HomeMy WebLinkAboutPERMANENT PAVEMENT MARKING PROJECT/2006PERMANENT
PAVEMENT
MARKING PROJECT
2006
/~~,~ / o
~~~
4'4lo,b
5`a/v G~
r ~j'IYi.G~-n2rZ-f" /~~i~2YY(-e~~" n`~-c2_rK~c_..
~~J ~~-~ ~~a ~
~--
~~ s ~ b~, - 77 ~ Se~~~~ a-- ~~ ~lf~ lea r% ~
~ .,
~~ poS a--~ ~ ~D r~~Q c.~ .
,c- c~ e~ aoo (o
,Q ~
~QSO~~.t.~ior, O(o--~0.3 ~rOJ,y~~ ~~C~r}S ~C~~EC-~~~Dv~~ ~"orv--~ o'~-
Cmn-~rac-~- ~ C'S-~i rna~e a~ (CJJ ~ ~or' die ~~-rmu.n~vt~' ~RVem~-
~~rl~', nc7~ ~roJec~ a~6 eS ~R ~ ~~ S ~ ~ n ama~Y-~ o ~ , c~ c
?'p GZCGDm~tcn ~ ~j;~ ~; rec-~~ n~C. C ~ ~~ C/-e~K ~v u,6/•S~
(' ~ /
~Vev~.~'S2t~-t'~c TOrj~ ~ ~r ~, rt C TFJ
~ ~ S k ~ n ~ me. ~ y~ ~it ~ /'
rice: ~-~ ~ ~ ; ds
r~ ~ ~~!J~ ~~ ~I~ "~$O~u-~f"ir~n ~V. ~~'~ ~ QCC~rnGj ~~ie f.JDcl~ ~~ ~h._e (2~'r-'tRn2tzT ~11X/rZLYZ~
Mf1rK,nq ~r~~'~c~ a~~~,
r J
Prepared by: Anissa Williams, Traffic Eng. Planner, 410 E. Washington St., Iowa City, IA 52240, (319)356-5254
RESOLUTION NO. 06-77
RESOLUTION SETTING A PUBLIC HEARING ON APRIL 4, 2006 ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE CONSTRUCTION OF THE PERMANENT PAVEMENT MARKING
PROJECT 2006, 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 4"' day of April,
2006, 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 21st day of , 20
MAYOR
ATTEST: , 9
CI -LERK
jccoglp/reslpavement 2006.doc
Approved by
~~~ Ali Svc..
City Attorney's Office
~~
Resolution No.
Page _2`
It was moved by 0' Donnell and seconded by Ra; i P~ the Resolution be
adopted, and upon roll call there were:
AYES:
.~_
x
x
X
x
x
X
NAYS:
ABSENT:
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
~~
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
PERMANENT PAVEMENT MARKING
PROJECT 2006 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
Permanent Pavement Marking
Project 2006 in said city at 7 p.m. on the 4th day
of April, 2006, 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
~ r
ENGINEER'S ESTIMATE OF COST
March 27, 2006
City Clerk
City of Iowa City, Iowa
Re: Permanent Pavement Marking Project 2006
Dear City Clerk:
The estimated cost of this project is $203,000.
Sincerely,
Ronald R. Knoche, PE
City Engineer
_ ~~
-~®
~ ~~~~~~ ~
.~ ,~w~•~
-.~...._
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240-1826
(319) 356-5000
(319) 356-5009 FAX
www.icgov.org
o `~~
~~ ~,
~w
. _
- ~ ,~.,
i
r~
- N
------
~~. !~~~
`
f~
~~ a~
~' fi. -... j
'aJ
~ i^y O
N
F~!_ ~=~~
?~~S ~~ 27 ~ !0~ 12
C~~'"fi'' i_:~__~ RC
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
PERMANENT PAVEMENT MARKING PROJECT 2006
IOWA CITY, IOWA
March 13, 2006
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that l am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
Ronald R. Knoche, P.E.
City Engineer
Iowa Reg. No. 15570
DATE:
3 Z7.2uo~
f ~ p '.
.;
'•`/P ~~Cl ~~~C a b~
Aga .r ,..
Nly license renewal date is December 31, 2006.
•,~,.~,
~~_._ ~~~
TABLE OF CONTEN~~- r.~ ~ ~ ;1~ f~: 12
,~,, ., , ,.
t
, ! `t ~
~ :.,gage Number
f
_
. __ ~ r~
TITLE SHEET
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS ........................................................................ ........ AF-1
NOTE TO BIDDERS ....................................................................................... ........ NB-1
FORM OF PROPOSAL ................................................................................... ........ FP-1
BID BOND ....................................................................................................... ........ BB-1
FORM OF AGREEMENT ................................................................................ ........ AG-1
PERFORMANCE AND PAYMENT BOND ...................................................... ........ PB-1
CONTRACT COMPLIANCE
CC-1
(ANTI-DISCRIMINATION REQUIREMENTS) .......................................... .........
GENERAL CONDITIONS .............................................................................. ......... GC-1
SUPPLEMENTARY CONDITIONS ................................................................ ......... SC-1
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID
PROJECTS .............................................................................................. ......... R-1
SPECIFICATIONS
DIVISION 1 -GENERAL REQUIREMENTS
Section 01010 Summary of the Work ............................................... .......... 01010-1
Section 01025 Measurement and Payment ...................................... .......... 01025-1
Section 01310 Progress and Schedules ........................................... .......... 01310-1
Section 01570 Traffic Control and Construction Facilities ................. .......... 01570-1
PLANS AND DETAILS .................................................................................. .......... P-1
~~ ~ --ALL-,
~.._
ADVERTISEMENT FOR BIDS
PERMANENT PAVEMENT MARKING PROJECT
2006
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 25th day of April, 2006, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 2nd day of May, 2006, or at such
later time and place as may be scheduled.
