Loading...
HomeMy WebLinkAboutDEMOLITIONS-404 HAZARD MITIGATION PROPERTY ACQUISITIONS/2009DEMOLITIONS - 404 HAZARD MITIGATION PROPERTY ACQUISITIONS / 2009 tq b e-mo(; -�;Drs 1-401- o� a Cost- - 4 4-01' AcLza-rt Dtmo!;i1orLs ?'' - . co off a- = oo f on _ la v s,, S ec; , , ct� ,D�sS _.-t'c2rwt..�i' _. _ _ 't"�1•nR - 4- toss- - v N �4- _ C�YSs7'�' t•4C. {1D h.. _ ... _ . _ _ .. [ . l - ?-� ✓Z l e r _-�Q _1�s_ h,=,Q. -- r _mac. ►d ±�ar�__ e sv l -1 o 0 5 a ! cc , rQ v r8 1. l mss, _ .Sptc -' c,� i a-- .1 r►+� o Carr .c-i- �5 ,c qQ COQ" J41W ke -5(-4 cc zy Ak;4,13q:�;VL LOCI v 2 1; s k'� ►� �rnaK►� � b :� s ec.0 �i � �� q.�. cc�,�� �.�. ems, ^loo; c.e of ?u�>l;c Aeariw 9 --- ?rpof t :le 8-"- 09 'f't CLZ0.r� , Y l c -�-. Qq�,01•` °Z ° Q So t?w o9 - °?9a G�csJA.►"C�snj 0041 -041 �- Q.�,4 pr ti h 0 r cr 4v. S ; n Vinci 'A-f C% .. ud, k- &44 �. [.Ort tco_c_'' �o v_ con sc4'.a b�- . Al "A it Ch r�p.t,►^'�V -f O B .4de s a-- MAIZ- - /a l c. vfu. -�o�• �o "5? acc_t� - ►►c ,c K?¢r r - g �y i 1 I DIECI Ao, W e r 1I r 0 CITY OF IOWA CITY i u� C DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISIONM • r i PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 IOWA CITY, IOWA T I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Ronald R. Knoche, P.E. City Engineer Iowa Reg. No. 15570 My license renewal date is December 31, 2010. y� DATE: ,,, lf.. '%- ..•� 0' 15 • •• yti� oo• `a � • ✓ ✓,f�IFtffifltl� iip 4li��`v`` 0 w SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICETO BIDDERS ............................................................. ............................... AF -1 NOTETO BIDDERS ................................................................ ............................... NB -1 FORMOF PROPOSAL ............................................................ ............................... FP -1 BIDBOND ................................................................................ ............................... BB -1 FORMOF AGREEMENT ..............................:.......................... ............................... AG -1 PERFORMANCE AND PAYMENT BOND ............................... ............................... PB -1 CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) ................... ............................... INSTRUCTION TO BIDDERS AND GENERAL TERMS AND CONDITIONS....... SUPPLEMENTARY CONDITIONS ........................................ ............................... SPECIAL TERMS AND CONDITIONS .................................. ............................... TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01025 Measurement and Payment ............................. Section 01310 Progress and Schedules ... ............................... Section 01570 Traffic Control and Construction Facilities........ DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments..... Section 02100 Site Preparation ................. ............................... Section 02220 Earth Excavation, Backfill, Fill and Grading...... Section 02270 Slope Protection and Erosion Control .............. Section 02520 Portland Cement Concrete Paving ................... Section 02900 Landscaping .................... ............................... CC -1 IB -1 SC -1 SC -1 dg- 1 ;"01310 -1 ' 0157M -1 Co 02050 -1 02100 -1 02220 -1 02270 -1 02520 -1 02900 -1 NOTICE TO BIDDERS 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 14th day of August, 2009. Sealed propos- als 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 18th day of August, 2009, or at special meeting called for that purpose. The Project will involve the following: The demolition, removal and disposal of the following 404 HMGP Acquisition properties - 301 Taft Speedway, 930 Park Road, 613 Normandy Drive, 729 Normandy Drive, 801 Normandy Drive, 817 Normandy Drive, 821 Eastmoor Drive, 825 Normandy Drive, and 609 Normandy Drive. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 = 0� 9,,rti co 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: September 25, 2009 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 Engineering Division, Iowa City, Iowa, by bona fide bidders. A $25 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. 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 ft co NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least one day prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal i[..„ co Z, FM FORM OF PROPOSAL 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. t Iowa City, IA 52240 '. The undersigned bidder submits herewith bid security in tlid am{ nt of $ in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITE ESTIMATED M DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENDED AMOUNT 301 Taft Speedway 1 Structure Demolition, Removal and TONS 120 Disposal 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, LBS 40 Removal and Disposal 5 Utilities Disconnect EA 2 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, TONS 150 Removal and Disposal Sub total FP -1 FP -2 930 Park Road 1 Structure Demolition, Removal and Disposal TONS 120 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, Removal and Disposal LBS 40 5 Utilities Disconnect EA 2 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, Removal and Disposal TONS 150 Sub total 613 Normandy Drive 1 Structure Demolition, Removal and Disposal TONS 120 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, Removal and Disposal LBS 40 5 Utilities Disconnect EA 2 6 Clean Fill Din`. CY 60 7 Concrete - Asphalt Demolition, Removal and Disposal TONS 150 Sub total 729 Normandy Drive 1 Structure Demolition, Removal and Disposal TONS 120 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, Removal and Disposal LBS 40 r, 5 Utilities Disconnect EA 2 ZI 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, Removal and Disposal TONS 150 Sub total 801 Normandy Drive 1 Structure Demolition, Removal and Disposal TONS 120 FP -2 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, LBS 40 Removal and Disposal 5 Utilities Disconnect EA 2 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, TONS 150 Removal and Disposal Sub total 817 Eastmoor Drive 1 Structure Demolition, Removal and TONS 120 Disposal 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, LBS 40 Removal and Disposal 5 Utilities Disconnect EA 2 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, TONS 150 Removal and Disposal Sub total 821 Eastmoor Drive 1 Structure Demolition, Removal and TONS 120 Disposal 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, LBS 40 Removal and Disposal °' a 5 Utilities Disconnect EA 2 " 6 Clean Fill Dirt CY 60 - 7 Concrete - Asphalt Demolition, TONS 150 Removal and Disposal > e Sub total 825 Normandy Drive 1 Structure Demolition, Removal and TONS 120 Disposal 2 White Goods EA 3 FP -3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, Removal and Disposal LBS 40 5 Utilities Disconnect EA 2 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, Removal and Disposal TONS 150 Sub total 609 Normandy Drive 1 Structure Demolition, Removal and Disposal TONS 120 2 White Goods EA 3 3 Electronic Waste EA 1 4 Houshold Hazardous Waste, Removal and Disposal LBS 40 5 Utilities Disconnect EA 2 6 Clean Fill Dirt CY 60 7 Concrete - Asphalt Demolition, Removal and Disposal TONS 150 Sub Total Total 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: cya NOTE: All subcontractors are subject to approval by City. b, co 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. FP-4 Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -5 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 the 404 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations gf'said Surety and its bond shall in no way be impaired or affected by any extension of the time, W-- 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. w The Principal and the Surety hereto execute this bid bond this ` `;' q8y of > "AJ A.D. , 20_ co Witness Witness :: (Seal) Principal By (Title) Surety By _ Attach Power -of- Attorney (Seal) (Attorney -in -fact) 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 24th day of July, 2009, for the 404 Hazard Mitigation Property Acquisition Demolitions Project - Contract 1( "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; and WHEREAS, the City requires dwelling and other structural demolitions, basement removals, concrete, asphalt and masonry flatwork and other site material removal; backfill and excavated site leveling to be performed in connection with the above identified project; and WHEREAS, the Contractor certifies to be qualified and willing to perform the work required in accordance with the standards and criteria hereinafter set forth, and pursuant to the terms, provisions and conditions hereof, NOW, THEREFORE, the parties hereto mutually agree as follows: The Contractor shall furnish all tools, equipment, labor and materials for the proposed demolition in accordance with all applicable plans, specifications, codes and ordinances of Iowa City, Iowa. The Contractor will be required to maintain a valid Certificate of Liability Insurance for the duration of the project. The Contractor must also remain in good standing as a Registered Contractor through Iowa Workforce Development. The Contractor will be paid contract price for all items satisfactorily completed. Such payment shall be full compensation for demolition removal work including basement foundation, for debris disposal, for furnishing and placing backfill, for site clearance, for all permits, licenses, inspections, water and sewer disconnections, for complying with all laws, rules, regulations, and ordinances, including safety, and for furnishing all material, equipment, tools and labor to complete the work, in accord with the plans and these specifications listed in the signed and awarded Form of Proposal received by the City on August 14, 2009 from the Contractor. Payment for the work completed shall be based on the Form of Proposal. