HomeMy WebLinkAboutRENOVATION/IOWA CITY KICKERS SOCCER PARK/2010RENOVATION/IOWA
CITY KICKERS
SOCCER PARK/
2010
f`21~pVf~-r o rt ~-GwYt- ~i ~ ~ r C ~V'5 ~O CG~1~' ~C~Y' ~L.
Za/v
~~- ~ ~~
;;
Zz- s~ - ~o ~1~ ~.s, ,~~,-~, «.-~ ~ ~-n.s ~ --~~~1~ ~ ~ar~~~- -~,~ -~~. ~o~~ ~ ~
~ ~ ~ /
°k~c.~e~s So~~e~ Pr1~ ~eha~a~;a~ ~rr~~c~. _._
i ~
~1 cr,c~ ~ P,,~l~ ~1.~-~~a ~
zYs -~ - /b i t ) I f'~ j
ReSO~u.-~-~9~'~ /f7' ZZ Se~+n~-i ~. ~i.c17'~c ~'le2r~rt~ p'r~ T 2~jt't.(_Cc.rt~] Z
~/ ,/ /
z v r ~ ~,.,, ~ l ~.h.~ s~-e c ; -~'- c•+.~: ~s , -~ ~ ~ C~-~-,rc~.~'J ~ es~+` n~a~s cif'
~ ~, p~ ~t-L.~ ~Du7~ ~ , ~ ~ r C7, 2+^S J D CCU r
(pS-~' ~'~ ~-~ C Cn~rru.~-f
`
': \ G,~' ~~-' ~2 r~ava.-~, ev,. ~-I'r v~', ~; r.a ~~--~ ,n q ~ , ~,~ C j,~r 1 L -7`v b l i ~~
1
(
CJ
) L
-'1D~i ~-~ o-~ S~~ d ~~Q.r~~j$ ~ Qi ~''~C~~ ~ ~,~-V CL~Y'~~ TO ~c.~~ ~ ~5~
Say ~ Mans o~ ~; )a ~,~r~ .~u~~'~c ~n,.SP-ec~~~~,
a - ~~B .-- / D a ' \~ s fl 1 w -~-; a n / ~ " 3 3 G.pf~ ~^o ~ ~~ n.q ,~ ~ ~ n S , sP e L~ `~-~ ~rti -~-, v r~ s ~ ~o r' r,-~ c37~
U
l
l
mil' ,~
ar lie C_or1.s~-rw~~-.J'~. a~ -~- ~o~~
cvn-~a.c-~ ~ ~s~-~mc~~
o-~
_
;
~
C ;-~y ~'i c k~e. rs S9 cc.e~ f a- r ~C R-e n v v ~ ~; v-~ ~~ra~ -e c~ ~ e s~-.~ ~ % s~ , n~
G~mvt.~rrf' ~ ~~~~ S2Ct,~ r~ ~ ,-~-v 2cc..or~,p~n.y e~h ,b ~d! d `, /'2c~-~ r,0
~~~y C~e~~ -ho ~~~~~ s~, na-~=,c-e. 70 ~;~ers ~ ~t-~X~~~ -~, r,z ~.~
~~c,~ ~ ~ ~'a ce-~ ~ ~ ~, ~, c~S _
~O~~CQ, ~ 1i,~ti1,C (~P-Gcr,nLC "' ~~^c~C~ D~ ~LlD1i-CC[~~Ov~
/v i~.~- : c 2 TAI ~ : e~¢ eY,S ~-- ~~' a ~ ~ 1 ..~. ~ ~ ; c ~ -~-, v~
a'~R' ~~ „~,2So~k-~-~ar- /~ - ?a a~Jgr~~n`C~ CbR^hra~'~- ~ C~u-t-~,Dri L+n9 one ~~ (4cJOr
-~~ 5; 9n anal -~~,.~ C;-~ ~ tevK. ~ ~-es-~- ~. con~rac~ -~o~ ~.~
0011 S~' ~^ icC ~-; py~ ofi' ~~ie.- ~pkht ~%~ .) ~ «t~ 1"Q r1~ ~~rtD ~.lrc-r-; o--~~~c'~OJ ~.~
i
~~ ~/~1 ~! (` t ,ate a e~ .~--
e.AOL)~~"J a++. ~k,~e, 1...-~ /`i G~.Q.YS' ubGC.'GY ~riL
vw ~ n
`~ -^ rr
l ~ ' ~ o-~- ~1'w- ~.c~ ~-~tr ~ ~s c-~.r ~ -- ` ,r po7' c'I- ~ ~i~ ; ~ i ~
o-~-~ C.
(c,~~r~r
_ ''~
a
N~-E-: c_.~ o~ ~~vrrr,. ~a~t r- t~.~ ~ S C~c~r~.2 - ~rr~ot n"r- [ i...b 1'- ~~~ c'3"~
~ ~a,~ss C-T-zF..N 1
;;
! L~J -dcZ-- /~ a ~Qr ~o~rr"'`a-nc ~. ~ ~a-y mte1.'{~ ~-~vNa
~. GK~¢.~'S Svcc er 7'~, r~ k ~,e..nc~ Vc~-~'r o-+-t- T-r c~J ,e.~~
r
i r
.i
ti #
• j
1t
t {
i 1
~~t~
20l0 J~P~ 22 P~ 2~ 03
!0d'~A ClT~'.IQ~~~~
DEPARTMENT OF PWBLIC WORKS
ENGINEERING pIVISION
PLANS, SPECIFICATIONS, PROIPOSAL AND CONTRACT
FOR THE
IOWA CITY KICKERS SOCCER PARK RENOVATION PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervisidn and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
i`e00t9671'11+l IdIQ1p~~~I
SIGNED: DATE: ~~~. Q~:•°'. ..o..~ ,,~~
:~.
s ~ .+
- ~,z ' RONALD R. ' ~ =
~~~, =w~ KNOCrrE 'm=
/~.. ~---- I-ZZ-2cz~cz ~~. 15570 : rn~
• ~:
Ronald R. Knoche, P.E. ~ - ~g
City Engineer y~'~.,,~ ~ •.,••.....,.•• ~~.~
Iowa Reg. No. 15570 ~''•..,,,~~/py~p ~~'~:~~`~~
~,~~~~~~~o~~.~~~
My license renewal date is December 31, 2010.
~~
CITY OFIOWA CITY
SPECIFICATIONS
TABLE OF CONTENTS
Page Number
TITLE SHEET
TABLE OF CONTENTS
......
AF-1
........
NOTICE TO BIDDERS ..............................................................................
........
NB-1
........
NOTE TO BIDDERS ...............................................................................
.......
FP-1
........
FORM OF PROPOSAL ............................................................................
.................
BB-1
..
BID BOND ......................................................................................
...
AG-1
.........
FORM OF AGREEMENT ............................................................................
PERFORMANCE AND PAYMENT BOND .....................................................
PB-1
.........
CONTRACT COMPLIANCE CC-1
.
(ANTI-DISCRIMINATION REQUIREMENTS) .......................................... ........
GC-1
..........
GENERAL CONDITIONS ..............................................................................
.. SC~
..........
SUPPLEMENTARY CONDITIONS ............................................................. ~
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID ~ ~
-~ ---
~...~
~-1
PROJECTS .............................................................................................. ..........~
N ~
-
TECHNICAL SECTION
v
-°
~
~
N
DIVISION 1 -GENERAL REQUIREMENTS :~ o
Section 01010 Summary of th 01025-1
and Pa ment .....................................
Section 01025 Measurement Y ...........
DIVISION 2 -SITE WORK
.. 02100-1
.....
Section 02100 Site Clearing......•••~~~~~~~~~~~~~~~~~~~~~~~~~-~•~~~~~~~~~"""'"~ .
..... 02300-1
.....
Section 02300 Earthwork ........................................................... .......
........ 02800-1
.....
Section 02800 Irrigation .............................................................. ....
. 02900-1
Section 02900 Field Construction ................................................... ...........
NOTICE TO BIDDERS
IOWA CITY KICKERS SOCCER PARK
RENOVATION PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30 P
M
.
.
on the 23~d day of February, 2010. Sealed
proposals will be opened immediately thereafter
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed
bid" for purposes of this Project. Proposals
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at a meeting to be held in the
Emma J. Harvat Hall at 7:00 P.M. on the 2cnd day
of March, 2010, or at special meeting called for
that purpose.
The Project will involve the following:
Removal of 5.1 Acres of Turf. Adjusting
Sprinklers Heads and Testing of the Irrigation
System, 5,488 CY of Fill Material Obtained O
n-
Site, Adjusting a Manhole Rim, 13,102 LF of 2"
Perforated HDPE Lateral Drain Tile, 254 LF of 6"
Perforated HDPE Collector Tile, 1,134 LF of 6"
Perforated HDPE Collector Tile, 2,451 CY of
USGA Gradation Sand Fill, Seed, Fertilize
and
,
Mulch 5.1 Acres.
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
~"~ City Engineer's Office, of Iowa City, Iowa, which
n ~
--m. have heretofore been approved by the City
Council, and are on file for public examin
ti
i
~ ~o a
on
n
the Office of the City Clerk
~ ~~ .
Each proposal shall be completed on a form
~~
J cv furnished by the City and must be accompanied in
N ;a- V
~'-Q
~ a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
i C.1 o by a corporation authorized to contract as a surety
° - in the State of Iowa, in the sum of 10% of the bid
.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY
,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or mor
e
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
AF-1
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the
City, 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 one (1) year from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Specified Completion Date: May 28, 2010
Liquidated Damages: $100.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of the Iowa City Engineer, Iowa City,
Iowa, by bona fide bidders.
A $20.00 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 City of Iowa
City.
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
N
D
~a ~
c a ;~
~ =a
~~ ~..'