The Project will involve the following:
374 STA of Durable pavement marking,
20 EA of Durable pavement marking symbols,
738 STA of durable pavement marking
crosswalks and stop bars,
Flaggers, 10 days and Traffic control
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineers Office, of Iowa City, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
1 i ;l _.iii\
~r-,,a, r~. ~-..-'' ~ ' ~Jr1
Jb o/ s . ~; ',~i'41
AF-1
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the I ~_ i .~
City, and shall guarantee the prompt payment of ~- , f ` V~ _ ,
all materials and labor, and also protect and save
harmless the City from all. claims and damages of ~,~~ a s -~ ~ ~ ~s.i ~~: ~ Z
any kind caused directly or indirectly by the ~= ~~~ ~~~~~
operation of the contract, and shall also guarantee _. F_ , ,
the maintenance of the improvement for a period ~~ y "~` '._.. ~'"-:~ >>`~
of two (2) year(s) from and after its completion ~~t~~"~,fj~"~ (;j ! '`, `.~;`~',,~f~
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Specified Start Date: May 15, 2006
Completion Date: August 1, 2006
Liquidated Damages: $250 per day
No work shall be done at all on June 2, 3, 4,
2006 and June 30, July 1, 2, 2006.
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of the Iowa City Engineer, Iowa, by
bona fide bidders.
A $10.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to the City of
Iowa City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF-2
NOTE TO BIDDERS
~J~~~{~27 g~ti~~ f2
~# i4~. Y ,
~ . The successful bidder and all subconsimi ars arojectsuired luding mat a ~e t~%Q~nea`!??~~~tl~a
award three references involving p
reference. Award, of the bid or use of specific subc eniedtbased o b pa~st~le per enffje~ o~n
favorable references are not verified or may be d
projects with the City of Iowa City.
2. References shall be addressed to theoCCit Ever'f cation d include the name, address and
phone number of the contact person, f y
3. Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
NB-1
FORM OF PROPOSAL ~I~ .'
PERMANENT PAVEMENT MARKING PROJkECT 2006
CITY OF IOWA CITY f era E ~}~~ ?7 ~^~ IC~ 12
NOTICE TO BIDDERS: i YY
PLEASE DO NOT USE THE FORM OF PROPOSAL ES OF THIDS RO OSALOARE
VOLUME OF THE SPECIFICATIONS. SEPARATE COPI
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
Civic Center
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submitsth t e terms setdforthen the "Project Specif ations of
$ , in accordance w
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide t d inathedContracteDocumentsefinlcludingeAddenda
and to perform the Project as describe
_-______, and- ,and to do all work at the prices set forth herein.
We further propose to do all "Extra Work" which may weitinqulriodr to tartipg tsuch workk
contemplated, at unit prices or lump sums to be agreed upon m g p
ESTIMATED
ITEM DESCRIPTION UNIT QUA_ N_
1 Painted Pavement Markings, Durable STA 374
2 Painted Symbols, Durable EA 20
3 Crosswalks and stop bars, Durable STA 738
4 Flagger Days 10
5 Traffic Control L.S 1
6 Mobilization LS 1
TOTAL EXTENDED AMOUNT =
UNIT EXTENDED
PRICE AMAMOUNT
$ ~
FP-1
The names of those persons, firms, companies or other parties with rox mate dollar amounteoflthe
a subcontract, together with the type of subcontracted work and app ~, ~ r.. .
subcontract, are as follows:
~,
U e,,;
. , --
~~~",~~;.. --,~ r,t ~, ~;~~
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
Documents and agrees that, in the event of any discrepancies
conditions of this proposal and the Contract Documents prepared
more specific shall prevail.
Firm:
Signature:
Printed Name:
Title:
Address:
Phone:
Contact:
conformity with the. Contract
or differences between any
by the City of Iowa City, the
FP-2
BID BOND
as Principal, and ~ ~ ~ _ ~ 1. ~
as Surety declare that we are held and are firmly bound unto the gCity of Iowa City, Iowa,
~6a~6 r~r~~ 27 ~;-110~ { 2
hereinafter called "OWNER," in the sum of
Dollars ($ ) to(~a~'s@~~~~l~ as herein
provided. We as Principal and Surety further promise and declare thi~fh'd~ewbiigatic~h`~~~iall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
for
.conditioned on the Principal submission of the accompanying bid, dated
Project.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and. the. Principal shall .execute and deliver a contract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall behe SurOthfor anytand abliglailms heaelundealshall,f nl noreventaexceed
provided that the liability oft Y
the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this day of
A.D., 20_
(Seal)
Witness Principal
By (Title)
(Seal)
Surety
By
(Attorney-in-fact)
Witness Attach Power-of-Attorney
BB-1
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa ~t~~ IQwvl~~
("City"), and ("Con~t~ar~~ 27 ~~4 I0~ I2
Whereas the City has prepared certain plans, specifications, proposal and bi ,dQpurr~pnts. ,
20_, for the ~ ~ ;R4;' i~' ''!~ ~,rlty"~r`~
dated the day of
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;
c. Plans;
d. Specifications and Supplementary Conditions;
e. Advertisement for Bids;
f. Note to Bidders;
g. Performance and Payment Bond;
h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects;
i. Contract Compliance Program (Anti-Discrimination Requirements);
j, Proposal and Bid Documents; and
k. This 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 n (arf_:a1~C~hment):
C~1i3v i"'i?l~'4 ~ / u~1 IU~ I L
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of , 2~
C~ Contractor
By B~
(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) Z;~QL ~j,,~,<< ~ 7 ~;~~ w: , 2
Principal, hereinafter called the Contractor and
(insert the legal title,blf`1.fi~.~~~~~y)
~~~}'~l~ife~y~rh~r~~' called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ )for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of
entered into a
(date)
written Agreement with Owner for Project; and
WHEREAS, the Agreement .requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by
,which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter
referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange 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.~T t~ertx.L"balance of
the Contract Price," as used in this paragraph, shall m~a °-t1~e'#otal amount
payable by Owner to Contractor under the Agreemer~ll]~~~I,'~~r'~ivit~~~~, a~ienda
and/or amendments thereto, less the amount prop rl; _. ,paid by Owner to
tt i '~
Contractor. ~~+;r,; ~ _ ~~~. ~ ;~ ~~~ f~1.~~rh~fii
~~
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of (_~ years from
the date of formal acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS DAY OF
20
IN THE PRESENCE OF:
Witness
Witness
(Title)
(Street)
(City, State, Zip)
(Phone)
(Principal)
(Title)
(Surety)
PB-2
L~~' r`i, 27 ~i~' IG~ 12
r... I I_.~~ ~
(0, ~: _
Contract
Compliance Program
CITY OF IOWA CITY
~.
