HomeMy WebLinkAboutBRICK REPAIR/BOWERY ST/2010BRICK REPAIR/
BOWERY ST/
2010
1- T,.w - /D
15 -3uv- �a
[a.- "LtL-1 D
Bi"«K
Re 'r /
dwer s �°20 / d
��Ccns S 2C �,c�t,arlS rb pSCCI And -Arm p� CDf7t<'CCT 72:✓
ev S��- r3r � R� SuMM,s�-
ery � ��a,,
-k7 5oIcL1',o -,-. (U —a77 S2-4,,,,c a �LLO;C— h�G�r,rzg
O-FD
tm June
J!s aarc�
n 1p lans SP ec.,-! .
C-a - l o r� rr-, o t
CGS- nor
Ct71'7$ t✓ccci �, �
o t ��Q �J� i fir,/ S7 ,r e& Erlck-
Pr DJec � ^
J c_-t h , m , '-4- J-- c 4 4
4o L l C .^ k-r S4C-e z� C�' C 2C4 , 03
` "f
` er( _/ 4,
Vesalu7=10Y,
1G 9
cPfrav;ng
Plqhs, SP�c; ',ca c7,s� 5m �t
corm c�
cs�,eery
a' r FDraJ 2� l- — S ern, �•, ' S-1 r e �i, -�o la�b� S�ze�� ets�( sJ�, Y,�
C�ccomFa 7 24
Gv,c�. Ctu(�ivri ,h� l,-1 Major
+o a-ges4 a con- rctc�f 1pbv Cbn54ruc�02
L-5�- -tic c k i�e�po r r Oj e � ��
f
:E
i
l - (7c -
to r" J ec-_t
i
i
E
ENGINEER'S ESTIMATE
June 1, 2010
City Clerk
City of Iowa City, Iowa
Re: Bowery Street Brick Repair Project — Summit Street to Clark Street
Dear City Clerk:
The estimate for this project is $205,000.
Sincerely,
N
d
Joshua J. Slattery, P.E. c-)
Civil Engineer`"'
o rT-.
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
BOWERY STREET BRICK REPAIR PROJECT
SUMMIT STREET TO CLARK STREET
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
Q, 2,- Q 3 J
Joshua J Slattery, P.E.
Civil Engineer
Iowa Reg. No. 19795
My license renewal date is December 31, 2011.
DATE:
APPROVED BY CITY ENGINEER — City of Iowa City
6zl 1 6010
,,1111111111 ///
SS/
pti9l,��,R,,
.JOSHUA J.
z SLATTERY z
19795
Ow A ��••
'� //111111111//
Na
O
C)
_o
°
=4-
�.
'<M
3>
c n
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
BOWERY STREET BRICK REPAIR PROJECT
SUMMIT STREET TO CLARK STREET
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
Q, 2,- Q 3 J
Joshua J Slattery, P.E.
Civil Engineer
Iowa Reg. No. 19795
My license renewal date is December 31, 2011.
DATE:
APPROVED BY CITY ENGINEER — City of Iowa City
6zl 1 6010
,,1111111111 ///
SS/
pti9l,��,R,,
.JOSHUA J.
z SLATTERY z
19795
Ow A ��••
'� //111111111//
SPECIFICATIONS
{"" F'
dpi 4 k�',:sxa , k...,,.t
Lar
TABLE OF CONTENTS
0 �1 �" �, E ^'
L i V `'iY — � I � V •rf ..�' Page
Number
i Tav a
TITLE SHEET C>
TABLE OF CONTENTS
NOTICETO BIDDERS ............................................................. ...............................
AF -1
NOTETO BIDDERS ................................................................ ...............................
NB -1
FORMOF PROPOSAL ............................................................ ...............................
FP -1
BIDBOND ................................................................................ ...............................
BB -1
FORMOF AGREEMENT ......................................................... ...............................
AG -1
PERFORMANCE AND PAYMENT BOND ............................... ...............................
PB -1
CONTRACT COMPLIANCE
(ANTI- DISCRIMINATION REQUIREMENTS) .................... ...............................
CC -1
GENERALCONDITIONS ......................................................... ...............................
GC -1
SUPPLEMENTARY CONDITIONS .......................................... ...............................
SC -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 02510 Hot Mix Asphalt Paving and Milling ...... ...............................
02510 -1
Section 02515 Brick Paving .......................................... ...............................
02515 -1
Section 02520 Portland Cement Concrete Paving ....... ...............................
02520 -1
Section 02524 Curb Ramps ......................................... ...............................
02524 -1
Section 02900 Landscaping ........................................ ...............................
02900 -1
NOTICE TO BIDDERS
BOWERY STREET BRICK REPAIR PROJECT
SUMMIT STREET TO CLARK STREET
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30 P.M.
on the 8`h day of July, 2010. Sealed proposals will
be opened immediately thereafter by the City
Engineer or designee. Bids submitted by fax
machine shall not be deemed a "sealed bid" for
purposes of this Project. Proposals received after
this deadline will be returned to the bidder
unopened. Proposals will be acted upon by the
City Council at a meeting to be held in the Emma
J. Harvat Hall at 7:00 P.M. on the 12th day of July,
2010, or at special meeting called for that
purpose.
The Project will involve the following:
995 SY of Brick Paver Installation with 7" PCC
Base, 139 SY of 3" HMA Pavement with 7" PCC
Base, 434 SY of 3" HMA Pavement, Removing
and Replacing 547 LF of Curb and Gutter, 32 SY
of 6" PCC Driveway Approach, 52 SY of 6" PCC
Sidewalk and Curb Ramp, 44 SY of 4" PCC
Sidewalk, 112 SF ADA Detectable Warning
Truncated Domes, 1,300 SY of 6" Granular
Subbase, 12.7 STA of Durable Crosswalks and
Stop Bar, 267 SY of Pavement, Driveway, Curb
Ramp, and Sidewalk Removals, 434 SY of
Pavement Milling, and other related work.
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineer's Office, of Iowa City, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
AF -1
�IL
2010 JUN - I PM 3: 50
CITY CLLR
INA CITY.I0VVA,
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
l:
City, and shall guarantee the prompt payment of
all materials and labor, and also protect andm' yPJL a _
harmless the City from all claims and damages of
any kind caused directly or indirectly by the(', - °
operation of the contract, and shall also guaran r A#
� ��
the maintenance of the improvement for a periody
of five (5) years from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Specified Completion Date: September 13, 2010
Liquidated Damages: $500.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of the Iowa City Engineer, Iowa City,
Iowa, by bona fide bidders.
A $20.00 non - refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to City of Iowa
City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242 -4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF -2
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:
Envelope 2:
Bid Bond
Form of Proposal
i►M-M
J
a
s
Z3 <
0
0
Bid Bond
Form of Proposal
i►M-M
FORM OF PROPOSAL
BOWERY STREET BRICK REPAIR PROJECT
SUMMIT STREET TO CLARK STREET
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 �? W
TO: City Clerk t-->-
City of Iowa City
City Hall
410 E. Washington St.
Iowa City, IA 52240 C.n
C:_)
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
and , and to do all work at the prices set forth herein.
We further propose to do all "Extra Work" which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
ITEM
DESCRIPTION
UNITS
ESTIMATED
QUANTITY
UNIT PRICE
EXTENDED
AMOUNT
1
Pavement, Driveway, Curb Ramp, and
Sidewalk Removals
SY
267
$
$
2
Brick Paver Installation with 7" PCC Base
SY
995
$
$
3
6" Granular Subbase
SY
1,300
$
$
4
Pavement Milling
SY
434
$
$
5
3" HMA Pavement
SY
434
$
$
6
3" HMA Pavement with T' PCC Base
SY
139
$
$
7
Remove and Replace Curb and Gutter
LF
547
$
$
8
6" PCC Driveway Approach
SY
32
$
$
9
6" PCC Sidewalk and Curb Ramp
SY
52
$
$
10
4" PCC Sidewalk
SY
44
$
$
11
ADA Detectable Warning Truncated Domes
SF
112
$
$
12
Manhole Adjustment
EA
2
$
$
FP -1
13
Durable Crosswalks and Stop Bar
STA
12.7
$
$
14
Traffic Control
LS
1
$
$
15
Mobilization
LS
1
$
$
TOTAL EXTENDED AMOUNT
$
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:
FP -2
C:..
CL- tij --
h,
Firm:
Signature:
Printed Name:
Title:
Address:
Phone:
Contact:
FP -2
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 for
the Bowery Street Brick Repair Project — Summit Street to Clark Street.
C71 c
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,'S
(b) If said Bid shall be accepted and the Principal shall execute and dqj rer a gwtract
in the form specified, and the Principal shall then furnish a bond for the PriTi"cipal'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., 2010.
(Seal)
Witness Principal
By (Title)
(Seal)
Surety
By
Witness (Attorney -in -fact)
Attach Power -of- Attorney
::
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 , 2010, for the Bowery Street Brick Repair
Project — Summit Street to Clark Street ( "Project "), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers :
b. "Standard Specifications for Highway and Bridge Construction," Series of
2009, Iowa Department of Transportation, as amended;
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
C.
Plans;
_. d.
Specifications and Supplementary Conditions;
LO
Notice to Bidders;
U-1
ZE
Note to Bidders;
_
Performance and Payment Bond;
Ua�i
Restriction on Non - Resident Bidding on Non - Federal -Aid Projects;
Old
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):
City Clerk
AG -2
(Title)
(Company Official)
Approved By:
City Attorney's Office
4. Payments are to be made to the Contractor in accordance
with the Supplementary
Conditions.
DATED this day of
120
N
C!tY Contractor
W. Y
By By^,
_(Title)
Mayor
ATTEST: ATTEST:
City Clerk
AG -2
(Title)
(Company Official)
Approved By:
City Attorney's Office
PERFORMANCE AND PAYMENT BOND
as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
, as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of
entered into a
(date)
written Agreement with Owner for the Bowery Street Brick Repair Project – Summit Street to Clark
Street; 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
Iowa City Engineer's Office, Iowa City, Iowa which Agreement is by reference made a part hereof,
and the agreed -upon work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
U')
1. CoM -plete the Project in accordance with the terms and conditions of the
�5�ement, or
—J 2-_ gain a bid or bids for submission to Owner for completing the Project in
ordance with the terms and conditions of the Agreement; and upon determina-
o t by Owner and Surety of the lowest responsible bidder, arrange for a contract
a
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
am
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and /or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of five (5) 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
IN THE PRESENCE OF:
Witness
Witness
2010.
(Principalt
(Title)
(Surety) { :�
J,;r � • t
(Title)
(Street)
(City, State, Zip)
(Phone)
HLEF�
2010 Jutj — I F"i 3: 51
CITY C— E'(a'
IOWA CITY, 101A
Contract
Compliance Program
CITY OF IOWA CITY
SECTION I - GENERAL POLICY STATEMENT f
It is the policy of the City of Iowa City to require equal employment oppol�j,i�j in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vend�l'S� 6 r*uiF?s tl pp to ensure
that applicants seeking employment with them and their employees are treatpo �,equally wk666t regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orie � �dibii , marital status,
and age. s
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC -2 and CC -3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2 -3 -1.
CC -1
SECTION II -ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. § 1608 et seq.) 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.
�s
lS3
�j
LL. ' 6J
V
_7 C5
c::) O
0
ry
CC -2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
CC -3
N
�a
y
`
v
c.�
2
3.
4.
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.
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.
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
QcatjAEnd experience requirements to make sure they accurately reflect the requirements for
C:; �wece6SRjob performance.
WJ f%view job application to insure that only job related questions are asked. Ask yourself "Is this
k4ornieAM necessary to judge an applicant's ability to perform the job applied for ?" Only use
--�- j4b -redid tests which do not adversely affect any particular group of people.
tnitEServiews carefully. Prepare interview questions in advance to assure that they are only job
ted. fisain your interviewers on discrimination laws. Biased and subjective judgments in personal
Merviews 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.
KOEI
em.+
-I p
III rh
'001O City of
Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa
City Code of Ordinances which prohibits certain discriminatory
practices in employment. Please note that the protected
characteristics include some not mandated for protection by Federal
or State law. As a contractor, consultant or vendor doing business
with the City of Iowa City you are required to abide by the provisions
of the local ordinance in conjunction with your performance under a
contract with the City.
CC -5
2 -3 -1
I- . � ) CHAPTER 3
t Y L —
DISCRIMINATORY PRACTICES
2010 JUN - I PM : 5 I
SECTION:
I CITY CLE ''�
IOWA CITY,
2 -3 -1:
Employment; Exceptions
2 -3 -2:
Public Accommodation;
Exceptions
2 -3 -3:
Credit Transactions; Exceptions
2 -3 -4:
Education
2 -3 -5:
Aiding Or Abetting; Retaliation;
Intimidation
2 -3 -1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer
to refuse to hire, accept, register,
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in
employment against any other person
or to discharge any employee be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation.
