADF<:AOOr. VScala: 1.-60' 2004 pee PAVEMENT REHABILITATION tn - f:: ENGINEERING DIVISION ~, "'" ,^'". 0., """ PROJECT. DODGE STREET Sheet 5 I ~\-- FILtD ~ : I /oo~ APR 28 AM 9: 57 -+~ --i-' CITY CLERK I , f- I :n: I IOWA CITY. IOWA '" :n: .j:lo.+.- ,,--,- ---+-~ -(,;l- . I I.j:lo. St1. 1~ ~(O L- ---1-- I j I I I I - t' ,---- '-'-r c 0: tl -~I-t. J.!lJ-- CD! Ol 1 ~I i .., I:n: I:n: --m.T~ --. i~- :n: I I .j:lo. , -.-+<0 ~- '["I"~ \ St~" n .~." I ' '... ......./1 (~~ ~wt~ r '-('--g-f4I;~'~ '\---.. , 0 ~~' C---- " ",", , ,.~ ' .1:" , ~~,"$. I :n:"", -J-.-- -(.II , \ .---.-- j ~ ! '---- ....... I i I ! ;1:1:- ' I~ I _ I I I :n: , -~-(.II I w 1 I! J I ~ -_..l__ -L- I St~. 1 0 T~ c _.m"'-r-- .----1 i I lJ ~'RAS Fieidb:Jolr X HScaIe,1'~6O' Project' Sheet Title: '" if (f) ill CITY OF IOWA CITY .~' "'" ""_ .s,... "_00 2004 PCC PAVEMENT REHABILITATION Sheet 6 a5" ~" ENGINEERING DIVISION ~ "'" "",. 0., "'" PROJECT. DODGE STREET "" i I I ~--l. ~NC _____~L__, o rF 0 I ~( I Sta.1 ~-- znn~ AP 28 AM 9: 57 ---~-c. '0 I Ie. --J.- CI Y CLERK ----, (Q- IOWA cm; IOWA '(I) I _1~ __L_ .., , __llL ---I - -_._-_.~ -^, --_....~.....--~ I I ! ___..m.__.... -......-... i _L___ "',._J_.".. -;/ ~ Kirkwood Avenue Sta. 17+00 / \ \ f- \ '\ I I - - , - - [JJ"' c:g ~ CITY OF IOWA CITY Desi!,ned:AAS R~:X HScale: l' ~ 60' Project SheelTille: . ~ m 2004 PCC PAVEMENT REHABILITATION om 'i2 " thwn: RAS "",,*,. V Scale: 1'~ 60' Sheet 7 ","- ENGINEERING DIVISION PROJECT. DODGE STREET "" 01eckad: AAS C;lDFiIe" Date 2004 I NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2004 PCC PAVEMENT REHABILITATION PROJECT - DODGE STREET IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form' of contract and estimated cost for the construction of the 2004 PCC Pavement Rehabilitation Project - Dodge Street in said city at 7:00 p.m. on the 4th day of May, 2004, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of'the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK ------------- - Printer's Fee $ ht) . '1-0 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, ss: THE IOWA CITY PRESS-CITIZEN OFFICIAL PUBLICATION FED. ID #42-0330610 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTI MATEO I, COST FOR THE 2004 pee PAVEMENT REHABILlTA- Linda Krotz, being duly sworn, Tl0N PROJECT - DODGE STREET IN say THE CITY OF IOWA CITY, IOWA TO ALL.TAXPAYERS OF THE CITY OF that I am the legal clerk of the IOWA IOWA CITY. IOWA, AND TO OTHER INTERESTED PERSONS, CITY PRESS-CITIZEN a newspaper Public nolice is hereby given thal- the , . City Council of the City allowa City, Iowa, published in said county, and that a will conduct a public hearing on plans. specifications. form of contract and esti- notice, a printed copy of which is mated cost for the construction of the 2004 pee Pavement Rehabilitation hereto attached, was published in Project - Dodge Stre'et in said citY at 7;00 p.m. on the 4th day of May, 2004, said said paper I time(s), on the m~eting to be held in the Emma J. Harvat ,Hall in the City Hall, 410 E. Washington I following date(s): Street in said city, or if said meeting -is l\"'\o I""ll -9-C)) ~n4 ' : cancelled, at the next meeting of the City I Council thereafter as posted by the City Clerk. V Said' plans, specifications, form of con- tract and estimated cost are now on file in the office of the City Cieri< in the City Hall ~4oc in Iowa City, Iowa, and may be inspected by 'any interested persons. Any interested persons may appear at said. meeting of the City Council for the- purpose, of making objections to and Legal Clerk comments concerning said plans. speci- f!c,ations. contract or the cost of making Subscribed and sWCifto before me said improvement. . } This notice is given by order of the City 'Council of the City of Iowa City, IO'!'la and this ~ay of 'J'U '0 as provided by law. A.D. 20 '-' . MARIAN K. KARR, CITY CLERK 071. QO.k 1 7'y\ 11. LA.~ 59420 April 29, 2004 Notary Public --...-..... - ORLENE MAHER i i '"'f- Commls.lon Number 715U8 My CommlsslOn Exptres ... IIpril 2, 2005 i . ------ --~ ,ADVERTISEMENT FOR BIDS 2004 PCC PAVEMENT REHABILITATION , PROJECT-DODGE STREET Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa. until 10:30 A.M. on the 25th day of May, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 1st day of June, 2004. or at , such later time and place as may be scheduled. The Project will involve the following: 495 SY PCC Full-depth patching, 126 SF PCC partial depth patching, 6535 SY diamond grinding, 9000 linear feet of joint & crack, cleaning sealing and related work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope. separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project. if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to AF-1 -----.