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. Instruction to Bidders and General Terms and Conditions; C. Specifications and Supplementary Conditions; d. Special Terms and Conditions; e. Notice to Bidders; �a f. Note to Bidders; V1 ZZ 5. AG -1 c g. Performance and Payment Bond; Contract Compliance Program (Anti- Discrimination Requirements); Proposal and Bid Documents; and 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. The work shall commence within five (5) days after being notified by the City and shall be completed within 30 days of the issuance of Notice to Proceed. Time extensions will be granted for those portions of the project affected by inclement weather conditions. The Contractor shall not begin work on the demolition project until after this contract agreement signed by the Contractor and City and a completely executed copy has been returned to the Contractor with Notice to Proceed. Payment will be made to the Contractor within thirty (30) days after the completion and approval thereof by the City Council. Payment shall be requested in writing by the Contractor on a properly executed claim, bill or statement. The Contractor agrees to perform all "extra work" which may be required to complete the work contemplated at unit prices to be agreed upon in writing prior to starting such work, or if prices or sums cannot be agreed upon to perform such work on a force account basis, as provided in the specifications. All amendments to this contract shall be agreed to in writing. During the performance of this contract, the Contractor itself, it's assignees and successors in interest agrees to comply with the anti - discrimination laws of the State of Iowa, as contained inn Sections 19B, 551.4 of the Code of Iowa, which are herein incorporated by reference and made a part of this contract. The Contractor must comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (P.L. 88 -352); Iowa Civil Rights Act of 1965 (Iowa Executive Orders 15 and 34); Section 109 of Title I of the Housing and Community Development Act of 1974, as amended (42 U.S.C. 5309); the Age Discrimination Act of 1975, as amended (42 U.S.C. 1601 et seq.); Section 504 of the Rehabilitation Act of 1973, as amended (P.L. 93 -112, 29 U.S.C. 794); Americans with Disabilities Act (P.L. 101 -336, 42 U.S.C. 12101 - 12213); Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701 u) ; Title VIII of the Civil Rights Act of 1968, as amended; Federal Executive Order 11063, as amended by Executive Order 12259; Federal Executive Order 11246, as amended; and 44 CFR 13.36(1), which is attached as Exhibit "A ", except for compliance with the Davis -Bacon Act (No. 5), which is not required for this project. It is understood and agreed that the City Council may at any time cancel or terminate this _: agreement for any good and reasonable cause or for any other reason at the convehiencRIJof the City. Such cause includes, but is not limited to, failure of the Contractor to fulfill for disgharg4, . any of the duties or obligations or to otherwise perform in accord with terms of this`agreer:,ent. The City's agent shall cancel the agreement by sending notice of cancellation the :C 0traCfbr bp, certified mail. In the event the agreement is cancelled, the City's agent shall detert�iiie thg? amount of payment due. Payment will be made on the basis of the schedule of fe�'t for co completed demolition and site clearance and on the basis of pro -rated time for partially completed work. In no case shall payment exceed the greater of either the schedule of fees specified on Page 2 or any revisions to such fee schedule made under the terms of this agreement. The effective date of contract termination shall be the date of delivery of said AG -2 certified mailing. The Contractor must maintain all required records for five (5) years after final payments are made and all other pending matters are closed. The Contractor will grant access by the Iowa Homeland Security and Emergency Management Division, the City of Iowa City, the Federal Emergency Management Agency, the Comptroller General of the United States or any of their duly authorized representatives to any books, documents, papers and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor certifies, to the best of his or her knowledge and belief that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form LLL, "Disclosure Form to Report Federal Lobbying" in accordance with it's instruction. 3. The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers (including all subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 0'� JLa: AG -3 DATED this City By ATTEST: day of 20, Mayor Contractor ATTEST: City Clerk (Company Official) AG-4 Approved By: City Attorney's Office > EXHIBIT "A" FEMA 44 CFR 13.36(1) procurement requirements: (i) Contract provisions. A grantee's and subgrantee's contracts must contain provisions in paragraph (i) of this section. Federal agencies are permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement Policy. (1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold) (2) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) (3) Compliance with Executive Order 11246 of September 24, 1965, entitled- Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees) (4) Compliance with the Copeland Anti- Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (All contracts and subgrants for construction or repair) (5) Compliance with the Davis -Bacon Act (40 U.S.C. 276a to 276a -7) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation)* (6) Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers) (7) Notice of awarding agency requirements and regulations pertaining to reporting. (8) Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. (9) Awarding agency requirements and regulations pertaining to copyrights and rights in data. (10) Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. (11) Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. (12) Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000) (13) Mandatory standards and policies relating to energy efficiencyrwhich are; contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). - rt [53 FR 8078, 8087, Mar. 11, 1988, as amended at 60 FR 19639, 19645; Apr. 19, 19951 AG -5 ,o PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are 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*r, a contract between such bidder and Owner, and make available, as work progresse$`J"even "2 though there may be a default or a succession of defaults under the'-A reerent of i subsequent contracts of completion arranged under this paragr stilicierf# > %AJ PB -1 `°o 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. SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness FIM (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY OF IOWA CITY CID 0 CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires 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. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 '71 r7 °J 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 se q.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. I 1 U i` > ' CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 s "" M1sJ 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. 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-.6�6 be.jone� identifying yourself on all recruitment advertising as "an equal opportunity employea«'j.:., (b) Use recruitment sources that are likely to yield diverse applicant pools. Word- of466th r@kruitment will only perpetuate the current composition of your workforce. Send recruitment sourdes a letter annually which reaffirms your commitment to equal employment opportunity and requists their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 � r � 4t �III� NZ—_ AVA '00"0 City Of Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 J U ; CC -5 2 -3 -1 CHAPTER 3 DISCRIMINATORY PRACTICES 2 -3 -1 SECTION: C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2 -3 -2: Public Accommodation; thereof. to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2 -3 -3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2 -3 -5: Aiding Or Abetting; Retaliation; for employment or membership be- Intimidation 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) 2 -3 -1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there - nization to refuse to admit to member- from are, for all job - related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tem- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro - 897 Iowa City 4,7) o . rwelq __J CC-6 010 ,.AJ - „o 2 -3 -1 F 697 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 utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. 