B. It 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
C. It shall be unlawful for any employer,
employment agency, labor organiza-
tion or the employees or members
thereof . to directly or indirectly adver-
tise or in any other manner indicate or
publicize that individuals are unwel-
come, objectionable or not solicited
for employment or membership be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation. (Ord. 95 -3697, 11 -7 -1995)
D. Employment policies relating to preg-
nancy and childbirth shall be governed
by the following:
1. A written or unwritten employment
policy or practice which excludes from
employment applicants or employees
because of the employee's pregnancy
is a prima facie violation of this Title.
2. Disabilities caused or contributed to
by the employee's pregnancy, miscar-
riage, childbirth and recovery there-
from are, for 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-
697
Iowa City
CC -6
2 -3 -1
2 -3 -1
F. The following are exempted from the
provisions of this Section:
697
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
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)
WE--F
spective employee a test for the pres-
2. An employer or employment agency
ence of the antibody to thRIO jlwri- i
pi,
which chooses to offer employment or
immunodeficiency virus. An agree-
advertise for employment to only the
ment between an employer, emlopff / rI,
disabled or elderly. Any such employ-
ment agency, labor organizali9gj1pri i
ment or offer of employment shall not
their employees, agents or members
discriminate among the disabled or
and an employee or prospective em-
elderly on the basis of age, color,
ployee concerning employment, pay
creed, disability, gender identity, mari-
or benefits to an employee or pro-
tal status, national origin, race, reli-
spective employee in return for taking
gion, sex or sexual orientation. (Ord.
a test for the presence of the antibody
95 -3697, 11 -7 -1995)
to the human immunodeficiency virus,
is prohibited. The prohibitions of this
3. The employment of individuals for
subsection do not apply if the State
work within the home of the employer
epidemiologist determines and the
if the employer or members of the
Director of 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:
697
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
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)
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended,
shall apply except as amended in the Supplementary Conditions.
-rte -r
w
� cam
o q
O
N
GC -1
ARTICLES WITHIN THIS SECTION
S -1
Definitions
S -2
Limitations of Operations'
S -3
Insurance
S -4
Supervision and Superintendence
S -5
Concerning Subcontractors, Suppliers and Others
t tfr
S -6
Compliance with OSHA Regulation104
i;,a:5
t'r'
S -7
Employment Practices
►�• ; u' ;'�
S -8
Contract Compliance Program (Anti- Discrimination Requirements)
S -9
Measurement and Payment
S -10
Taxes
S -11
Construction Stakes
Caption and Introductory Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S -1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
"OWNER" and "CITY' shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY'
shall mean the CITY.
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended.
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.
S -3 INSURANCE.
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
SC -1
company and agent must accompany the certificate. The liability limits required
jh�ereunde^r must apply to this Project only.
2 ifT a r'#rLctor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
2010 JUNV - I P"1 3 2
3. Cancellation or modification of said policy or policies shall be considered just cause for
C1TtY6CWKf Iowa City to immediately cancel the contract and /or to halt work on the
10 'HA (MiAct Vd to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his /her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage
Comprehensive General Liability Each Occurrence Aggregate
Bodily Injury & Property Damage* $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
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.
In addition, the Contractor shall be required to comply with the following provisions with respect to
insurance coverage:
The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self- insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self- insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims- made" insurance coverage, then the
Contractor must comply with the following requirements:
SC -2
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. a�
b. If Contractor's insurance is canceled or is allowed to lapse d laid period,
Contractor shall be required to obtain replacement insurance colmgAo fulfiller ;>
obligation hereunder. C11, ,,, (,
k
c. If, during said period, Contractor voluntarily changes insuranc10'A' '9 AeW Ior,► ICJ
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self- insured
retention than the insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements herein provided.
The City also reserves the right to reject Contractor's insurance if not in compliance
with the requirements herein provided, and on that basis to either award the contract to
the next low bidder, or declare a default and pursue any and all remedies available to
the City.
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
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.
SC -3
S -4 SUPERVISION AND SUPERINTENDENCE.
Add the following ri raS ''1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall mainta ,�a qualified and responsible person available 24 hours per
day, sev 1-jer ea �& respond to emergencies which may occur after hours.
CONTM shall provide to ENGINEER the phone number and /or paging service of this
individual.
S -5 CONCERNIN SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes /intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
S -6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right -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.
SC -4
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.
SC -5
J
`
_
- l
CJI
I,,-)
SC -5
SECTION 01010
SUMMARY OF THE WORK 2010 J . 41 _ Fr v^ '5?
l„,
,(�'�
i a t1
PART 1 - GENERAL lCINA C; �i', 10v.'j'
General description, not all inclusive.
A. Base Bid Work:
1. Remove existing portland cement concrete and hot mix asphalt pavements, driveways,
curb and gutters, and sidewalks, and curb ramps.
2. Remove and salvage existing brick pavers over Bowery Street between Surninit Street
and Clark Street; stabilize base as needed; install 7" PCC base; install 3/" bituminous
setting bed; re- install existing brick pavers.
3. Sawcutting of existing pavements, sidewalks, and curb and gutter prior to
reconstruction.
4. Construct portland cement concrete and hot mix asphalt pavements, driveway
approaches, curb and gutters, sidewalks, curb ramps and other miscellaneous items.
5. Furnish and install reinforcing steel for the portland cement concrete pavement,
sidewalks and curb ramps.
6. Seal all sawcuts and expansion joints.
7. Provide traffic and pedestrian traffic control during all phases of project.
8. Coordinate work schedules and traffic control with City staff.
9. Other work associated with brick, pavement, curb and gutter, curb ramp, and sidewalk
repairs.
01010 -1
SECTION 01025Ata.
L— E
MEASUREMENT AND PA�Al 1 P 3 : 52
PART 1 - GENERAL
1.01 SUMMARY.
C i is
Yr I .. s
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OF MEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work performed according to the various classes of work
specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF 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.
PART 2 - PRODUCTS
2.01 NONE
PART 3 - EXECUTION
3.01 PROCEDURE:
A. Payment under this contract shall occur no more than once per month for work completed
by the Contractor. Payment is based on an estimate of the total amount and value of work
completed minus 5% retainage. It is not the City's policy to pay for materials and
equipment stored or furnishings fabricated off site.
The 5% retainage will be released 31 days after the project is accepted by the City Council,
provided no claims against the project have been filed within 30 days of project acceptance.
Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of
claims.
01025 -1
3.02 BID ITEMS:
A. GENERAL
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM M[P1R OgAIPM 3
,
Each unit or lump sum price stated shall constitGtvlfyll £ s herein specified for each Jg
item of work completed in accordance witWtVA &1 specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his /her Subcontractors.
Work associated with existing items on private and /or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by
the Engineer. The prices for those items which may have any impact on existing trees and
shrubs shall include compensation for special precautionary measures required to prevent
injury or damage to said tree, shrub or root system.
The prices for those items which involve grading or excavation shall include compensation
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. Penmits paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there
as a result of any construction activity. The cost of clean up shall be incidental.
01025 -2
B. BID ITEM DESCRIPTIONS
1. Pavement, Driveway, Curb Ramp, and Sidewalk Reinovil
The unit price for this item will be paid based7pp0 tlk gnu be of ,sn are feet of
Pavement Removed. Removal quantities shall include Portl'anrenr 6nt"C' t ferete, full
depth Hot Mix Asphalt, and/or brick roadways, drivei6 f T ' � lk�lxgy lots, curbs and
gutters, sidewalks, and curb ramps. Removal of c11Wt1M-Vr�n�tU s material and
s
traffic control shall be considered incidental. Saw cuts and hauling and disposal of
waste materials shall be incidental. All proposed saw cuts must be approved by the
Engineer. Additional effort required for this purpose is considered incidental.
2. Brick Paver Installation with 7" PCC Base
The unit price paid for this item will be paid based on the number of square yards of
salvaged and reinstalled brick pavers placed over new 3/" bituminous setting bed and
new 7" PCC base as shown on the project plans and as directed by the Engineer.
Work includes removal, salvage, and cleaning of existing brick pavers, removal and
disposal of existing granular base and native subgrade as required to place full brick
pavement section as shown in the project plans, preparation and compaction of
existing subbgrade, subgrade treatments, installation and testing of 7" P.C.C. base,
bituminous adhesion layer, bituminous setting bed, joint fill, expansion material with
sealant, cutting and placement of existing brick pavers. Sweeping and clearing of
debris prior to installation of brick and applicable sections shall be considered
incidental to item.
If existing pavers cannot be replaced due to deteriorated condition, Contractor shall
coordinate with the City to use existing brick pavers available at designated City
Storage facility. No additional payment will be made to Contractor for pickup,
transport, and installation of City stored brick pavers.
3. 6" Granular Subbase
The unit price for this item will be paid based on the number of square yards of
granular subbase constructed at the specified thickness including placement 12- inches
beyond the back of curb. Included with this item is excavation to grade, subgrade
preparation and compaction, subgrade treatments, and subbase placement and
compaction to required elevations.
4. Pavement Milling
The unit price for this item (square yards) shall constitute full payment for all labor,
material, and equipment to remove by milling and dispose of the entire depth of
asphalt down to a clean existing street, PCC or brick surface. Asphalt millings will
remain the property of the City and shall be delivered by the contractor to a site
designated by the City. Temporary asphalt fillets are incidental to this item.
5. 3" HMA Pavement
6. 3" HMA Pavement with 7" PCC Base
The unit prices for these items will be paid based on the number of square yards of
Hot Mix Asphalt pavement constructed at the specified width, thickness and mix
designs. Included with these items are subgrade compaction and preparation, subgrade
01025 -3
treatments, supply, placement of portland cement concrete base, supply, placement
and compaction of asphalt, tack coat, asphalt binder, quality control management, and
# raffic control. The minimum Hot Mix Asphalt thickness shall be 3 inches. The
Portland Cement Concrete base thickness shall be 7 inches.
20 10 JU1' — 1 7." 'kei'><i'ove and Replace Curb and Gutter
CI''°''t6' ire unit price for this item will be paid based on the number of linear feet Portland
IOWA CITY., 10 eri�ient Concrete curb and gutter removed and replaced at the specified widths and
thicknesses and includes all labor, material, and equipment to remove and dispose of
existing curb and gutter, excavation required to place forms and curb and gutter at
required elevations, forming, reinforcing steel, supply, placement and finishing of
concrete, curing, jointing and joint sealing, grading, backfilling at curb lines, and
traffic control. Portland Cement Concrete mix shall be IDOT M mix.
Restoring disturbed areas with seed, fertilizer, and mulch including topsoil strip,
salvage and spread, grading, preparation of seed bed, supply and application of seed,
fertilizer, mulch, and water shall be incidental.
8. 6" PCC Driveway Approach
The unit price for this item will be paid based on the number of square yards of
Portland Cement Concrete driveways constructed at the specified widths, thickness'
and mix designs. Also included with this item is excavation to place forms at required
elevations, supply, placement and compaction of subgrade material, forming, supply,
placement and finishing of concrete, special concrete mixes, reinforcing steel,
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 traffic control. Portland Cement
Concrete mix shall be fDOT M mix. The portland cement pavement thickness shall be
a minimum of 6 inches.
Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed
saw cuts must be approved by the Engineer.
Aggregate durability class for all P.C. Concrete paving shall be Class 3.
Restoring disturbed areas with seed, fertilizer, and mulch including topsoil strip,
salvage and spread, grading, preparation of seed bed, supply and application of seed,
fertilizer, mulch, and water shall be incidental.
9. 6" PCC Sidewalk and Curb Ramp
10. 4" PCC Sidewalk
The unit prices for these items will be paid based on the number of square yards of
Portland Cement Concrete sidewalk, constructed at the specified widths, thicknesses
and mix designs. Included with these items are subgrade preparation and compaction,
subgrade treatments, reinforcing steel, for►ning, concrete placement and finishing,
curb ramps, curing, jointing and joint sealing, and backfilling at form lines. Portland
Cement Concrete mix shall be IDOT C mix.
No extra payment will be made for work associated with the installation of PCC Curb
integral to PCC Sidewalk at locations as shown in the project plans. Height on the
integral PCC Curb may vary between 0 and 8 ".
01025 -4
Restoring disturbed areas with seed, fertilizer, and mulch including topsoil strip,
salvage and spread, grading, preparation of seed bed, supply ar ica entidf seed,
fertilizer, mulch, and water shall be incidental.
��"'
11. ADA Detectable Warning Truncated Domes
20-11 Oj+'; — 0 Pi : � '
The unit price for this item will be paid based on the numb t L raf ADA
detectable warnings installed. This item will include alb' t Jls, % oik, and
equipment necessary to install the detectable warnings according to city standards.
Detectable warnings shall consist of raised truncated domes with a nominal diameter
of 0.9 — inch and shall contrast visually with adjoining surfaces. The Detectable
warnings shall be brick red in color.
12. Manhole Adjustment
The unit price for this item (each) shall constitute full payment for all labor, material,
including concrete, and equipment to adjust the manhole to the final surface elevation
and reconstruct a P.C. concrete base. No extra compensation shall be allowed for any
additional work on the upper portions of the manhole to bring the castings to final
grade. New castings to replace the old will be provided by the City to be installed by
the Contractor where deemed necessary by the Engineer.