SECTION I -GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment oppo~#3~`h ~? g~it~ ~If Ci~ji co~ntrac~ work. This
policy prohibits discrimination by the City's contractors, consultants and vendors.;and..r quire them to ensure
that applicants seeking employment with them and their employees are tr~'t~i~ .~~~I~`~~~ out regard to
race, color, creed, religion, national origin, sex, gender identity, sexual o~k1'~^tio~,Idi~ab~li arital 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.
CC-1
SECTION II -ASSURANCE OF COMPLIANCE I"- I ! l.:_ (~ ~
The following sets forth the minimum requirements of a satisfactory Equal Employ}; ttt,~,, pp r#~ni~. g~
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CG3~F' 'IFS SEC ON
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRA,~T., , ; ,
~,; I f .~~_i~r~.~ ~
With respect to the performance of this contract, the contractor, consultant or velt~~'ag~r~s~.a5tfb~l'f~vs
(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 sec .) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
C .__. ~._ ._ ~ ,
2' ~~ a~`i ~ ~ 7 ~t'1 !J~ 13
,.
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
CC-3
SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYI~A~~JTA~.~ORTUNITIES
COMPANY POLICY
t07~ ~~a~. Z 7 ~~°~ f0~ 13
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. Furtherr~tt~r~~ dissextWJ~te the policy to all
potehtial sources of employees and to your subcontractors asking thej((''~~WppeFa#ijoja. ,fie,n~p~ licy statement
should recognize and accept your responsibility to provide equal erfi~l'oym~nt 'bp~3~~tifnlty in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program..
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) 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 pertormance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information .necessary to judge an applicant's ability to perform the job applied for?" Only use
job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination.
(h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are
based upon a fair assessment of an employee's ability and work record. Furthermore, all
companies should post and otherwise publicize all job promotional opportunities and encourage
all qualified employees to bid on them.
CC-4
_. _ ~--1
t:!~~ ~i'r~ 27 ~~~ 10~ 13
~1.J ,Y Y/ ~`. ~t i~Y~l
~~.r®~
~III~~~
~QOi~
~.as~_
~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.
CC-5
2-3-1
r
!~ _~ )
CHAPTER '3 ' ~"~ `~ ~ `-~
DISCRIMINAT~'IR~~T~ ~ 3
SECTION:
2-3-1: Employment; Exceptions
2-3-2: Public Accommodation;
Exceptions
2-3-3: Credit Transactions; Exceptions
2-3-4: Education
2-3-5: Alding Or Abetting; Retaliation;
Intimidation
2-3-1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for .any. employer
to refuse to hire, accept, register,
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in
employment against any other person
or to discharge any employee be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation.
B. It 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.
2-3-1
,, _, ,,,
Cif i Y _~~_I~.o';i~
r~', ~~-t`~r I(-'y'r~'
10b~~W, , c~~~ ; :.,~ rA
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 oI 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)
O. Employment policies relating to preg-
nancyandchildbirth 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 a{I 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-
Towa City
CC-6
8s~
2-3-1 _ _ 2-3-1
~__ t~. ~ .
spective employee a test fort i, ~.Q~~,
~"
" ~~
~~~ ^ , 2. ~~,n employer or employment agency
~~`1 «w
ff
l
t
h
~idh
r~i
~
ence of the antibody to the er emp
o o
ooses
c
oyment or
f
immunodeficiency virus. An agree,- _ advertise for employment to .only the
.
meat between an employer, em-'Y ,~; °. .