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) 2 -3 -1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94 -3647, 11 -8 -1994) Iowa City u�l -J Y� CC -7 INSTRUCTION TO BIDDERS AND GENERAL TERMS AND CONDITIONS 1. LANGUAGE, WORDS USED INTERCHANGEABLY - The word CITY refers to the CITY OF IOWA CITY , IOWA throughout these Instructions to Bidders and General Terms and Conditions. Similarly, BIDDER refers to the person or company submitting an offer to sell its goods or services to the CITY. The words QUOTATION, BID and PROPOSAL are all offers from a BIDDER, but may represent different methods of obtaining price and other information from the BIDDER. 2. BID TABULATION AVAILABILITY- Bids will be evaluated promptly after opening. After award, a bid tabulation summary will be sent to all companies who submitted a bid or returned a Statement of No Bid. BID RESULTS WILL BE GIVEN OVER THE TELEPHONE. No Bid may be withdrawn for a period of sixty (60) calendar days of the Bid Opening date. 3. BIDDER QUALIFICATIONS - No Bid shall be accepted from, and no contract will be awarded to, any person, firm or corporation that is in arrears to the City upon debt or contract, that is a defaulter, as surety or otherwise, upon any obligation to the City, or that is deemed irresponsible or unreliable by the City. If requested, Bidders shall be required to submit satisfactory evidence that they have a practical knowledge of the particular supply /service bid and that they have the necessary financial resources to provide the proposed supply /service as described in the attached Technical Proposal specifications. 4. BID FORM - Each Bidder must submit an original Bid on the forms attached plus any additional sheets provided by the Bidder that may be required for additional information. The Bidder shall sign his /her Bid correctly, and the Bid may be rejected if it shows any omissions, alterations of the form, additions not called for in the Bid, or any irregularities of any kind. The City will not consider replies that are not on the City's form. Bidders may submit additional information and brochures relative to the services for which they are offering pricing, but those submittals will only be considered in addition to, not in lieu of, any bid submitted on the City's form. In case of a discrepancy between the unit price and the extended price, the unit price shall prevail. 5. SPECIFICATION DEVIATIONS BY THE BIDDER - Any deviation from this specification MUST be noted in detail, and submitted in writing and attached to the Bid Form. Completed specifications should be attached for any substitutions offered, or when amplifications are desirable or necessary. The absence of the specification deviation statement and accompanying specifications will hold the Bidder strictly accountable to the specifications as written herein. Failure to submit this document of specification deviation, if applicable, shall be grounds for rejection of the item when offered for delivery. If specifications or descriptive papers are submitted with Bids, the Bidder's name should be clearly shown on each document. 6. BIDDER REPRESENTATION - Each Bidder must sign the Bid with his /her usual signature and shall give his /her full business address on the form provided in this Bid. 7. COLLUSIVE BIDDING - The Bidder certifies that the bid submitted by said Bidder is done so without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same contract, without prior knowledge of competitive prices, and it is, in all respects, fair, without outside control, collusion, fraud or otherwise illegal action. 8. BROCHURES - Bids may include adequate brochures and advertising literature describing the service offered in such fashion as to permit ready comparison with our specifications vd sere applicable. 9. SPECIFICATION CHANGES, ADDITIONS AND DELETIONS - All changes in Bid'docume shall be through written addendum and furnished to all Bidders. Verbal information obta;!rekl otherwise will not be considered in awarding of Bids. r' IB -1 �y 10. BID CHANGES - Bids amendments thereto or withdrawal requests received after the time advertised for Bid Opening will be void regardless of when they were mailed. 11. HOLD HARMLESS AGREEMENT - The Bidder agrees to protect, defend, indemnify and hold harmless the City of Iowa City, its officers, and its employees from any and all claims and damages of every kind and nature made, rendered or incurred by or on behalf of every person or corporation whatsoever, including the parties hereto and their employees that may arise, occur, or grow out of any acts, actions, work or other activity done by the Bidder, its employees, subcontractors or any independent contractors working under the direction of either the Contractor or subcontractor in the performance of this contract. 12. COMPLETION DATE - The completion as stated in the Bid Form shall be the time required to complete project after the award of the Contract. Where multiple items appear on a Bid request, the Bidder shall, unless otherwise stated by the City, show the completion date for each item separately. If only a single completion date is shown, it will mean that all tasks of the project included in the Bid can and will be delivered on or before the specified date. The Bidder agrees that the project will be completed in the time stated, assuming that the time between the Bid Opening and the Notice to Proceed does not exceed the number of days so stipulated. The right is reserved to reject any Bid in which the completion time indicated is considered sufficient to delay the operational needs for which the service is intended. 13. BID REJECTION OR PARTIAL ACCEPTANCE - The City reserves the right to reject any or all Bids. The City further reserves the right to waive technicalities and formalities in Bids, as well as to accept in whole or in part such Bids where it is deemed advisable in protection of the best interests of the City. 14. BID CURRENCY /LANGUAGE - All Bid prices shall be shown in US Dollars ($). All prices must remain firm for the duration of the contract regardless of the exchange rate. All bid responses must be submitted in English. 15. PAYMENTS - Payments will be made for all goods /services delivered, inspected and accepted within 30 days and upon receipt of an original invoice. 16. MODIFICATION, ADDENDA AND INTERPRETATIONS - Any apparent inconsistencies, or any matter requiring explanation or interpretation, must be inquired into by the Bidder in writing at least 72 hours (excluding weekends and holidays) prior to the time set for the Bid Opening. Any and all such interpretations or modifications will be in the form of written addenda. All addenda shall become part of the contract documents and shall be acknowledged and dated on the Signature Page. 17. LAWS AND REGULATIONS - All applicable State of Iowa and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated here by reference. 18. TELEGRAPH IVELECTRONIC BID SUBMITTAL - Telegraphic and /or bid offers sent by electronic devices (e.g. facsimile machines) are not acceptable and will be rejected upon receipt. Proposing firms will be expected to allow adequate time for delivery of their bid either by airfreight, postal service, or other means. 19. MISCELLANEOUS - The City reserves the right to reject any and all bids or parts thereof. The City reserves the right to inspect Contractor's facilities prior to the award of this bid. The City reserveg the right to negotiate optional items with the successful Bidder. 20. MODIFICATION OF AGREEMENT - No modification of award shall be binding unless made in - lisj writing and signed by the City. 21. CANCELLATION - Either party may cancel the award in the event that a petition, either voluntary' .; or involuntary, is filed to declare the other party bankrupt or insolvent or in the event that such party. 03 makes an assignment for the benefit of creditors. CC -2 22. TERMINATION OF AWARD FOR CAUSE - If, through any cause, the successful Bidder shall fail to fulfill in a timely and proper manner its obligations or if the successful Bidder shall violate any of the covenants, agreements or stipulations of the award, the City shall thereupon have the right to terminate the award by giving written notice to the successful Bidder of such termination and specifying the effective date of termination. In that event, and as of the time that notice is given by the City, all finished or unfinished services, reports or other materials prepared by the successful Bidder shall, at the option of the City, become its property, and the successful Bidder shall be entitled to receive compensation for any satisfactory work completed, prepared documents or materials as furnished. Notwithstanding the above, the successful Bidder shall not be relieved of liability to the City for damage sustained by the City by virtue of breach of the award by the successful Bidder. The City may withhold any payments to the successful Bidder for the purpose of set -off until such time as the exact amount of damages due the City from the successful Bidder is determined. 