13. Durable Crosswalks and Stop Bar
The unit price for this items shall be full compensation for removal of old markings as
applicable, prep work - including cleaning and pavement grooving, layout, supply and
installation of durable pavement markings and glass beads as recommended by the
manufacturer. Layout must be approved by the Engineer.
Areas of brick and asphalt shall receive epoxy pavement markings. Brick surface shall
not be grooved prior to placement of markings.
Measurement will be based on a 4 -inch wide line. Durable pavement markings shall
be in accordance to the Iowa Department of Transportation Materials IM 483.04 and
Standard Specifications 2527.
14. 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 but not limited to detour signage, barricades, safety fencing, drums,
lights, standard signs, temporary concrete barrier rails, sequential flashing arrows,
flaggers, uniformed officers, temporary pavement markings and orange safety fence at
road closures.
Final payment will be made upon completion of all wok on the project required by the
contract; full payment will be made for this contract item, including any amount not
paid as a partial payment.
01025 -5
15. Mobilization
The unit price for this item shall consist of preparatory work 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, insurance,
and permits; and for the establishment of all temporary restrooms and other on site
facilities, which must be performed or costs incurred prior to beginning work on the
various items on the project site, and all other overhead expenses so that the other
work items unit costs reflect true cost to perform said item in the field. This item shall
include demobilization costs.
Nothing herein shall be constructed to limit or preclude partial payments provided for
the contract. The proposal will have a lump sum item for Mobilization. The bidder
will indicate bid price in dollars, and this will be the contract price for this item.
01025 -6
LU
�<
d
�
d
N
The unit price for this item shall consist of preparatory work 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, insurance,
and permits; and for the establishment of all temporary restrooms and other on site
facilities, which must be performed or costs incurred prior to beginning work on the
various items on the project site, and all other overhead expenses so that the other
work items unit costs reflect true cost to perform said item in the field. This item shall
include demobilization costs.
Nothing herein shall be constructed to limit or preclude partial payments provided for
the contract. The proposal will have a lump sum item for Mobilization. The bidder
will indicate bid price in dollars, and this will be the contract price for this item.
01025 -6
SECTION 01310
4 �'�1 v'
PROGRESS AND SCHEDU &U" —�
t.,
10VVA CiT` ,
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
None.
PART 3 - EXECUTION
3.01 MEETINGS PRIOR TO CONSTRUCTION.
A. No Pre -Bid meeting will be held for this project.
B. A Pre-Construction meeting will be held prior to beginning work.
3.02 PROGRESS OF WORK.
A. This contract shall be completed by September 13, 2010. Liquidated damages of 5500.00
per day will be charged for every calendar day past the specified completion date
mentioned above.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
01310 -1
D. Construction will proceed in phases. The particular phasing sequence is outlined in the
project plans. Prior to advancing to the next phase or sub - phase, the existing phase or sub -
phase shall be sufficiently complete to allow reopening to the public, as determined by the
Engineer.
E. Restoration activities such as pavement replacement will follow closely behind the work
even if multiple mobilizations are necessary.
F. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
3.03 COORDINATION WITH UTILITIES:
A. It is anticipated that utility conflicts may 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 changes in construction phasing and street
closings so that a press release can be issued. No changes in sequence or closure of streets
shall occur without the Engineer's approval and said notification.
01310 -2
�.a
o
p
c�
N
01310 -2
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION ffi6jLJTIES
P" 3
PART 1 - GENERAL cif V ,
(� �'�f Cl _�,J�...
ll }4 Li 1 ! / I:3 id
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," MUTCD Current Edition.
C. Traffic Control Notes on project plans.
1.03 SUBMITTALS:
A. Submit a traffic control plan for all activities requiring traffic control not specifically
addressed by the project plans.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Traffic control devices may be new or used, but must meet the requirements of the IDOT
Standard Specifications and current MUTCD standards.
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.
r^�
L'?
01570 -2
o
�
o
a
N
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.
r�
1.02 REFERENCES: Cn
A. IDOT Standard Specifications.*
1.03 QUALITY ASSURANCE:t -
A. Disposal sites shall comply with all applicable Iowa Department of Natura.I'Res'ources and
United States Environmental Protection Agency regulations. tl
B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish,
broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from
work on the project.
1.04 SUBMITTALS:
A. Locations of disposal sites.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Granular baekfill material shall consist of Class A Crushed Stone, IDOT Standard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
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 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.
02050 -1
3.02 INSPECTION: t.y
A. Limits of demolition s11�a11 be per 3.04 of this section. The Engineer reserves the right to
revise demolition limitsZMq}Md -* tIN fiz&rf of construction.
3.03 PROCEDURES: MY Y O f� t
10 Wk C I y Y. E 0 V"':'`t
A. Utilities
1. Notify all corporations, companies, individuals and state or local authorities
owning pipelines, water lines, gas mains, buried and overhead electric facilities,
telephone, cable television, fiber optic, and other public or private utilities shown
on the drawings or otherwise known or discovered to be in the project area.
2. When active utilities are encountered, promptly take necessary measures to support
and protect said utilities and maintain them in service.
3. If active utilities are damaged or interrupted as a result of work on the project, take
appropriate measures to restore service immediately. Restoration of utility services
under these circumstances shall be at the Contractor's expense.
4. Active utilities shown on the drawings to be relocated, or which require relocation
due to unforeseen circumstances or conditions, shall be relocated in accordance
with instructions from the Engineer. Generally, the respective utility owners shall
be responsible to perform relocation work for their facilities. The Contractor shall
cooperate with these efforts in every reasonable way and shall not be entitled to
additional compensation for delays resulting from such relocations.
B. Site Protection Measures
1. Refer to Traffic Control Sheet 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
1. Pedestrian and vehicular access to homes and businesses shall be maintained at all
times. Temporary gravel surfaces shall be provided and maintained by the
Contractor at the Contractor's expense if pavement surface is removed adjacent to
resident and business driveways.
02050 -2
2. Contractor shall perform demolition and removal operations so as to maintain
vehicular access to adjacent properties and businesses.
D. Disposals
1. No material or debris shall be buried within the project work area. All unsuitable
material resulting from demolitions and removals shall be hauled to and disposed
of at a Contractor - furnished site approved by the Engineer or to the landfill. The
Contractor shall pay the current tipping fee at the landfill.
3.04 DEMOLITIONAND REMOVALS:
A. Pavement and Sidewalk Removals
1. 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, curb and gutter, driveways, curb ramp and sidewalks.
3. Sawcuts shall be approved by the Engineer.
4. Removal operations shall conform to construction phasing noted on the plans or as
directed by the Engineer.
B. Sewer Casting Removal
Select castings shall be delivered to the pollution control plant at 1000 S. Clinton
Street as directed by the Engineer.
rya
CZ-3
�..
(7,
^D
t�
r•� �
Y
E~
=
cn
C.J
02050 -3
SECTION 02100
F _*
SITE PREPARATION20 j a J «lt, _
PART 1 - GENERAL
1.01 SUMMARY.
A. Furnish labor, material, tools and equipment to prepare site as indicated and specified.
1.02 REFERENCES:
A. MOT Standard Specifications.
PART 2 - PRODUCTS
None.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
Section 2101. Clearing and Grubbing.
Division 25. Miscellaneous Construction.
Section 2519. Fence Construction.
3.02 EXISTING TREES, SHRUBS AND VEGETATION:
A. All trees, shrubs and vegetation shall remain and be protected from damage unless
specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by
the Engineer.
B. No construction materials and /or equipment are to be stored, piled, or parked within the
trees' drip line.
C. Contractor is responsible for damage outside the limits of construction, and for trees"
shrubs and vegetation not designated for removal. The Contractor's liability for tree and
shrub damage will be based on the appraised value, not replacement value, and shall
include the cost of appraisal by a qualified arborist.
02100 -1
3.03 EXISTING STRUCTURES AND PROPERTY:
A. Remove existing signs and posts within the construction area as directed by the Engineer.
All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City.
Contractor shall provide 48 hour minimum advance notice for sign removal and for sign
replacement. Permanent signs will be replaced prior to concrete pours.
B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and
store any unique supports for mailboxes. Restore mailboxes and their supports to their
prior location and condition when road is reopened.
3.04 EXISTING FENCING:
A. Only fencing designated by the Engineer shall be removed.
B. Sections of fence removed for construction shall be replaced per the applicable bid item. If
not addressed, replace with new materials.
3.05 EXISTING UTILITIES:
A. Contact appropriate utility representative to verify the presence and location of buried
utilities in the construction area.
3.06 EROSION CONTROL:
A. Comply with Iowa City Code.
02100 -2
r-)
Lj
r,
C)
N
02100 -2
SECTION 02220
EARTH EXCAVATION, BACKFILL, FILL AND GRADING
PART 1 - GENERAL
1.01 SUMMARY.
A. Excavating, placing, stabilizing and compacting earth, including trench and rock
excavation, addition of borrow and backfill, disposal of excavated material, and topsoil,
strip, salvage and spread.
1.02 REFERENCES:
A. IDOT Standard Specifications.
1.03 QUALITY ASSURANCE:
A. Whenever a percentage of compaction is indicated or specified, use percent of maximum
density at optimum moisture as determined by ASTM D698 -91, unless noted otlp;gwise.
C3
B. Borrow sites and materials shall be approved by the Engineer prior to usF C-
PART 2 - PRODUCTS =7 ^"
2.01 MATERIALS: ~`
A. Granular backfill material shall consist of Class A Crushed Stone, ID01tandard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
Division 21. Earthwork, Subgrades and Subbases.
All sections
Division 24. Structures.
Section 2402. Excavation for Structures.
3.02 TOPSOIL:
A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and
landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of
material for placement of a minimum of 9 inches of topsoil for surface restoration and
02220 -1
landscaping. Protect topsoil from mixture with other materials such as aggregate and from
erosion. Removal of topsoil from the site is not permitted.
3.03 DRAINAGE AND DEWATERING:
A. Provide and maintain ample means and devices (including spare units kept ready for
immediate use in case of breakdowns) to intercept and /or remove promptly and dispose
properly of all water entering trenches and other excavations. Keep such excavations dry
until the structures, pipes, and appurtenances to be built therein have been completed to
such extent that they will not be floated or otherwise damaged.
B. Dispose of all pumped or drained water without undue interference to other work, or
causing damage to pavements, other surfaces, or property. Provide suitable temporary
pipes, flumes, or channels for water that may flow along or across the work site.
C. Take all precautions necessary to prevent damage to the work by rain or by water entering
the site, whether water entry be overland or by groundwater.
3.04 TRENCH EXCA VATION:
A. General
Excavate trench by machinery to, or just below, designated subgrade when pipe is
to be laid in granular bedding or concrete cradle, provided that material remaining
at bottom of trench is only slightly disturbed.
2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to
be laid directly on bottom of trench. Remove last of material to be excavated by
use of hand tools, just before placing pipe. Hand shape bell holes and form a flat
or shaped bottom, true to grade, so that pipe will have a uniform and continuous
bearing. Support on firm and undisturbed material between joints, except for
limited areas where use of pipe slings have disturbed bottom.
B. Protection
1. Barricade and fence open excavations or depressions resulting from work during
non - working hours and when not working in immediate area.
C. LO Treifch Width
4. L: 44 Make pipe trenches as narrow as practicable and safe. Make every effort to keep
G -•- sides of trenches firm and undisturbed until backfilling has been completed and
consolidated.
u.
tr �
pExcavate trenches with vertical sides between elevation of' center of pipe and
N elevation I foot above top of pipe.
3. Refer to plans for allowable trench widths within the pipe envelope for various
types, sizes and classes of pipe.
D. Trench Excavation in Fill
02220 -2
Place fill material to final grade or to a minimum height of 6 feet above top of pipe
when pipe is to be laid in embankment or other recently filled areas. Take
particular care to ensure maximum consolidation of material under pipe location.
Excavate pipe trench as though in undisturbed material.
E. Excavation Near Existing Structures
Discontinue digging by machinery when excavation approaches pipes, conduits, or
other underground structures. Continue excavation by use of hand tools.
2. Excavate exploratory pits when location of pipe or other underground structure is
necessary for doing work properly.
F. Disposal of Unsuitable Soil
The Contractor shall notify the Engineer and Iowa Department of Natural
Resources (DNR) if soil contamination is found or suspected during excavation.
2. Soil disposal and remediation method shall be an option outlined in the II)OT
Construction Manual Section 10.22, and approved by the Iowa DNR ar�City. The
Contractor is not to proceed with soil removal and remedia�9n meeures
instructed by the Engineer. y
rrr,
3. Disposal site to be provided by the Contractor and approved brjlq, Engmeer
Iowa DNR.
4. Contractor is responsible for completing and filing all necessary ill, mate and
local government agency forms and applications.