~'` disabled or elder) An such em to
_::~: r~~{ Y• Y P Y-
ment agency, labor organiza~ie~a°~r ~'-f `~ ~ ir"~'.nt or offer of employment shall not
their employees, agents or members iscriminate among the disabled or
and an employee or prospective em- elderly on the basis of age, color,
ployee concerning employment, pay creed, disability, gender identity, mari-
or benefits to an employee or pro- tai status, national origin, race, reli-
spective employee in return for taking gion, sex or sexual orientation. (Ord.
a test for the presence of the antibody 95-3697, 11-7-1995)
to the human immunodeficiency virus,
is prohibited. The prohibitions of this 3. The employment of individuals for
subsection do not apply if the State work within the home of the employer
epidemiologist determines and the if the employer or members of the
Director of Public Health declares family reside therein during such em-
through the utilization of guidelines ployment.
established by the Center for, Disease
Control of the United States Depart- 4. The employment of individuals to
ment of Health and Human Services, render personal service to the person
that a person with a condition related of the employer or members of the
to acquired immune deficiency syn- employer's family.
drome poses a significant risk of
transmission of the human immunode- 5. To employ on the basis of sex in
ficiency virus to other persons in a those certain instances where sex is a
specific occupation. bona fide occupational qualification
F. 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)
897
Iowa City
reasonably necessary to the normal
operation of a particular business or
enterprise. The bona fide occupational
qualification shall be interpreted nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
in those certain instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shall be interpreted narrowly. (Ord.
94-3647, 11-8-1994)
CC-7
~I ~ F ~~~~
GENERAL CONDITIONS
'u~~ ~''~~ 27 ~i~ (J~ t 3
r,~-r -, `,,i
Division 11, General Requirements and Covenants of the low ~~~~arlnt ~~~,j(~r~nsportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
shall apply except as amended in the Supplementary Conditions.
GC-1
SUPPLEMENTARY CONDITIONS
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
~.,i_,__ . ,, ~__,.~, ,
~~ ~ ~ _ ~_i~; i(\
~-}~ r r n, -~, :~.. ~,
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
1. Before commencing work, the Contractor shall submit to the City fo ~~~ro~~l a
Certificate of Insurance, meeting the requirements specified h qrn~, ~ to ~ -f~, effect for
the full contract period. The name, address and phone ;',er'• of,'~, ~!~1 rance
company and agent must accompany the certificate. Th I~~bil~ty lima s~ y~~uired
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Tvpe of Coverage
Comprehensive General. Liability Each Occurrence Aggregate
Bodily Injury & Property Damage" $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
*Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
SC-2
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverag~lr i#s~~,-~d~ntified in
the policy and on the Certificate of Insurance, must, under.,g~ ~~?~~,),~~,cxX, be available to
pay damages for which the insured Contractor becomes liaf~l~,~`r~~o~~iv~iicl~~'th~in~C~ed
assumes liability under the indemnity agreement herein contained. and such coverage
amount shall not be subject to reduction by virtue of inves~'~t~~r~' di~~d~f~;~se costs
incurred by Contractor's insurer. I 4 ~~,~-~ ~..,;! ,' ,i";~~~~
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims-made" insurance coverage, then the
Contractor must comply vvith 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.
SC-3
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 ContracltC~~ ct`ue; td
other activities not under this Contract but covered by the same insurance, and suc1i
losses reduce the aggregate limits of Contractor's liability insurance~vv,~ li it
required hereunder, then in that event the City may in its discretion eifhter`5us~ri~' ~ ~
Contractor's operations or activities under this Contract; or terminate thi ntr~Gt,;and,
withhold a ment for work erformed on the Contract. ~'~ `'"-'-' '~~
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes/intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
SC-4
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: ± P ~'. ~
,. _.....
The Contractor and all subcontractors shall comply with the requirements of~~C~f~ ~~'10~~ ~;,~ i~, ~ ~
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). he
Contractor and all subcontractors are solely responsible for compliance with said r~g~iaxions. _,_;;.,
_!_i ~~ ~
The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardo~s~`c~i~er~ric'ats ~ t ~ ~
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right-to-know.
S-7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his/her subcontractors shall employ any person whose physical or
mental condition is such that his/her employment will endanger the health and safety of them-
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee.
To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disability
unless such disability is related to job performance of such person or employee.
S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS).
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.
Contractor shall pay all sales, consumer, .use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of
Iowa City does issue tax exemption certificates to preclude the payment of sales tax. The
Contractor shall submit .the information necessary for the certificates to be issued. If tax
exemption certificates are not issued, prior to project acceptance by the City Council, the
Contractor shall submit to the Engineer a statement of taxes paid, including all information
required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor
for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor
will occur within 30 days of the City receiving reimbursement from the State. Tax statements
submitted after the project has been accepted by the City Council will not be accepted or
reimbursed.
SC-5
S-11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the~#t~l~o~g
The Contractor shall be responsible for the preservation of stakes k~ Ark
necessary re-staking will be at the Contractor's expense and will be charge 'at'a`r~teF~ I~` 13
$75 per hour.
S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AI~~~`Zti,IE~~S I':)''dVA
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 proiects not funded with Federal
monies.
SC-6
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FE ~L~ID PROJECTS
j i ~~__.,l_-_ ~_.~
;r~ t rlI 27 ~q~e I~J~ 13
~~..
PROJECT NAME:
Li i ~ _ ..._
TYPE OF WORK: I'T'V°',~", .,;_:,,~; i'~~~,°4t/~--
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.
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:
3/06
data on citynUEng/MasterSpecs/frontend.doc
R-1
SECTION 01010 ~ ! ;--
F ~ __-_ ~__ __
SUMMARY OF THE WOI~ ~t,~.~ ~~ t~' ~~" f 3
PART 1 -GENERAL
General description, not all inclusive.
A. Base Bid Work:
10~r~~'1 ~-'~ ~' ~~:~';~w'A
Remove existing pavement markings, symbols, crosswalks and stop bars and install
permanent pavement markings on Dubuque Street from Park Road intersection to the
Butler Bridge, Muscatine Avenue from Wade Street to Scott Boulevard, and various
locations of crosswalks located primarily in the downtown area.
2. Provide traffic control and flaggers needed to complete all work during all phases of
project.