23. TERMINATION OF AWARD FOR CONVENIENCE - The City may terminate the award at any time by giving written notice to the successful Bidder of such termination and specifying the effective date thereof, at least thirty (30) working days before the effective date of such termination. In that event, all finished or unfinished services, reports, materials(s) prepared or furnished by the successful Bidder or under the award shall, at the option of the City, become its property. If the award is terminated due to the fault of the successful Bidder, termination of award for cause relative to termination shall apply. If the award is terminated by the City as provided herein, the successful Bidder will be paid an amount as of the time notice is given by the City which bears the same ratio to the total compensation as the services actually performed bear to the total services the successful Bidder covered by the award, less payments of compensation previously made. 24. FORCE MAJEURE - For the purpose hereof, force majeure shall be any of the following events: acts of God or the public enemy; compliance with any order, rule, regulation, decree, or request of any governmental authority or agency or person purporting to act therefore; acts of war, public disorder, rebellion, terrorism, or sabotage; floods, hurricanes, or other storms; strikes or labor disputes; or any other cause whether or not of the class or kind specifically named or referred to herein not within the reasonable control of the party affected. a. A delay in or failure of performance of either party shall not constitute a default hereunder nor be the basis for, or give rise to, any claim for damages, if and to the extent such delay or failure is caused by force majeure. b. The party who is prevented from performing by force majeure (i) shall be obligated, within a period not to exceed fourteen (14) days after the occurrence or detection of any such event to give notice to the other party setting forth in reasonable detail the nature thereof and the anticipated extent of the delay, and (ii) shall remedy such cause as soon as reasonably possible. 25. ASSIGNMENT - Bidder shall not assign this order or any monies to become due hereunder without the prior written consent of the City. Any assignment or attempt at assignment made without such consent of the City shall be void. 26. EQUAL OPPORTUNITY - The successful firm agrees not to refuse to hire, discharge, promote, demote, or to otherwise discriminate in matters of compensation against any person otherwise qualified solely because of race, creed, sex, national origin, ancestry or physical handicap. 27. TIME PERIOD - Prices are to be honored for the time period stated in your response on the Signature Page. 28. EXTENSION - Any or all of the awards made as a result of this Request for Bid may be extended for an additional period of time, up to one year, if mutually agreed between the parties. 29. FOB POINT - In terms of loss or damage, as well as where title to the goods is passed; %please quote FOB - Destination. h of CC -3 '0 LL n j� 30. METHOD OF AWARDING/QUOTING - The City reserves the right to make awards based on the entire bid or on an individual basis. However if you offer your bid based on an "all or none" condition, the City may consider your bid non - responsive and reject the entire bid. 31. BID INFORMATION IS PUBLIC — All documents submitted with any bid or proposal shall become public documents and subject to Iowa Code Chapter 22, which is otherwise known as the "Iowa Open Records Law ". By submitting any document to the City of Iowa City in connection with a bid or proposal, the submitting party recognized this and waives any claim against the City of Iowa City and any of its officers and employees relating to the release of any document or information submitted. Each submitting party shall hold the City of Iowa City and its officers and employees harmless from any claims arising from the release of any document or information made available to the City of Iowa City arising from any bid opportunity. 32. PURCHASE ORDER — Purchase Orders will not be issued from the City of Iowa City. 33. NO GIFT STANDARD - The City of Iowa City is committed to upholding the highest ethical standards in all of our business practices. This standard recognizes the need to avoid even the perception of improper gifts or favors to employees. Therefore, we ask all vendors to abide by our "No Gift" standard. The "No Gift" standard also applies to all offers of discounts or free items at any place of business targeted toward a City employee and not available to the general public, regardless of the value. CC -4 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Limitations of Operations S -2 Insurance S -3 Supervision and Superintendence S -4 Concerning Subcontractors, Suppliers and Others S -5 Compliance with OSHA Regulations S -6 Employment Practices S -7 Contract Compliance Program (Anti- Discrimination Requirements) °v S -8 Measurement and Payment T S -9 Taxes fA4 .e-VI '^Py' .+ur RJ S -1 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S -2 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate SC -1 Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability Worker's Compensation Insurance as $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 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 h�C acceptance of the work, Contractor agrees to immediately notify tity 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 fell its= obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance ' . arrier or is required to obtain replacement coverage from another carrier, Contracto►oshall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured SC -2 retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising 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 -3 SUPERVISION AND SUPERINTENDENCE. 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-4 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. 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 aWoval , , by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR --� gall f nish documentation of all efforts to recruit MBE's. a > r S -5 COMPLIANCE WITH OSHA REGULATIONS. SC -3 The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -6 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. 1 5 -7 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). �or all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's ontract Compliance Program, which is included with these Specifications beginning on page CC -1. S -8 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 -9 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 Contractors shall submit the information necessary for the certificates to be issued. SC -4 _0 SPECIAL TERMS AND CONDITIONS A. Scope of Work The primary purpose of this work is to demolish and haul away debris from certain Hazard Mitigation Grant Program acquired structures owned by the City. The Contractor understands and agrees that demolition and debris removal in the most expeditious manner possible is of the utmost importance and it will make every effort to complete all requirements of this Contract in the shortest time possible. The work to be performed under this Contract shall consist of demolition and removal of the structures listed in these specifications along with detailed descriptions. Also to be included are any structures remaining on the lot; all concrete, stone, brick, asphalt or other flatwork, planters, retaining walls and the like, as well as capping of wells and collapsing of cisterns, if any. A Debris Monitor will be employed by the City to monitor the performance of this Contract. Any direction issued by the Monitor shall be deemed as direction by the City. No demolition activities shall be performed and no debris shall be loaded without the presence of the Monitor issuing a proper load ticket to document the origin of the load with address and GPS Coordinates, date, time, contractor name, driver, truck number, debris type and load departure time. The City -owned structures will be deemed to be clear of or will have been abated for Asbestos Containing Materials (ACM), and may be handled as such prior to the notice to proceed. The Contractor shall maintain all work sites to appropriate use standards, safety standards, and regulatory requirements. All materials shall be removed, hauled,,7and dissed according to applicable federal, state and local requirements. " The Contractor shall be responsible for compliance with all federal, state and locate requirements related to structure demolition and removal. y° B. Utility Disconnects ~ The Contractor shall be responsible for coordinating with private utility companie9for disconnection of services, including, but not limited to electricity, natural gas, cable television and internet. 