G. Care of Vegetation and Property
1. Use excavating machinery and cranes of suitable type and operate with care to
prevent injury to trees, particularly to overhanging branches and limbs and
underground root systems.
2. All branch, limb, and root cuttings shall be avoided. When required, they shall be
perfornied smoothly and neatly without splitting or crushing. Trim injured
portions by use of a chainsaw or loppers for branches, or an ax when working with
roots. Do not leave frayed, crushed, or torn edges on any roots V or larger in
diameter or on any branches. Frayed edges shall be trimmed with a utility knife.
Do not use tree paint or wound dressing. If conflicts with large roots and branches
are anticipated, notify the Engineer.
3. No construction materials and /or equipment are to be stored, piled, or parked
within the trees' drip line.
4. Excavators and loaders used on brick surfaces shall be limited to those with
rubberized tracks or rubber tires.
5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces
when treads or wheels can cut or damage such surfaces.
02220 -3
wm
6. Restore all surfaces which have been damaged by the Contractor's operations to a
condition at least equal to that in which they were found before work commenced.
t Use suitable materials and methods for restoration.
Aerate all grassed and planter areas compacted by construction activities.
r,� Utility lines, including drainage tiles, encountered shall be restored in one of the
following ways:
a. Repair or otherwise reconnect the utility across trench after trench has
been backfilled, provided adequate drainage gradient is maintained, if
applicable.
b. Connect drainage tiles to nearest storm sewer.
The Contractor shall document the location and elevation of any utility lines
encountered. The Contractor shall notify the Engineer whenever a utility is
encountered and submit the proposed method of restoring the utility for review and
approval.
All utility repairs shall be made prior to backfilling the trench.
H. Water Services
Permanent copper water service lines which are damaged (cut, nicked, bent,
crimped, crushed, etc.) shall be replaced from the water main to the curb box with
new copper service pipe, without any joints. The cost for this work shall be at the
Contractor's expense.
2. In any excavation where existing lead or galvanized iron water services are in the
excavation or disturbed area, the Contractor shall replace the existing lead or
galvanized piping with new 1 -inch or larger copper water service pipe from the
water main to the curb box. The Contractor will be paid per the applicable bid
item. If there is no bid item, the unit price for the replacement of the water service
shall be negotiated prior to commencement of the work.
3. When water service is disrupted, the Contractor shall make a reasonable attempt to
restore the service within two hours.
4. Water service pipe shall be type k soft copper.
3.05 ROCK EXCA VATION.
A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard
Specification Section 2102.02.
B. Explosives shall not be used for rock excavation.
02220 -4
3.06 BACKFILLING :°m
A. General' -„
?0l0 J1
1. Do not place frozen materials in backfill or place backfill upon frozl "yeripl.
Remove previously frozen material or treat as required befoca Tipp backfilr is� 4
placed. 1a1,�' - r`t
B. Backfilling Excavations
Begin backfilling as soon as practicable and proceed until complete.
2. Material and Compaction
a. Paved Areas: Under and within 5 feet of paved surfaces, including streets,
sidewalks and driveways, backfill shall be Class A crushed stone placed in
one foot lifts compacted to 95% Standard Proctor Density. The top 12
inches directly below paved surfaces shall be Class A crushed stone
compacted to 98% Standard Proctor Density. If under pavement, backfill
to bottom of the subgrade. If not under pavement, backfill to within 12
inches of finished surface.
b. All other areas: Backfill shall consist of suitable job excavated material
placed in one foot lifts compacted to 90% Standard Proctor Density. If
excavated material is unsuitable, backfill with Class A crushed stone to
within 12 inches of finished surface.
C. Do not place stone or rock fragment larger than 2 inches within 2 feet of
pipe nor larger than 12 inches in backfill. Do not drop large masses of
backfill material into trench.
C. Backfilling Around Structures
Do not place backfill against or on structures until they have attained sufficient
strength to support the loads, including construction loads, to which they will be
subjected. Avoid unequal soil pressure by depositing material evenly around
structure.
2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted
to 95% Standard Proctor Density unless otherwise indicated or specified.
3.07 UNAUTHORIZED EXCAVATION:
A. When the bottom of any excavation is taken out beyond the limits indicated or specified,
backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard
Proctor Density.
02220 -5
SECTION 02510
HOT MIX ASPHALT PAVING ANDM�M ILLING.
PART 1 - GENERAL #/ T ,
1.01 SUMMARY.
A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to
receive Hot Mix Asphalt paving.
B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving.
C. Sea] Coat.
1.02 REFERENCES:
A. IDOT Standard Specifications.
B. MOT Supplement Specification 01014.
1.03 QUALITY ASSURANCE:
A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the
necessary crafts and who are completely familiar with the specified requirements and the
methods needed for proper performance of the work in this section.
B. Quality testing:
1. As per IDOT Supplemental Specification 0 10 14, section 04 Quality Control Program.
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 23. Surface Cowles.
SS -01014 Hot Mix Asphalt Mixtures.
Division 41. Constriction Materials.
Section 4126. Type B Aggregate for Hot Mix Asphalt.
Section 4127. Type A Aggregate for Hot Mix Asphalt.
Section 4137. Asphalt Binder.
02510 -1
EXECUTION
3. �l � �7'�CI7NIQUES:
2z\Q
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 2122. Paved Shoulders.
Division 22. Base Courses.
Section 2203. Hot Mix Asphalt Bases.
Section 2212. Base Repair.
Section 2213. Base Widening.
Division 23. Surface Courses.
SS -01014 Hot Mix Asphalt Mixtures.
Section 2307. Bituminous Seal Coat.
Section 2316. Pavement Smoothness
Division 25. Miscellaneous Construction
Section 2529. Full Depth Finish Patches.
Section 2530. Partial Depth Finish Patches.
3.02 OPENING TO TRAFFIC.
A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or
surface treatment has cured sufficiently to prevent damage as detennined by the Engineer.
B. Opening to traffic shall not constitute final acceptance.
3.03 COMPLETION OF WORK.
A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean
up. All streets shall be finished and opened to the public as soon as practicable.
3.04 PA VEMENT MILLING
A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the
full width of the pavement.
B. Except as noted herein, all asphalt millings remain the property of the City and will be delivered
to the Iowa City Landfill located on Hebl Ave..
1. Pavement millings needed to construct temporary fillets shall be placed at all vertical
edges to facilitate traffic.
C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The
exception to this would be if after removal of the old asphalt overlay, the existing surface could
no longer support prolonged traffic, then the contractor would be required to place the leveling
course immediately following milling and cleaning.
02510 -2
D. A header joint shall be milled at full paving width at transitions wh ew Hot Mix Asphalt
Paving abuts an existing Portland Cement Concrete Paving. The PCCpa Ag �jy e milled at
a depth of no less than two (2) inches over a paving length of 8 feet. ii�tliAg shall be
considered incidental to the Cleaning and Preparation of Base A9 ilm,
3.05 CLEANING AND PREPARATION OF BASE
A. The Contractor shall be responsible for cleaning all surfaces prior to edition. All loose
material shall be removed from the surface and cracks by brooming or air blowing. The City's
street sweeping crew and equipment will be available to aid the Contractor with sweeping
operations prior to cleaning each street on a one -time basis only. Any subsequent sweeping
required will be at the Contractor's expense.
3.06 AGGREGATES
A. Type.
1. Type B aggregates shall be used in base mixtures.
2. Type A aggregates shall be used in intermediate and surface mixtures.
B. Gradation.
1. A `/z -inch mix shall be used on all streets and all divisions of this project.
3.07 ADJUSTING STRUCTURES
A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the
existing pavement. This will include not only structures that need to be adjusted up but also
those structures that need to be adjusted down, such as in the areas of full -depth grinding. The
leveling course will be placed over the structure. The material over the casting will be removed
and the casting will be adjusted to '/8" below the final finished grade. The street surface course
will then be placed. New castings to replace old will be provided by the City to be installed by
the Contractor where deemed necessary by the Engineer, however, the cost of any damage
caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to
final grade may be accomplished by raising the casting, bricking and grouting under the casting
or concrete adjustment rings. Any removal of existing pavement around the structures must be
saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water
companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust
valve boxes.
3.08 ASPHALT BINDER
A. Asphalt binder shall be PG 64 -22 on all streets of this project.
3.09 EXISTING STREET SURFACES
A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface
shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and
durable joint will be made between existing and proposed surfacing.
02510 -3
3.10 ASPHALT CEMENT CONCRETE REPAIR
A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other
material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase;
placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple
lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered
to the Iowa City Street Department located at 3800 Napoleon Lane.
3.11 HOT MIX ASPHALT PLACEMENT
A. Lifts
1. A 1' /z" depth intermediate course followed by a 1' /z" depth surface course.
B. Compaction
1. Class 1B compaction shall be used on all streets and divisions of this project.
3.12 PAVEMENT SMOOTHNESS:
A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of
Transportation Standard Specifications for Highway and Bridge Construction. The pavement
smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing
and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not
apply to this project; there will be no smoothness incentive payment.
1-
Ui
N
0210 -4
SECTION 02515
BRICK PAVING
PART 1 - GENERAL
1.01 SUMMARY.
s
1010 JU —1 Pi ° =, 5 f
IQ I'VA CI,
Y. r— W V .,
t
A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrade,
specified base and adhesive bedding layer.
B. Furnish labor, materials, tools and equipment to shape, cut, place, compact and apply joint
fill for specified brick pavers.
1.02 REFERENCES:
A. American Society of Testing Materials:
1. C902 Standard Specification for Pedestrian and Light Traffic Paving Brick
2. C1272 Standard Specification for Heavy Vehicular Paving Brick.
3. C1028 Standard Test Method for Determining the Static Coefficient of Friction of
Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull -Meter
Method.
4. C136 Method for Sieve Analysis for Fine and Coarse Aggregate.
5. C67 Method of Sampling and Testing Brick and Structural Clay Tile.
6. C33 Specification for Concrete Aggregates.
7. C144 -89 Standard Specification for Aggregate for Masonry Mortar.
8. E303 Standard Test Method for Measuring Surface Frictional Properties Using the
British Pendulum Tester.
B. Brick Institute of America (BIA) Design and Installation Guide.
1.03 QUALITY ASSURANCE:
A. Installation: Performed only by skilled workers with satisfactory record of performance on
landscaping or paving projects of comparable size and quality. Skilled paver installers will
be employed for all paving work.
1.04 SUBMITTALS:
A. Submit material certificates for setting bed and joint fill materials.
02515 -1
1.05 DELIVERY, STORAGE AND HANDLING:
A. Deliver specified pavers t6 th sire in sieel banded, plastic banded, or plastic wrapped cubes
capable of transfer by forklift or claim lift. Unload pavers at job site in such a manner that
no damage occurs tct�Q�eip} uut 6ncfim albZ6on approved by the Engineer.
B. Sand will be covered witlVt jjpzing to prevent exposure and/or removal by rain
or wind. The covering �bce.
C. Damaged pavers, as determined by the Engineer, will be replaced at the Contractor's
expense.
1.06 ENVIRONMENTAL CONDITIONS:
A. Do not install setting bed and /or pavers during heavy rain or snowfall.
B. Do not install frozen materials.
PART 2 - PRODUCTS
2.01 MANUFACTURED UNITS:
A. All bricks that are to be removed, and remain in good condition, shall be salvaged and
used as replacement brick pavers. Any questions regarding condition of bricks to be
salvaged shall be directed to the Engineer.
B. If existing pavers cannot be replaced due to deteriorated condition, Contractor shall
coordinate with the City to use existing brick pavers available at designated City Storage
facility. No additional payment will be made to Contractor for pickup, transport, and
installation of City stored brick pavers.
2.02 P.C. C. BASE:
A. Base will consist of 7" PCC, Class C. Reference Section 02520
2.03 BITUMINOUS SETTING BED AND JOINT MATERIAL:
A. Asphalt Cement: Conform to ASTM Design D 3381; viscosity grade A.C.10 or A.C.20.
B. Fine Aggregate: Clean, hard sand with durable particles and free form adherent coating,
lumps of clay, alkali salts, and organic matter; uniformly graded from "coarse" to "fine"
and all passing the No. 4 sieve and meeting the gradation requirements when tested in
accordance with the standard method of test for sieve for screen analysis and coarse
aggregate ASTM Designation CO136 -81.
C. Dried fine aggregate combined with hot asphalt cement and heated to approximately 300
degrees F at an asphalt plant.
D. Approximate proportion of materials will be seven (7) percent asphalt cement and ninety -
three (93) percent tine aggregate. Each ton will be apportioned by weight in the
approximate ration of 145 lb. asphalt to 1,855 lb. sand.
02515 -2
2.04
E. The Contractor will determine the exact proportions to produces he best possible mixture
for construction for the bituminous setting bed to meet the constr ti r regr ents.
