Loading...
HomeMy WebLinkAboutPCC PAVEMENT PATCHING PROJECT/2009PCC PAVEMENT PATCHING PROJECT/ 2009 Pcc l At~.EME/~1~' ~ flTG--I~ InIC~ ~~ r~/ ~ I ~~- }_ ____ _ l ~-"~ -~ ~ f ' __ ~ ~_Cs.vaS _ __ ~ C-.S. f_ __ Q~ ~ _!tiYA~ ~ _ 1'.~J~'~'. - _ _ -~ i ~ - _.- _ f ~ °' lnfl~(./ --- ~ ~ _ ~Q.`~ l u. ^~-~ tr~.t _ a ~ _-' ~ ~.. ~. St~`~-. c n~_. _~ _ ~c.~,.6 ~. c _ C_ _ _ . ~ ~0.- ".-_ !n ~ CTS-- _. ~ u -'--4. `~j t _ - °`~ oL?9. wt ~ ~~ S ~ e~+.-~;_CA.~-_,.o--~S' ~ -~r~-,_ o~ _ c~orr~r~ _ ~ - '_ _~ c.DS-~ ~ r -~-~.a.. -c~s~~.-~_~-~-. ~-_ '!-~ _a~~ 5 PAC _~,~e~,~~ __ Sc~.~ c~ flans __ Q~ -~~ 1.Q,_ --~r ~~-b l ~ ~ _~n ~~e_~--~, ah,_ _ _ _ _f. _ _ _ _ _ _ - __ ~- .IKN_-- Del 1 _. ~.~lu=~imn _09- ~9~' _C~~roJirz~_ Pl~.rlS~ __S~e.C~~+.~-4-'("c©i15'~ ~c~rrm i __~ Corr~ra.G~" ~'._ _e~~. m~~ u~ cosh- -~~_r ~ Car~s~~~, oh. a-~ _~ -P__ cwe meri~- _ _ 1. sec~.r~~ -~ ~cc~-~,~csr~ e~c~. ~:~1, ~~,c~c~-:n~ C;-~__ ~'1~rk _~ ~~iS~. ~' U~Y~; SQXrc~.h^k- ~r ~;c-S ~ ~~~rt,~ -~-, me _ 4nc~ ~~a~2 -fir 30 - lkw- a No-~-'~ c.e _v ~ ~~ b ~ ~' ~- t~e ~ ~- ~ n~ _ -_ ~r~ of ~ ~~.~. 6 l ; cc~,-~-'. v l-~- ~CtS O~Lt,-~- Q w ~ ~ ^ ~~- ~cs2~irc~r va~ _ CQh~ v0. c~ g Gl~-~-~,p / ~ tom. n.q . '-~ ~L MCs~P V' ~O S~Sr.. 4j'1~ ~~ C~~ lrQ/' ~ _ ~O R-~I~~ ~_ ~'~T-^RL~ -~r' ~'x2ON- ~~ ~~t ~oc~' 1 ~~ _ ~gverr~,~,~' Ida.-~c~; ~ ~~c~ ate' , I'-~-- t~T 4.(~~' GLrr~~.h~ ~ ,p a ~''TO rrvzctnc.~ E ~J~ rr- EYE !J D ~ . ~-~~„~- it7 ~esof~-C'~o~, /a- -~S~ ~cc~~-',r~ ~•a. cJvr ~ ~or -~~.e. ~z>v~ PCC C~ ;. CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION ~,:..1 ~~ a ~,, .. , .. ~.z~.~ . ~~::. -. d ;, -~ .~ PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2009 PCC PAVEMENT PATCHING PROJECT IOWA CITY, IOWA hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Daniel R. Scott, P.E. Project Engineer Iowa Reg. No. 14048 My license renewal date is December 31, 2008. ~~o~ES~~'o~cil ".~,.~' SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ............................................................................................ AF-1 NOTE TO BIDDERS ............................................................................................... NB-1 FORM OF PROPOSAL ........................................................................................... FP-1 BID BOND ............................................................................................................... BB-1 FORM OF AGREEMENT ........................................................................................ AG-1 , ~;, . PERFORMANCE AND PAYMENT BOND .............................................................. ~yF.l~-1 ... ~v~:~ ~~~ ~ CONTRACT COMPLIANCE ~~ .,. ... ' :,~-; v~ '~~~ (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... - ~.~-1 ~~ yy M 1h r _' +. . GENERAL CONDITIONS ........................................................................................ -1 N7 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 "~' RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS ........................................................................................................ R-1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules ..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 -SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation ................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02520 Portland Cement Concrete Paving ...................................... 02520-1 Section 02524 Curb Ramps ........................................................................ 02524-1 NOTICE TO BIDDERS 2009 PCC PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 23rd day of June, 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 30th day of June, 2009, or at special meeting called for that purpose. The Project will involve the following: 2360 square yards of pcc street pavement removal and replacement, 25 manhole adjustments and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineering Department, 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 of ,T ;, ,,,~ „., .+ - til'1 x~ ~ ~ ~ l~ ~ ~ ~?J = ,_~~4 ~r .~: r-- AF-1 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 five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date: July 20, 2009 Completion Date: September 30, 2009 Liquidated Damages: $1000.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer of 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 Clty, IOWA. MARIAN K. KARR, CITY CLERK ~~ .::;,'::,ry ,;ya ~a"~ .W~ -- ,,,~, V~ lr7 ~`1M1 ~ ~ry r~ ~~ N AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal ., r'. I.:. ... r., ~~ , v ©;,~ ~.,, ~~ ~~~ ~ ~ NB-1 FORM OF PROPOSAL 2009 PCC PAVEMENT PATCHING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk ' City of Iowa City City Hall „ "'~~~'~ 410 E. Washington St. ~ °°~~~ Iowa City, IA 52240 4:,:, ~r, -~. ~ w:~:~ The undersigned bidder submits herewith bid security in the ~ r~mour~ of ~' $ , in accordance with the terms set forth in the "Project Sp~c1'ficatiE~s." ?> _.r_ r- The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization LS 1 $ $ 2. Traffic Control LS 1 3. Pavement Removal SY 2360 4. PCC Pavement SY 2360 5. Subgrade Repair Ton 100 6. Manhole Chimney Seal Each 25 7. Manhole Adjustment Each 25 TOTAL EXTENDED AMOUNT = $ FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: ..~ ..~,; ,._: :: --. I~" s~ v y ~ .c FP-2 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated -•k for r~, ~, 2009 PCC Pavement Patching Project. ~:~ ~~ - - ~. ~_ ~. ,q,J rt ;, _ L~ NOW, THEREFORE, :w.