1. Water Service Disconnects. As part of the Project, the Contractor shall be responsible for the disconnection of the water service at the main prior to demolition of the structure. The location of the water main, if known, will be provided by the City to the best of its knowledge. Methods of Work on the water mains and service lines shall be subject to prior approval by the Iowa City Water Superintendent and inspection. The Contractor shall not backfill the area prior to inspection by the Water Superintendent or his designed. Those water services controlled by a corporation cock valve on the water main shall be disconnected at the main by closing the cock valve and disconnecting the service lines. A cap or corporation nut shall be placed on the corporation cock valve. Upon completion of a water service disconnect and inspection of the same, the Contractor shall backfill the excavation. The backfill shall be compacted to 95 percent of the maximum dry density as set forth in ASTM Test Method D698. 2. Sanitary Sewer Disconnects. As part of the Project, the Contractor shall be responsible for the disconnection of the sanitary sewer service at the main prior to ST -1 demolition of the structure. The location of the sanitary sewer main, if know, will be provided by the City to the best of its knowledge. Methods of Work on the sanitary sewer mains and service lines shall be subject to prior approval of the Iowa City Wastewater Superintendent and inspection. The sanitary sewer disconnect shall be subject to approval of the Wastewater Superintendent prior to backfilling the area. The sanitary sewer service lines shall be cut off at the sanitary sewer main and shall be tightly and permanently sealed with a plug of mortar. The plug shall be subject to approval of the Wastewater Superintendent prior to backfilling. The Contractor shall keep a temporary plug in the sanitary sewer line to prevent storm water and debris from infiltrating the sanitary sewer line prior to constructing the final plug. Upon completion of the sanitary sewer service line disconnection, the Contractor shall completely backfill the excavation. The backfill shall be compacted to 95 percent of the maximum dry density as set forth in ASTM Test Method D698. C. Tires, Household Hazardous Waste, White Goods and Electronics Tires, Household hazardous waste (HHW) (which includes propane tanks, paint, pesticides and other materials that are prohibited items from disposal in municipal landfills and construction /demolition sites), white goods and electronics (e- waste) will be first segregated from the structures and transported to the Iowa City Landfill for disposal in accordance with it's rules and regulations. These wastes may be segregated in the field and hauled in concentrated loads. D. Demolition of HMGP Acquisition Structures All demolition debris, including cement slabs and basements, sidewalks, driveways, planters, retaining walls, patios, decks, fences and the like must be removed from the site. As designated by the City, the Contractor shall employ good demolition techniques, which includes: 1. Using demolition techniques that minimize ground disturbance. Trees shall not be removed except in cases where obstruction is a safety factor. 2. Maintaining the practice of keeping personnel at a safe distance from demolition activities. 3. Loading the materials with techniques to maintain a sufficient distance from personnel to reduce excessive exposure to airborne material. 4. Tarping loads or otherwise preventing material from becoming airborne during hauling. 5. Manual cleaning of the demolition site to remove all materials from the site. Contractor shall be responsible for providing protective gear and equipment to its agents and employees and for ensuring its proper utilization. E. Securing the Site j a The Contractor shall take all necessary steps to secure each site in a mann& to prey,�!nt access by the general public. 4.,6 r. F. Backfill - Finishing 4� The Contractor shall obtain inspection and approval from the City prior to backfilling any ST -2 excavations, holes or depressions on the demolition site. Excavations, cellar holes, basement holes, abandoned cisterns or other depressions in the demolition site shall be filled and compacted with sand or earthen fill and a tillable layer of topsoil spread over the entire lot to a uniform, natural grade consistent with the established adjacent grades. G. Cleanup All pieces, parts, scraps, debris, rubbish, wood or organic materials from a structure or part of a structure in the process of being demolished shall be cleaned up and removed from the premises on a weekly basis. Final cleanup after a structure is demolished shall include complete and thorough removal from the premises of all parts or pieces of the building, its contents and its furnishings, including all debris, organic materials, rubbish, wood, concrete and masonry rubble. All hazardous open pits and recesses shall be filled with thoroughly tamped earth or mortar, whichever is completely required to eliminate the hazard. Sewers, stacks, or other sanitary ducts extending to or through floors and slabs shall be filled as provided. All concrete, asphalt, stone or brick, as well as any fences or walls made of any material is required to be removed and shall be broken up and removed completely. If a retaining wall is removed, the walls shall be completely removed and the embankment shall be cut back to a slope of four horizontal to one vertical. H. Debris Ownership and Hauling Responsibilities Once the Contractor begins an activity on a site, all debris and items of personal property on the site is the property of the Contractor and the Contractor is solely responsible for all aspects related to the debris, including, but not limited to, the hauling and disposal of the debris. The structure debris shall be hauled to the Iowa City Landfill at 3900 Hebl Avenue SW. The concrete - asphalt debris shall be hauled to the Streets Division yard at 3800 Napoleon Lane. I. Debris Disposal 1. The Contractor acknowledges, represents and warrants to the City that, it familiar with all laws relating to disposal of the materials as stated herein and is faii P,kir with and will comply with all guidelines, requirements, laws, regulations, and any othera.ffd;eral tate' or local agencies or authorities. 00 2. Contractor acknowledges and understands that any disposal, removal, o transportation or pick -up of any materials not covered under the scope of work shall be at the sole risk of the Contractor. Contractor understands that it will be solely responsible for any liability, fees, fines, claims, etc., which may arise from its handling of materials not covered by the scope of work. 3. The Contractor is responsible for determining and complying with applicable requirements for securing loads while in transit and that all trucks have a solid tailgate made out of metal. Contractor shall assure that all loads are properly secured and transported without threat of harm to the general public, private property and public infrastructure. 4. The Contractor shall insure that all vehicles transporting debris are equipped ST -3 with and use tarps or netting to prevent further spread of debris. J. Equipment 1. The Contractor shall be equipped with the normal tools of the trade and shall furnish all labor, tools, equipment and other items necessary for and incidental to executing and completing al required work. 2. All equipment and vehicles utilized by the Contractor shall meet all the requirements of federal, state and local regulations, including, without limitation, all USDOT, Iowa DOT and safety regulations, and are subject to approval of the City. All loads must be secured and tailgates must be used on all loads. Sideboards must be sturdy and may not extend more than two feet above the metal sides of the truck or trailer. Trucks shall carry a supply of absorbent to be used to pickup any oil spilled from loading or hauling vehicles. 3. The Contractor shall supply vinyl placards identifying the City, the names of the Contractor and subcontractor, and large spaces for the Monitor to write in the assigned Truck Number and other information. The Contractor shall maintain a supply of placards during the project in the event replacements are needed. Placards must be in plain view when entering the landfill facility. 4. The Contractor shall furnish to the City a complete and updated list identifying trucks and trailers that will be used in the transport of debris to the landfill. The listing shall include the following information: a. Truck and /or trailer license number. b. Year, make and color of each truck and /or trailer. C. An empty weight of each trailer as determined by the Monitor. 