3. Provide for pedestrian traffic during project.
11 /00
shared\engineer\spec s-i i\01010
01010-1
SECTION 01025 ~~~--~~-~-~
MEASUREMENT AND PAYMENT `
PART 1 -GENERAL
I.OI 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 PAYMENT.•
A. The Contractor shall accept the compensation as herein provided as full payment for
furnishing materials, labor, tools and equipment and for performing work under the
contract; also, for costs arising from the action of the elements, or from any unforeseen
difficulties which may be encountered during the execution of the work and up to the time
of acceptance.
B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a
unit cost basis. In either case, some work may be required for which a separate pay item is
not provided. Completion of this work is required. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate payment will be
made.
PART 2 -PRODUCTS
2.01 NONE
PART 3 -EXECUTION
3.O1 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
~~ 1_. i ~. !..~
The .following subsections describe the measurement of and payment ~o~ the b~O~td ~e
done under the items listed in the FORM OF PROPOSAL. ~~-:
Gf ~ ;' ~!{
l~t n~~,~ . ~~„~'',~'~ ~~ ~l
Each unit or lump sum price stated shall constitute full payment as lierem S~eeafi~~,~ach
item of work completed in accordance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation .will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his/her Subcontractors.
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for. relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractor's expense.
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.
B. BID ITEM DESCRIPTIONS
Painted Pavement Markings, Durable
The unit price for this item will be paid on the number of stations of painted pavement
markings removed as per Iowa DOT Standard Specification 2527 and the number of
stations installed based on a 4-inch width placed. Work includes removal of old
markings as applicable, prep work, layout, supply and placement of permanent
pavement markings and glass beads and protection during cure. This payment shall be
full compensation for removal of existing pavement markings, placing durable
pavement markings and for all necessary equipment and labor. See IDOT Mtls. IM
483.04 Appendix A for approved durable paint. Layout must be approved by the
Engineer.
01025-2
2. Painted Symbols, Durable _
t-- j ~
The unit price for this item will be paid on the number of symbols of paintfisymbols
placed and number of symbols removed as per Iowa DOT ~~ ~ .~13 ifi~~tion
2527. Work includes removal of old markings as applicable, prey wo~`la~`odt, ~1~" ~ 3
and placement of permanent pavement markings and glass bead~R,and protection
.~
during cure. This payment shall be full compensation for removal of~tilsfmgs~~nb~Is,
placing durable symbols and for all necessary equipment and I~~~~~,,e~'II~31~T'l~fla
IM 483.04 Appendix A for approved durable paint. Layout must be approved by
the Engineer.
Crosswalk and Stopbars, Durable
The unit price for this item will 6e paid on the number of stations of painted pavement
markings removed as per Iowa DOT Standard Specification 2527 and the number of
stations installed based on a 4-inch width. Work includes removal of old markings as
applicable, prep work, layout, supply and placement of permanent pavement markings
and glass beads and protection during cure. This payment shall be full compensation
for removal. of existing pavement markings, placing durable pavement markings and
symbols and for all necessary equipment and labor. See IDOT Mtls..1M 483.04
Appendix A for approved durable paint. Layout must be approved by the Engineer.
Flaggers
The Engineer will count the number of days each flagger was used.
For flaggers to be counted:
a. The flaggers must be needed and used as part of pre-planned work that is
started that day and is intended to proceed for major part of the day. If used
less than four hours, the flagger will be counted as a half-day.
b. Other flaggers must be needed and used for at least one hour during the day,
perhaps intermittently, and this must be the primary duty of that employee. If
used less than four hours, the flagger will be counted as a half-day.
Short time, emergency, or relief assignment of employees to flagging operations will
not be counted separately.
For the number of days each flagger was used, the Contractor will be paid the
predetermined contract unit price per day.
Traffic Control.
The lump sum price for this item will be paid based on percent complete for
furnishing, installing, maintaining, moving, relocating, and removing all traffic control
devices including barricades, safety fencing, drums, lights, standard signs, temporary
barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary
pavement markings and orange safety fence at road closures.
01025-3
Mobilization
The unit price shall be full compensation for preparatory work and operations for
all items under the contract, including, but not limited to, those necessary for the
movement of personnel, equipment, supplies and incidentals to the project site;
bonds and insurance; and for the establishment of all offices, buildings and other
facilities; which must be performed or cost incurred prior to beginning work on the
various items on the project site. This item shall include demobilization costs.
~~
~.~ -~
~ ,~,
306 r
shared\engineer~specs-iiA01025.doc ~ _ ~~ -~~
\._`' ;" /
',,`
.~ i,__
~,
~! ~
~„,~
-v
01025-4
9 ~..~
SECTION 01310
PROGRESS AND SCHEDULES
PART 1 -GENERAL
1.01 SUMMARY.•
A. Prepare, submit and update as necessary a schedule of the work.
~~?~~~ t~;~°~ ~ 7 ~~~ I~~ 13
„, _
I..i. ;JE~LI ~,~~,
1t~1~~';'~ i~r~ ~ ~\~~ ~,q
~, 'r~,
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
None.
PART 3 -EXECUTION
3.01 MEETINGS PRIOR TO CONSTR UCTION.•
A. APre-Construction meeting will be held prior to beginning work.
3.02 PROGRESS OF WORK.•
A. The specified start date is May 15, 2006. Work must be completed by August 1, 2006.
Liquidated damages of $250 per day will be charged on work beyond August 1, 2006.