-, ~::" '~''' j- (a) If said Bid shall be rejected, or in the alternate, C3 -~! ` ,,^ ;, ra (b) If said Bid shall be accepted and the Principal shall execute and deliver a cor~act in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A. D. , 20_. (Seal) Witness Principal gy (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for the 2009 PCC Pavement Patching Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; _... ~•~ ~' :~:.; :,.;a c. Plans; :' _ 4 d. Specifications and Supplementary Conditions; ~.n ~„~ e. Notice to Bidders; ~> ~U ~` tti.:y~ it ra f. Note to Bidders; '' "' to g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 ., d C~ Contractor ~ ~ _; ~ ~~ _~ ,, ~ -~. ~ =r~ ~~ ~ ~ .. ~ ~,.. V'7 (Title) Mayor ATTEST: City Clerk ATTEST: (Title) (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (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 r~ :a WHEREAS, Contractor has, as of ,entered into a ' ~ L (date) ~~ ~` ~.. `~~ ~ m written Agreement with Owner for the 2009 PCC Pavement Patching Project; and E_l., ~~ _~Y, WHEREAS, the Agreement requires execution of this Performance and Pant laid, to~~ be completed by Contractor, in accordance with plans and specifications=~'prepa~i by the Iowa City Engineering Department, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. 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 D The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. , SIGNED AND SEALED THIS 20 IN THE PRESENCE OF: Witness Witness DAY OF ~~ ~; .~. ~ ~- ~ " ` ~_" O r ~' i.'~ ... m . r.a ,;,. v~ (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 Contract Compliance Program x :a ~ ' ~ p ~.~ " ~ 9 ~ C7 "~ ...._ ~f„~. ~ '"~ ~ ~~ "~"1 ~„ O ~ ~ „~~ ~:- .~ \J'1 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. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. .~ .~:...,. ,~~, . _ _ ~M7~„ p,:.,, - ,,:~ ~ u ~.,; ~~ °~ ~ :T~ _.~ ;-~ V ~~7 .~ ~ ~: tv D CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seg.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the Ciry, 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. O "r ri; . m" ~ ~~ ~; r~ j •~,~ _ 6".1 _ O °"J ~ ~q -,,. <- i~ N ~:: .. ~ ~ CC-2 ~" 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date t? p~~rvr - ~ ..,~.~ r, ~ ~ N Y ~ ll7 CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) 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. ~'w, (h) Improve hiring and selection procedures and use non-biased promotion,;:rahsfer ~~nd Wing policies to increase and/or improve the diversity of your workforce represen~atioi~~- Cor>nies must make sure procedures for selecting candidates for promotion, trar~e~ and train' are based upon a fair assessment of an employee's ability and work recc~c~:= Fu`r{~`herm all companies should post and otherwise publicize all job promotional opportuniis a~ en age all qualified employees to bid on them. ~ ;~ r'""y -~ to CC-4 i r ~~ p ~,~ ~, "m ~ ~ ~ ~~ ~O City of ~~ C` 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. ..., ...., Y.~ ,~.. ~~" .-:~ ..,~m,t ~; ~~~. `~' r~ J? „~- i. •c: IV D -~ U~ CC-5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-t: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment Gl' membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership. apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- Iowa City _a C:~ ^_ ; ::y :~ v:; .,. ~.._ == ~ r+ ~ ~ ~~ N D .~ a CG-6 2-3-1 F. 89~ 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) Iowa City CC-7 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a 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 occupatio,na1 q~lification shall be interpretedw? narroai~y. (Ord. 94-3647, 11-8-1994), ~ r,":; . ~~. ~_i ~ ~ - ; r- ~°~ _ r Y'I -~a ~,,, ©~ "~ c~~ ~ ~ GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. C~ w ~--, : w~ m'~ t~:~ _ r:omas c _ , ! © ~' ~, 'au~rz+~' r„~ hJ '~' .~ GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements O ~.r ~,. „~" ..., _.i t: -" w . ~ O''~ ~.,_, :: =-~= o~ rrq~ .~~:..Wi~:-m :i _-A~~ y-i 6 ~t These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 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: ape of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability ~.> O Each Occurrence A re t~" .~. $1,000,000 $2,00000© "' ~~~~ „<~, Combined S1' _ Lirla+it ~' $1,000,.0~~ $1,000,000 $1,000 N Worker's Compensation Insurance as 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. SC-2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified o~Contragtor's Certificate of Insurance are canceled or modified, the City may in its di~retion dither suspend Contractor's operations or activities under this Contract, or 't~trhinate this Contract, and withhold payment for work performed on the Contract. ~.~:~ ~f~ `..., ~ ~~ C. HOLD HARMLESS ``` ~ ..,~ d`°j•'~ O ~ ="'' 1. The Contractor shall indemnify, defend and hold harmless the City of I~Ud~City~nd its officers, employees, and agents from any and all liability, loss, cost?'dama~, and expense (including reasonable attorney's fees and court costs) resulting from"~rising out of, or incurred by reason of any claims, actions, or suits based upon or alleging SC-3 bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. ~-.,,., G <' a If no minority business enterprises (MBE) are utilized, the CONTRACTOR` half furnish documentation of all efforts to recruit MBE's. .~~ ~ ~~ S-6 COMPLIANCE WITH OSHA REGULATIONS. =``'~? ~""1 Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATI~PCIt?: rv ~ .~ The Contractor and all subcontractors shall comply with the requirements of 29 ~'FR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such SC-4 person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. ;,., ~ C:; : ;, ~ ~a ..~ •_ ~~;~ ~ l ..... yy ~` t. O :~ "~ ~+\ (`~ ~" SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 5/09 data on citynVEng/MasterSpecs/frontend.doc 3 L.~ (.°. .. ~ .....~~sa+ms i ,. x.11 O ;,7 ,, ,~~ N ~ ~ O~ R-1 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL A. General Description of Work, not all inclusive: 1. Furnish and set up traffic control devices. 2. Remove Portland Cement Concrete and Asphalt Cement Concrete roadways, driveways, curbs and gutters, sidewalks and other miscellaneous items. 3. Adjust manhole castings where necessary. City will provide new manhole castings. 4. Furnish and install manhole chimney seals. 5. Construct Portland Cement Concrete and driveways, curbs and gutters, sidewalks and other miscellaneous items. 6. Remove traffic control devices. B. The following is a list of Street Patching locations and approximate quantities. 