5. Each truck and trailer carrying debris shall be identified by a Contractor's logo and an identifying number that ties the vehicle to the above information. Any vehicle not matching the above information or not containing other identification as may be required by the City shall not be paid for debris being transported. 6. Load tickets shall be supplied by the debris Monitor for all trucks and shall include a means of identifying the truck, the specific location (address and GPS Coordinates) from which the debris was being removed, the disposal site to which the materials were delivered and a place for authorization by the City or Debris Monitor or the landfill site operator. Such tickets shall be required to process billing statements by the Contractor. K. Property Damage The Contractor shall be responsible for all damages to public and private property. The Contractor shall be responsible for having one responsible person at the job site. Contractor shall keep a report of all damage. If public or private property is damaged by the Contractor and is not repaired in a timely manner as determined by the City, the City has the option,Df.- having the damage repaired at the Contractor's expense to be reimbursed to the City or, withheld from future payments of the Contractor. w � L. Conflict of terms If there is a conflict between the terms of these Special Terms and Condi%ns and=the Form of Agreement, the Special Terms and Conditions shall prevail. C-D ST -4 M. Award Criteria Award of the proposal shall be made to the lowest responsive, responsible bidder in accordance with Iowa law and the City's policies. In addition to price, the City may use the additional following criteria to determine responsibility and responsiveness: 1. Adherence to specifications 2. Company's reputation, overall experience and financial status 3. Company's ability to meet City's insurance requirements 4. Past experience with bidder 5. Reference Checks The City reserves the right to accept or reject any or all bids, to request re -bids, to accept only portions of the work by structure, award multiple contracts, and waive irregulari'� -- and technicalities in the bids, all in the best interest of the City. Attachments: Instruction to Bidders and General terms and Conditions Bid Tabulation Form Signature Page Building Demolition and Insurance Requirements FEMA Procurement requirements List of Structures with specific details including lots without dwellings ST -5 1 mu[[� CD ST -5 FEMA 44 CFR 13.36(1) procurement requirements: (i) Contract provisions. A grantee's and subgrantee's contracts must contain provisions in paragraph (i) of this section. Federal agencies are permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement Policy. (1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold) (2) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) (3) Compliance with Executive Order 11246 of September 24, 1965, entitled Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees) (4) Compliance with the Copeland Anti- Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (All contracts and subgrants for construction or repair) (5) Compliance with the Davis -Bacon Act (40 U.S.C. 276a to 276a -7) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation)* (6) Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers) (7) Notice of awarding agency requirements and regulations pertaining to reporting. (8) Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. (9) Awarding agency requirements and regulations pertaining to copyrights and rights in data. (10) Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. (11) Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. (12) Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, '. subcontracts, and subgrants of amounts in excess of $100,000) (13) Mandatory standards and policies relating to energy efficiency which are — contained in the state energy conservation plan issued in compliance wit6fhe &*rgy;� Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). [53 FR 8078, 8087, Mar. 11, 1988, as amended at 60 FR 19639, 19645, Apr. r 19, 199s] ST -6 7/09 data on citynt /Eng /MasterSpecs/frontend.doc ST -7 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 — GENERAL 1.01 SUMMARY., A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE - PART 3 — EXECUTION a 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. A mrl_i 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and paymebi for the -*ork to be done under the items listed in the FORM OF PROPOSAL. -u; Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the dr kingr and specifications, including clean up. 7 ,' r . Co It is the Contractor's responsibility to identify the locations of public and *ivate 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 for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and /or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris nir»c_1) is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS Structure Demolition, Removal and Disposal The unit prices for these items will be paid based on the number of tons of debrid from the structures hauled to the Iowa City Landfill. The tipping fee charged by the Iowa City Landfill is $38.50 per ton. The Contractor shall pay all tipping fees and disposal costs and the tipping fees shall be included in this unit price. 2. White Goods The unit prices for these items will be paid based on the number of white goods the Contractor transports to the Iowa City Landfill. The contractor will handle units in a manner that all prevent them from discharging the remaining refrigerants (Freon) into the atmosphere. 3. Electronic Waste The unit price for this item will be paid based on the number of items the Contractor transports to the Iowa City Landfill. 4. Household Hazardous Waste, Removal and Disposal The unit price for this item will be paid based on the number of pounds of household hazardous waste the Contractor transports to the Iowa City Landfill. 5. Utilities Disconnect The unit price for this item will be paid based on the number of water or sewer disconnects the Contractor completes. Pavement replacement in the streets or sidewalks will be incidental to this item. 6. Clean Fill Dirt The unit price for these items will be paid based on the number of cubic yards of fill the Contractor acquires, delivers, places and compacts in 12 -inch lifts up to grade. The clean fill dirt shall be placed in the exposed basements and in other flood or non -flood related depressions as a result of demolition activities on the property and as directed by the City. 7. Concrete - Asphalt Demolition, Removal and Disposal The unit price for this item will be paid based on the number of togs of concrete or asphalt removed and disposed of by the Contractor." The . contractor shall transport the concrete and asphalt debris to':the Iowa City-; Streets yard. The removal and replaced of the curb section at the drive drop _,,, shall be incidental to this item. �. 7/09 shared \engineer\specs- ii \01025.doc C" nIm,;_z SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY. A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre - Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS :J None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: C. M - A. A Pre - Construction meeting will be held prior to beginning work. : y CD 3.02 PROGRESS OF WORK: A. The specified completion date is September 25, 2009. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub - phase, the 01310 -1 existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub - drainage, ballast, sub - ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 7/09 s h a re d\e n g i n e e r\s p ecs -i i \01310. d o c .a s u id C) 01310 -2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES �iQr1��1�17_l:� 1.01 SUMMARY. A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic contre.[ not specifically addressed by the project plans. PART 2 - PRODUCTS, 2.01 MATERIALS: ° A. Traffic control devices may be new or used, but must meet the recifemews of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: 01570 -1 Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11/00 sharead\engineer\specs-ii\01 570.doc 01570-2 0 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - GENERAL 1.01 SUMMARY., A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 - PRODUCTS 2.01 MATERIALS: 11 A. Granular backfill material shall consist of Class A Crushed Stone, lopStaiiaard "w Specification Section 4120.04 and Section 4109, Gradation No. 11. " c9 C) B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050 -1 Division 25. Miscellaneous Construction, Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. _.. B. Site Protection Measures T'y 1. Refer to Traffic Control Sheets for details. - 2. Barricade and fence open excavations or depressions resu'ltriW frog, work during non - working hours and when not working in igMediater_area. Provide suitable warning devices adjacent to excavations and work was. 3. Warning devices shall be kept operational during all non - working and non - active periods. C. Site Access Measures 02050 -2 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor - furnished site approved by the Eno;, - . _ . or to the landfill. The Contractor shall pay the current tipping fee at trig landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 0 ....':.7 1. Removal shall be to the limits noted on the plans or as 64cted �J"' they Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and -A.f". Caacret pavements, driveways, alleys, parking lots, and sidewalksE) :removal of-J chip seal or aggregate surfaces is not considered pavement movar- 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushea stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 c Clinton Street as directed by the Engineer. 