B. No work shall be done at all on June 2, 3, 4, 2006 and June 30, July 1, 2, 2006. No work
shall be done between the hours of 7:00 a.m. - 9:00 a.m. and 4:00 p.m. - 6:00 p.m. without
the approval of the Engineer. Night work is allowable but contractor must make official
request to Engineer.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
D. The Contractor will become an active partner with the City in communicating with and
01310-1
providing information to concerned residents and businesses.
3.03 COORDINATION WITH UTILITIES:
A. It is anticipated that no 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.
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.
3/06
shared\engineer\specs-i i\013 10. doc
~~
~~ c"i
C.`~ ~ fi
..
`' C'-
....
_~ ~- ..
~~-',
} '=:,
.' y ~ I
y w
01310-2
SECTION 01570 1= ~ ~.. ~. ~._~'
TRAFFIC CONTROL AND CONSTRUCTION F~~~I~i'7IE~ ~~'' ~ 3
Ci I . L....irC",~ .
PART 1 -GENERAL I~'4'"~t'`, (.~'i. ,~; ~r~~,~/;,!A
L OI 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.
1.03 SUBMITTALS:
A. Submit a traffic .control plan for all activities requiring traffic control not specifically
addressed by the project plans.
PART 2 -PRODUCTS
Z.Ol MATERIALS:
A. Traffic control devices may be new or used, but must meet the requirements of the IDOT
Standard Specifications.
2.02 EQUIPMENT.•
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 -EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS:
01570-1
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.
3.04 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.
08/02
sharead\engineer\specs-ii\0l 570. doc
h~
4~
r~
Z 1 1
.
~
.
'~.7
~..r
/
~_
t "
»>,.
- a ;
T1 '~ ~
_
Y '_
w
01570-2
P-1
~~L..~~1
~
Q
i
~
~ F
?
~
~< o
.._ .
w ° ,
C~
~;
U U
O
.v.
O
L
} 3 ~
~ O O ~
~
~/
L_L-
O ~
~ N
O O
~ ~ ~
'
~ d
~ ~
~ O O r.j o0
_ 3
u ~ O
~ ~.
c
~ t c 0
._
u
H Y
~
~}
c-
~ :7 ;
c n
L o ~ ~-'
~
~
N
~ ~ ~ ~ ~
o
L1J
= 0
o
Q 3 ~ F(-~
O ~ ~ ~ N
~ N
r ~ ~
3 J ~ v
z d
N
~ r
~ ~
~ ~
n ~
~ w - ~ N CO ~ ~
LL u
a J c ~ N N r- O O
:= o ~ N N cD r
~ ~ U
~-
OOO
~ O O
~
~
p N
N
O `r O
~ O
o ~ ~
rn oo O o ~
N ~-
s
o O ~j ~ p I~
~ ~
O ~
c L
7
u ~
~ ~
N ~
~
_ .
rn
u ~ ~
u v
c (~
O
N N
~p O ~
o
~ J J
y
v a
C
~
~'
C
O
.`
~
L
m w w Q]
~
~-
U
O -~-~
~
O O O -~ ; ~•-~ O N 00 m
Q ~ ai
L O `-
N
-
O
M
O
~
O ~ O ~
N
W
3
z Q
~' -1--
~ '
-~ -1--
~ '
~
~
`
~
Q
3 3
O
Q
~
~
~
L
L m
w L
u
o D "
~ ~
~
~
u ri C
Q
O L
0 L
0 ~
0 (n
0
~
_
°' °' -
N U ~ o
.m+ Y
c c ~
c O ~
Q
+~ W
J (,
~
U U 'w ~
m
m n d° N
C
N J
Q
~ o
m 8 z
OOO +~
o
v, ~
~ F-
o
m
f=
¢
J
Q
~ ~ > > O
~ o cn C~ ~--
0
_,__~
2C~
b
~~,~ 1
~
?
~! ~
! ~
1
5
o ~ ~ '_ ;~i ^i ~:
~ „ ~ ,' . J
~-
~ ~
~ ~
~
~
cn 3
°
z
o
~
~
o
~ _
°
~ ~ ~ ~- ~ ~ ~
J Q ~ a o ~
0 ~ ~ ~
I 3
I (~
W
~
~
,
~
~
x
x
~ +
a~
~
~
Q
~
c
~
c
°
~ ~
~
c c
o -~ c c ~ U
~-
~
~ O
U O
U
W ~
f-
~ Q Q
W z o o ~ ~ o
N ~
N
Q
CD
r~
Q ~
4-
z z
o ~
0
~
I- ~ ~ ~
~ _
~
i a~
~
~ Q ~ °
~
m 0 ~
~
I- z ~ can can can ~
~
o ~ n
c
- c a~ ~ ~
~ ~ ~
~
~
~ .~ ~ ~ o O
~
~ ~
o ~
0 ~
o
f-
f--
Location # Continental
Crosswalks Width of street Linear ft of
crosswalks # St p i3ars -'- Linear ft. of
Stop ars
Colle e Street / Gilbert Street 4 41/41/45/45 1,512 ~ ~ ' '°"` ` 16
Colle e Street/ Linn Street 3 41/41/43 1,134 _. _ _
.. 381
Washin ton Street /Madison Street 3 31/45/45 1,026 + ~3 `~-~_=-~- ' 363
Washin ton Street/Dubu ue Street 3 28/28/51 1,026 ~' !~ ~, ~ ~ 474
Washin ton Street / Gilbert Street 4 28/28/45/45 1,296 4 453
Washin ton Street/ Linn Street 4 28/28/52/43 1,404 4 453
Iowa Avenue / Gilbert Street 3 71/100/45/45 1,674 4 783