1. Governor Street Jefferson to North 290 SY 2. Mormon Trek Blvd Dane Rd to Eagle View 215 SY 3. Rocky Shore Dr at Park Rd 487 SY 4. Scott Blvd at culvert and intakes 75 SY 5. Gilbert St 757 address at RR 85 SY 6. Muscatine Ave 3400 block 76 SY 7. Highland Ave 1300 to 1600 blocks 1092 SY C. The Rocky Shore Drive street pavement repairs will require road closure with a detour through Ferson Avenue and River Street. The Governor Street pavement repair location will require an IDOT ROW permit with lane closure. D. The manhole repairs list and locations are shown on the next page. The total expected pcc pavement removal and replacement is 40 SY for this work and is in addition to the above listed street pavement repairs. Manhole repairs locations on Governor,..Burling~n and Dodge Streets will require IDOT ROW permits with lane closures. ~-' ~'' y ~.y~ .. ~~; "' ~ ;~ "::~ r~ N 1 ] /00 ~ ~ shared\engineer\specs-i i\01010 01010-1 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 OFMEASUREMENTS: 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 PA YMENT: 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. `~"'' C~ .';J PART 2 -PRODUCTS :fi=r. '~~`° .~: ,.. 2.01 NONE -~' ~ °'" a . r- ~,.~ PART 3 -EXECUTION ~ „~ ~, `~~ ~. _r_ 3.01 PROCEDURE: `~+ A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like iteu~ and p~~~ted, if ~ .::.~ necessary, at the Contractor's expense. : ~-; ,~, All trees and shrubs shall remain and be protected from damage unless speCi+fdallynoted ~°" "REMOVE" or "CLEAR AND GRUB" on the project plans and as other~wti~~ dir~ed b the Engineer. The prices for those items which may have any impact on ex`l~png t~s an; shrubs shall include compensation for special precautionary measures req~jil toeven injury or damage to said tree, shrub or root system. ~' ~~ '~ v The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS Mobilization. The lump sum price for this item includes all costs associated with mobilizing to and from the sites, lodging expenses, temporary restrooms, permits and all other over~ead expenses. This item includes all efforts necessary for multiple mi~ilizatio+~ to complete the project. ~~ a _.- Traffic Control ~~~ ~ ~ t..~. ;::< <,~ ~ The lump sum price for this item will be paid based on percent .,c ~~ plet~ for furnishing, installing, maintaining, moving, relocating, and removing all~~ic c~xtrol devices including barricades, safety fencing, drums, lights, standard sigh, tempe~ary barrier rails, sequential flashing arrows, flaggers, uniformed officers, tempo`'tiary pavement markings and orange safety fence at road closures. Pavement Removal. Removal quantities shall include Portland Cement Concrete, full depth Asphalt Cement Concrete, and/or brick roadways, driveways, parking lots, curbs and gutters, and sidewalks. Removal of compacted granular and chip seal surfaces, including asphalt patches, shall be considered as Class 10 Roadway & Borrow Excavation and will not be measured and paid under this item. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 4. Portland Cement Concrete Pavements, Driveways, Curb and Gutters and Curb Ramps. The unit prices for these items will be paid based on the number of square yards of Portland Cement Concrete pavements, driveways, curb and gutters, curb ramps and parking lots constructed at the specified widths, thicknesses and mix designs. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcement, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines, driveway edges and parking lot edges. Aggregate durability class for all P.C. Concrete paving shall be Class 3. If weather conditions prohibit the use of Class M, P.C. Concrete, a payment deduction will be negotiated for the reduced cement content in Class C, P.C. Concrete. The unit price for this item will also include Portland Cement Concrete curb and gutter replaced and includes excavation required to place forms and curb and gutter at required elevations, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines. 01025-3 This item shall also include stripping, salvaging, replacing and grading topsoil behind back of curb along with furnishing and installing seed and mulch. Subgrade Repair. The unit price for this item will be paid based on the number of tons of rock used to repair unsuitable subgrades and includes removal and disposal of unsuitable material and supply, placement and compaction of rock. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. Manhole Chimney Seal. The unit price for manhole chimney seals will be paid based on the number of manhole chimney seals installed and shall include all labor, equipment and materials necessary for furnishing and installing an internal rubber seal along with the surface preparation work needed to facilitate the installation. Furnishing and installation of any necessary chimney seal extensions or adaptors to fit over oversized or different materials shall be considered incidental to this item. Adjustment of Manhole Castings. The unit price for adjustment of manhole castings will be paid based on the number of manhole castings adjusted. This item shall include all labor, equipment and materials including concrete grout necessary to adjust the manhole casting to final surface elevation and reconstruct a PC Concrete base. This item includes any additional work on the upper manhole section to establish a proper connection and seal between manhole and casting. The project Engineer will decide when a new manhole casting is necessary to replace the existing casting. This item will include all work, equipment and materials necessary for cleaning, preparing and installation of the existing casting. The City will provide the new casting to the Contractor when deemed necessary by the project Engineer. The Contractor will need to pick them up at the City Wastewater Facility storage yard. 11 /00 shared\engineer\specs-i i\01025. doc ,;~, ,.,,,~, O =~ ~ ;°. ~ ~ _ 01025-4 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 -> ~, ~ a None. t ~~ ; i~ - ~ .~ PART 3 -EXECUTION ~` ~,"d~ ~ 3.01 MEETINGS PRIOR TO CONSTR UCTION.• r~ , Q m _:.. -'' ti rv A. A Pre-Bid meeting will not be held. ~'' a B. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. All work shall be completed by October 2, 2009. Saturdays will not be counted as working days. Liquidated damages of $1000.00 per day will be charged on work beyond October 2, 2009. B. No work shall be done on home football Saturday gamedays. The Contractor is responsible for knowledge of these game days. C. 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. D. Work will proceed in a well organized and continuous manner to minimize the disruption 01310-1 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. 3.03 E. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. G. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. H. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 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 Contractor is responsible for picking up the necessary manhole castings and lids from the City Wastewater Storage Facility located at the North Wastewater Treatment Plant at 1000 South Clinton Street. 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. I 1 /00 shared\engineer\specs-ii\01310, doc 01310-2 a ::.,, .~ `, W :.~ ~.,. ,~. - :~; . ~, fi) `t7 ~ ~ .~ SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 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 control dot speically addressed by the project plans. ~ ~'+ ~ :3 ~'~ ~-~ PART 2 -PRODUCTS ~ -~ ~" ~°° ;, v~ _~ ~_~ d- 2.01 MATERIALS: ~ ~~ ~ 4~~9 ,.~ „ ~•,~ A. Traffic control devices may be new or used, but must meet the requirerr~nts of t,~e 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: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. ] 1 /00 sharead\engineer\specs-ii\01570. doc ., ~, ~,+, C) " '_° -- n„a~ -i i. , ~ ~ l.n 'i:m ~ Y ~ 1 i _ Q ~'"f ~ '7P7 ~ ~xrm/ ~.„' % N ~' .C v 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Io wa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances perta ining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debri~resulti from , work on the project. .~:~ ~ <~ 1.04 SUBMITTALS: ~ -~` -- --~ C~ Ln ;~C r- A. Locations of disposal sites. O ~ ~ ~ rv PART 2 -PRODUCTS y ~ v 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. 1 1. 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 Side- walks. 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 "" ` W' `°"~'"1 1. Notify all corporations, companies, individuals and state or Iecaf autheritie- owning pipelines, water lines, gas mains, buried and overhead elic faci~ities~"'~ telephone, cable television, fiber optic, and other public or private-ities~how on the drawings or otherwise known or discovered to be in the proj~t~rea.n,,~ ~ ~c 2. When active utilities are encountered, promptly take necessary measures tosrlpport and protect said utilities and maintain them in service. 3. [f 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 Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. 3.04 Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3 4 11 /00 shared\engineer\specs-ii\02050. doc D. Disposals 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 aContractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals B. Sewer Abandonment and Removal Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink flowable mortar and bulkheaded at each end with concrete. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. ~,., ;-"~ ...; ~-) -' ~ ;'J-, _ _ '~ 6>m l 1. ~ ~ `~' ~ N D „~ V 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. [DOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: ~ `°= ,- {.J, °= .~. Division 21. Earthwork, Subgrades and Subbases. ~' ~ =~ """~ Section 2101. Clearing and Grubbing. `~ ` '~~ ...,. ""^°' ~,~ rW " Y~^ f ~ ~ Division 25. Miscellaneous Construction. ._ ~ ~ ~ ~ -c~ ~ Section 2519. Fence Construction. ~ ~.~ iv D ,~ 3.02 EXISTING TREES, SHR UBS AND VEGETATION: v 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 EXISTINGSTRUCTURESANDPROPERTY.• 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. 1 1 /00 shared\eng i neer\specs-i i\02 100, doc _ ~ ,. a ~~~ ~`' ~- • w s -14~ t,It p ~ ~ Y G I""° , _~ ~ ~ .(~' /'1 ~"^ ~J 02100-2 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. _ ,, a ~ . ;, B. Quality testing: _ "~ ` ~' ;,:a. -; _._; ~ -rtc 1. Compressive Strength Tests. .j ~~ ~, a" -w: ,,... 2. Entrained Air. rr; ~ ~ -~ -- ~ ~ 3. Slump. ~ -~ c.~ 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 IDOT 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 Widening. Section 2310. Bonded Portland Cement Concrete Overly. ,, Section 2316. Pavement Smoothness. Q ~ t- Division 25. Miscellaneous Construction. ~, ....~, ""~ ~ Section 2512. Portland Cement Concrete Curb and Gutf~'x 7 ~,~ ~~' Section 2515. Removal and Construction of Paved DrivUys. Section 2517. Concrete Header Slab. ~ ;~ ~ Section 2529. Full Depth Finish Patches. ~ ~ N Section 2530. Partial Depth Finish Patches. ~" -~ 3.02 CURING AND PROTECTION OF PA VEMENT.• A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 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. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 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 Ib. per square inch. B. lAll 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 sharedAengineer~specs-iiA02520.doc -d.:~ ,~ °~q w _M1~ m 9 • ""~ L"«`J 1,11 ~" ~ r- ~~ .~.:: 02520-3 2009 Manhole repair list Location 1 Church/Dodge 2 514 N Dodge 3 Dodge/Fairchild 4 309 N Dodge 5 Dodge/Market 6 Burlington/VN of Madison 7 BurlingtonlMadison 8 1030 E Burlington 9 1125 E Burlington 10 Dodge/ Burlington 11 120 E Burlington (The Mill) 12 Gilberl/Washington 13 Johnson/Market 14 908 Govemor 15 920 Governor 16 1032 Govemor 17 Dubuque/Kimball Rd 18 606 S Riverside Dr 19 529 S Riverside Dr 20 South Riverside @ Riverside Ct 21 Burlington/Riverside 22 Riverside Dr @ N Riverside Dr S bound west lane S bound west lane S bound west lane at the alley S bound east lane W Bound South lane migt~rbere~aredroeneneoe~k•iob. W Bound South lane W bound W bound South bound east lane W bound near center line S bound inside lane W bound outside N lane N bound R lane N bound R lane N bound L lane Buried in intersection N bound east lane N bound west lane South bound near center line of lanes W bound S lane S of light N bound W lane U ~a It~-•2 r..., 3 a f. } ,,. -~ .m.. ~~ ~~,~t -~ "t:J f, --m N .. ~~ cx~ i (~ (~ .1~_ N ~~~ C ~ C C~ ~' ~3 --, aoaia ~ ~~~~p l ~I (- ~ i~~~ ~~ ~~~s i r~ ii~~ •I ~I L~.