~ N
-C
r,-°, -v
~
~~
`~~: N
`~ o
w
AF-2
NOTE TO BIDDERS
Award will be made only to responsible contractors qualified by experience to do the work
specified. The successful bidder shall have a minimum of five (5) years experience in the
construction of sand based rootzone athletic fields. The successful bidder is required to
submit at least 4 days prior to award three (3) successful projects specifically related to the
construction of sand-based sport fields with sub-drainage and irrigation systems as
specified in this project. Projects must have been completed in the last three (3) years and
the successful bidder is required to provide reference and contact number for each job
listed, including at least one municipal reference. All subcontractors are required to submit
at least 4 days prior to award three (3) references involving similar projects, including at
least one municipal reference. Award of the bid or use of specific subcontractors may be
denied if sufficient favorable references are not verified or may be denied based on past
experience on projects with the City of Iowa City.
2. Related Projects and 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
rn
°
-~
~ ~~
~
~
~' ~
~
N U F--
.. N ~- C
...~
`'
i.~~ a
-~j ~ ~
C.J ~
c~ Q
N
o
N
NB-1
FORM OF PROPOSAL
IOWA CITY KICKERS SOCCER PARAKCR Y OVATION PROJECT
CITY OF 10\
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE ONS. SOEPARAOTEOCOPIES OLF TDHIDS RO OSALOARDE
VOLUME OF THE SPECIFICAT
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
0
o ~ `s"r'!
Address of Bidder -~==-~ '" ..~...
~~~ N
~~' N
TO: City Clerk ..:.~t a
City of Iowa City :~` "~
City Hall ~ ~ N
410 E. Washington St. =~:..
Iowa City, IA 52240 '`'~ ~w
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 de and to do allhwork at the prDes set forth hereding Addenda
and
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 EXTENDED
DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT
ITEM
1 Existing Turf Removal ACRE 5.1 $ $
Adjust Sprinkler Heads & Test Irrigation LS 1 $ $
2
4 S stem
Fill Material Obtained On-Site
CY
5,488
$
$
5 Adjust Manhole Rim
EA
1
$
$
6 2" Perforated HDPE Lateral Drain Tile LF
13,102
$
$
7 4" Perforated HDPE Collector Tile
LF
254
$
$
8 6" Perforated HDPE Collector Tile LF
1,134
$
$
g USGA Gradation Sand Fill (Top 4")
CY
2,451
$
$
10
Mobilization LS 1 $ $
~
11 Mulch ACRE 5.1 $
12 Seed and Fertilize
ACRE
5.1
$
$
TOTAL EXTENDED AMOUNT $
FP-1
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
Signature:
Printed Name:
Title:
u~
o Address:
/"~`~
N ,~
~ Q
~ ~~
CV U~--
~ ~-~ Phone:
z
~ r--,Q
~
~, o
Contact:
FP-2
BID BOND
as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated N for
Iowa City Kickers Soccer Park Renovation Project. ~ ~
r~ ~
NOW, THEREFORE, ~'~ N
-~ ~ -v
(a) If said Bid shall be rejected, or in the alternate, ~ ~
~~ N
(b) If said Bid shall be accepted and the Principal shall execute and;~elivera~contract
in the form specified, and the Principal shall then furnish a bond for the ~''rincipal'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
gy (Title)
(Seal)
Surety
By
Witness (Attorney-in-fact)
Attach Power-of-Attorney
BB-1
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and ("Contractor").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the day of , 20 for the
Project ("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers
b. "Standard Specifications for Highway and Bridge Construction," Series of
2009, Iowa Department of Transportation, as amended;
c. Plans;
d. Specifications and Supplementary Conditions;
e. Notice to Bidders;
e7
0
N
~~
o
Note to Bidders;
~
a- ~
~~ Performance and Payment Bond;
N ~~
z ~f.~ Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
~ ~~
o i. o Contract Compliance Program (Anti-Discrimination Requirements);
0
N
j. Proposal and Bid Documents; and
k. This Instrument
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
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 attachment):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
N
O
O
® ~
DATED this day of
~~ N
~~
C~ Contractor ~~ ~
:~~ ''• ` N
;"~ O
C..,~
By BY
(Title)
Mayor
ATTEST: ATTEST:
(Title)
City Clerk (Company Official)
Approved By:
City Attorney's Office
AG-2
PERFORMANCE AND PAYMENT BOND
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
as
as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of
Dollars
($ )for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of
entered into a
(date)
written Agreement with Owner for the Iowa City Kickers Soccer Park Renovation Project; and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by Bush Turf,
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
p~mptly,~medy the default, or shall promptly:
1 ~`~' plete the Project in accordance with the terms and conditions of the
°- ~r'eement, or
~_
2. ~ ~~in a bid or bids for submission to Owner for completing the Project in
z ~~
~ rdance with the terms and conditions of the Agreement; and upon determina-
0
N tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
PB-1
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of one (1) year 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. r,,,
SIGNED AND SEALED THIS
20
IN THE PRESENCE OF:
Witness
Witness
DAY O F ~ ~= o
x Q
.~--
_
~~ N
~ C",
~ ~
'
~
s
1
-- -;~
a ~., N
.~_
~'
Q
W
(Principal)
(Title)
(Surety)
(Title)
(Street)
(City, State, Zip)
(Phone)
P B-2
Contract
Compliance Program
o ~
~- ~~
~~
N ter- C.a
-~' ~
C
~
o .
N
CITY OF IOWA CITY
~,~~1„A)~„~
SECTION I -GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, ~ consultants
are made aware of the City's Contract Compliance Program reporting responsi~ities ~d rece~the
appropriate reporting forms. A notification of requirements will be included in art~~ue~for praapesal
and notice of bids. ~~ N ~°
4. Prior to execution of the contract, the completed and signed Assurance of Cor ~t~t" c oca~~. J n
pages CC-2 and CC-3) or other required material must be received and approved~~iey.
~ •'
5. Contracting departments are responsible for answering questions about cor~"actor,~pnsultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
CC-1
SECTION II -ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. § 1608 et seg.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
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
federa~nd st~e law for the duration of the contract. NOTE: The City can provide assistance in
obtaini~ th.r~essary posters.
~ ~ c'
~ a_ ~.'
N ~}-
N ~- ~
~ L.~ ~`-
o_ ~
O
N
CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
r~
0
O ~
w ~„ '
.. ,.,.._
p ~~
~ ~'' ~
N ~••
9
~~ N
-'O
O'er
~,. ~':
.~~ N
~ O
W
CC-3
SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) elect and train persons involved in the employment process to use objective standards and to
~pport.e~qual employment opportunity goals.
4~vi~ty~eriodically job descriptions to make sure they accurately reflect major job functions. Review
~uc~tj'orr and experience requirements to make sure they accurately reflect the requirements for
succ~gl job performance.
~f . ~vieyw~e job application to insure that only job related questions are asked. Ask yourself "Is this
--W ~forrga~n necessary to judge an applicant's ability to perform the job applied for?" Only use
-rc~laf~i tests which do not adversely affect any particular group of people.
(g) ~onitor~terviews carefully. Prepare interview questions in advance to assure that they are only job
dated. 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
~ r _~
~~~~~ ~
~-_~- ~
A ~®~~~
~/~l _1f.
~O Clt~ 0~~
~~ ~`
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.
N
O_
C7
~~ y
t N ~
r,; ~ ~
_.~
N
~'' C7
CC-5
2-3-t
CHAPTER 3
2-3-1
DISCRIMINATORY PRACTICES
SECTION:
2-3-1: Employment; Exceptions
2-3-2: Public Accommodation;
Exceptions
2-3-3: Credit Transactions; Exceptions
2-3-4: Education
2-3-5: Aiding Or Abetting; Retaliation;
Intimidation
2-3-1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer
to refuse to hire, accept, register,
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in
employment against any other person
or to discharge any employee be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation.
B. It shaft be unlawful for any labor orga-
nization to refuse to admit to member-
ship, apprenticeship or training an
applicant, to expel any member, or to
otherwise discriminate against any
applicant for membership, apprentice-
ship or training or any member in the
privileges, rights or benefits of such
membership, apprenticeship or train-
ing because of age, color, creed,
disability, gender identity, marital
status, national origin, race, religion,
sex or sexual orientation of such ap-
plicant or member.
~~
0
C:a
~'- t ~"-
....
t~ r-
N ~-- U
~~ ~ ~ ~
~ O
c ._
0
N
C. It shall be unlawful for any employer,
employment agency, labor organiza-
tion or the employees or members
thereof. to directly or indirectly adver-
tise or in any other manner indicate or
publicize that individuals are unwel-
come, objectionable or not- solicited
for employment or membership be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
D. Employment policies relating to preg-
nancy and childbirth shall be governed
by the following:
1. A written or unwritten employment
policy or practice which excludes from
employment applicants or employees
because of the employee's pregnancy
is a prima facie violation of this Title.
2. Disabilities caused or contributed to
by the employee's pregnancy, miscar-
riage, childbirth and recovery there-
from are, for ail job-related purposes,
temporary disabilities and shall be
treated as such under any health or
temporary disability insurance or sick
leave plan available in connection with
employment or any written or unwrit-
ten employment policies and practices
involving terms and conditions of
employment as applied to other tem-
porary disabilities.
E. It shalt be unlawful for any person to
solicit or require as a condition of
employment of any employee or pro-
Iowa City
CC-6
897
2-3-1
F.
897
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an employer, employ-
ment agency, labor organization or
their employees, agents or members
and an employee or prospective em-
ployee concerning employment, pay
or benefits to an employee or pro-
spective employee in return for taking
a test for the presence of the antibody
to the human immunodeficiency virus,
is prohibited. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utili2ation of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired immune deficiency syn-
drome poses a significant risk of
transmission of the human immunode-
ficiency virus to other persons in a
specific occupation.