NEOPRENE - MODIFIED ASPHAL T ADHESI VE
2010 Ji,`� —1 Pry �� �1`4
A. Mastic (asphalt adhesive): CITY CLEF"
1. Solids (base): 75 +1 % r VIA C i i Y' I t
2. Lbs. /Gal.: 8-8.5 lb.
3. Solvent: Varsol (over 100 degrees F Flash).
B. Base (2% Neoprene, 10% Fibers, 88% Asphalt):
1. Melting point — ASTM D -36; 200 degrees F minimum.
2. Penetration — 77 degrees F, 100 gram load, 5 second (.1 m.m.): 23 -27.
3. Ductility — ASTM D- 113 -44 at 25 degrees C; 5 cm/per minute: 125 cm minute.
2.05 JOINT SAND
The type of sand used for joints is often called concrete sand. Sands vary regionally. Contact paver
installers local to the project and confirm sand(s) successfully used in similar applications.
A. Joint sand will be clean, non - plastic, free from deleterious or foreign matter. The sand will
be natural or manufactured from crushed rock. Grading of samples will be done according
to ASTM C136. The particles will be sharp and conform to the grading requirements of
ASTM C33 as shown in Table 1.
Grading Requi
Sieve Size
3/8 in. (9.5 min)
No. 4 (4.75 mm)
No. 8 (2.36 mm)
No. 16 (1.18 mm)
No. 30 (600 urn)
No. 50 (300 um)
No. 100 (150 um)
Table 1
rements for Joint Sand
Percent Passing
100
95 to 100
80 to 100
50 to 85
25 to 60
10 to 30
2 to 10
B. Sand shall be mixed with Portland cement at a ratio of 6 parts sand to 1 part Portland
Cement.
PART 3 - EXECUTION
3.01 PREPARATION FOR PAVERS PLACED ON P. C. C.:
A. Inspect P.C.C. base to ensure surface is clean and built in conformance with the plans.
B. Verify elevation difference between P.C.C. base and adjacent finish surface to ensure brick
pavers can be installed flush with bordering pavement.
C. Prime with emulsified asphalt (RS -1 or CRS -1).
02515 -3
3.02 PLACJ;_JL 'tlI9VOUS SETTING BED
A2�,� tallJthFSlzttan 4d over the base surface, place 3/" deep control bars directly over the
ase. .
101NA, CMgrW(eA st be adjusted, set wood chocks under depth control bars to proper grad.
Set two bars parallel to each other, approximately eleven (11) feet apart to serve as
guides for striking board (12' long x 2" x 6" board). The depth of control bars
must be set carefully to bring pavers, when laid, to proper grade.
B. Place bituminous bed between parallel depth control bars. Pull this bed with the striking
board over bars several times.
1. After each pass, low porous spots must be showered with fresh bituminous
material to produce as smooth, firm and an even setting bed.
2. As soon as this initial panel is completed, advance the first bar to the next position,
in readiness for striking the next panel.
3. Carefully fill up any depressions that remain after removing the depth control bars
and wood chocks.
C. The setting bed shall be rolled with a 600 pound, walk - behind, power roller to a nominal
depth of 3/" while still hot. The thickness will be adjusted so that when the brick pavers are
placed, the top surface of the pavers will be at the required finished grade.
D. After the setting bed has cooled, a coating of two (2) percent neoprene - modified asphalt
adhesive shall be applied by mopping or squeegeeing or troweling over the top surface of
the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the
trowel shall be serrated with serrations not o exceed one - sixteenth (1/16) of an inch.
3.03 INSTALLA TION OF PA VERS:
A. After the modified asphalt adhesive is applied, carefully place the pavers by hand in
straight courses with hand tight joints and uniform top surface.
B. Good alignment must be kept and the pattern shall be as shown on the plans.
C. All pavers will be cut with a masonry saw. Dust control may be required at the discretion of
the Engineer.
3.04 JOINT TREA TMENT:
A. Hand tight joints shall be a maximum of %" or as spacer bars allow.
B. Sweep a dry mixture of sand /cement joint till into brick paver joints.
F. Fog brick paving.
02515 -4
3.05 CLEAN -UP: e
.®�.
A. Sweep excess sand /cement mixture from surfaces and remove from site.
B. Remove all excess materials and debris from site. 0 10 `' Fi j v i
OWA C I T `,1
02515 -5
SECTION 02520
PORTLAND CEMENT CONCRET0k VT NGt'1 5 ;
10 'q C1 ',��'
PART 1 - GENERAL
1.01 SUMMARY.
A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact
subgrades to receive Portland Cement Concrete paving.
B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and
cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at
the locations and grades noted on the plans.
1.02 REFERENCES:
A. IDOT Standard Specifications.
1.03 QUALITY ASSURANCE:
A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in
the necessary crafts and who are completely familiar with the specified requirements and
the methods needed for proper perfonnance of the work in this section.
B. Quality testing:
1. Compressive Strength Tests.
2. Entrained Air.
3. Slump.
4. Density Tests of Base and Subgrade.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Except as amended in this document, the materials in this section will confonn with the
following divisions and sections of the 1DOT 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 1DOT 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.
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 Coveri
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
Division 23. Surface Courses.
Section 2301. Portland Cement Concrete Pavement.
Section 2302. Portland Cement Concrete Pavement Widening.
t !
Section 2310. Bonded Portland Cement Concrete Overlay.
�"
-s
Section 2316. Pavement Smoothness.
--
=' --
Division 25. Miscellaneous Construction.
Section 2512. Portland Cement Concrete Curb and Gutter.
rw„L
=.
Section 2515. Removal and Construction of Paved Driveways.
C=
C_)
Section 2517. Concrete Header Slab.
CC::
-..
Section 2529. Full Depth Finish Patches.
Section 2530. Partial Depth Finish Patches.
3.02
CURING AND PROTECTION OF PAVEMENT.
A. Curing compound shall be applied immediately following finishing of the concrete,
including back of curb.
3.03 ENVIRONMENTAL REQUIREMENTS:
A. When concrete is being placed in cold weather and temperatures may be expected to drop
below 35 °F, the following requirements must be met for concrete less than 36 hours old:
24 Hour Temperature Forecast Coveri
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 lb. per square inch.
B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to
traffic of any kind.
C. Opening to traffic shall not constitute final acceptance.
3.05 COMPLETION OF WORK:
A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and
clean up. All streets and sidewalks shall be finished and opened to the public as soon as
practicable.
B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M
concrete, when specified.
02520 -3
N
a
Z
:,7
[�J
c-n
C- ?i
02520 -3
SECTION 02524 "' L
CURB RAMPS 2010 J(,l, t —1 Pi 3: 5
No
PART 1 - GENERAL
CI
' ®'.�r CITE'.
1.01 SUMMARY.
A. Construct sidewalk curb ramps to meet ADA specifications.
1.02 REFERENCES:
A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and
Facilities.
B. City of Iowa City Design Standards.
C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (11 A -4)
D. L.M. Scofield Company Tech — Data Bulletin A- 104.10.
E. L.M. Scofield Company Tech — Data Bulletin A- 514.02.
F. L.M. Scofield Company Guide G- 107.02.
G. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete.
H. Armor -Tile Cast -In -Place Tactile /Detectable Warning Surface Tile.
I. Figures section of specifications.
1.03 QUALITY ASSURANCE:
A. Use adequate number 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 curb ramp construction.
B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope
requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's
expense.
1.04 SUBMITTALS:
A. Comply with Section 01310.
B. Comply with Section 02520.
1.05 DELIVERY, STORAGE AND HANDLING:
A. Deliver material in unopened containers with labels identifying contents attached.
02524 -1
B. Powdered materials shall be kept dry and r cover. Protect liquid material from
freezing. Expired materials shall not be used 4
1.06 PROJECT CONDITIONS: n J! 4N l n
A. Comply with ACI requirements for cold and hq - trWw �agcrete work.
i , ;11
B. Pre - Installation Meeting
i O'NA C I T `Y. 11 0 'E`jV11
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Concrete: Reference Section 2520.
B. Water: Fresh, clean and potable.
C. Cast -In -Place Tactile /Detectable Warning Surface Tile
1. Color: Brick Red Color shall be homogeneous throughout the tile.
2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk
Depth: 1.400" +/- 5% max.
Face Thickness: 0.1875 +/- 5% max.
Warpage of Edge: +/- 0.5% max.
3. Vitrified Polymer Composite cast -in -place tiles shall be Armor -Tile Cast -in -Place
Tactile /Detectable Warning Surface Tiles or approved equal.
D. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped
concrete.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the Iowa
DOT ADA Curb Ramp Compliance (Alterations) — (1 IA -4) and the following sections of
the Americans with Disabilities Act (ADA) 1;4 Accessibility Guidelines for Buildings and
Facilities.
Section 4. Accessible Elements and Spaces: Scope and Technical Re-
quirements
Section 14. Public Rights -of -Way
3.02 SLOPES:
A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope
refers to the slope that is parallel to the direction of travel.
B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane.
02524 -2
C. Curb ramp running slopes should be no greater than 1:12 or 8.33° 1Mane unless
existing conditions do not permit and layout is approv by the Engineer. Curb ramp
running slopes should be no less that 1:48 or 2.08% to a
v .J'
3.03 PORTLAND CEMENT CONCRETE THICKNESS: I i C f. i. —; , �-
fONlq CI T; ,.,.
A. 6 -inch thick P.C.C. will be placed at all curb ramps and landing unless o�h64ise directed
by the Engineer.
3.04 WIDTHS:
A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for
continuity. The minimum allowable width for curb ramps is 3 feet. Four -foot or matching
widths are clear widths and do not include the flared sides or curved sides of a curb ramp.
All proposed curb ramp widths other than 4 feet wide need approval by the Engineer.
3.05 CURB RAMPS GEOMETRICS:
A. Different curb ramp types are shown in the plans. This project may include these or other
curb ramp types not shown. Existing site conditions may require that alterations be made
to proposed curb ramp design in order to provide a "best -fit ". Quantity changes due to
these alterations will be paid for per the unit price quoted on the Form of Proposal.
3.06 TEXTURED SURFACE:
A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed
with truncated domes conforming to ADA specifications.
B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full
width of the curb ramp.
C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches
minimum and 8 inches maximum from the curb line.
3.07 INSPECTION:
A. Verify that subgrade is installed according to specifications and is free of conditions that
could be detrimental to performance of concrete.
3.08 LOCATIONS:
A. Curb ramps are to be located directly across a street, alley or driveway from another
existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or
are otherwise specified by the Engineer.
3.09 INSTALLAT ION:
A. Concrete: Place and screed to required elevations as specified in Section 02520.
B. Apply truncated domes per manufacturer's specifications.
02524 -3
C. Protect concrete from premature drying, excessive hot or cojcM peTV1 nd damage.
D. Curing Compound: Apply per manufacturer's guide for rate and method.
21;0'u'J?;-I F113 :5J
CITY CLH'1�
02524 -4
PART I - GENERAL
1.01 SUMMARY.
SECTION 02900 �,*
LANDSCAPING�0 '�u'" — Fr; 3 5
CITE' CLC;;
10 VIA CIT : fc�tAlrt
A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape
accessories and maintenance.
1.02 QUALITY ASSURANCE:
A. The fitness of all plantings shall be determined by the Engineer and /or the City Forester
with the following requirements:
1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A.
listings and those of established nursery supplies.
2. Standards: All trees must conform to the standards established by the American
Association of Nurserymen.
B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer
and /or City Forester, have not survived and grown in a satisfactory manner for a period of
one year after City Council acceptance of the project.
1.03 SUBMITTALS:
A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted
to the Engineer and /or City Forester.
B. Submit certification of seed mixtures, purity, germinating value, and crop year
identification to the Engineer.
1.04 DELIVERY, STORAGE AND HANDLING:
A. Protect all plantings in transit to site to prevent wind burning of foliage.
B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on
ground and protect with soil, wet peat moss or other acceptable material, and water as
required by weather conditions.
C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by
adequate watering. Water before planting.
02900 -1
PART 2 - PRODUCTS I L E !-Y
2.01 TREES AND SHRUBS:
2010 JUN, - { Ell :' J J
A. Trees and shrubs shall be vigorous, healthy, well - formed, with dense, fibrous and large root
systems and free of insect or mecnhGADY kallaS �.4
iQ� A CiT , i J ' i
B. All trees and shrubs, except those specified as container grown, shall be balled in burlap
with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80%
of all plantable containers shall be removed during planting.
C. All trees shall display the following form and branching habits:
1. Free of branches to a point at 50% of their height.
2. Contain a minimum of six (6) well placed branches, not including the leader.
D. Trees shall be measured when branches are in their normal position. Caliper measurement
shall be taken at a point on the trunk six inches (6 ") above ground.
E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders,
unless specified, will be rejected. Trees shall be freshly dug.
2.02 SEED:
Mix
Minimum
Proportion
by Weight
Lbs./
Acre
Lbs./
1,000 sq.ft.