~.--- 1S 3J000 J ° I~ ~ ~ ~~ ~7 3 ~ 0 ~` ~,, i~ r i s ~~ N ( ~ ` %J ~. I ~~~`w c~ r~ ,?-~ :;-~ °~ _ ~ sy _~ ;:~: ;~ - .. _ _ _ ~ a ~ _ s _ ~ _ .. ~ ~ z Em _ - - o _ _N ~ -~ Z r ~z ~ E _ ~ - N J ~ •~ G~ ~= Z o ° - - m C ~ Q ~~ ow e o f l'"~ - v w = ~~ ~ ~m ~ w - ~~ `" -- - - m ~ G ~ u'~ ., - - - in ?~ r OC = z _ -,-, : m ¢ - _- - _ m m - ~ Z go ~ a v __m ° of-- ~~~~~ _v - Eo '~ J L' O~ ` J~ '~ ~ ~'o ~~~`~'~ l<<. E E ~ N ~ L_. _ a \ ~ ~ a~ mo 1~~ i ~ ~ Zo ¢ ~o ~- a ~ - ~,' <" -- f- ~ ~ ~ ~ w r- ~ ~ ~ ~ d { ~~ w _r ~ w v f F' w> ~m o ~ i vi ~ I a~ oa -- a ., I _ U Y' ~ N o a ;r _ ~ ~ ', ~ x- O ©~ ':`•~ - O ~~ ~ ~ ~~ r a'1 Z ~ Z I L r'~. ~ Z - - Z J~ ~ i" ~ w s w ~ 1- _ J U v _ ~ ~ ° Z ~ U N ¢ w .Z. w 1 W Z Oa I o~ ~t- a ~ a o ~ a `P w v o ~ ~ ~ ~ ~ ~ ~ o r ~ § w~ w w F a ~s - air m~ m O w e ~ ~ ? m ? - ¢ xo a r ~v ~ ~ __ U~ O z ~ F- ~~ 1 ,~ a ~ - r w 2 >. r a a ~ „_ _ _ Imo(^~~I ~- m m ~"~ t m ~ ~ ~ `~ r- O mO ~O ~ r Z Z o O 3 o Z = m O a ° ~ m C Z F °' ~ J~ N ~ .~ J ~ Z J Z O> ~ ~'. ~ a ,..~ ~~ 3~ ~ ¢ O Q U Z_ m a 2v r U r c, ,. ~¢ o Z U Z ~ O O J~ O a r- z ~ ~ O ~j. ~ ~~ o O J OU J O O O 3 m w ¢ 3 ~ ~ ~ ~ O ~ } O ~ ¢ ~., ~ ~, v, .n ~ O • ~ U r~`1 _ 7~I T // ~~ 4 l~~ _~ W ~} O J ~ O;I urs J ~--' ~ ~ C N N _ J H I e ~ _ N N _ _ t _ ~ a ° _ - ~ - - _ Q~ om Z W O m Y, o - _ ~ lJ e 1- U U W W N ++ N o - - z -Oa _ - E _ _ ~ c V o ~~ - -9~~ _ - vE - ~- 3u °. N L L aD y ~' N W y N y C C O E C C L ~ U L O U U ~ m ~ Ol J O ~ ~ ~ ~D O N m J ~ N J ~ j I N ~i._ 1 ~ J~ ' N .. ~ ~ m C O J ~ o, O O J m O O J O QI L 3 o lD ~ ~ L 3 _ U c7 ~~ M _ N C Cl Ql L rn E ~ > n U1 ~ Q. '~ a C L N O U Q Y ~ U Q> n -, 1~ L CT 'r Cow ~~,.a~,. I ~ ~ m ~ ~ O N H Zq W fo ~~ W a U Q a5 II IY I m NN~~~ I~~.II a l I U as ~a Q .J. I~ _ _~--.~ ° J _ _ ~n o=e _ U _ Q Z H N ~ a+ C ~ Z ° (n O y o d `. F H U ? J N ~~ Q Q = ~ ~ = °z = ~ ~ ~ m o ~ f6 3 ~ 0 ne _ 0o a J ~l Q an - l ' " _ ~~. , .~~ + ` ~~ ~ ~,~ , a ~ ~ 1'~ ' ~~ ` L N~ m 1 J _ LL I' ~\ F- ~ C .. ~ r-~ I ~ l ~ - c~ ~ Y I u 7 __ - u+ n > o o n n ~ O ~ 2 `w N l_ _ . l _ L a ~ O ~O " U ~, rrL N Y y L 01 ~ ~ ~t C O a I l ~, °~m - , ~ v,_ ~~ ~: ~ ~ L.- w N l O I I .~{ ~1O ~ m ~ m I N E ~ ~ C ~~ C C ~' ~ C 1- ~ °' L U L O y U z t- E o ~ Z `v N ~ ~ ' l _ O ~ ~ m ry O ~ O > _ -> N J a r- .-+ i ti F- m ? m ~ m N O~ W ~ F- C J f W 1- m C ~ O~ C a > O O j < ~' o OJ r J - ~ _ v 3 L L ~ 3 ~ ('7 (O M ~ O LL H ~ m Q - W } 4 m a' ;~, _ } ~ ~ ~ L L - W ~ ~~ Y C ~ W C L O E y W C 4i V C N ¢ a ` ~~ v U L v U v U Z O O ul O~ tl ~ O ` N ~ ~ NO I ~ (7~ ' ~ W ~ x 4 h- N J Y q ' ~ .. Y q X q O \ Z .. W ~+ r m m } Q w~ > O " O OJ ; > d v J J W L ~, O z 3 N O ~ O H H m a ^I roln" - ~ia@° w O O L N y L ~ v a v °D v ~ E c d c W ~ c N 1- L Z O U U ~ U O ~ ~ ~ (7~ Pte. ~ ~ y 117 i F i F- N r' N J 1- a-i ~ W m ~p m N N m N W ~ . . C C J ~- C a ~ J ~ J L Z 3 N N L 2 ~ N ~ ~~ ~~ (O m m J U N _ ~ L Z O w E U L Q O O , Q m Y ~ O W H H .Z-~ y O y '~ L `n O 3 >- W Y ;, an _UE ~~:.. a-~ E n o _ o ~ a ~o ~' E Z o Z W a v~ 3 ° +' C J 5 ~ 111 C d a `i ? Z W ~~ ~~ o N •~ a O a - ~ ~ ~ Q ~ DC 2 ~m W ~~ 3 =.~¢ mE R ~ ~ ~ ~ U -~ ~ .E m N o .; ~ ~'~ Q N ~. ~ _ H o a ~E33 L3 N = a n ~ aa' w° °-~' s o 1::~ i~~ ~i i l ;.. ./ ... ~. .. ~, ~ - ~ n~ ~ --, y ~~ _ - _- _ ~. Q - - a- U i v+ Q Q I ~1 E m ~ a '2'~ a ~ W L ~ w ~ n 4 W m~ ~ ~ O ~ _ _ ~ T~ ~~ w LL~~ ~ cl ~ 7 E m U ~I a ~ _ ~ O U \ ~ W ~ u m i ~ ~ m Z .~ ~ o ~ -, s 1~~ o v~i~J I ~ - c 7 -~ ~ m U 4y' ' i i ~ ~ `~ ~ ~ ~ U Y W ? U W ~0 r m 4 iT .~ o ~ ~~ ~ ~ ~ ~ ~ ~~~ z n v ~ ~ o o N ~ ~ ~ ~ _~ !~ z Q U X W 1 ~~~ W ] L T ~ u t ~ ~~~ ~ wE m U ~ O U Ul ~ U W N ~ m N o ~ ~ s (~ = r~ ~~ ~N o ~~ _~ z 0 i~ z w ~ Z W G W ~ X W O O W W W 3 O O w ~ _ J D] w N II ~ v a -- m i~- o =_- z - o E z a _ X Q 4 w J ~, _C W 3 _ - O >~~°w w ra ~ ~~ cr w v w E-- a - J '" S V C o ~ a~ D _ w Q ~ O. d ~ ~ o - v ~+ OC O ^ O p Q Z o ~~/~]],,'`` Q Q E m O1 ~~ Q J ~~ _ ~ `~ N - ~ U U _ .} `~ y')a~ -r~'~....1 3 ~..o > .~ L_..,i~~ N U .,,. :~ d",.~ ~ m 3 E ~ c E_ ~~ - E ___ _- - ~' v"~ E v x - E'~g ~m ~ ~ - °' v~ ~ r-= u - ° v o v c v r L ~ ~ E m '3 0 _N « (.J d. m E E _ _ rn E E m n ~ 3 c x_ o ° °1 to ~ ¢ N mx' ~ E p .~ _- _ - ti c ~ o o '~ ~ o 0 0 c ~. r -__ m -U _ -m. O~ _ W ~ o • _ ~ J_ '. ~ ~ ~. E_ ._ __ - :, C7 ri o ~ n ~r - N - a H ~ 0 z w n. +' c ~ c7n °z ~ o a a o a r o ~~ ~ ~N ~~ __ ~°~" ~ y Q ~w ww - z ~ ~??~ T Y -~ z~ _ ~ U \\/`/ I m U N ~ C ~ ~~ J Q ~ ~ ~ ~ ~ ~ ~ r p~ U ~ Z 3 `1~ N I U _ ~ ~ ~ A ~ L c S ~' Tc ~ o~ 3 E ; i _ m E ~ a ; o E n r E c ~ E ~ .-~g N- '~^ ~ ~ c u ~ ~ ~'3 3 r - - __... ~ of o c '° - 2' r- v E ¢ __ o E o ~ o ? ~ / ~ Qo O J \ ° 0 0 _~ ~~ -- ~e °E O ~ ~ ~' p i .~` ~ >"-~ - ~~ ~N w ~LL• o ~ o a ~~. ¢ g ~ o i- d J - ~ ~I ~ ,, ~, "Ooh .. F~B: o.a~,. _ ~ - N - 1 w V ~ H ~ 0 J Z o '-' c ~ a c o a o £~ F ~ G ~'~ d ~° > a a ~ ~m o ~ ~ ~_ a b o o d ~ ` ~ U F ....~ ~ ,~ ~ . . . t... ~~ ` o ~~.~, ~ ~.fa w~®r~ ., ~ ~1 mO ~ ~^y~~ ~ o _ ~ ~ /\ ~ t _i } ~ =y ~ _ 3 0 L d w E n I ^ `' E I~ E .-_ ~~ w ~ w ~ E ~ J __ o ._ W ~ _ ~ N ~ - Q ~ ~_/~~ ~ - _ q l ~ Z s ~ ~ =o d a ~ w o F J °- ~ O U o v o ~ C G 0 m ~ ° ~ ° p \ a o ~ ~ v c ~ Q c v m > r N _ - _ Z Q m v 7 _ r E ,~ w \\ J ~ N _ L J .-. Z ~ N N ~ :Q: ~~ 0 9 9 O ~ - ~ m ~ ~l ~ ` °' c a E Uv ~ ~ ~ ~ peoy ~nq",~ _ _ ~ Or ~ - c "`n ~ U F // ~ I 3 r ~ ~O o r J } ~ IT 1 x l" "` ~1 ~1 ~1 l ~~~ ~ ~r mm~ O __ O ~ ~~ ~ ~, N v 0 v ~ o. C ~ ~ v't C7 J ~ ~' L j ~ - " o D W ~ ~\ ~ E m ~ ~ J N / C ~' N ~0 N ~ N ~ ° y` _~ ~ ` - ~ N _ _ _ _ - .~ O T U ~~ w 3 « - o N m £ ` ~ w - ~ ~ o ~ Z ~ 1 I I Z ~ r _,~ i ~ ~ ,~~ _ __~ ~a ~ o ~ - ~I ~F F ~~~ ~ ~ p v ~ O I I ~ N~ m a 0 `o O ~~ o ~ ce ~m ~ O ~ ~ ~~>> o o a , d U V .. ca'~ `, Q _ ~ ~ ~ ~~ ° r ~~ _~ -- 1 lA _ _. _ °' z _ i ~v ~ ~ - _ _ - _ Nq`--F -----.~. -~---- ' o ~ - N ~_ _-,,, -- / ~ N E m au ; 5 ~ O ~ ~~ o 0 ~o l ; U ~ °' °' a LL 3 ~ ~ O O p v <~ ~ c t vi vl ~ Y o w O Q m ~ U n ~ ~ O ~ o - o Y F V V c :; rn Z E m n ~ m p ,. a _ _ _ _ _ _ _ _~ ~_ _ _ _ _ __ ~ o c c l - - F - - - _ _ ~_ ~ _ '- - - _. S C.. ~ ~.