The following are exempted from the
provisions of this Section:
1. Any bona fide religious institution or
its educational facility, association,
corporation or society with respect to
any qualifications for employment
based on religion when such qualifica-
tions are related to a bona fide reli-
gious purpose. A religious qualifica-
tion for instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94-3647, 11-8-1994)
Iowa C,ety
CC-7
2-3-1
2. An employer or employment agency
which chooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shall not
discriminate among the disabled or
elderly on the basis of age, color,
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95-3697, 11-7-1995)
3. The employment of individuals for
work within the home of the employer
if the employer or members of the
family reside therein during such em-
ployment.
4. The employment of individuals to
render personal service to the person
of the employer or members of the
employer's family.
5. To employ on the basis of sex in
those certain instances where sex is a
bona fide occupational qualification
reasonably necessary to the normal
operation of a particulaobusiness or
enterprise. The bona fide~ccupational
qualification shalkbce,,intetpretar-
rowly. ~~,- :~
N
6. A State or F I ~ogra e-
signed to benefit a~sa~"~ifietage ~i-
fication which serve~~bor~d fid~b-
lic purpose. N
;s~.= a
7. To employ on the basis ot~ disability
in those certain instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shat( be interpreted narrowly. (Ord.
94-3647, 11-8-1$94)
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended,
shall apply except as amended in the Supplementary Conditions.
° ~
~ ~a
~
~
c~ ~
~
c.~ H-
N t- C
_ Z
~ i-- Q
~~
o ~
0
N
GC-1
ARTICLES WITHIN THIS SECTION
S-1 Definitions
S-2 Limitations of Operations
S-3 Insurance
S-4 Supervision and Superintendence
S-5 Concerning Subcontractors, Suppliers and Others a
S-6 Compliance with OSHA Regulations 'v ~~
S-7
8
S Employment Practices o ~-~
~
liance Program (Anti-Discrimination Requirements)
Contract Com ~..-
~
-
S-9 p
Measurement and Payment ~ N ~
S-10 Taxes
~
S-11 Construction Stakes ~ ' ~
Caption and Introductory Statements ~
w
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended.
S-2 LIMITATIONS OF OPERATIONS.
Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS:
F. 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.
R-1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage
Comprehensive General Liability Each Occurrence Aggregate
Bodily Injury & Property Damage* $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
E~ess Li~ility $1,000,000 $1,000,000
N ~,r'
W$xker~mpensation Insurance as required by Chapter 85, Code of Iowa.
~ ~~
*Prcc~rt~l}Iamage liability insurance must provide explosion, collapse and underground
--~ cov~ge~Qn determined by City to be applicable.
.cC ~
~""' The~ty regC~-es that the Contractor's Insurance carrier be A rated or better by A.M. Best.
0
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.
R-2
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims-made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
N
d. "Tail" or "prior acts" coverage so provided shall have the same coverageswith the
same limits, as the insurance specified in this Contract, and shalf~e~bjecto
any further limitations or exclusions, or have a higher deductibfg.t~~ se~Finsur
retention than the insurance which it replaces. ?"`` N
5. The Cit reserves the right to waive any of the insurance requirements ~ig' n vide
Y
The City also reserves the right to reject Contractor's insurance if nof-s~or~liance
with the requirements herein provided, and on that basis to either award~Fie cora#vact to
the next low bidder, or declare a default and pursue any and all remedies avai able 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
R-3
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes/intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
S-6 CO1I~LIAN~ WITH OSHA REGULATIONS.
tV ~:~ ="
f~ithe f>~low~aragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
a- ~7-
~The~Gonfr~ rand all subcontractors shall comply with the requirements of 29 CFR 1910
~,.,,,(Ger4~-al ~iistry Standard) and 29 CFR 1926 (Construction Industry Standard . The
~Con~ tom all subcontractors are solely responsible for compliance with said regulations.
o --
The ~ntractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right-to-know.
S-7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or
mental condition is such that his/her employment will endanger the health and safety of them-
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
R-4
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee.
To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disability
unless such disability is related to job performance of such person or employee.
S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS).
For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC-1.
S-9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
all pay items and methods of measurement. The provisions of this section will supersede
applicable sections in the IDOT STANDARD SPECIFICATIONS.
S-10 TAXES.
Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to
purchase building materials, supplies, or equipment in the performance of the contract. The Contractor
shall submit the information necessary for the certificates to be issued.
S-11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
D. 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.
1/10
data on cityntlEnglMasterSpecslfrontend.doc
N
C7
~~ D
~
•,
•
,
~~ ~ ~
°°~ N ~'
~ N
~
~ "Q
~•
~
:.~.. N
"~ O
W
R-5
SECTION 01010
SUMMARY OF THE WORK
PART 1 -GENERAL
General description, not all inclusive.
A. Base Bid Work:
1. Removal of existing turf, at fields 6,7,8,9 at the Iowa City Kickers complex, using a
Koro Field TopMaker or equivalent. All removed material will be placed on-site in an
area designated by the owner.
2. Topsoil will be brought in so that the subgrade of fields will be crowned at 1.0%.
3. The site will be laser graded to elevations indicated by the plans and specifications,
with a tolerance of 10.25 inches per 100 feet. The grading work will be done using
low-ground pressure equipment in order to protect the existing irrigation.
4. Some irrigation lines will be raised in order to conform with the new elevations set by
the plans.
5. A Hancor 2-inchTurf Flow or equivalent drain the placed in 3-inch trenches will be
installed on 15-foot centers in a herringbone pattern across the entire area.
6. After the site has been graded, a 4-inch sand-cap will be placed. The sand will be
USGA spec sand that has been approved by the owner.
7. After the sand has been placed, the fields will be laser-graded to final elevations
indicated on the plans and specifications with a tolerance of X0.25 inches per 100 feet.
8. After the final grade has been accepted by the owners, the fields will then be seeded
with a Kentucky Bluegrass/perennial rye blend as indicated in the specifications.
v
.~ r
~
~....
s
~} r'f
n'~
N
~ ~"s
' N
-~~
~~
.-- "~
~
.,~
~=
~~
N
".~ O
W
1/10
01010-1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 -GENERAL
1.01 SUMMARY:
p. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OF MEASUREMENTS:
p. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work perfornied 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:
q. 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 payr~ t will be
made. ~' ~ ,~-,,,. `~~ '~
PART 2 -PRODUCTS ~'~'~' rNV ~~
-=a e : ~~
~$ -n
2.01 NONE r .~ ~
~'=
K ..~. rv
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 ofproject 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
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in accordance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his/her Subcontractors.
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by
the Engineer. The prices for those items which may have any impact on existing trees and
shrubs shall include compensation for special precautionary measures required to prevent
injury or damage to said tree, shrub or root system.
~ The prices for those items which involve grading or excavation shall include compensation
o f~ top soil removal and replacement (unless it is listed as an item in the FORM OF
cv ~POSAL), disposal of surplus excavated material, handling water, installation of all
c~ cs>aecessary sheeting, bracing and temporary fencing around all open excavations and supply,
~,.,~..~ ~t~3cement and compaction of specified backfill.
cNV 7-
--° ~ ~~~~prices for those items which involve surface removal adjacent to buildings or vaults
~,, -'~ ~sl~i~include compensation to protect exposed surfaces from water which may leak or seep
°- into vaults and/or basements.
0
r.+
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, fo~7ning, drying, watering and compaction of 1111
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 pe~7nit 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 tines. Permits paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there
as a result of any construction activity. The cost of clean up shall be incidental.
01025-2
B. BID ITEM DESCRIPTIONS
1. Existing Turf Removal.
The unit price for this item will be paid based on the plan quantity of acres of turf
removed. Also included is grinding, loading, and stockpiling of the removed material
in the designated location.
2. Adjust Sprinkler Heads and Test Irrigation System.
The lump sum price for this item includes all work required to remove all existing
irrigation heads, cap the lines so that the heads can be replaced after the subsurface
grading is complete, adjust all sprinkler heads to final grade, test the entire irrigation
system for leaks, and thoroughly flush under pressure to remove any dirt, scale, or
other material. Included is the excavation, furnishing and placement of caps,
adjustment to irrigation pipe, and reinstallation of sprinkler heads to final grade. Also
included is the removal and replacement of any cracked or defective pipe, fittings, or
accessories disclosed in the pressure test that was damaged as a result of this project.
3. Fill Material Obtained On-Site
The estimated quantities are: 5,488 Cubic yards of fill material obtained on-site. The
unit price for this item will be paid based on the number of cubic yards of fill material
placed. This number will be calculated by the load count of fill material obtained on-
site. Included with this item is the rough grading, fine grading, and all other work
required to bring the site to the proper subgrade elevation and density witlx~ uniform
surface free of debris. Also included is cutting, loading, haulm and ~posa
~.
unsuitable material, below grade excavation, borrow and haulin~~ulformll~T,.
drying, watering and compaction of fill material. t~-t N ~
~~
4. Adjust Manhole Rim. ~ ~ ~ ~'~
~=
e,. <~ N
The unit price for this item (each) shall constitute full payment for ~ labor,~aterial,
and equipment to adjust the manhole to the final surface elevation. This~ltem to
include excavation, removal of casting, adjustment to structure, materials such as
concrete spacer rings, metal shims, and mortar necessary to properly adjust manhole
to finish grade, reinstallation of casting, backfill, and compaction. 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.
5. 2" Perforated HDPE Lateral Urain 'T'ile.
6. 4" Perforated HDPE Collector Tile.
7. 6" Perforated HDPE Collector Tile.
The unit prices for these items will be paid based on the number of linear feet
installed. Length will be measured for each size and type of pipe along the pipe center
line with no deductions for prefabricated bends, wyes or tees.