URBAN MIX*
Kentucky Blue Grass
70%
122.0
2.80
Perennial Rygrass (fine leaf variety)
10%
18.0
0.40
Creeping Red Fescue
20%
35.0
0.80
RURAL MIX*
Kentucky 31 Fescue
54%
25
0.57
Switcingrass (Black Well)
17%
8
0.18
Alfalfa (Northern Grown)
11%
5
0.11
Birdsfoot Trefoil (Empire)
9%
4
0.09
Alsike Clover
9%
4
0.09
*A commercial mix may be used upon approval of the Engineer if it contains a
high percentage of similar grasses.
2.03 SOD:
A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous
well rooted, healthy turf, free frorn disease, insect pests, weeds and other grasses, stones,
and any other harmful or deleterious matter.
B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less
than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent
tearing, breaking, drying or any other damage.
02900 -2
2.04 LIME AND FERTILIZER:
A. Ground agriculture limestone containing not less than 85 percent of total car onates.
B. Fertilizer shall contain the following percentages by weig4p [i a4'abpr1vehdy:i!n§i5eer:
Nr °* -;
Nitrogen* - 15% Phosphorus - 15% ��
C1-11 rc `, ildVgq:, 114,
*At least 50 percent of nitrogen derived from natural organic sources of ureaform.
PART 3 - EXECUTION
3.01 PLANTING TREES AND SHRUBS:
A. Planting Season and Completion Date:
1. Trees: Spring — March 30 through May 15
Fall — Sept. 18 through Nov. 18
2. The Contractor may plant outside the limits of such dates with permission of the
City Forester. The City Forester may stop or postpone planting during these dates
if weather conditions are such that plant materials may be adversely affected.
B. The planting shall be performed by personnel familiar with the accepted procedures of
planting and under the constant supervision of a qualified planting supervisor.
C. Tree and shrub placement shall be as shown on the plans.
D. Contractor shall inform the City Forester of the starting date and location. All planting soil
must be approved by the City Forester before use.
E. Excavate with vertical sides and in accordance with following requirements:
Excavate tree pits to a minimum of two feet greater in diameter than root ball of
tree and sufficiently deep to allow for a minimum of 6 inches of planting soil
mixture below root ball.
2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or
container and sufficiently deep to allow for a minimum of 6 inches of planting soil
mixture below root ball.
3. Do not use auger to excavate planting pits.
F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at
elevation where top of root ball is one inch lower than surrounding finished grade after
settlement.
G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap
and lacing and remove from top one -third of root ball. Do not pull burlap from under any
root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly
puddle before filrther backfilling tree or shrub pit. Water tree or shrub again when backfill
operation is complete.
02900 -3
H. Rake bed area smooth and neat. cLaMpits and shrub beds with a minimum of three
inches of hardwood mulch whic A)ved by the City Forester.
3.02 PLANTING SOIL MIXTURE: fit, �.� ; J'j 10 J
A. Backfill material for plantings slalb�;?re of 2/3 loose friable topsoil and 1/3 clean
sand. All backfill shall have jot r(pBj'p'1pp� and shall be loose, friable, and free of
hard clods and rock over two inches in diameter.
3.03 SEED, FERTILIZE, LIME AND MULCH.
A. Apply lime by mechanical means at rate of 3,000 pounds per acre.
B. Apply fertilizer at rate of 450 pounds per acre.
C. Seed Areas:
1. Remove weeds or replace loam and reestablish finish grades if any delays in
seeding lawn areas allow weeds to grow on surface or loam is washed out prior to
sowing seed. This work will be at the Contractor's expense.
2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow
one -half of seed in one direction, and other one -half at right angles to original
direction.
3. Rake seed lightly into loam to depth of not more than '/ -inch and compact by
means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of
width.
4. Hydro- seeding may be used upon approval of the Engineer.
D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until
germination, and continue as necessary throughout maintenance and protection period.
E. Seed during approximate time periods of April 1 to May 15 and August 15 to September
15, and only when weather and soil conditions are suitable for such work, unless otherwise
directed by the Engineer.
F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is
completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The
application rate for reasonably dry material shall be approximately 1 % tons of dry cereal
straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved
material, depending on the type of material furnished. All accessible mulched areas shall be
consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the
contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation.
Equipment shall be operated in a manner to minimize displacement of the soil and
disturbance of the design cross section.
G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -
year maintenance period.
3.04 SOD:
A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent
erosion before establishment.
B. Apply lime by mechanical means at a rate of 3,000 pounds per acre.
02900 -4
C. Apply fertilizer at a rate of 450 pound per acre
D. Remove weeds or replace loam and reestabl
sodding.
E. Rake area to be sodded.
F. Roll sod to establish smooth, uniform surface.
��� Eish finish gradsii e°`are any delays in
2010 ju -I PH
CITY CLE1 -- =;
IOWA CITY, 1OV "�
G. Water area adequately at time of sodding and continue as necessary throughout
maintenance period.
H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15,
and only when weather and soil conditions are suitable for such work, unless otherwise
directed by the Engineer.
I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -
year maintenance period.
3.05 MAINTENANCE - ALL PLANTINGS:
A. Begin maintenance immediately and continue maintenance until final acceptance of work.
Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all
plantings.
B. Maintain sod and seed areas at maximum height of 2' /z inches by mowing at least three
times. Weed thoroughly once and maintain until time of final acceptance. Reseed and
refertilize with original mixtures, watering, or whatever is necessary to establish, over
entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable
grasses.
C. Reset settled trees and shrubs to proper grade and position, and remove dead material.
D. All plantings shall be guaranteed for a period of one year after by City Council acceptance
of the project.
E. The Contractor shall supply all water for planting and maintenance. Water may be obtained
at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive.
All water must be paid for in advance at the Civic Center, 410 E. Washington Street.
02900 -5
aiedgU joug 199AIS AjeAAo8
T E o (?
CD
T p
v v
nOO N N
v —
a E �^ ui lL U�
v
a_
o
t O
Ev a
uco p O
O -
Ocv n N
in OS
c > v E y
ac
rn � n
c c n CD
co IL yyc ° N
U
O Y $do w 3 N v L
C , v C� g Z v v ` �
W V N L
E° V+ c v w N
U C >`vv a c `o
C Q% v C y d J U N r
O 0 r O o U L
c > _off in a° Q m m
N D (z 3
a� c: CL GIN y a>
-0 EN .. EFR Z o � E
co
m C c ` c p ` aw`n J n
o
U) CC C U ado'•......... *:� w �m
a� c �3SN3��, C.) o
O O C i ..1.unn� N ¢ U
Z U m C7
W
W
rr
c. i} rr O x m a x Ln e% % 0 ® C? m w o 3 N
C= C7
-_.
U
U
o m
- D
rr
U
W
F_ O z w U
� J a
W U 2 Q W
M U U Z a
3 ��J w v ¢ w
^^11 W o= UI O > O Z J Q U m K W
W W w r O m O m x In w m W 0 W U
as a O Iw. W � U d J w> ? Q Z J W w Q U w O Z x
�i W W U O O J W F- W J 3 F W Q S O
z U z o a> z w o z w o a a w
wp O wo O z oo zzq x a m> w>_ a m o Z 0¢ a N
o w °w w S o o o a a a° viz > >> X m z o °m
0 J w& U F x W m a x in v) a n 3 c� s U w c� U_ c3 m m O w v A v~ o m a
W ~
C A
LLJ C/)
_ -
i
^L, �', 1
o -�
r
>0
rr
i /
w
w imps
i _ I
_ _
-�-�---( p
--
Z w�
m
—i_ Y
•-
\ �.
r
L N
) co Lf)
LEI) �.. N LL
cjTY
!0viA c I T ,10Vu el', cr
z
W
�z
06 0
�-
''^^ Wc
CD G
LL
cu
�—
Q W
O
z
W
Q
LG
//r/�
W
W
o �
W VI 0 O m r J V) W L- cf)
2WOOJ SOU W F- -j -j m OF W z_2 U=j V) 2
r�Wampwn 0) =2> rn Uu ¢ 00 �3 � r Q�
f- V1 W N U N U) °° o cn V) a �- < 0 3 Elf W 0 0 Q} N
F.Wait - m rn Q 00 0o Z¢ 0 aw a= r J U
Z W _J Z J N F- F- F- 0 Z V) U J ¢ O
H O D U p U 0 O O Q Q\ O U N ¢ r a 2 ¢ LLJ
2 IQi d F- V 0 WO O U W' U z w w z U 1 ~ tj J
3r wZ4 I zza F- I o OW
wWZ = p wm 00 r J OQ =
0 w w} r U U K 0 J g J m U 0 p Q1