-- --------- . 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: Work Days: 30 days Late Start Date: July 6, 2004 Liquidated Damages: $200/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 the City Engineer of Iowa City, Iowa, by bona fide bidders. A $10 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a 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 re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 ---- -- OFFICIAL PUBLICATION A $10 non-refundable fee is required lor ADVERTISEMENT FOR.BIDS each set of plans and specifications pro- 2004 PCC PAVEMENT REHABILfTA. vided to,bidders or other interested per- 5Lj .0<-4 sons'The fee shall be' in the lorm of a Printer.s Fee $ TION PROJECT-DODGE STREET ,check; made paYable to the TREASUR- Sealed proposals win be received bY ER OF THE CITY OF IOWA CITY, IOWA, the City Clerk of the City of Iowa City, Prospective bidders are advised tha~ the Iowa, until 10:30 A.M. on the 25th day of CERTIFICATE OF PUBLICATION May, 2004, or at a later date and/or time City of Iowa City desires to employ mlnor- as determined by the Director of Public ity contrac-tors and subl?ont,ractots on STATE OF IOWA, Works or designee, with notice of said City projects. A listing of mmonty contrac- 'Iater:date.and(or'timelo be published as tors can be ob-tained from the Iowa JOHNSON COUNTY, SS: requi'red bY law, Se;led propoS~:iis' ~i11 be Department of Economic Development at (515) 242-4721 and the Iowa TIlE IOWA CITY PRESS-CITIZEN opened immedi-ate-Iy,the~e-after by the Department of Transportation Contracts . City' Engineer or designee. Bids sub.mit- . Office at (515) 239-1422, FED. ID #42-0330670 ted by fax machine shall not be deemed Bidders shall list on the Form 01. a "sealed bid" for, purp()sesof this Proposal the names of perso~s, firms, Project. Pro-posals will be acted upon by companies or' other" parties WIth who~_ ' the City Council at a meeting to be held the bidder infends.to'subcon"fract, ,ThIS" I, in the Emina J. Harvat Hall at 7:00 PM. list shall indude the type of work .and on the 1st day of June, 2004; or at such approximate subcontract.amount(s). .. linda Krotz, being duly sworn, say later time and place as maybe sched- The Contractor awarded the contract uled. shall submit. 'a list 'on the Form o.f that I am the legal clerk of the IOWA The,Project will involve the following: Agreement of 'the prqposed su~~ni!ac- 495 SY. .PCC Full-depth tors, together with quanti.ties, umt ~~ces CITY PRESS-CITIZEN, a newspaper pa~ching, 126 SF PCC partial depth arid extended dollar amo,t,lnts, " ',,:. patching, 6535 SY. diamo,nd grind.i~g, ..By -virtue of sta~utory;authorily, pref- published in said county, and that a 9000 linear feet of joint & crack, cleaning I erence must-be given to products a.nd- sealing and related work, pi'ovi~s_iOns- grown' 'and; coaI~' produced notice, printed of which is AII-work- is. to be done in strict carnpli- within ,the-Slate of-Iowa, and to Iowa a copy arice with the plans and' specifica-tions oomestic labor, to the extent lawfully re.: hereto attached, was published in prepared by the City -of Iowa City quired under Iowa S~tutes, The Iowa Engineering Division, which have hereto- recipro:-eal" resi~ent ~Idder preferena: said paper I time(s), on the fore been approved by the City youncil, law applies to thiS PrOject. , and are on file for public exami-nation in. The Ci~. reserves the right to reject any follOwing date(s): the Office of the City. Clerk: or alf proposals, and also reserY7s the Each proposal shall be completed on a right to waive techni-calities and -lrregU,- M 6 r J- lIj 6?'-tVJ cj 'form furnished by the:City and must be !arities, . "I 'aceompanied..in a'se'al_ed envelope, sep- Published upon order of the City COU~CI arate_ frornthedne containing the pro- of Iowa ,City, Iowa. posal, by a bid bond executed by a cor- MARIAN K, KARR, CITY CLERK poration authorized to contract as a sure- ty in the State of Iowa, in the sum of -1 OOk 59445 May 11, 2004 of the bid, The bid security shall be made YA/~ pay-able~ to. the TREASURER OF .THE CITY OF IOWA CITY, IOWA, and shall be fom.;ited ,to_-the.Ci1y of Jowa City in the Legal Clerk _eYent thEfsUcCess~_ful bidder fails to enter . .