The following items shall be considered incidental unless they are included with other
items listed in the FORM OF PROPOSAL:
01025-3
a. Trench excavation including furnishing necessary equipment.
b. Exploratory digging required to determine location of existing structures or
potential conflicts.
c. Furnishing pipe, wyes, tees, fittings, rodent guards, joint materials, and other
appurtenances.
d. Supply, placement and compaction of specified pipe bedding material.
e. Supply, placement and compaction of specified backfill material.
f. Dewatering trenches and excavations for pipe and appurtenances including
furnishing pumps, piping, well points, etc., as required.
g. Frost excavation, frost ripping, frost blankets, or other activities associated
with cold weather.
h. Repair or replacement of utility services damaged by the Contractor.
8. USGA Gradation Sand Fill (Top 4")
The unit price for this item will be paid based on the plan quantity for cubic yards of
sand. Included with this item is the furnishing of sand that meets USGA requirements,
rough grading, fine grading, and all other work required to bring the site to the proper
elevation and density with a uniform surface free of debris. Also included is cutting,
loading, hauling and disposal of unsuitable material, borrow and hauling, placing,
forming, drying, watering and compaction of sand. There will be no payment for
overhaul.
o
c~ ~~„,. The approved suppliers are:
~
°' --
~~
1. ACME Materials Co.
N ~~ 2544 Pettibone Ave.
.~.. ~ ~,~ Muscatine, IA 52761-9137
~ cam (800) 397-1105
o ~
'~
r 2. Redline -Golf & Sports Sand
Columbus Jct. Iowa
(877) 726-3810
3. River Products Company, Inc.
3273 Dubuque Street NE
Post Office Box 2120
Iowa City, IA 52244-2120
(319) 388-1184
4. S & G Materials
4059 Izaak Walton Rd. SE
Iowa City, IA 52240-8973
(319) 354-1667
01025-4
9. Mobilization.
The unit price shall be full compensation for preparatory work and operations for
all items under the contract, including, but not limited to, those necessary for the
movement of personnel, eduipment, supplies and incidentals to the project site;
bonds and insurance; and for the establishment of all offices, buildings and other
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.
10. Seed and Fertilize.
The unit price for this item will be paid based on the number of acres seeded, and
fertilized, and includes preparation of seed bed, supply and application of seed,
fertilizer, and water, and all upkeep as specified, including aone-year guarantee. No
distinction in unit price shall be made for various seed nuxtures specified.
11. Mulch.
The unit price for this item will be paid based on the number of acres mulched and
includes surface preparation and shaping, supply and application of mulch.
ra
ca
~.
~ ca
~
t~~
---!
C"7 -` ~ ~
j .~•
-~ ~ j
..v
~~
`'r,~> N
•-
O
.~"
1/10
01025-5
SECTION 02100
SITE CLEARING
PART 1 -GENERAL
1.01 SECTION INCL UDES:
A. Removal of surface debris, existing turf grass, sprinkler heads, and a ll vegetation.
1.02 RELATED SECTIONS:
A. Section 02300 -Earthwork
B. Section 02800 -Irrigation
1.03 REGULATORYREQUIREMENTS: o
Conform to applicable local and state code for disposal of debris.
A c~ ~ ~
.
B. Coordinate work with utility companies. ~,, ~ :~
~ "" °~ N
°""' C
PART2-PRODUCTS
None.
PART 3 -EXECUTION
3.01 PREPARATION:
~~~ ~
~~ N
4 =. ca
A. Identify and protect from damage utilities to remain.
B. Verify that survey benchmark and intended elevations for the Work are as indicated.
3.02 CLEARING:
A. Remove all turf in a manner that removes only the existing vegetation and a minimal
amount of soil. No more than '/Z-inch of soil shall be removed with the vegetation. The
material shall be removed, ground, and loaded in a single operation. The material shall be
placed on-site in an area designated by the owner.
B. Remove all irrigation heads and cap the lines so that the heads can be replaced after the
subsurface grading is complete.
02100-1
3.03 CLEAN UP:
A. Dispose of all debris from site according to all State and Federal solid waste disposal laws
and regulations and solid waste determinations of the EPA at the Contractor's ex
e
p
nse.
B. Remove demolished materials from site as work progresses.
1/10
o w~,
~
~
~~
~
fl-- ~
~-
~
N ~--
~'." L?
.....e x
""'~ ~~," Q
U
o -.-.
c
N
02100-2
SECTION 02300
EARTHWORK
PART 1 -GENERAL
1.01 SECTION INCL ODES:
A. Redistributing topsoil, rough grading, and site contouring.
B. Filling, backfilling and compacting.
N
1.02 RELATED SECTIONS: a
~~ ~
A. Section 02800 -h-rigation ~ ~~ ~ ~.
~~ N
B. Section 02900 -Field Construction ~ ~E-,
ty' -v
~~.'a ~
1.03 REFERENCES: c~:?
A. Grading plan .
~-
1.04 DEFINITIONS:
A. Note that elements within the playing area are subject to the provisions of Section 02900.
1.05 PROJECT CONDITIONS:
A. Protect above-grade and below-grade utilities that remain.
B. Protect benchmarks, survey control points, and existing structures to remain from grading
equipment and vehicular traffic.
C. Conform to applicable local and state code for disposal of debris.
D. When Materials need to be stored on site, locate stockpiles where designated.
1. Separate differing materials with dividers or stockpile separately to prevent
intermixing.
2. Prevent contamination.
3. Protect stockpiles from erosion and deterioration of materials.
PART 2 -PRODUCTS
2.01 MATERIALS:
A. Subsoil: All soil will be left on site and redistributed to the established lines and grades.
02300-1
PART 3 -EXECUTION
3.01 PREPARATION:
A. Identify required lines, levels, contours, and datum.
B. Stake and flag locations of known utilities.
C. Locate, identify, and protect utilities that remain from damage.
D. Notify utility company to remove and relocate utilities.
E. Protect above-grade and below-grade utilities that are to remain.
F. Protect plant life, lawns, and other features remaining as a portion of the finish landscaping.
G. Provide separate stockpiles for different soils material types as required.
E. Protect benchmarks, survey control points, and existing structures to remain from
excavating equipment and vehicular traffic.
3.02 ROUGH GRADING:
A. Identify required lines, levels, contours, and datum.
0
>~ and fill to transform site to indicated elevations and contours. Establish rough grades at
~ per elevations to receive indicated thickness of rootzone material.
a. --E ~-
~~~tify known underground, above ground, and aerial utilities. Stake and flag locations.
fy utility company to remove and relocate utilities.
o ~
E,~; Do not work or remove wet topsoil.
F. Stability: Replace damaged or displaced areas of subsoil.
G. Remove large stones, boulders and debris from the site. Rough grading shall be finished by
blading to reasonably smooth contours with uniform transitions and slopes. Rough grade
shall be established using laser guided equipment.
3.03 EXCAVATING:
A. Excavate to accommodate new structures and construction operations.
B. Notify Engineer of unexpected subsurface conditions and discontinue affected work in area
until notified to reswne work.
C. Remove lumped subsoil, boulders, and rock up to I/3 cu. yd. in size.
D. Correct areas that are over-excavated and load-bearing surfaces that are disturbed.
02300-2
E. Remove excavated material that is unsuitable for re-use from site.
F. Remove excess excavated material from site.
3.04 FILLING:
A. Fill to contours and elevations indicated using unfrozen materials.
B. Employ a placement method that does not disturb or damage other work.
C. Systematically till to allow maximum time for natural settlement. Do not fill over porous,
wet, frozen or spongy subgrade surfaces.
D. Maintain optimum moisture content of fill materials to attain required compac tion density.
E. Soil Fill: Place and compact material in equal continuous layers not exceeding 4-inches
compacted depth.
N
O
3.05 FINISH GRADING:
~ d
~
A. ~
Before Finish Grading Non-Field Areas: .:~~
'
~" t
~
' - N
Verify that the backtilling has been inspected. --'t`~
1
t"
-ra
.
,~--.
2. Verify subgrade has been contoured and compacted ~"~" ^~
µ N
B .~
Remove debris, roots, branches, stones, in excess of 1/2-inch in size. o
Refnove soil
. contaminated with petroleum products and dispose of legally.
C. Place topsoil where required to level finish grade.
D. Place topsoil during dry weather.
E. Fine grade topsoil to eliminate uneven areas and low spots. Maintain profiles and contour
of subgrade.
F. Lightly compact placed topsoil.
G. Fine grading will be done with laser guided equipment. It shall be equipped with floatation
tires, or tracks to allow for precise grading of the rootaone.
3.06 TOLERANCES:
A. Top of Surface of subgrade: Plus or minus 0.25 inches per 100 feet from required
elevations.
B. Top Surface of Finished Grade: Plus or minus 0.25 inches per 100 feet from required
elevations.
3.07 UNAUTHORIZED EXCAVATION:
A. When the bottom of any excavation is taken out beyond the limits indicated or specified,
02300-3
backtill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard
Proctor Density.
3.08 CLEANING AND PROTECTION:
A. Leave site clean and raked, ready to receive landscapin
g.
1/10
O ,~
„~••y N -' O
J tl.. ~ ~
i.Ii C..l !-
N ]-- L~
1.~ ~ ~
o ~
0
02300-4
SECTION 02800
IRRIGATION
PART 1 -GENERAL
1.01 SUMMARY:
A. This section describes the labor, materials and installation requirements necessary when
adjusting, repairing, or replacing portions of the existing automatic irrigation system.