=mZ O} .� 0 wW w �` a:J J a°'U Zw Q I r aaa Jp
Ow V) r O N W J J 2 2 Z_ } w - r J 0 0 O O_ '-
� w j O_ w U p r r U W Z_ w V) Z a U� Z c �S I W E
F-ZO =Q ~20 = w � Up ? 0UQ O Q a �/</ i
n Z
0pwwwOZmp ° w gl= N W ¢ o� z3 zo w 3:0
zxU��3Qw ¢ z aa~ u =a }3 °> ° z
w F- UQ J a O Q Z 30 vi d r c } O r V) Z a' W E W W p m
XL 0~100 K0L'i 0� ° W O z = Q W ¢p ~�.- M I O
0 ZOZ W, O � D_ r 0 � Q N 0 0wr O W a r p Q! m
gpa¢oz >¢z �_ ago N `0 W, w z° ow o � o �
ar U) Fn �J J Wax z �_ na =U ¢ G > QL ~ v
JW Z OZ�Y �� FM-Z J �Z r ZZ DQ U) 0
LLJ =OT r) JJ z °¢ ° V1 a �W &° 3 a O
O <� a m O Q� m0Z w pof w 3 W O } Jm r U 0 ¢ W✓J�)
rIrr Z OW W Q Q Z 0 J O Ua. _ ¢ J N Z Q O 0Z / Y
0 z r cn U) z > U 0 z g w ¢ w � ¢ a--) U a
ZOU
D)- 1 0 z x} = W az z W= rU1 g } /� ,^ [r
r U¢ vim F- r 0 N Z W V) Z Qz Z Q 0 M N !- 0 V/
W w Z U F- W y 0} Q Z J Z _ N a �- z U W
X z HV)wpU W J N O p_ Of W 0 0
W F- O J Z V J Q W (� Q U r Z W a O= a W D t^
~oI , 03 Oz W?U W a¢ a ax a �_ _
QO W L¢i Q n' (F- U r z a w= 3 txn�FQ- J� 0= r LL o U
3 r00JCnwU zo g� > mz �V°) ��o oN� xz m? o
z W O U ¢ O Y L�
(A Za°'w UZr <X Ww Sap U =? W Qom? 02a =3 wN m M�
w(zf) 2 O aw a? O� O w N EZp FW W -Q0, 32° I} W ¢ o
r if
Q�F- U 2& w° F1 Q zpw �N ODm U a U °Q o
a =owozo ?z ox xo� a> U J r W �m LLI ��v~ =� r3 n¢ > J)n �d� �� om w�= Nww Q� ° ~ /�//�� Z m
W W NO W> J U 0:0 U� x N 00 U rJ v :v
U
F- W O W Z W J F- U Z Z W a' W z N Q L J F- 0 V) V aO H a' Z W z J „ I O c/) (i J 4 T: Lj �� °U�F- a` w� ~z� w zoos a3 oNa ¢aO v °z m0 w = > o
L'i �mQ> viw=m L`� am mZ? m� L, }} - ��� zLm Q¢ 3w w U
LLI r J N0_ r J Z O U)N J W H J] 0.? wU Qw Z~ U ?� Z U
UapwO SZ3 O W LJ Qw 3 Q H V)WZ pQ F-(7Z 0U w¢ z¢ , 11 n
QVIU °a'rmZ I� aO V) ~� as �0: zO 0QW �JO_ mw
Q�0 a' IS I!wwns .y
�'/^� m
> r Z Z 0 V1 W O a' �' z j W J° W'W a W 0 r J J w J} F- Z_ v J
a Z�Z wwa om W� �zw oa =SJ ON= =N3 �m Z� z¢ Z c6
¢¢ 20Ln z 30 U H a0 F- J_ ZOr p 0
0 W w U U) ~p p z O d 0 0 z U Q° r 3 3 H ¢ Q} V) !_ z t i LLJ
OD Q O a Of
¢.QmO >WFO WZ _0w ZO Q� Q> TOWU OH3 >a'0 00O= �w ¢2 V,I U L�
Uz2�0 F-U ¢ O ON rZ W= UY pOW UU 2a Zm W \u^ �) a,
JO F- = F- Ji Z 3U aK a3> Q� J �V) O� y c�
m ) �°-�¢ oN ww w� Q? z wacn z3 ��a zzQ zL!' �o z QL
a�r�m 20 �w I=- °�zv1 0¢ W W OUW C7¢a p°Ua o3 I�j w
W W V~i�w �_ W a H Y J W 0 U) Q V-w S Z r JD > Z Q U a U W rn> w 0
w Z L U Q W V) 0 ¢ r w J ~ r Z a' J a' J Q a~a W a' O O W W J S z > Z
O =OQ W >2w00 30 20 �W OQ J¢ J=w Sw JD!Z 22W Jr
3Ua ZQ rOf Q3 LD z 3= �c�oa ¢_ ¢cnw rcn oWQ rF-r ¢o c�cn a M
ZN M U r N O) N W Z
rZ LU 0
V N
� m
v U
V
T } NO N MO ZO Q ONm j0 m0 O^1M M t00 V O O O O 0 M m l�
'€ C� N-t F-- N a N C 1 c0 m d � to m Z N7 0) 0 1 U r m O d, c0
W �N N7 ¢ W r,Lz iN O Mi') N �} 13 ry Ox N7 t0 O) N Ln 0 N iA U7 M
Z VN I U, I Q� I 1 r 100 LO N N 0 I I I
N W O ¢ . O 0) O .- TN O I N c0 c0 t0 Z cD c0 0
0 O Z I'7 � Z W- O) (0 O) l[) l[) Ln 0 U �- w n 7 O N 0) \ In ta7 O } 00
C Zg 3} r') i+7M 0 vi zrl)r'')� - 3 K) N)M O \W a \�J3 r, 0)
U_ O a QI 01 > 0= QI O) O+ O) rn 01 N \3 rn 0 j 0) Q V y N r m O) N O� Q 0) Z O) !n O\i J O)
N O) Q a L Z u7 } r '- N O- O) m Q � Q �
31:W Mr'7M U O f'i H7 r7 0.. �:Q r7 N7M Y�Q�O >N7r "10 w MQI I ZM QM mr7 0M rM 3M LLI O.±J UD_ x 0 O =U r W?i W O UI O M Q K LiJj ON
J U J r ti U N 0 Q ei ai O z vi O ui ai O ui ui 0 ai ci ui } ni
Q O O x C O= C= Q 0 w C- U' c W C W a' C W x ; C C C W C Z C D: C a C Q L
y� O M 0 p O x 1n 'O > O L j( O l0 3 O j( C E O} r 0- O J N O X Z O O> O x 0 a O O
S Lp L O O �i .- W W L O 0 W L O 0 r m N L F_ ¢ L Z L V- C .� L Q O L O L Q L A L W L L
L m -:2a MLt coUYa�w �In OFa�w Q��O aU3a am OxaW c a Wa Oa �a F- a- =51 a as
Q O
t
r r Z } 3
U W W
W N O
CK Q = 2 ~
..+ O N d a Z
.� S Fw- a W d1 I1r�1,
W w Y
Z C Z F 3
O g =° 3 N a a s
¢ w ¢ m F r
U FIE U r O U U V U U V
W � c}
M� N
_ Q �V(ii M V V
w
� J co in co co W ~ J .I
co co C� (� co lfJ �
0
Y
O N
QS
N Q
i� m
a � d U � � c�
U � U m @
W
.L C � •C � � �` S > > � in N �
N
N O .�
� a ,s�� O C.� U U � O
> U lJ �' 2 2 � d d� Q�
M
�
00
(p
d
M
M
ifl
CO
�t
Q
�
�
Wtf)
(S>
I�
M
6Z
F
L N
) co Lf)
LEI) �.. N LL
cjTY
!0viA c I T ,10Vu el', cr
z
W
�z
06 0
�-
''^^ Wc
CD G
LL
cu
�—
Q W
O
z
W
Q
LG
//r/�
W
W
o �
W VI 0 O m r J V) W L- cf)
2WOOJ SOU W F- -j -j m OF W z_2 U=j V) 2
r�Wampwn 0) =2> rn Uu ¢ 00 �3 � r Q�
f- V1 W N U N U) °° o cn V) a �- < 0 3 Elf W 0 0 Q} N
F.Wait - m rn Q 00 0o Z¢ 0 aw a= r J U
Z W _J Z J N F- F- F- 0 Z V) U J ¢ O
H O D U p U 0 O O Q Q\ O U N ¢ r a 2 ¢ LLJ
2 IQi d F- V 0 WO O U W' U z w w z U 1 ~ tj J
3r wZ4 I zza F- I o OW
wWZ = p wm 00 r J OQ =
0 w w} r U U K 0 J g J m U 0 p Q1
=mZ O} .� 0 wW w �` a:J J a°'U Zw Q I r aaa Jp
Ow V) r O N W J J 2 2 Z_ } w - r J 0 0 O O_ '-
� w j O_ w U p r r U W Z_ w V) Z a U� Z c �S I W E
F-ZO =Q ~20 = w � Up ? 0UQ O Q a �/</ i
n Z
0pwwwOZmp ° w gl= N W ¢ o� z3 zo w 3:0
zxU��3Qw ¢ z aa~ u =a }3 °> ° z
w F- UQ J a O Q Z 30 vi d r c } O r V) Z a' W E W W p m
XL 0~100 K0L'i 0� ° W O z = Q W ¢p ~�.- M I O
0 ZOZ W, O � D_ r 0 � Q N 0 0wr O W a r p Q! m
gpa¢oz >¢z �_ ago N `0 W, w z° ow o � o �
ar U) Fn �J J Wax z �_ na =U ¢ G > QL ~ v
JW Z OZ�Y �� FM-Z J �Z r ZZ DQ U) 0
LLJ =OT r) JJ z °¢ ° V1 a �W &° 3 a O
O <� a m O Q� m0Z w pof w 3 W O } Jm r U 0 ¢ W✓J�)
rIrr Z OW W Q Q Z 0 J O Ua. _ ¢ J N Z Q O 0Z / Y
0 z r cn U) z > U 0 z g w ¢ w � ¢ a--) U a
ZOU
D)- 1 0 z x} = W az z W= rU1 g } /� ,^ [r
r U¢ vim F- r 0 N Z W V) Z Qz Z Q 0 M N !- 0 V/
W w Z U F- W y 0} Q Z J Z _ N a �- z U W
X z HV)wpU W J N O p_ Of W 0 0
W F- O J Z V J Q W (� Q U r Z W a O= a W D t^
~oI , 03 Oz W?U W a¢ a ax a �_ _
QO W L¢i Q n' (F- U r z a w= 3 txn�FQ- J� 0= r LL o U
3 r00JCnwU zo g� > mz �V°) ��o oN� xz m? o
z W O U ¢ O Y L�
(A Za°'w UZr <X Ww Sap U =? W Qom? 02a =3 wN m M�
w(zf) 2 O aw a? O� O w N EZp FW W -Q0, 32° I} W ¢ o
r if
Q�F- U 2& w° F1 Q zpw �N ODm U a U °Q o
a =owozo ?z ox xo� a> U J r W �m LLI ��v~ =� r3 n¢ > J)n �d� �� om w�= Nww Q� ° ~ /�//�� Z m
W W NO W> J U 0:0 U� x N 00 U rJ v :v
U
F- W O W Z W J F- U Z Z W a' W z N Q L J F- 0 V) V aO H a' Z W z J „ I O c/) (i J 4 T: Lj �� °U�F- a` w� ~z� w zoos a3 oNa ¢aO v °z m0 w = > o
L'i �mQ> viw=m L`� am mZ? m� L, }} - ��� zLm Q¢ 3w w U
LLI r J N0_ r J Z O U)N J W H J] 0.? wU Qw Z~ U ?� Z U
UapwO SZ3 O W LJ Qw 3 Q H V)WZ pQ F-(7Z 0U w¢ z¢ , 11 n
QVIU °a'rmZ I� aO V) ~� as �0: zO 0QW �JO_ mw
Q�0 a' IS I!wwns .y
�'/^� m
> r Z Z 0 V1 W O a' �' z j W J° W'W a W 0 r J J w J} F- Z_ v J
a Z�Z wwa om W� �zw oa =SJ ON= =N3 �m Z� z¢ Z c6
¢¢ 20Ln z 30 U H a0 F- J_ ZOr p 0
0 W w U U) ~p p z O d 0 0 z U Q° r 3 3 H ¢ Q} V) !_ z t i LLJ
OD Q O a Of
¢.QmO >WFO WZ _0w ZO Q� Q> TOWU OH3 >a'0 00O= �w ¢2 V,I U L�
Uz2�0 F-U ¢ O ON rZ W= UY pOW UU 2a Zm W \u^ �) a,
JO F- = F- Ji Z 3U aK a3> Q� J �V) O� y c�
m ) �°-�¢ oN ww w� Q? z wacn z3 ��a zzQ zL!' �o z QL
a�r�m 20 �w I=- °�zv1 0¢ W W OUW C7¢a p°Ua o3 I�j w
W W V~i�w �_ W a H Y J W 0 U) Q V-w S Z r JD > Z Q U a U W rn> w 0
w Z L U Q W V) 0 ¢ r w J ~ r Z a' J a' J Q a~a W a' O O W W J S z > Z
O =OQ W >2w00 30 20 �W OQ J¢ J=w Sw JD!Z 22W Jr
3Ua ZQ rOf Q3 LD z 3= �c�oa ¢_ ¢cnw rcn oWQ rF-r ¢o c�cn a M
ZN M U r N O) N W Z
rZ LU 0
V N
� m
v U
V
T } NO N MO ZO Q ONm j0 m0 O^1M M t00 V O O O O 0 M m l�
'€ C� N-t F-- N a N C 1 c0 m d � to m Z N7 0) 0 1 U r m O d, c0
W �N N7 ¢ W r,Lz iN O Mi') N �} 13 ry Ox N7 t0 O) N Ln 0 N iA U7 M
Z VN I U, I Q� I 1 r 100 LO N N 0 I I I
N W O ¢ . O 0) O .- TN O I N c0 c0 t0 Z cD c0 0
0 O Z I'7 � Z W- O) (0 O) l[) l[) Ln 0 U �- w n 7 O N 0) \ In ta7 O } 00
C Zg 3} r') i+7M 0 vi zrl)r'')� - 3 K) N)M O \W a \�J3 r, 0)
U_ O a QI 01 > 0= QI O) O+ O) rn 01 N \3 rn 0 j 0) Q V y N r m O) N O� Q 0) Z O) !n O\i J O)
N O) Q a L Z u7 } r '- N O- O) m Q � Q �
31:W Mr'7M U O f'i H7 r7 0.. �:Q r7 N7M Y�Q�O >N7r "10 w MQI I ZM QM mr7 0M rM 3M LLI O.±J UD_ x 0 O =U r W?i W O UI O M Q K LiJj ON
J U J r ti U N 0 Q ei ai O z vi O ui ai O ui ui 0 ai ci ui } ni
Q O O x C O= C= Q 0 w C- U' c W C W a' C W x ; C C C W C Z C D: C a C Q L
y� O M 0 p O x 1n 'O > O L j( O l0 3 O j( C E O} r 0- O J N O X Z O O> O x 0 a O O
S Lp L O O �i .- W W L O 0 W L O 0 r m N L F_ ¢ L Z L V- C .� L Q O L O L Q L A L W L L
L m -:2a MLt coUYa�w �In OFa�w Q��O aU3a am OxaW c a Wa Oa �a F- a- =51 a as
Q O
t
r r Z } 3
U W W
W N O
CK Q = 2 ~
..+ O N d a Z
.� S Fw- a W d1 I1r�1,
W w Y
Z C Z F 3
O g =° 3 N a a s
¢ w ¢ m F r
U FIE U r O U U V U U V
W � c}
M� N
_ Q �V(ii M V V
w
� J co in co co W ~ J .I
co co C� (� co lfJ �
0
Y
O N
QS
N Q
i� m
a � d U � � c�
U � U m @
W
.L C � •C � � �` S > > � in N �
N
N O .�
� a ,s�� O C.� U U � O
> U lJ �' 2 2 � d d� Q�
M
CD
o U)
M w Oo
m w p0N w
w z0z
Z Q UQ�p w0 CEO
H Y m cO Q Of p N LLI C!)