-_ "' _ _ ~ a ~~ O ~ ~=~~ ~l~p ~ 0= o ___:_ Cl I~ 11 °~ ° ~~ _ _f?~ ~~-+{ I I~ ~ ~~ u va ,N a ° ` ` ~ i it I o o °° I ~ ~a I C~ _~, ~~. ~~ ~ ~~ 1 Q ,~. ~ti N _ u I O N I N -~ ° ~~ ~-- -~~ ~~ I ---~s--~ ~ ~~ in ~- ~ - - - w - ~ a i w ~ dO Ji4~~~ a ~ ~. ~ °- a O m a V~d - 1 -- E~ o o Z ~~ ~ `1~ I O \ ~ ~~ ~- _ - - - - _ - - { - _ L ~., _ _ _ _ _ _ / . - - ~ E f n ~~ ~ - ~ ~ ' ° E - ~ E +.~ 0 3 y .-.d °~ N ~ ,~ I _ E ~;, c~ _ "" ,,(~~ . K i \ _.__ K X ~ ~~ v '~~y -\ 2~ \ ~ ~ ~ V 1 a o ~ .: r~~„ €_ ~ ° o - ¢~ N ~ m /(fi~n ~° .. x ... .._ P.. ~_ K L ® l i ~~ % ~ K KI w K K m K m % ~ ~ a k c w ~- v K win= x > ~n - 3 ~ i _ ~ ~n o U ; J w °5~~ ~ 3 a 3 7} a LL ~ N c m III`-® N Z N w ~ ^~ v a ~ w _ ° m~ E ~ E S '~^ U o ~ ~ .: - w~ ~ rno ~ E - ~; o E ~ ~ - w ~ _~ ~ - ~ w ~ `m t _ ~~ x o E `o ~ t •' 1 m mv£U N h c_ O c .~3 ~~ c1 ° ~ ~ LCl ~. 1 ~ < Q w ~ 3 a 5 -m vai n a u ~~ ~ L ~ LCl `c ~~g ~ ~ ~ a ' b n u LL W m ~ w z _ - J ~ J ~ _ W m ~ ~ r N r- vi x LL O l'J ~ o ~ _ a ~ _ _ w E J - ~ ` W J J U ~ U w f r ° ~ o P < _ ti 2 J ~~ ~ x a o~ ~. - _- ~ r a _ _ O 3 Z W ~ ~ _ a' C ~ N z~- ~ ~ O d \o O o o E" p v o - ~- Q ~ DG ~ m J U V~ ~oc ~ ~ 0 ~ ~ ~~\ ~) a ~~ 1 -----~_ ~~ -----~- _ E o ~~ . ' E _ ° E ~., ~- ,:~. ~% ~%X ~': ~~~ 1w ~ ~ ~~ E ~"~' ~~ n ~ y ° B' '3 g' n~° E o= o ~~ `°~ K x E s o w m~ y v y v X U ~ u w % D~ y~ j a - N m N L > d (H ~ N ~i 3 L Q vii Q~ .. N a~rv G O O O ~ ~~7 - ~ __ = ~, o s ;i ~~i' _. ' ~ i , - - _ ~ ~ m - JE w - w z z < w Q W J ~ J ~ ~ N - m 1- ~ Z wO ~U J ] ~ ._ < J U .- o Q ~ s a x o -- ~ ~ 1, Estimated Extended Ttom rlacrrintinn nuantity Units Unit Price Amount y`1 Mobilization~v 1 LS $ 15,000.00 $ 15,000.00 2 Traffic Control 1 LS $ 20,000.00 ~ 20,000.00 3 Payment Removal 2360 SY $ 10.00 $ 23,600.00 4 PCC Pavement 2360 SY $ 65.00 $ 153,400.00 5 Mnnhole Chimney Seal 25 Each ~ 250.00 $ 6,250.00 6 Mnhole Adjustment 25 Each $ 750.00 $ 18,750.00 7 Subgrade Repair 100 Ton $ 20.00 ~ 2,000.00 Total: s Yao.ooo.oo ~,~ ._.. ::;3 ~~~ . °' °.'°;.m;5 l.,!'I ~ ~'1 '~ z~ „7~ t. ,..,~ " r~ ~~mn ,~ ~,1 a ~ ~~ .. . ^-. .aa' . . .4'. 4 ~..> 2e 1 Prepared by: Dan Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5144 RESOLUTION NO. 09-164 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 2, 2009, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2009 PCC PAVEMENT PATCHING PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 2ND day of June, 2009, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 19th day of ~~ May ~, 2009. ATTEST: ~ ~~~, DEPUTY, CI ERK Pweng\res\landfill coil 2009.doc Approved by U ~~~ Clty Attorney's Office 3-~~~~~ Resolution No. 09-164 Page 2 It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: NAYS: ~- x -~ x x X X O'Donnell ABSENT: the Resolution be Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/glossary/resolution-ic.doc Publish 5/26 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2009 PCC PAVEMENT PATCHING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2000 PCC Pavement Patching Project in said city at 7:00 p.m. on the 2nd day of June, 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 TO BIDDERS 2009 PCC PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 23rd day of June, 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 30th day of June, 2009, or at special meeting called for that purpose. The Project will involve the following: 2360 square yards of pcc street pavement removal and replacement, 25 manhole adjustments and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineering Department, 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 maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained 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 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 five (5) year(s) from and after its completion and formal accep- tance by the City Council. The following limitations shall apply to this Project: Late Start Date: July 20, 2009 Completion Date: September 30, 2009 Liquidated Damages: $1000.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer of 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 subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontrac- tors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 09-1.94 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2009 PCC PAVEMENT PATCHING PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE 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 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 10:30 a.m. on the 23rd day of June, 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 30 day of June, 2009, or at a special meeting called for that purpose. Passed and approved this 2nd day of June , 20 09 M Approved by ATTEST: /1~~2;u~tisc~ ~• ~~~~/ CITY ERK City Attorney's Office ,~ zte ~v~ Pwenglres/approve p&S -09PCCpavemenl.doc Resolution No. 09-194 Page 2 It was moved by 0' Donnell and seconded by adopted, and upon roll call there were: Correia the Resolution be AYES: NAYS: ABSENT: ~_ Bailey x Champion x Correia x Hayek x O'Donnell x Wilburn ~ Wright wpdata/glossary/resolution-ic.doc Printer's Fee $ Iq ~~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, -~ D G fi R 5 fy~7'Z being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper ~ .time(s), on the following date(s): ,~~~ ~ ~ 1.ad~ Legal Cle Subscribed and sworn to before me this day of A.D. 20~_. Notar Public „«t c LINDA KROTZ ~ Commission Number 732619 ,i~~~; Niy Commission Expires ~°~~ January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2009 PCC PAVEMENT PATCH• ING PROJECT IN THE CITY OF Iowa clrY, 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 2000 PCC Pavement Patching Project in said city at 7:00 p.m. on the 2nd day of June, 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 post- ed b~ 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, ahd maybe 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 72334 May 26, 2009 Prepared by: Dan Scott, Public Works, 410 E. Washington 5t., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 09-224 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2009 PCC PAVEMENT PATCHING PROJECT. WHEREAS, All American Concrete, Inc. of West Liberty, Iowa, has submitted the lowest responsible bid of $239,250 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to All American Concrete; Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 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 30th day of ATTEST:~~....