B. Excavation, trenching and baekfilling for irrigation systems.
C. Electrical work shall conform to the National Electric Code, latest edition.
r~
Q
1.02 REFERENCES: c~ c„_ ""~
A. The following publications of the issues listed below, but referred to~aft~by b
designation only, form a part of this specification to the extent indicated~e r renc s~
~ s'~" -v
1. American Society for Testing and Materials (ASTM) Standards: ~` ~
a. D 1785-74, Polyvinylchloride (PVC) Plastic Pipe, Sched~'ed 40,~D, 120
b. D 22-41-74, Polyvinylchloride (PVC) Plastic Pipe (SDR-PR)
c. D 246-74, Threaded Polyvinylchloride (PVC) Plastic Pipe Fittings,
Schedule 80
d. D 24466-74, Socket-Type Polyvinylchloride (PVC)
e. D 2564-73a, Solvent Cements for PVC Plastic Pipe and Fittings
£ D 2774-72, Recommended Practice for Underground Installation of
Thermoplastic Pressure Piping
L03 SUBMITTALS:
A. Record and As-built Drawings
1. The Contractor shall provide and keep up to date a complete '`as-built" record set
of prints which shall show every change from the original drawings and
specifications and the exact "as-built" locations, sizes and kinds of equipment.
PART 2 -PRODUCTS
2.01 GENERAL:
A. Materials shall conform to respective specifications and other requirements specified
below:
02800-1
2.02 GATE VALVES:
A. Gate valves shall be brass and shall be designed for a working pressure of not less than 150
psi. Valve connections shall be as required for the piping in which they are installed. Valves
shall have a clear waterway equal to full nominal diameter of the valve, and shall be opened
by turning counterclockwise. The operating nut or wheel shall have an arrow, cast in the
metal, indicating the direction of opening.
B. An additional 4-inch gate valve shall be installed on the SE corner of Field 6 at a location
deternzined by the owner's representative.
2.03 PIPE BEDDING AND BACKFILL MATERIAL:
A. Sand bedding material not less than two (2) inches thick shall be placed under pipe where
trench excavation is in rock. The bottom of trenches shall be accurately graded to provide
uniform bearing and support for each section of pipe on undisturbed soil at every point
along its entire length. Backfill material shall be suitable for the required compaction and
free from stones larger than one (1) inch in any dimension. Embedment for pipe shall be a
minimum of one inch (1") of clean sand.
PART 3 -EXECUTION
3.01 GENERAL:
A. Lines shall be adjusted as necessary to conform with the grade of the field so that the
irrigation is at a consistent depth across the entire field.
3.02 .~TTIIV~OF VAL VES AND BOXES:
~~ ~ n
~ ~ ~-~Z~ves and valve boxes shall be adjusted according to the final grade of the field.
-i.~ ~ v__
/d~N~if~S:
~
Ao ~..
~~~ches shall be excavated for minimum pipe de
ths of si
t
l6
i
h
f
o
~ p
x
een (
)
nc
es
or laterals and
ei~teen (l 8) inches for main pipes from finish grade of field. Expansion and contraction of
`
"' pipe shall be compensated for as per pipe manufacturer's recommendations.
B. Adjust all heads for proper pattern, water flow, and distance. Adjust any pressure regulators
to specified pressures or as directed in the field.
3.04 TESTS:
A. After completion of the piping system and prior to backfilling and the installation of the
sprinkler heads, the entire system shall be tested for leaks and thoroughly flushed under
pressure to remove any dirt, scale, or other material. A final performance test shall be
completed after sand cap installation and final grade are achieved and before seeding.
Lines shall be tested at 90 psi for a one (1) hour duration. Cracked or defective pipe,
fittings, or accessories disclosed in the pressure test shall be replaced by the contractor with
sound material at no additional cost, and the test shall be repeated until the results are
satisfactory to the Technical Representative.
B. Testing of plastic pipe shall not be done until all joints have had at least twenty-four (24)
hours to set and cure. During cold weather, forty-eight (48) hours elapsed time shall be
allowed for setting prior to testing. No water under pressure shall come in contact with any
02800-2
joint during the specified curing period. In hot weather, water shall not be permitted to
stand in pipes until after backfilling is completed. Water used in testing shall be drained
from pipes after completion of testing.
3.05 CLEAN-UP:
p. Upon completion of the installation of the irrigation system and appurtenances, all debris
and surplus materials resulting from the work shall be removed and disposed of properly
off site.
3.06 ESTABLISHMENT:
A. Contractor shall adjust heads in turf areas flush with finish grade prior to final completion of
seeding.
1/10
0
p' ~
n~
N
.~...•-
~~ _
~. ,,..
~'" ~
02800-3
SECTION 02900
FIELD CONSTRUCTION
PART 1 -GENERAL
I.01 SUMMARY:
A. The field shall be asand-capped, high performance natural grass sports field system
consisting of a Kentucky bluegrass and ryegrass seed.
B. The rootzone will be placed over a network of 2" Turf Flow drains placed in 3" trenches
installed in a herringbone pattern of 15 foot centers.
C. An existing subsurface irrigation system will be adjusted to work with new elevations.
1.02 RELATED SECTIONS: N
°
A. Section 2100 -Clearing ~
~= t ~
~ ~~
C1"= N
B. Section 2200 -Earthwork
---1 ~
~
r N
-
C. Section 2800 -Irrigation r
.,.t
p ~ p
~
1.03 SAND CAP WITH 4-INCH ROOT-ZONE: '~~ ~
A. Subgrade: The subgrade shall be laser graded, compacted and survey ap proved with a
tolerance of f0.25 inches per 100 feet either direction.
B. Subdraina~e System:
1. General
a. All equipment utilized to install the system must be equipped with turf-
type floatation tires to minimize rutting and compaction of existing
surfaces. All trenching equipment must be capable of trenching and
removing the spoils simultaneously to ensure minimal contamination of
the drainage system.
2. Products
a. Drain pipe shall be Hancor 2" (SOmm) dia. Turf Flow, Single Wall,
Narrow Slot TF NS 1 02 0500 or equivalent.
b. Around 6" collector pipe, Pea Gravel, Crushed Stone or Gravel - 3/8
Meeting USGA specifications for Gravel Sand Compatibility.
c. Medium-coarse washed sand backfill for sub-drains conforming to USGA
Recommendations at a minimum keeping in mind that mixes containing
02900-1
fewer fines are best.
Gravel Very Coarse Medium Fine Very
Coarse Fine
U.S. sieve No. 10 18 35 60 100 <100
Diameter (mm) >2.00 1.00-2.00 .50-1.00 .25-.50 .15-.25 15
<
USGA Recommended 3 Max. 7-10 >60 <20 .
<5**
(%) retained on Sieve Max*
*ThP total of the . -_ a ___ ~
-- °----- ~-..--- ~~_... S,«v~.. iin~uwi~ ut~y IlUI eXCeeq lU%
**The total of the very fine sand, silt and clay fractions may not exceed 10%
3. Execution
a. Preparation
1. Provide protection to all prepared grades and/or turf areas.
2. Amend turf areas per specifications.
3. Ensure perimeter drains are installed and drain properly.
4. Verify all grades prior to commencement
~-
o
,~
5. Verify irrigation system functions properly and irrigation lines are
cv ~~ deeper than 16" to top of pipe from final grade
.
~
~ ~~~
~ ~
6. Compact soils to 85% - 90% on new construction.
N ;-~
~ ~,~ b. Subdrainage Installation
~ ~
°
0 ~ l . hlstall 2-inch piping on 15 foot centers over entire turf area to be
~'~- drained.
2. Trench at 8" depth. Utilize trenching eduipment (with soil
conveyor system) capable of trenching at 3" width, while
simultaneously removing spoils and installing 2" dia. pipe in one
operation to ensure no spoils are remaining on the surface that
may contaminate trenches.
3. Fill trenches to surface with specified sand while compacting at
the same time to ensure no settling or sidewall cave-in occurs.
4. Connect 2" pipe into perimeter drainpipe.
c. Perimeter Pipe
1. 6'' ADS N-12 pipe having a smooth interior and annular exterior
corrugations.
2. Comply with ASTM 2306.
02900-2
3. Fittings shall conform to ASTM 2306.
1.04 SUBMITTALS:
A. As-built documentation locating all buried components that deviate from the original plan
and any changes in elevation of materials.
g. Prior to beginning work, contractor shall submit the name of their supplier and particle size
analysis test results from Turf Diagnostics and Design of their supplier's root-zone material
and sand backfill for sub-drains.
C. Physical and cheults mu t lconform tot the playing field specifigat ons andDbe approrved bdy
Design). Test res
the owner's agent.
D. Written plan for quality control of root-zone material and approved by owner's agent.
E. Documentation of elevations for all playing field materials, surface, subgrade, gravel, drain
and irrigation pipe.
0
F. Compatibility with trenched irrigation system. o
~~ ~
1.05 QUALITYASSURANCE: ~"'' ~ ......
aterial Testin=Costs -The Contractor shall bear all material test~~osts~A w~~
A. M g
quality control program must be presented to owners agent to ins ~ tha~ onl ~„rh~e
approved rootzone and gravel drainage materials are placed on the fielder ~ r,,~ ~
,: ca
t'
1.06 WARRANTY:
A. Warranty -the playing field system shall be warranted against defect in installation or
materials for a period of one year beginning at the date of Substantial Completion. The
contractor shall warrant parts and labor necessary to correct any deficiencies in that noted
below. The following are inclusive of the term "playing field systeul."
1. Working functions of the drainage system.
2. Materials as specified or selected and approved by the Owner.
3. Turf seed to be true of species and type.
PART 2 -PRODUCTS
2.01 ROOTZONE:
A. Rootzone shall be comprised of sand that meets USGA requirements. Finish grade shall be
performed with fully automated, hydraulically actuated laser guided equipment and verified
for accuracy with a certified survey at aone-quarter inch tolerance in elevation 100 feet in
any direction. Depth of root-zone is to be 4 inches. The approved suppliers are:
l . ACME Materials Co.
2544 Pettibone Ave.
Muscatine, IA 52761-9137
(800) 397-1105
02900-3
Redline -Golf & Sports Sand
Columbus Jct. Iowa
(877) 726-3810
River Products Company, Inc.