11/00 shared \en g in eer\s pees -i i \02050. doc 02050 -3 SECTION 02100 SITE PREPARATION PART I - GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 shareMeng ineeAspecs- M021 00.doc 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 - GENERAL 1.01 SUMMARY. A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, ;,tjSe pent q maximum density at optimum moisture as determined by ASTM G�98- 91:mnless noted otherwise. - r B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity 02220 -1 of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: 4a, A. General w �, 1. Excavate trench by machinery to, or just below, designated stbgirade- wherf, pipe is to be laid in granular bedding or concrete cradle,crbvide& tha -�t material remaining at bottom of trench is only slightly disturb. .c 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade,'so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for 02220 -2 various types, sizes and classes of pipe. D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other', underground structure is necessary for doing work properly. °,,U F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Depart" nit of -Natural -:.r Resources (DNR) if soil contamination is found or suspe'cte& uring excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and /or equipment are to be stored, piled, or parked within the trees' drip line. 02220 -3 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. r..yt All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (c, ,mickee, bent, crimped, crushed, etc.) shall be replaced from the water rc*rtt to curb box with new copper service pipe, without any joints. The 66st for t4#6 work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commence- ment of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT 02220 -4 Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220 -5 3.06 BACKF/LLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless other%5se indicated or specified. 4 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the li tea ind�ted ",fir specified, backfill, at Contractor's expense, with Class A crushed � compacted to 95% Standard Proctor Density. > 11/00 02220 -6 shared\engineer\s pees -ii\02220. doc 02220-7 v SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 - GENERAL 1.01 SUMMARY: '711 A. Placement of silt fence, erosion control mat, engineering fabric, revetment s'j ne, and erosion stone. - 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual ", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics ( geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 02270 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete. & Stone Revetment. and the following IDOT Standard Road Plans: - RC -5 Wood Excelsior Mat - RC -16 Silt Fence 3.02 SCHEDULE: _ A. Silt fence shall be installed at locations indicated on the plans immediately iron completion of grading. Wood excelsior mat shall be placed and stak66 in sealed areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U ", "L ", or "T shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up -slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along 02270 -2 a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have th- patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11/00 sh a red \e ng ineer\s pecs -ii \02270. doc 02270 -3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. r 2. Entrained Air. 3. Slump.; 4. Density Tests of Base and Subgrade. -� PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening.' Division 23. Surface Courses. -- Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Wido'n -g. Section 2310. Bonded Portland Cement Concrete Overla L Section 2316. Pavement Smoothness.? Division 25. Miscellaneous Construction. -- Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520 -2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and /or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 shared\eng ineer \s pecs -i i \02520.doc `.i 4— Jb 00 02520 -3 SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY: . , CIA) A. Plantings (trees, shrubs, seed and sod), including soil preparation, finig� gradi)Ag, landscape accessories and maintenance. -- 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and /or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and /or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900 -1 PART 2 - PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well- formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6 ") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 Alsike Clover 9% 4 Owd9 = *A commercial mix may be used upon approval of the Engineer if it confains ti• �° high percentage of similar grasses. 2.03 SOD: > c.� A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but 02900 -2 not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date:j 1. Trees: Spring — March 30 through May 15 Fall — Sept. 18 through Nov. 18 f .,,_, 2. The Contractor may plant outside the limits of such dates wjt-i$ern%sion of the City Forester. The City Forester may stop or posfj5one pting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished 02900 -3 grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one -third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. CO C� 02900 -4 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. -; B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades rf, any delays in seeding lawn areas allow weeds to grow on surface or loar weed out prior to sowing seed. This work will be at the Contractor's ex:0ense.c? 2. Sow seed at rate of 175 pounds per acre on calm day, by'mechfl—oical means. Sow one -half of seed in one direction, and other one -half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than % -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro- seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/2 tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. 02900 -5 3.05 B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -year maintenance period. MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. _ c: 11/00 ' shared \engineer`specs- ii \02900.doc 02900 -6 ENGINEER'S ESTIMATE July 24, 2009 City Clerk City of Iowa City, Iowa I r i wall CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.oi-g Re: 404 Hazard Mitigation Property Acquisition Demolitions Project - Contract 1 Dear City Clerk: The estimate for this project is $270,000. Sincerely, Ronald R. Knoche, P.E. City Engineer _rz: Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5138 RESOLUTION NO. 09 -240 RESOLUTION SETTING A PUBLIC HEARING ON JULY 31, 2009 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1, 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 31St day of July, 2009, at 12:00 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 24th day of ATT E S IF: AIM mw'-� Pweng /res /setph -404h azm itigation d emo709.doc City Attorney's Office ' — -U1 Resolution No. 09 -240 Page 2 It was moved by O'Donnell adopted, and upon roll call there were: AYES: x x x —_x— X wpdata /glossary/resol ution4c.doc and seconded by NAYS: Champion the Resolution be ABSENT: Bailey Champion x Correia Hayek O'Donnell x Wilburn Wright NOTICE TO BIDDERS 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 Sealed proposals will be received by the City Clerk of the Cit� of Iowa City, Iowa, until 2:30 P.M. on the 14' day of August, 2009. 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 18th day of August, 2009, or at special meeting called for that purpose. The Project will involve the following: The demolition, removal and disposal of the following 404 HMGP Acquisition properties - 301 Taft Speedway, 930 Park Road, 613 Normandy Drive, 729 Normandy Drive, 801 Normandy Drive, 817 Normandy Drive, 821 Eastmoor Drive, 825 Normandy Drive, and 609 Normandy Drive. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engirreering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment AF -1 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(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: September 25, 2009 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of the Iowa City Engineering Division, Iowa City, Iowa, by bona fide bidders. A $25 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. 