~~~i ~S - ~~~(~V CITY-CLERK 20 09 4M~ City Attorney's Office ~lzNl~q It was moved by Wright and seconded by 0' Donnell the Resolution be adopted, and upon roll call there were: AYES: x x x ~- X x NAYS: ABSENT: Bailey Champion x Correia Hayek O'Donnell Wilburn Wright pweng\res\awrdcon-pavementpatchi ng09. doc Printer's Fee $_1~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, S5: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~bG EK S~~ k~'~ Diarnr'B, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper ~ .time(s), on the following date(s): ~~E ~ . 109 Legal C k Subscribed and sworn to before me this ~/~' day o A.D. 20~. _ ~ Notary Public ~--~ ~.:,rx, LI~D!~, KROIZ r `~~ IComm+ssian ivu~mb6E 732619 Py~~ Comrnissicn Expires "' __~ ~g Jar~~4~ 27, 2011 . OFFICIAL PUBLICATION NOTICE TO BIDDERS 2009 PCC PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 23rd day of June, 2009. Seated proposals will be opened 'immedi- ately there after by the City Engineer or designee. Bids sub- mitted 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 30th day of June, 2009, or at special meeting called for that purpose. The Project will involve the follow- ing: 2360 square •yards of pcc street pavement removal and replacement, 25 manhole adjust- ments and other associated work. All work is to be done in strict com- pliance with the plans and specifi- cations prepared by the Iowa City Engineering Department, of Iowa City, Iowa, which have hereto fore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing. the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made. payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be for- feited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Cour~N's, award of the contract ar?d post bond satisfactory to the Cit)/iartsur- ing the faithful perfbrmance to the contract and maintenance of said Project, if required, pursuant to the provisions. of this notice and the other contract documents. -Bid bonds of the lowest two br more bidders may be retained for a peri- od of not to exceed fifteen (15) cal- endar days following award of the contract, or until rejection ismade. Other bid bonds will be retumed . after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, said bond to be issued by a respon- sible surety approved by-the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and dam- ages of any kind caused directly or indirectly by the operation'of the contract, and shall also guarantee the maintenance of the improve- ment for a period of five (5) year(s) from and after its completion"and formal acceptance by the City Council The following 'limitations shall apply to this Project: Late Start Date: July 20, 2009 Completion Date: September 30, 2009 Liquidated Damages: $1000.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be _ secured at the Office of City Engineer of Iowa City; Iowa, by bona fide bidders. A $25 non-refundable fee is required for each set of plans and specifications provided to bidders brotherinterested 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 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 Forrn 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 67535 June 9, 2009 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ~~ ~ ~w+er~ c.c~~n L~ v1 ~ r'e.~ ~ ~ x+n L ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the :3C~t~ day of ~'v~~ , 20~, for the 2009 PCC Pavement Patching Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers A,~iQ b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): ~~ ~;n, prodkr,{~-~}i'1{'-~r~ Con~'a~- ~ 9'000 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this ~ y day of V tr,. ~ , 20 ~q C~ B Contractor ~-11 ~nne riCa,~ Conu'v~"c , T''~~ B ~ (Title) C~~ . Sc ~. ~ Tr~c.~v, Mayor ATTEST: City Clerk ATTEST: ~~T (Title) ~~~'~~ (Company Official) Approved By: City Attorney's Office .7 ~~~~~ AG-2 PERFORMANCE AND PAYMENT BOND 54-156465 All American Concrete Inc 507 E Rainbow Drive West Liberty, Iowa 52776 , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fire & Casualty, P.O. Box 73909 (insert the legal title of the Surety) Cedar Rapids,_lowa 52407-3909 _ , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount Of Two Hundred Thirty-Nine Thousand Two Hundred Fifty and No/loos DOIIarS ($ 239,250.00 )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 _6/30/2009 ____ __, entered into a (date) written Agreement with Owner for the 2009 PCC Pavement Patching 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 the lawa City Engineering Department, 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 thai, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise ii shalt remain in foil 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 Uwner. 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 7_. 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 SulJSec~uer~t c;wdide:ls of wrnpletiuri arranged ur~ttei llii5 paFdgiaNli), Suffiuienl PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price:" as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shah be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D No sight of action steal! 