3273 Dubuque Street NE
Post Office Box 2120
Iowa City, IA 52244-2120
(319) 388-1184
4. S & G Materials
4059 Izaak Walton Rd. SE
Iowa City, IA 52240-8973
(319) 354-1667
2.02 DRAINAGE LATERALS AND COLLECTORS:
A. Collectors shall be perforated corrugated polyethylene pipe with smooth wall interior
meeting ASHTO M225CP. Provide pipe complete with bends, reducers, adapters,
couplings, collars, and joint materials. Perforated pipe shall have a minimum inlet equal to
1.5 square inches per lineal foot of pipe. Laterals shall be 2-inch Turf Flow corrugated pipe
for use in subsurface drainage applications.
PART 3 -EXECUTION
3.O1 ~~D~ Q
1~ .... ^.
~- ~ owner shall approve the entire area before planting seed. Only equipment with smooth
N 4~~type tires will be allowed on the field. Footprints, tire marks or other surface
~, ~ ~i~ptions in excess of 0.25 inches shall be hand raked with a large flat landscape rake just
~~n' to planting seed.
o ~
B.o The contractor is to use a cultipacker type drop seeder to press the seed into the sand.
C. The seed shall be the Fairway Mix from Williams Lawn Seed, Inc., 224 W South Hills Dr,
Maryville, MO 64468, 660-582-4614 or an owner approved equivalent.
D. Seeding dates shall be coordinated with the owner.
E. Fairway Mix:
Type of Grass Percentage Cultivator
Kentucky Bluegrass 80% Blueberry Kentucky Bluegrass
Midnight Kentucky Bluegrass
Brooklawn Kentucky Bluegrass
Perennial Ryegrass 20% VIP3 Ryegrass Blend
E. Seed shall be applied at a rate of Slbs/1000 square feet.
F. The irrigation and drainage system shall be operational before seeding.
02900-4
3.02 FERTILIZER:
P,. Fertilizer nutrients by weightl1000 SF pre-plant fertilizer is to be applied to all areas
requiring seed prior to seeding.
N: 1 # P: 1.5 # K: 1 #
3.03 WATER:
A. The owner will take responsibility of the watering by utilizing the irrigation system after
the fertilizer and seed have been applied.
3.04 MULCH:
A. All seed areas are to be Hydro Mulched using a clean machine to prevent cross
contannation of seed bed.
g. Mulch should be applied at the manufacturers' recommended rate only and is to be free
from possible seed contamination. The owner will verify the cleanliness of all hydro
mulching equipment prior to the start of process.
e-~
0
PART 4 -FINAL ACCEPTANCE ~,
~ --~
4.01 FINAL ACCEPTANCE: ""~
~...~ N
n rte. I~he
~,. The following criteria shall be used to determine field acceptance by t~~
contractor shall be responsible for growing in the field until all field ae~tlce~iteri
met. ~ ~' tv
,~,^°~~ d
1. Grass Area:
a. All field components have been installed and are in working order.
1/10
02900-5
a
/~
~'
,\
O D ~ ,;
~ ~ ~-
,.
Rrir ~ ~
,~ ~ ~ ~, '
. -„'
,,
- _,
_ _
a. R
_.._- _
_,__.- /
~t
~: ~ ,. i ~ ~ i I- ~ ,
~ ~
~~ I
o TJ
_ F t ~ ~ ~ ~ I ~ ~ •, ~~a , D
~ ! ~~
t
G;
s,
o
I,; _
.~
z
1
f~~ fi ~ _ ~ Ie i n
cn -<
~° {'~ ~~ a `~ I I ~ C
Y' 1 z
~` s~ _n, p t_ ~ ~ m C~ ~ -~ D
'a- I
~ r _O
~ ~~ a' J
-~ .
1
CJ~
z=
,' ,E I cn
r
-~. -~
~ ~~ I ~1.0°0 ~ m r ~
~~" ~.: ;~ 3 '' ~ CROWN Cf~CWN _ z ~ ~ ~ O
n. ~
I
' ___
s'
_..
__ - -- _ _ _ _ ~ r
~`
~~ i i ~ ~
;. ~ , a
~ ~ . yI
a
.1
i
~. ` ~ ~ 1
~< ~ : 1 ~ ~ ~, ~ ~
t d~ [ - ..
l~. t~ F
E I ~'
~} i
"~ ~ I ~~ ~ ~ ~ C~ = L Tt
'' O ~ ~
,.~~ ~~ ~ } ~ ~ ~~ ~ r
`C~ K ~ ~ m n
~* ` ~.' ; ~ ~ D I rT ~ ~~ ~ r n ~ ~~~
~~~ ~ ~ ~ + 1
,,.
~~
~_ ~ = ~ ~ ~
,;~ { ~,
~`
~x.
' <I
0.~~, `£ i
~,
,~ _~. ~, I z ~~
-. --- ~-
~t _ --- -- -- r
{
,.
_.._._
4 - ~ - .6, . _ ___ . ~----
_ ,-
Z ~ 3 r~ . ~ 5 ~~
~ ~'`' ~~ k
~ .;:fir _ ~..,
~ ~ '"' ~` ~
r1 a~ ~
z~~;
~ ~ ~~ ~t~llt0~tl `~1i~ ~~~,C~~ ,
~iU '~ N~ V(~r III Q{~4
~~
o n ~'
°
z -i
rn °
~a
m __
rn n ~~
A vnRiES --
~ ~, F
Z
O
Z rn ,~ ° ~ ~~
m°
o m
y Z sm
`~1 ~ b
a~
~~
~~
~~~ i
~ I
~c~ ~
T~ o~~
N omn ~~ '
r ~~ ~ y
r ~
Z v
rn ~, `.
n ~ - ~--
O { .., -
Z ~ ~ >>
~ ~. ~y,.. ,, _~
y ~ ~ ~ ~ =~ ~
D ~°A~mAA
m - A -
~s
o ~ ~
~ y
Z '<
rn~
o n ~ ~ <R
t ah'IE
`,. ry
n k ~_ __ .~
~ ~ / t
n ~ ~ ~;
~ ~ ~~-
rn
0
n
O ~
r
~ ~~
O
~ 1 i
~ f ~~
y r
n_ I
2A Y ~ _
m~ ~
4
~ O
~ ~
. ~
nn
r •
-~
~ y
r ~
~ C1
Z ~
N=° ~ D ~
~ -1 ~
w» _ ~ , F ~
~' - nr ('~ o ~.
~ A° a v/
~ d
y ~x
~ q~ h , ,
2
F
H a ~ rt
... ~ -
~"
f -,t -..... ~ ;
n
~~ ~ ,, ~ ,
~„ ~ ~ ~ ~ ! ~ ~d,
~~
tqt
,,
,,
- - --
_ ~~ ._
` \ ~`
C ~ ~ ~ /~ ~
..
[ \ ~~ '~ , cn~r ,r
~T x ~ ~ /x~ ~ ~ ~ ~I N~
wµ. s ~` i
~~ ~ ~~
j
.xs / ~ / ~ is
~.
~~'~
~~
~`
I .iG LUG _._...... -_.._.__.,~ __~.... _~- __.... -_
~~1~~Q~'~~1~~ ~~~
}~~}3
~o ~z ~~ zz stir o~oi
~I
a
H,LNOA'
~ r
ENGINEER'S ESTIMATE
January 22, 2010
City Clerk
City of Iowa City, Iowa
Re: Iowa City Kickers Soccer Park Renovation Project
Dear City Clerk:
The estimate for this project is $240,000.
Sincerely
Joshua J. Slattery
Civil Engineer
~~ -`~'~
~ ~~~~I~ ~
~~~~~
~~
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240-1826
(319) 356-5000
(319) 356-5009 FAX
www.icgov.org
N
u
~
~ ~
`--
z
~
~ ....
G'7 ~ N
N
~~
~~
i'f°I -~
%~ ~
tV
a..J
O
G.)
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
IOWA CITY KICKERS SOCCER PARK
RENOVATION PROJECT IN THE CITY OF
IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF IOWA
CITY, IOWA, AND TO OTHER INTERESTED
PERSONS:
Public notice is hereby given that the City Council
of the City of Iowa City, Iowa, will conduct a public
hearing on plans, specifications, form of contract
and estimated cost for the construction of the
Iowa City Kickers Soccer Park Renovation Project
in said city at 7:00 p.m. on the 2nd day of February,
2010, 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 Ciry of Iowa City, Iowa and as provided by
law.
MARIAN K. KARR, CITY CLERK
i
i-
5e 3
Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5149
RESOLUTION NO. 10-22
RESOLUTION SETTING A PUBLIC HEARING ON FEBRUARY 2, 2010 ON
PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST
FOR THE CONSTRUCTION OF THE IOWA CITY KICKERS SOCCER PARK
RENOVATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF
SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID
PLANS ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
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 2nd day of
February, 2010, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if
said meeting is cancelled, at the next meeting of the City Council thereafter as posted by
the City Clerk.
2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. That the copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above-named project is hereby ordered placed on file by the City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 25th day of January , 20~_
MAYOR
Approved by
ATTEST: ~.~.-,~~.~ ~'C • ~c2:~ _ ~Gt.~r~- ~~~
CICI^~1~LERK City Attorney's Office , ~ rv
pwenglres\KickersSetPH-12-09.doc
12/09
Resolution No. 10-22
Page 2
It was moved by Champion and seconded by Mims the Resolution be
adopted, and upon roll call there were:
AYES:
-X__
x
x
X
~-
x
wpdata/glossary/resolution-ic. doc
NAYS: ABSENT:
Bailey
Champion
x Dickens
Hayek
Mims
Wilburn
Wright
Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149
RESOLUTION NO. 10-33
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA
CITY KICKERS SOCCER PARK RENOVATION PROJECT, ESTABLISHING
AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY
CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE
FOR RECEIPT OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above-
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not
more than 45 days before the date for filing the bids, for the receipt of bids for the
construction of the above-named project in a newspaper published at least once weekly
and having a general circulation in the city.