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 quanti- ties, 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 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 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 404 Hazard Mitigation Property Acquisition Demolitions Project - Contract 1 in said city at 12:00 p.m. (Noon) on the 31st day of July, 2009, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 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 404 Hazard Mitigation Property Acquisition Demolitions Project - Contract 1 in said city at 12:00 p.m. (Noon) on the 31st day of July, 2009, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Prepared by: Ron Knoche, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5138 RESOLUTION NO. 09 -271 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON -. TRACT, AND ESTIMATE OF COST FOR THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, 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 14th day of August, 2009. 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 18th day of August, 2009, or at a special meeting called for that purpose. Passed and approved this 31st day of ATTEST: dTftLERK Pwenglreslapp plans HMGP demo.doc City Attorney's Office Resolution No Page 2 09 -271 It was moved by O'Donnell and seconded by champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x x X x wpd ata/g lossa ry/resolution-ic. doc Bailey Champion x Correia Hayek O'Donnell x Wilburn - Wright Printer's Fee $1,-_1 l CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 Diann, 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 Cler Subscribed and sworn to before me this day o A.D. 20_x. y Public LINDA KROTZ A Commission Nur, .,er 732619 • .. My Comm :ss+on Expires or► lanuoyu,20i.1 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT - CONTRACT 1 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PER- SONS: 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 404 Hazard Mitigation Property Acquisition Demolitions Project - Contract 1 in said city at 12:00 P.M. (Noon) on the, 31st day of July, 2009, 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 can- celled, 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 con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 78659 July 27, 2009. Prepared by: Ron Knoche, Engineering, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5138 RESOLUTION NO. o9 -292 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 404 HAZARD MITIGATION PROPERTY ACQUISITION DEMOLITIONS PROJECT. WHEREAS, D.W. Zinser Company of Walford, Iowa, has submitted the lowest responsible bid of $83,521.00 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 D.W. Zinser Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 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 18th day of ATTEST: , a .1 Ai CIT LERK It was moved by Wilburn adopted, and upon roll call there were: 2009 City Attorney's Office 8-071,­7 and seconded by Hayek the Resolution be AYES: NAYS: ABSENT: X Bailey X Champion X Correia X Hayek X O'Donnell X Wilburn X Wright pweng \res \404award.doc 8/09 lL� Printer's Fee $ f`d CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 0330670 I, 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 f . time(s), on the following date(s): Legal Cl Subscribed and sworn to before me this day of L,4 ,4 A.D. 20 A Notar Public LINDA KR�TZ Number 732619 v I i r ommission Expires 2w.'' -`011 OFFICIAL PUBLICATION NOTICE TO BIDDERS 4Qa HAZAI WZ2ATION PROP- ERTY A��CO 1SITION- — PT?OJE - CONT� RAQT 1 SeaaTWproposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 14th day of August, 2009. Sealed proposals will be opened immedi- ately 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 18th day of August, 2009. or at special meeting called for that purpose. The Project will involve the follow- ing: The demolition, removal and dis- posal of the following 404 HMGP Acquisition properties - 301 Taft Speedway, 930 Park Road, 613 Normandy Drive, 729 Normandy Drive, 801 Normandy Drive, 817 Normandy Drive, 821 Eastmoor Drive, 825 Normandy Drive, and 609 Normandy Drive. All work is to be done in strict com- pliance with the plans and specifi- cations prepared by the Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfac- tory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provi- sions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen ;15) calendar days following aw of tr_ contract, or until rejection is made. Other bid bonds will be returned after the can- vass and tabulation of bids is com- pleted 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 operatjon of the contract, and shall also guarantee the maintenance of the improve- ment for a period of one (1) year(s� from and after its com- pletion aria formal acceptance by the Ci +y, Council. The following limitations shall apply to this Project: Specified Completion Date: September 25, 2009 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 Engineering Division, Iowa City, Iowa, by bona fide bidders. A $25 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 cnec�, made payable tc the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. 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 78687 August 5, 2009 Prepared by: Kim Sandberg, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5139 RESOLUTION NO. 10 -57 RESOLUTION ACCEPTING THE WORK FOR THE 404 HAZARD MITIGATION PROPERTY ACQUISITION ASBESTOS ABATEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 404 Hazard Mitigation Property Acquisition Asbestos Abatement Project, as included in a contract between the City of Iowa City and Affordable Hazards Removal, Inc. of Monticello, Iowa, dated August 19, 2009, be accepted; and WHEREAS, the performance and payment bond have been filed in the City Engineer's office; and WHEREAS, the final contract price is $57,024.00. 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 2nd day of ATTEST: bla. CITY-CLERK March MAYOR Approved by 2010 City Attorney's Office It was moved by Cha=ion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: M4 x x x x x Pweng /res /404hazmit- acptwork. doc 2/10 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright { a Bond No. 2100836 PERFORMANCE AND PAYMENT BOND _ r D. W. Zinser Company, 1775 Commercial Drive, Walford, Iowa 52351, as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Go'par%y (insert the legal title of the Suretyyy 650 Elm Street, Manchester, NH 03101 as Surety, hereinafter cah-9:1 the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of eighty -three thousand five hundred twenty -one and no hundredth Dollars ($83,521.00) 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 Hti4AlhT 301t, entered into a Q (date) written Agreement with Owner for 404 Hazard Mitigation Property Acquisition Demolitions Project - Contract 1: 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 the Iowa City Engineer's Office, 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, it 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 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. 20 09 SIGNED AND SEALED THIS 9 St IN THE PRESENCE OF: J C Witness A / � n l Witness Cindy Bennett NM r -� � DAY OFJS�. D.W. Zinser Company (Principal) ( e) North America pecialty Insurance Company (Surety) Dia a S. Riley, (Title) AtIbrney-irtPfact 3001 Westown Parkway (Street) West Des Moines, IA 50266 -1321 (City, State, zip) (515) 223 -6800 (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, DIANNE S. RILEY, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIMOTHY J. McCULLOH, STEPHANIE R. FINNEY, STACY LYNN VENN, and ANGELA MARIE GROSS JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY -FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 6�'pPPOR,jG i PO S v rF•. By - .._... Q o G Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Company~ `$�.AL r� o? S W :eta 2873 tui r� ,� &Senior Vice President of North American Specialty Insurance Company 'yi By David M. Layman, Senior Vice Presiden of Washington International Insurance Company twtoWas & Vice President of North American Specialty Insurance Company n.a IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insur,ce Contafly have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of SeptLiber 2008 . • T j y North American Specialty Insurance Company Washington International Insurance Company ice' t u State of Illinois t SS: County of Du Page - - 30th September On this _day of 200 before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company an ;bavid M. Layman, Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OM CIAL SEAL' DONNA D. SKLBNS Ncrtary Public, State of Illinois Donna D. Sklens, Notary Public My Commission Expires 10/06/2011 I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this _ day of 20 09 James A. Carpenter, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company