Iowa Avenue /Madison Street 3 62/45/45 1,332 3 456
Gilbert Street /Jefferson Street 4 45/45/41/41 1,512 3 393
Gilbert Street /Market Street 4 45/45/41/31 1,404 3 393
Linn Street /Jefferson Street 3 41/41/41 1,134 2 246
Linn Street /Market Street 4 41/41/41/41 1,512 3 369
Dubu ue Street /Jefferson Street 4 45/45/41/41 1,512 3 393
Dubu ue Street /Market Street 4 45/45/41/41 1,512 3 393
Clinton Street /Jefferson Street 4 51/61/41/41 1,800 3 459
Clinton Street /Market Street 4 51/51/41/31 1,620 3 429
Jefferson Street /Madison Street 4 41/41/45/45 1,512 3 393
Market Street /Madison Street 3 31/45/31 918 3 321
Dod a Street /Church Street 4 31/31/31/31 1,080 3 279
Dod a Street /Fairchild Street 2 31/31 540 2 186
Clark Street / Sheridan Street 1 25 240 0 0
Se mour Avenue /Clark Street 2 25/25 480 1 75
Se mour Avenue /Oakland Avenue 2 25/25 480 1 75
Summit Street / Bowe Street 4 31/31/31/31 1,080 4 372
Court Street /First Avenue 4 31/31/33/25 1,050 4 360
Court Street /Oakland Avenue 3 31/31/25 780 3 261
Court Street /Clark Street 1 31 270 0 0
Court Street / Kenwood Drive 1 31 270 0 0
Court Street /Dartmouth Street 1 31 270 0 0
Court Street / Friendshi Street 1 31 270 0 0
Reno Street /Fairchild Street 2 25/25 480 0 0
Burlin ton Street /Governor Street 4 49/49/31/31 1,440 3 387
Burlin ton Street/Dod e Street 4 49/49/31/31 1,440 3 387
Burlin ton Street /Summit Street 4 31/49/31/31 1,260 4 426
Burlin ton Street /Riverside Drive 1 100 918 4 480
Hawkins Drive/Stadium Drive 4 58/49/67/90 2,340 4 792
Hawkins Drive/Ram 2 3 44/57/76 1,566 3 531
Totals 113 41,094 95 12,279
With 10% Adjustment 13,507
Location # Standard
Crosswalks Linear Ft. Std.
Crosswalks # Stop Bars Linear Ft. of
Stop Bars
Gilbert Street f Kirkwood Blvd 4 498 4 498
Riverside Drive /Iowa Avenue 0 0 4 582
Highway 6 /Broadway Street 1 237 3 582
Highway 6 / Keokuk Street 4 744 4 726
Highway 6 / Boyrum Street 2 462 4 744
Highway 6 /Riverside Drive 0 0 ` 4 888
First Avenue /Lower Muscatine Rd. 2 288. 4 558
First Avenue /Highway 6 0 0 3 609
First Avenue /Mall Drive 4 420 3 345
Highway 6 /Sycamore Street 2 462 4 - 684
Lower Muscatine Rd. /Mall Drive 2 228 ,4 . 456
Dodge Street / Bowery Street 4 ~ 414 <, ~ 4 414 1
Court Street / Muscatine Avenue 4 372 4 372
Court Street /Summit Street 1 93 ~ 1 93 -
Court Street / St. Pat's entrance 1 129 0 0
Court Street/ Dubuque Street 4 516 4 516
Court Street /Fourth-Avenue 1 93 0 0
Dodge Street /Market Street 4 372. _ 2 186
Dodge Street /Jefferson Street 4 432- - 2 216
Governor Street /Market Street 4 372 ,2 186
Governor Street /Jefferson Street 4 417 2. 216
Totals 52 6 549 62 8 871
With 10% Adjustment 9,758
~=
Q-.
<~.
-a ~ __..
=,
- ~. _._...1
..
--~ N
~ _._I
'j ~
-: _1
~
.
-
_: i 4 1
i-n.
i'', C~
~
t~
~~ p_.."~ 1.1
1 30'
O2 BROKEN CENTER .LINE (Yellow)
4"
- ~ ~
(JOINT)
5-1 /4"
O3 DOUBLE CENTER LINE (Yellow).
5-1/4" 4„
- ~
4„ (JOINT)
10-1/2"
5-1 /4"
- - - ~ - -~
O5 NO PASSING ZONE LINE (Yellow) 4~~
5-1 /4"
I 1 ~ 30'
f-~ -r
O6 BROKEN LANE LINE (White)
EDGE OF
PAVEMENT
11'-9"
_~
O EDGE LINE RIGHT (White)
O EDGE LINE LEFT (Yellow)
-~
4 ~~ ~ ---'
O DOTTED LINE (White)
4" JOINT LINE
- ~~ - -
10' ( 30'
-~ ~
I 10' I (JOINT)
5--1 /4"
LANE W1DTH
i , o'
TRAFFIC
5-1/4„
JOINT- LINE LANE WIDTH
TRAFFIC ~ 4"
10 SOLID LANE LINE (White)
11 CHANNELIZING (White)
12 CHANNELIZING LINE (Yellow)
2 4"
13 STOP LINE (White)
6"
~~
14 CROSSWALK LINE (White) I
O PAINT ~ I O PAINT
GUTTER LINE ~ GUTTER LJNE
STANDARD CURB SLOPED CURB
PAINT 12" WIDTH FOR 6" STANDARD CURB.
O PAINT 6" N10TH FOR 6" SLOPED CURB.