4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa,
at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 23rd day of
February, 2010. At that time, the bids will be opened by the City Engineer or his designee,
and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon
said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa
City, Iowa, at 7:00 p.m. on the 2nd day of March, 2010, or at a special meeting called for
that purpose.
Passed and approved this 2nd day of February , 20 10
/~~
MAYOR
Approved by
ATTEST: ,tQir~ Y~. `~t.N~ ~~~~- ~~~-/
CIT LERK City Attorney's Office ~ lam' is
pweng\res\app&s-ICKickers-Jan-2010
Resolution No. 10-33
Page 2
It was moved by Champion and seconded by Mims the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS:
ABSENT:
x
x
x
X
~._
_~_
x
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
wpdata/glossary/resolution-ic. doc
Printer's Fee $ ~ ~"
CERTIFICATE OF PUBLICATION
STATE OF IOWA, OFFICIAL PUBLICATION
- JOHNSON COUNTY SS• NOTICE OF PUBLIC HEARING
ATIONS
~ ,
ON PLANS, SPECIFIC
THE IOWA CITY PRESS-CITIZEN FORM OF CONTRACT AND ESTI-
MATED COST FOR THE
FED. ID # 42-0330670 IOWA CITY KICKERS SOCCER
CITY IOWA
TO ALL TAXPAYERS OF THE CITY
f~ n
I
~ OF IOWA CITY, IOWA, AND TO
, T
M`~ ~l TZ-- OTHER INTERESTED PERSONS:
Public notice is hereby given that
Hia~-Be~i~iis, bein dul sworn
sa
g y y the City Council of the City of Iowa
bli
, c
City, Iowa, will conduct a pu
that I am the legal clerk of the IOWA hearing on plans, specifications,
form of contract and estimated cost
for the construction of the Iowa City
CITY PRESS-CITIZEN a news a er
~ P P Kickers soccer Park Renovation
on
t 7
00
m
i
id
it
P
published in said county, and that a y a
:
p.
.
n sa
c
roject
the 2nd-day of February, 2010, said
meeting to be held in the Emma J.
Harvat Hall in the City Hall, 410 E.
notice, a rimed CO Of Wh1Ch 1S
P Py Washington Street in said city, or if
said meeting is cancelled, at the
hereto attached, was published in said next meeting of the City Council
thereafter as posted by the city
paper ~ .time(s), on the Clerk.
cunt acptlaands estimattedn cost aref
following date(s): ~ now on file in ~ office of the C
Clerk in the C' Hall in Iowa Ci
Iowa, and may be inspected by any
/r~
~
~~
2 ~ ~ interested persons.
G~ l interested persons may
Any
, ,
appear at said meeting of the City
Council for the purpose of making
objections to and comments con-
cerning said plans, specifications,
contract or the cost of making said
Legal Cler improvement.
This notice is given by order of the
City Council of the City of Iowa City,
Subscribed and sworn to before me Iowa and as provided by law.
MARIAN K. KARR, CITY CLERK
~
th 77372 January 28, 2010
lS
day o
A.D~ 20~_,
Public
~pucc LINDP. KROTZ
a ~ Commission Number 73261
' " My Commission Expires
January 27, 2011
NOTICE TO BIDDERS
IOWA CITY KICKERS SOCCER PARK
RENOVATION PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30 P.M.
on the 23~d day of February, 2010. Sealed
proposals will be opened immediately thereafter
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed
bid" for purposes of this Project. Proposals
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at a meeting to be held in the
Emma J. Harvat Hall at 7:00 P.M. on the 2aid day
of March, 2010, or at special meeting called for
that purpose.
The Project will involve the following:
Removal of 5.1 Acres of Turf. Adjusting
Sprinklers Heads and Testing of the Irrigation
System, 5,488 CY of Fill Material Obtained On-
Site, Adjusting a Manhole Rim, 13,102 LF of 2"
Perforated HDPE Lateral Drain Tile, 254 LF of 6"
Perforated HDPE Collector Tile, 1,134 LF of 6"
Perforated HDPE Collector Tile, 2,451 CY of
USGA Gradation Sand Fill, Seed, Fertilize, and
Mulch 5.1 Acres.
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineer's Office, of Iowa City, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
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.
AF-1
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of one (1) year from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Specified Completion Date: May 28, 2010
Liquidated Damages: $100.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of the Iowa City Engineer, Iowa City,
Iowa, by bona fide bidders.
A $20.00 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 City of Iowa
City.
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
Printer's Fee $_~'
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I, ~j O G ~ ~,A~R~rz.
Ha~~a-Beei~ka, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper .time(s), on the
following date(s):
~~ 8 ~1 v
Legal Clerk
Subscribed and sworn to before me
`~
this 1 ~ f c- day of
A.D. 20 [ ~)
!i
' ~ ~ 7
. /, /% w-~ .-.a~-.
Notary Public
Q~Prata LINDP. KROTZ
Commission Number 73261
i
' My Commission Expires
ow. January 27, 2011
' OFFICIAL PUBLICATION
NOTICE TO BIDDERS
IOWA CITY KICKERS SOCCER
PARK
RENOVATION PROJECT
Sealed proposals will be received
by the City Clerk of the City of Iowa
City, Iowa, until 2:30 P.M. on the
23rd day of February, 2010.
Sealed- proposals will be opened
immediately there-after by the City
Engineer or designee. Bids submit-
ted by fax machine shall not be
deemed a "sealed bid" for purposes
of this Project. Proposals received
after this deadline will be returned
to the bidder unopened. Proposals
will be acted upon by the City
Council at a meeting to be held in
the Emma J. Harvat Hall at 7:00
P.M. on the 2cnd day of March,
2010, or at special meeting called
for that purpose.
The Project will involve the follow-
ing:
Removal of 5.1 Acres of Turf.
Adjusting Sprinklers Heads and
Testing of the Irrigation System,
5,488 CY of Fill Material Obtained
On-Site, Adjusting a Manhole Rim,
13,102 LF of 2" Perforated HDPE
Lateral Drain Tile, 254 LF of 6"
Perforated HDPE Collector Tile,
1,134 LF of 6" Perforated HDPE
Collector Tile, 2,451 CY of USGA
Gradation Sand Fili, Seed, Fertilize,
and Mulch 5.1 Acres.
All work is to be done in strict com-
pliance with the plans and specifi-
cations prepared by the Iowa City
Engineer's Office, of Iowa City,
Iowa, which have heretofore been
approved by the City Council, and
are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed
on a form furnished by the City and
must be accompanied in a sealed
envelope, separate from the one
containing the proposal, by a bid
bond executed by a corporation
authorized to contract as a surety in
the State of Iowa, in the sum of
10 % of the bid. The bid security
shall be made payable to the
TREASURER OF THE CITY OF
IOWA CITY, IOWA, and shall be for-
feited 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 ensur-
ing the faithful performance of the
contract and maintenance of said
Project, if required, pursuant to the
provisions of this notice and the
other contract documents. Bid
bonds of the lowest two or more
bidders may be retained fora peri-
od of not to exceed fifteen (15) cal-
endar days following award of the
contract, or until rejection is made.
Other bid bonds will be returned
after the canvass and tabulatior, 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 per-
cent (100 %) of the contract price,
said bond to be issued by a respon-
sible 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 dam-
ages of any kind caused directly or
indirectly by the operation of the
contract, and shall also guarantee
the maintenance of the improve-
ment for a period of one (1) year
from and after its completion and
formal acceptance by the City
Council.
The following limitations shall
apply to this Project:
Specified Completion. Date: May
28, 2010
Liquidated Damages: $100.00 per
day
The plans, specifications and pro-
posed 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 Iowa City Engineer,
Iowa City, Iowa, by bona fide bid-
ders.
A $20.00 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 City of Iowa City.
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
subcontract. This list shall include
the type of work .and approximate
subcontract amount(s).
The Contractor awarded the con-
tract shall submit a list on the Form
of Agreement of the proposed sub-
contractors, together with quanti-
ties, unit prices and extended dollar
amounts.
By virtue of statutory authority,
preference must be given to prod-
ucts and provisions grown and coal
produced' within the State of Iowa,
and to Iowa domestic labor, to the
extent lawfully required under Iowa
Statutes. The Iowa reciprocal resi-
dent 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 techni-
calities and irregularities.
Published upon order of the City
Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
77492 February 8, 2010
~~ . ~~3
Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149
RESOLUTION NO. i n-~o
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE IOWA CITY SOCCER PARK RENOVATION
PROJECT.
WHEREAS, MBA Concrete, Inc. of North Liberty, Iowa, has submitted the lowest responsible bid
of $211,833.00 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 MBA
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.
3. The City Engineer is authorized to execute change orders as they may become necessary
in the construction of the above-named project.
Passed and approved this 2nd day of March , 20 10
MAYOR
Approved by
ATTEST: _,~irA~. wa~yzl ~i~
CITY ERK C~i{y Attorney's Office ~~~~~~
It was moved by Mims and seconded by wri~ht the Resolution be
adopted, and upon roll call there were:
AYES:
x
~-
_~
~-
x
x
NAYS: ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
pweng\res\IC. KickersPark.2010.doc
3/10
STATE OF IOWA
Counties of Linn and Jolulson ss.
PUBLIC NOTICE OF STORM
WATER DISCHARGE
The City of Iowa City, Iowa, plans to
I
I Dave Storey do state that I am the publisher of
>
owa
submit a Notice of Intent to the >
Department of Natural Resources fo
be coveretl under the NPDES;General
THE GAZETTE, a daily newspaper of general
Permit No. 2 Storm Water Discharge
Associated with Indusfrial`Aetivity for
circulation in Lime and Jolulson Counties, in Iowa.
ConstructionActivitier.'