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 Tt-t15 OBLIGATION that the Principe! and Surety, in accordance with provisions of Chapter 573, Code of lows, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, al! claims due them for labor performed or materials furnished fn 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 samo extent as if it were expressly set out herein. SIGNED AND SEALED THIS 9th 20 09 IN l'ME PRESENCE OF. Je__an_Wilson ~_ T ~~V mess .Jean Wilson ~,~ ~~.DCIY\.._ W ess DAY OF July All Am_ erican Concrete, Inc. (P~incipal) ~--~~• Ole- _ __ _ Jo ~ Simon ~ ~ (TitlcT)reasurer/Secrets United Fire & Casualty Company _ {Surety) =~~-~~~ Beth Ambrisco (Titl~ttorney-In-Fact, An IA Resident Agent 24 Westside Drive (Street) ___. ~~ Iowa City, Iowa 52246 _ (City, State, Zip) (319)887-3700 r (Phone) P B-2 UNITED FIRE 8 CASUALTY COMPANY HOME OFFICE -CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company -See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Gedar Rapids, State of Iowa., does make, constitute and appoint DAVID G. WINEGARDEN, OR CRAIG WELT, OR TERRY L. MCDONALD, OR JEAN A. WILSON, OR DENISE K. BLOUGH, OR L.J. WEGMAN, OR BETH AMBRISCO, OR KRISTI NIELSON, ALL INDIVIDUALLY of IOWA. CITY IA its true and lawful Attorney(s)-in-.Fact with power and authority hereby conferred to sign, seal and execute in its behalf all (awful bonds undertakings and other obligatory instruments of similar nature as follows: Any and Al 1 Bonds and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE 8 CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked. by UNITED FIRE & CASUALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V -Surety Bonds and. Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted: by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys-in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by `~..~"b'cisi!"' ii `~` ~T~,,~~ its vice president and its corporate seal to be hereto affixed this 1st day of October, 2008 .~~ ~, ____-`~G coRroenre ~' UNITED FIRE & CASUALTY COMPANY .z -•- c_ ~4Cir SEAL ~ `` //n/y ~ ''''ri:`Q ilwPrVS ~~•~` By ~ryv~~~7 ---~--~~ State of Iowa, County of Linn, ss: Vice President On tst day of October, 2008, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE 8 CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. d , ~ Mary A. Jansen i p C. Iowa Notarial Seal ~ .~/]`~ py~rS' Commission number o,,,~ 713273 My Commission Expires ,o,zs„o Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of Attomey, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. .~~"""""~ In testimony whereof I have hereunto subscribed m name and affixed the corporate seal of the said Company ~~ T`c this 9th day of ~° 20 `~9 CORPORATE ro' '~ SEAL ~: ~ /f %~'E. s : rjf C '''''~ ~,R 1 NtHt1P```` Secretary BPOA00190706 /~ a'RO® CERTIFICATE OF LIABILITY INSURANCE ~;~ DATE (MMIDDlYYYY) 1 07 l0 09 THIS CERTIFICATE IS ISSUED AS A MATTER OF IN FORMATION PRODUCE ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A W Welt Ambrisco Ins . , Inc . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 24 Westside Drive Iowa City IA 52246 Phone :319-887-3700 Fax :319-887-3701 INSURERS AFFORDING COVERAGE _ _ _ NAIC a* ---- - -- ---- INSURED ~ - - - INSURER A: Cincinnati Insurance Company _ 10677 ___ INSURER B: ACCldent Fund Company _10166 _. __ All American Concrete InC . INSURER C: _ _ _-_- Bill ~ Jodi Simon _ -.-_-- -- -- _ 507 E . Rainbow Drive INSURER D _ _- -- -- ___- West Liberty IA 52776 - - INSURER E: COVERAGE, THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W ITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR ANY REQUIREMENT , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH MAY PERTAIN , POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - _ ~ _. __ ~~-- -~-" -~~- P LI Y EFFE TIVE P LI Y EXPIRATI N LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYYYY DATE MMIDDIYYYY LI EACH OCCURRENCE $ 1, OOO , OOO GENERAL LIABILITY _ A X COMMERCIAL GENERAL LIABILITY CPP0820149 03/18/09 03/18/10 PREMISES (Eaoccurence) $ 100,000 CLAIMS MADE ~~ OCCUR MED EXP (Any one person) $ 1 O , OOO _ i PERSONALBADVINJURY ~- $1,000,000 ----. _ GENERAL AGGREGATE - $ 2, OOO, OOO - - - PRODUCTS -COMP/OP AGG $ 2 , 000 , 000 GEN'LAGGREGATE LIMIT APPLIES PER: POLICY R JECT LOC Ben. 1M/3M AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 , OOO , OOO [ UTO CPP0820149 03/18/09 03/18/10 (Ea accident) A ] ANY A ALL OWNED AUTOS BODILY INJURY $ - - (Per person) SCHEDULED AUTOS --- - -- $ HIRED AUTOS BODILY INJURY $ ][ OWNED AUTOS NON (Per accident) --- - __ - -- - -- - PROPERTY DAMAGE (Peraccidenl) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT _ $ __ ANY AUTO -- OTHER THAN ~ ACC $ _ _ - r AUTO ONLY: AGG $ CESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 7000000 - EX --- ] CLAIMS MADE x ]OCCUR ~ CPP0820149 03/18/09 03/18/10 AGGREGATE $ 7000000 A - - $ DEDUCTIBLE $ - ][ RETENTION $ O $ WORKER S COMPENSATION ~ TORY LIMITS ER_ __ _ _ __ AND EMPLOYERS' LIABILITY y / N ANY PROPRIETOR/PARTNER/EXECUTIV WCV6006003 03/18/09 03/18/10 E.L. EACH ACCIDENT $ 100000 , - -- $ ~ OFFICER/MEMBEREXCLUDED? m NH) dato M E. L. DISEASE-EA EMPLOYEE - $ lOOOOO an ry ( If yes, describe under E.L. DISEASE -POLICY LIMIT $ SOOOOO SPECIAL PROVISIONS below OTHER A Equipment Floater CPP0820149 03/18/09 03/18/10 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS PROJECT: 2009 PCC PAVF~IENT PATCHING PROJECT ~,clclln~.r~lcnva.vcn --- - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY-IC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City Of Iowa City IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Daniel SCOtt, Project Manager REPRESENTATIVES. 410 E . Washington Street IVE ~ /\ ~, AUTHORIZED REPRESE Iowa City IA 52240 ~1 / CX,!/ ~.,,~/i(,C). nAnAT1A\I All ~ wM~e .e.ce~..sa ACORD Z5 (ZUUB/Ul) .""_ ---- ------- ----- - The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009101) f ' ~ 2f 8 Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5144 RESOLUTION NO. 10-9Rh RESOLUTION ACCEPTING THE WORK FOR THE 2009 PCC PAVEMENT PATCHING PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2009 PCC Pavement Patching, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated June 30th, 2009, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, the final contract price is $262,995.10. 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 1st day of ATTEST: `~• %~Fcr~~,c/ CITY ERK G City Attorney's Office ,~I t9 t U It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: ~_ X ~- x x X x NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright June 20 10 /-~ v` - ~Q MAYOR Approved by Pweng/res/Acptwk-09pccpavemtpatch. doc 5/10