&1to,'a contract"within ten (10) calelldar' Subscribed and sworn to before me days. of. the'City'Council's awa~ of the I contract and'post"bona satisfactory to the this ~ay of'fY) () (j , city el1suring the faithful pE!rfo!'TTlance of the contract and mainte-nance. of said Project, if required, pursuant to the provi- A.D. 20 l- . sicins of this notice and the other contract OJJOAI0 VYL~ doCu~mentS,-Bid'bOrids of the lowest two or"..mare_ Didde-rs _may be retained fOr'a PeriOd of not to exceed fjfteen (15)"caten. I dar'd8ys following award of the contract, or until rejec~~ion ,is made, Other .bid Notary Public bonds will be returned after the canvass and tabula-tion of bids is completed 80-.9 reported to the City. Council. The suCcessful bidder will be required to furnish a bond in an amount equal to one hun-dred percent (100%) of the contract ORLENE MAHER price, said bond to be _ issued by a ~ Commission Number 715848 respon.sible surety ap-proved by the f ! My Commission expires City, and shall guarantee the prompt pay- ment of alt materials and labor, and also 0" Aprfl2,2005 protect and save harmless the City from all claims.. and damages of any kind caused-directly or indirectly by the opera. tion of the contract, and shall also guar. anteefhe'mainte-nance at the improve~ ment for a period of two (2) year(s) from. and after its com-pletion < and formal accep-tan<:f:! by the City Council. The following limitations shalt apply to this Project; Work Days: 30 days , 'Late Start Date: July 6, 2004 liquidated Damages _$200/day The plans,.specifications and proposed con-tract documents may be examined at the office of the City Clerk. .Copies of said plans and specifi-cations and form af pro.,. pasal blanks may be s~ure~ at the Office of the City Engine.er of low~ City, Iowa, by bona fide bidders. " PRD;:) ri:J , Prepared by: Ross Spitz, Civil Engineer, Public Works, 410 E. Washington St., Iowa City, lA 52240 (319) 356-5149 RESOLUTION NO. 04-17R RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON. TRACT, AND ESTIMATE fJF COST FOR THE CONSTRUCTION OF THE 2004 PCC PAVEMENT PROJECT - DODGE STREET, ESTABLISHING AMOUNT OF , BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT.. FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. , 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at City Hall, until 10:30 a.m. on the 25th day of May, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 1st day of June, 2004, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 4th day of Mav ,2004 &../t./. * L - AYOR Approved by /J ATTEST: ~~~ ~. ~-M/ jII~ -;;:~ ~/"=/4 CI -ERK City Attorney's Office pweng\res\P&Spcc'<lcx:lge.doc - , Resolution No. 04-128 Page 2 It was moved by Vanderhoef and seconded by Elliott the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn t=k.oT WW . 12 Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149 RESOLUTION NO. 04-170 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2004 PCC PAVEMENT REHABILITATION PROJECT - DODGE STREET. WHEREAS, All American Concrete, Inc. of West Liberty, Iowa, has submitted the lowest responsible bid of $113,881.50 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to All American Concrete, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 1st day of June ,20 04 --"{:--/ ~ ;;frL-~- AYOR ATTEST: ~.A.-,) k ~A--L.J Approved by ~~ cf~(~ ~ . '4 CI -ERK City Attorney' Office It was moved by 0' Donne 11 and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn pweng/res/2004pccpavedodgest.doc 9/99 I ~ 1 .-....= -4 ~~~it:'r -..;:......_IIII.~ .....~ CITY OF IOWA CITY 410 East Washington Street Iowa City. Iowa 52240-1826 (319) 356.5000 (319) 356.5009 FAX ENGINEER'S REPORT www.icgov.org October 22, 2004 City Clerk City of Iowa City, Iowa Re: 2004 PCC Pavement Rehabilitation Project - Dodge Street Dear City Clerk: I hereby certify that the construction of the 2004 PCC Pavement Rehabilitation Project - Dodge Street has been completed by All American Concrete, Inc. of West Liberty, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City. The final contract price is $97,160.35. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, q..J.i 7t ~. t '" 0 = ~ Ronald R. Knoche, P.E. ~'o 0 -b~ C> Tl City Engineer -) -< C)-<... N -', <.J1 r- ,:;! f-" rTl m ...:::. 0 r;::D ~ '<!7' N ~ - w ?oj o;J Prepared by: Ross Spitz, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356.5149 RESOLUTION NO. 04-301 RESOLUTION ACCEPTING THE WORK FOR THE 2004 PCC PAVEMENT REHABILITATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2004 PCC Pavement Rehabilitation Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated June 1, 2004, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $97,160.35. 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 ?nrl day of November ,20 04 ~.~(.L. ~ - AYOR Approved by ATTEST: 711.~ J:' K~ $@~ lo(?(P! o"f CITY CLERK City Attorney's Office It was moved by Champion and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott x Lehman X O'Donnell X Vanderhoef X Wilburn pweng\l"es\acptwr'K-pcc paveml.doc