15 YELLOW CURB
16 WHITE CURB
4^ 5-1/4
~i_.E4, i ,
~I 10' iCJ1~'V;", ~,~l3b,,~A
PAVEMEf~T MARKINGS DETA ~
d ~I~_ ~~~
~ o~ ~ ?rOb I~os? ~t 2 7 iii j 10~ 15
O I d ~
X ~ ~
O
0~
-F-'
N ~
O
d
J
O C~ D
Y
d
~ ~
~ ~
O ~
d ~
+-' U ~
~ O ~
~ ~~
~ ~
.-
~ o
O ~
:J
d
U
~ o
ADVERTISEMENT FOR BIDS
PERMANENT PAVEMENT MARKING PROJECT
2006
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 25th day of April, 2006, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 2nd day of May, 2006, or at
such later time and place as may be scheduled.
The Project will involve the following:
374 STA of Durable pavement marking,
20 EA of Durable pavement marking
symbols,
738 STA of durable pavement marking
crosswalks and stop bars,
Flaggers; 10 days and Traffic control
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineers Office, of Iowa City, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied
in a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a
surety in the State of Iowa, in the sum of 10% of
the bid. The bid security shall be made payable to
the TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to
the City Council.
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
AF-1
save harmless the City from all claims and
damages of any kind caused directly or indirectly
by the operation of the contract, and shall also
guarantee the maintenance of the improvement
for a period of two (2) year(s) from and after its
completion and formal acceptance by the City
Council.
The following limitations shall apply to this
Project:
Specified Start Date: May 15, 2006
Completion Date: August 1, 2006
Liquidated Damages: $250 per day
No work shall be done at all on June 2, 3, 4,
2006 and June 30, July 1, 2, 2006.
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and ,specifi-
cations and form of proposal blanks may be
secured at the Office of the Iowa City Engineer,
Iowa, by bona fide bidders.
A $10.00 non-refundable fee is required for each
set of plans and specifications provided to
bidders or other interested persons. The fee shall
be in the form of a check, made payable to the
City of Iowa City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quanti-
ties, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF-2
-- ~. 10
Prepared by: Anissa Williams, Traf. Eng. Planner, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5254
RESOLUTION NO. 06-103
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE PERMANENT PAVEMENT
MARKING PROJECT 2006, ESTABLISHING AMOUNT OF BID SECURITY TO
ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH
ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT
OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
1. The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above-
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for
the construction of the above-named project in a newspaper published at least once
weekly and having a general circulation in the city.
4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the
Office of the City Clerk, at the City Hall, until 10:30 a.m. on the 25T" day of April, 2006, or
at a later date and/or time as determined by the Director of Public Works or designee, with
notice of said later date and/or time to be published as required by law. Thereafter the bids
will be opened by the City Engineer or his designee, and thereupon referred to the Council
of the City of Iowa City, Iowa, for action upon said bids at its next meetin~ to be held at
the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 2 ° day of May,
2006, or at a later date and/or time as determined by the Director of Public Works or
designee, with notice of said later date and/or time to be published as required by law, or if
said meeting is cancelled, at the next meeting of the City Council thereafter as posted by
the City Clerk.
Passed and approved this 4th day of April , 20 06
J~
MAYOR
Approved by
ATTEST: ~ }%~ 3~~! DLo
CITY ERK Clty Attorney's Office
Jccogtp/res/permpavemrking06.doc 3/06
Resolution No.
Page ~
It was moved by O'Donnell and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS:
ABSENT:
~_
x
x
X
~-
x
x
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
i-~ .
18
Prepared by: Anissa Williams, Traffic Eng. Planner, 410 E. Washington St., Iowa City, IA 52240 (319)356-5254
RESOLUTION NO. 06-145
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE
PERMANENT PAVEMENT MARKING PROJECT 2006.
WHEREAS, All Iowa Contracting of Waterloo, Iowa has submitted the lowest responsible bid of
$237,058.84 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
The contract for the construction of the above-named project is hereby awarded to All
Iowa Contracting, subject to the condition that awardee secure adequate performance and
payment bond, insurance certificates, and contract compliance program statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
Passed and approved this 2nd day of Ma , 20 06
M YOR
ATTEST: !~'lG>,tc~e~ ~- `~''~~
CITY CLERK
Approved by
City Attorney's Office
It was moved by Champion and seconded by Vanderhoef the Resolution be
adopted, and upon roll call there were:
AYES:
X
X
~-
X
x
~_
x
NAYS: ABSENT:
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
pwengVes~perm pavement2006.doc
i> ,-
J
Prepared by: Ron Knoche, City Engineer, 410 E. Washington Street, Iowa City, IA 52240; (319) 356-5138
RESOLUTION NO. 11-8
RESOLUTION ACCEPTING THE WORK FOR THE
PERMANENT PAVEMENT MARKING PROJECT 2006.
1=10-11
5f 5
WHEREAS, the Engineering Division has recommended that the work for construction of the
Permanent Pavement Marking Project 2006, as included in a contract between the City of Iowa
City and All Iowa Contracting Company of Waterloo, Iowa, dated May 10, 2006, be accepted;
and
WHEREAS, the Engineer's Report and the performance and payment bond has been filed in
the City Clerk's office; and
WHERAS, the final contract price is $235,525.27.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF IOWA CITY, IOWA,
THAT said improvements are hereby accepted by the City of Iowa City, Iowa.
Passed and approved this 10th day of January , 2011,
MAYOR
ATTEST: ~ ~~ ..x-~ 1-~ • ~a~~~
CIT CLERK
Approved by:
City Attorney's Office t~zs~ca
It was moved by Champion and seconded by
be adopted, and upon roll call there were:
AYES:
NAYS:
X
X
x
x
x
x
Mims the Resolution
ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
x Wright