The storm. water discharge will be
The notice, a rinted copy of which is attached, was
p
from •earthwork, grading, end sub-
drainage system .construction for the
no-
k R
P
inserted and published in THE GAZETTE newspaper
e
ar
Iowa Cifv Kkkers Soccer
vation: project located in the NE 1/4 of
Range 6
79Norih
shi
"35
T
2010
in the issue(s) of March 16th
,
own
p
,
Section
West, Johnson Caunty:
Storm water will be discharged from ,
multiple point sources and will be dis-
charged to the fouowing streams: un-
The reasonable fee for publishing said notice is
named ditch/creek and Iowa River.
Comments may be submitted o the
nat $13
27
or,
Storm Water Discharge Coordi
IOWA DEPARTMENT OF NATURAL .
RESOURCES, Environmental Protec-
tion Division, 502 E. 9th Streef, Des
Moines, IA 50319-0034. The public maY
review the Notice of Intent from B a.m.
to 4:30 p.m., Monday through Friday,
at the above address after it has been
received by the department. ~~~IAh~
-~jp ~ ~~ C~
This instrument was acknowledged by Dave Storey
before me on March 16th, 2010
Notary Public in and for the State of Iowa
____ _.
Q~~""`~' tlier~eGust~
~
~ CammissioniVumlx'r753222
..
1 ~y Cammissilan Expires.
June 11, 2011
PERFORMANCE AND PAYMENT BOND
MBA Concrete, 2790 Kansas Avenue N.E., North Liberty, IA 52317-8511, as
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
Merchants (Mutual) Bonding Company as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Two Hundred Eleven Thousand Eight hundred Thirty Three
Dollars ($211,833.00) for the payment for which Contractor and Surety hereby bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and several4~ ~,
~='
WHEREAS, Contractor has, as of March 11, 2010 ,entered int~~~ ~, e°
(date) ~: ~_~ -~
written Agreement with Owner for the Iowa City Kickers Soccer Park Renovation P~c~ect;'~d j °~
WHEREAS, the Agreement requires execution of this Performance and ~~ymenk,Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by Bush Turf,
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
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
PB-1
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of one (1) year 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 11th DAY OF March
IN THE PRESENCE OF:
~~
Witness
Kristi Nielson
~~1 ~ ~
Witness
Kristi Nielson
r r,,,-,.~,~
F ~ ~~}
~~'~ 6;d ~~ ~~r-JOIQZ
A~etl1 d.
•O.
2010.
MBA Concrete, Inc. ~~
(Principal)
Beverly Seelman, PresidentlCo-Owner
(Title)
Merchants (Mutual) Bonding Company
Sur ty) `
~~ ~_~~.
Jean A. Wilson, Attorney-Ire-Fact, Iowa
(Title) Resident Agent
2100 Fleur Drive _
(Street)
Des Moines, Iowa 50321-1158
(City, State, Zip)
1-800-678-8171
(Phone)
PB-2
MERCHANTS ~~
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under
the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made,
constituted and appointed, and does by these presents make, constitute and appoint
L.J. Wegman, David Winegarden, Craig Welt, Terry McDonald, Jean A. Wilson,
Denise K. Blough, Beth Ambrisco, Kristi Nielson
of Iowa City and State of Iowa its true and lawful Attorney-in-Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any
and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such
instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) DOLLARS
and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of
said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By-
laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002.
ARTICLE II, SECTION 8 -The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof.
ARTICLE II, SECTION 9 -The signature of any authorized officer and the Seal of the Company may be affixed by facsimile
to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,
recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the
same force and effect as though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and
its corporate seal to be hereto affxed, this 9th day of February , 2009.
STATE OF IOWA
COUNTY OF POLK ss.
.•--••.
. ~~~NG , C py~•.
.Z; :3.
:ay'. 1933 : c;
• •cti.
.~
•......
MERCHANTS BONDING COMPANY (MUTUAL)
By ~~
President
On this 9th day of February , 2009 ,before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the
Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf
of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
r~
CINDY SMYTH
Commission Number 173504 ~(~( ~-
U
r
~
My Commission Expires
owe March 16, 2012 "`'
Notary Public, Polk ~owa ~ b
~_~
STATE OF IOWA C'7 ~_` ~'}
COUNTY OF POLK ss. -+~ ~ ~~
"'~
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the abo`ye.2ri foreOt'Qng
1
~
')
, whi~tl is
81
is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MLl~13
still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on thisl 1 thday of Md rC h + 2 ~~
POA 0001 (1/09)
.• 0\t~0 ~'0~'•~
y•
:~~ :3`
a'• 1933 ; ~
•......
Secretary
Printer's Fee $ 15.) ~
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I, 11~t~/t 4 ~ ~ ~~~~~
~~, being duly sworn, say
that I am. the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper i ,time(s), on the
following date(s):
Legal Clerk
Subscribed and sworn to efore me
this ~~~ day of
A.D. 20 % O
Public
~p,At a LINDP. KROTZ
~ Commission Number 732619 .
My Commission Expires
o*- January 27, 2011
OFFICIAL PUBLICATION
PUBLIC NOTICE OF STORM'
WATER DISCHARGE
The City of Iowa City, Iowa, plans to
submit a Notice of Intent to the Iowa
Department of Natural Resources
to be covered under the NPDES
General Permit No. 2 Storm Water
Discharge Associated with
Industrial Activity for Construction
Activities.
The storm water discharge will be
from earthwork, grading, and sub-
drainage system construction for
the Iowa City Kickers Soccer Park
Renovation project located in the
NE 1/4 of Section 35, Township 79
North, Range 6 West, Johnson
County.
Storm water will be discharged
from multiple point sources and will
be discharged to the following
streams: Unnamed ditch/creek and
Iowa River.
Comments may be submitted to the
Storm Water Discharge
Coordinator, IOWA DEPARTMENT
OF NATURAL RESOURCES,
Environmental Protection Division,
502 E. 9th Street, Des Moines, IA
50319-0034. The public may review
the Notice of Intent from 8 a.m. to
4:30 p.m., Monday through Friday,
at the above address after it has
been received by the department.
Iowa City Kickers Soccer Park
Renovation Project, Iowa City, IA
Public Notice of Storm Water
Discharge
80911 MARCH 16, 2010
PERFORMANCE AND PAYMENT BOND
MBA Concrete, 2790 Kansas Avenue N.E., North Liberty, IA 52317-8511, as
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
Merchants (Mutual) Bonding company , as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Two Hundred Eleven Thousand Eight hundred Thirty Three
Dollars ($211,833.00) for the payment for which Contractor and Surety hereby bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and sever-~lly_. `~:
_.
., ,
__ .,
__ __ _ a
WHEREAS, Contractor has, as of March 11, 2010 ,entered ii~~~ ~'
(date)
written Agreement with Owner for the Iowa City Kickers Soccer Park Renovation ,Project; and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by Bush Turf,
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
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
PB-1
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of one (1) year 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 11th
DAY OF March , 2010.
IN THE PRESENCE OF:
Witness
Kristi Nielson
~~
Witness
Rristi Nielson
/, V~~
MBA Concrete, Inc. ~~,-c ~"'"
(Principal)
Beverly Seelman, President/Co-Owner
(Title)
Merchants (Mutual) Bonding Coc~any
(Sure~~~~
~~~ ~'
Jean A. Wilson, Attorney-In-Fact, Iowa
(Title) Resident Agent
2100 Fleur Drive
(Street)
Des Moines, Iowa 50321-1158
(City, State, Zip)
1-800-678-8171
(Phone)
PB-2
MERCHANT
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under
the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made,
constituted and appointed, and does by these presents make, constitute and appoint
L.J. Wegman, David Winegarden, Craig Welt, Terry McDonald, Jean A. Wilson,
Denise K. Blough, Beth Ambrisco, Kristi Nielson
of Iowa City and State of Iowa its true and lawful Attorney-in-Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any
and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such
instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) DOLLARS
and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of
said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By-
laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002.
ARTICLE II, SECTION 8 -The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof.
ARTICLE fl, SECTION 9 -The signature of any authorized officer and the Seal of the Company may be affixed by facsimile
to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,
recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the
same force and effect as though manually fixed.
fn Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and
its corporate seal to be hereto affixed, this 9th day of February , 2009.
STATE OF IOWA
COUNTY OF POLK ss.
O~NG • ~~~1!•'•
~. A,
. p ~P09 .,y •
•z:
Q' 1933 ~ C
y
• •cti.
•......
MERCHANTS BONDING COMPANY (MUTUAL)
By ~~
President
On this 9th day of February , 2009 ,before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the
Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf
of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
CINDY SMYTH / B.f/.
Commission Number 173504 ``~/~~
ow' My Commission Expires
March 16, 2012 Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing
is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is
still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 11 t day of Md r C h >2 ~ 1 ~.
POA 0001 (1/09)
LNG Gd .•
~o?~ReogM'09.
~;
:z'~
y; 1933 ,'c,
mod. .ao;,
•......
~.~~Gi ~~`J~
Secretary
-! ,
Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149
RESOLUTION NO. ~ n-AAA
RESOLUTION ACCEPTING THE WORK FOR THE IOWA CITY KICKERS
SOCCER PARK RENOVATION PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa
City Kickers Soccer Park Renovation Project, as included in a contract between the City of Iowa
City and MBA Concrete, Inc. of North Liberty, Iowa, dated March 11, 2010, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $223,910.80.
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 30th day of November , 2010
/1~~'`/h
MAYOR
Approved by
ATTEST: ~• 'emu- ~~ ~~-~
CITY LERK City Attorney's Office ~ ~ 2z~ ~~
It was moved by Champion and seconded by
adopted, and upon roll call there were:
AYES:
NAYS:
x
~_
X
x
x
x
Mims the Resolution be
ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
Pweng/res/acplworkOKickersParkRenovation. doc
11/10