C) 3 N N N mo o mod pO �
� w N w O 00 F- rn
Z > p N ~ =Hir pQ
o v� Q O m g w d U w
w w z m Z pwap O
a prow
U H U w w x Q p C1�
p w J_
s Z m m U m O W o W U
O r co (n H Of U N U Q
U a m LLJ D W
X U) z N oow o
_ z
O w
m w Q o � o Of O
�
Z W U > W U <po U
° w ul
Q z Q m Q o z
z �' 7 � Z Z (n cD Cn
LLJ - o O w Q —U w Q cn w =11 �-
= V)
h z = a� Z
w
= °°'- W z Lii J zo
Q O� i III- �W �° „_= Qz
m U �U W. -III u U)
w _ Q v wQ ° v
D C)
°0ZO A • III= `� N IIII
y (D w >- 't o I I 1 1 1 m ;I -1 v
F- cn IIII1= n
w V) �1 CD
ui
Z w
Zc Qo III- W 11=1h 0
(n J Z
Z _
_ U
w p co III Y O
-1
Z III- Q V) m
11 =11 °- Fr w
w III= Q of
_ Q v) E
> E
_ c�a
Q
Li > m I O
.,d,
LL
C.-)
z z o
CV d
r
M �
c
G c
_ cv
cv
� n U
w
Z
w °
uj
U z o
<,
Z m
O D vi
F- r
U
Z S i E�
w 0
V)
Z
p
N U a- H Li
Q
x O w Q cn Q W W
U n... p O LLI m a W ti
z
m
Li Z O ° Q Z OU c n LLI Li
� -
Cl- �-- r N m °. r o
Q z W Q PI) O
fif O a < Ur c�
U U
s
z � � N �j l .• m w � CL
O 0 III= m O Ln J z z
z � I III m z �'
�J III —I � cJ UJ wZ
z 1 =1 1= z
U
N � �
II —I .. 1
II III- N z
� w w I I 1 =1 0 w � � - w o (I
II I III II III o Z °o ° W
' o
C) U o,�
z X � z Q
� z ° z
Z w w X Q N W U — - Z w c Q
�g Q
CL zOf Zw z�U —III- m = o
w NZ QO Om U COQ C)
0
--��' w° J Z iD vOi Q LL- O Fes,
Of :�E O cl�
p
O
C�
E
-0 V
F L
E D,
CD
0
Z
c) C\J
O
-a
E E
LL
0
b
6
0 LLJ
c u 0 _0 Cf)
:P
0
0 0
U
IOVIA CIT
Y,
(If Z z
<
M
-FA
16 4x)
<
0
<
0-
ry-
0)
a-
U
c 0
0
a
0 E
LMJ 10 10
U
C
<LLJ
U)
0 0
0 Mo
n
LLJ
-2
MS
c4
I
z
0
- ;E �J_
C) a.
C)
x
c-4 E
0-2
D
z
0
LLJ
0 Li
< CL
0
E
C)
L .
<
(-)
<
LJ
M 0 in
LLI 0
-u
z
COL
Cf)
W,
< 25
Z:) 0
(/) �- CY M
0
o
0.0
-5i -a
E
LLJ
UO
E
2
LLJ
<
of
m
m u
L X
E
.- 0 q)
-00
n
of
D
��H
.j
OX
(/) U-
— Z
<
E
.2 E 0
0 E
6 a' >,
03
Lij
M W
Zil
ui
(A
Cf)
LLJ
U
2
S E
-0 m -0
n
M Z
M o o 2
LLJ
rn
CL
0-2
C 0 0
0 p
U
0)
u <
>
a- M U)
J u
0 0 0
U)
<
<
W H o-
<
n
<
r)
M
Q)
-E
L)
Z <
<
<
U)
L)
< F-
Of
a- 0- U,
OM<z
, 0 F- W
to U V) 0
co
U
V1
Q
(D
Z
E
>
°'d
0
0 x
LJ
A
0
0
u 'a
0 r 0
'o
CL
E
O
'5
(u
-e
0
—
E
x)
(X)
E u-
L)
0 0-0
0
0
<
M (2)
6 E
a
0
0
0
(U
r-
0
CD CJ)
c 0
0
Q
0.
Q
>
2 a,
LLJ
E
.2
t a,
>"0c
6
4)
0
3
c
0
>,
E
-9 b
C/)
E
CD
c �o C
5- c
0
E
u
c
R
0
0
it
'a
:D
x
0 a
0 .2
3c o
C) Z 0
3: 4):5
0
U) -5
0. cp
00
0
E!
c
4)
W
W
z
—
0
0
�/
a,
'D
m !
.
` �:
0
w
W-0-0
E
q)
z
N
c
CL
0
v
0
u
0
E
E
E
0
E
Do
2
C� to U"
0
c
0
a
21
W
a
t,5
0
a_
LL
3"
E
.T .
'D
4)
CL
Z
O0
0:� EO
0
2
0
z
O
u
2
c :3 C
-.5.2 u
0
o
a
E
E
0
u u
<
rT-
Lj
'a c
0. 2
-u
E
E
u
0
<
2-. .
o CL or o 11) x Q)
E
E 0- --0 -
:5
C -
c
0
D
M
c
CL
0
Cf)
o
a -0'
c
Mal 10
L)
a) V
a-
-2 �i
T.2
'a
a,
C
M
C
E 2
0
Z
>
1 -.2.v
0. :2
o
.2
E
2
c
3c
11 11
11
-C
-
�* :
Li
2
0
4).2
r
CL 3'
-01
0
C-) C-) C-)
c 0
0 u
8 S LLJ x
Big
E
<
ai
-0
0
.0
P
m
0 0
0
CD
LL
CD
3:
0
z
W
04
u'a
c W
0.0
a)
4)
0
M
m
0
c
U
O'D
.0 c
a,
E
LU
z
4)
39
0
2-0
0
CL
M
'a
C)
.2 D
ol
:5
-a
c
O
M
>
U)
c c
M
M
LLJ
4)
U)
c
C)
x
C/)
-Fn
a
L
U
I
—
0
4)
'O
>
<
C) o
Q-
.0
z
E
. e > 0
c u
�2
0
0 4)
......
CC
(D
u c
0 4)
'a
0
0)
-
n
C4
U-)
<
WO
0 —(U
.0
U
x
4)
c
0 c
" 0
z
-e
C 0
0
-C
....
7
LLJ
>
u
U,
0
...
u >
UL)
U)
1-0-
Cf)
.2
V)
ar
:6
-o
:3
rr
LU
z0
E
c
E
E
co
E
LU
'a
c
0
ta x
r 0
- E
L-
LU
c
10
0
od
CL
E 0 0)
2
v
n
<
.e
PI)
0
E
C14
4) N
0
0
tj U)
0
0
C c
<
E
CL
0
cl�
0
(D
0
EL
3
n
E 0-0
0
x
u-)
0
0 E
M
0
cp LO
3.
U.0
-2 E
am §!
.0
q)
>
C
In :t'
M m
E m
0 c 0
0
c
A n
Ln 0
x
d CL
E)
S
S
a
mcr
2
D H
L Ln
U
Q Q
O
W
Q Z
CD
mo N
a N
u-
° r
Cr)
2040JUr-i
P
z_L_D
cO CY
I I w X o
O
W
�
(
1�,
x
w>
N m
I ..
L) a_ �
�J
w W
G
O_ 0
I :'
w o w
J
O w Q
m
F-
0_
O
(/)
O F-
z Li
I
Cn
LLJ CD
J
N
-
J
i i
wp U
W
Q
z
�of O
::) z
W
Q
w
Q z
U a
z a
I{
0 i;
2 °r
a W~
cr
f—
O
LLI V)
Li Q
�
�_
F- Q
cn
N I'
H U)
0 U Z
rn
V J
<
Cr W Q
w2m0
m
N
�'�
Wi w
W
X «.a
w
...
m CL 0
¢
ppoo
z
CC
F-
Q
Q
i
°
Cz /)
JZw
O�
=
=
Uj
°°ocr
O
Q
ZWO
M
LLI
maF_
w
Z
LLJ
Q=F-0
W
Q
C) OZ �
mU O
J
O
J
z
_j
z~
N
OpF—U
z
D
�Jz
POwQ
I
!
>
U
F
�
Qw�a.
�
000
Q
a BUJz
I v.
m
Q
W
Q
W
�: �O
Z�hJU.
C3 W
W2>
W W-�
F-N O
=
Q mMUaO
> ��Yx
�
L)
�^
U
co
z
Q
��»
ZJ0
�U
Q��
WZO�O
F-�O' z
U)
li
rr
O
�� 0 C)
z C
WQQ
N Cr
Li
cr i a-
= (n
m
cr
Q
��m�
..�
O
UUQw�
=
OXUOf
Q D
F-0
z
UWU
zC) —
¢
a
OOQ
m
I
Q.
a)
O
J0dw
¢0- x0
w=
�
U�I
m
,
CKozw
U
cn
�aog
>
�
OrJ
°°
i
-j U� °a
QY
L
?Lf)
Y�WQ
_
z crP:
>-
0
W (/�
U (n
Ir Q ur °
i—
U
z
Nr7
QX
mW
BOZO
mF-Y W
°ma OIx
xpw o
U
c
(0MHCL
CO
N m F-
D 0
2 WU<0
Cf)
i E
a)
�
E
m
Qw
O
Q
�>
g
i
O
W
LO
c 6'
z
O
Q
V
�C_
—
Q) �c
N
I
L�
OC
Q)
W
N
u')
\
Q
O
aQ
\\
(D
LO
Q
Z O
R
N
/'�
n
^
/
o
Q N
O Q
(n m
CD
O
L)
•�
*0, U
n /
U y
(2) w
w
n
Q
co
z
U
aO
4;
O
Q
w
Z
W
U o
C
CU ,O
O¢
z
o
Q
N N U
Q
QU
3
�O
O
W
U
o
JY
U)
>
>
V Q
L L
LLJ
U
U
0
co
z
)
o
U
W
N
a>
U
z_
o
N
N
n
U
x
W Z
w
(n
O
`o
o
W
W
D
~
(n u
�,
z�
Q
Q
>
N
(n
y
c N
v
zi
w
(n
00
o°
E
v
W
Z
(n
LLJ
I
U
��
w .9
L=
a
Q
Z
O"
=
I w C)
`
c a
E
O C d]
E
°°
N
w Z =
Cr Q F_
D
O o
O c
L
O ai
a�
c
CL d
F_
Z
W
Z
Q
C O —
E CC3
V O
E o
C
•-
�• O
; o
03
E
E
v
W
O
E
O 7
U
c
N
O
U)
>
a
I
W
C)
,o
3:
O
C O
E
M
-
L o
O (1
N
>
m
L
Q
LJ_
L
U
W
°
;C-0
a o
LL- C
O
�.
_I
> J
>
Q
U
U
N
Y (°
y
Q
�.L
�O
O
L
u
0 W
F-
r
rY
U
c
N O
E
U W
O
�
O
m
O-
D O
Y> .L
N
0 a
In m
(]
U
Q)
•6 .L,,, 3
O
NFU
y N U
p O`
O
a
Q)
..+
!- O N
O>
d
•�
(n 'O m m
U-
r
O
O O 00
T
U
U
w =
w �
� Y
cn
cn al
N
Y
CL J
Q
U
cc
n�
0
CD d
z
o
c:.
U
U
CL
H
�w
V) _
WN
J
J ¢
U
Z W
O
W
W
FN
¢w
CYz
CYz
a¢a
CD
�Z
W Z
L) J
33v�ans VVIO
d N
M c
N N m
C Y U
QI� Eif
W Q c
U o
gm N�
J
o
25 CD
Of st \
` \� %
o
9
c�
Z
=N U \
o zdv o�
CL
V)
ov p
t m E ¢�
Cl-
r
C14 v � N
UJ N�o �y
w
n ° U
Ul or rr
Y o E o
ao — m.� W�
U I '� x
4d N
0
—
/
— — — —
Zm
W
w Z -
m
w � cn o' w
w� I-
¢ N
cn
° Q = m W
�m v
N O c3 W /
o.s
m mZa'..
Ln OU�Q'
a�
m m
°�
gg�NN
CL V%
Of
x 3
0 m
X,;dE3 m
e I
33v3ans VMH °
�aaa�s 4! w w n s
r�
W CL
UO m wn
m
�t
Of
g 3
na W
�n m �
� N
o
LLJ
cr-
r
v�
Qo
a N
LL
CL
Z
g
Q
W
Y
U
m
C2
d
CL
0'
z m
\
°
°
3Z
W
Q
ci
ol
--
3
im
cn U�
s
r
w
¢ �f
ua
Qw
o °
¢ N
F
CL
¢
c`
lI
SU'1
O E5
�V
a
I z r
i
is m
W z
cr
o
i Cn
u)gQ
LLJ
o vri
!
U
LLJ
` \� %
o
9
c�
Z
=N U \
o zdv o�
CL
V)
ov p
t m E ¢�
Cl-
r
C14 v � N
UJ N�o �y
w
n ° U
Ul or rr
Y o E o
ao — m.� W�
U I '� x
4d N
0
—
/
— — — —
Zm
W
w Z -
m
w � cn o' w
w� I-
¢ N
cn
° Q = m W
�m v
N O c3 W /
o.s
m mZa'..
Ln OU�Q'
a�
m m
°�
gg�NN
CL V%
Of
x 3
0 m
X,;dE3 m
e I
33v3ans VMH °
�aaa�s 4! w w n s
r�
W CL
UO m wn
m
�t
Of
g 3
na W
�n m �
� N
o
LLJ
cr-
r
v�
Qo
a N
LL
CL
Z
g
Q
W
Y
U
m
C2
d
r
CL m _
CD
n
r � w
M cn � z
ol
--
ar*- LL-
r
c�
Nw —!
o °
_
F
U
¢
c`
O
�V
w
i
o
i Cn
u)gQ
LLJ
o vri
!
U
LLJ
U
u
m �
u)
�v
;d�¢
E
o�
g3oN -- -
-
f
��
cn
ww�do
��
�
O
Ad
w
U
0 3:
0
3
WfUti
U
d
—
L)
C U
C 1'
°
V
�a
¢
I
C) v
�
og
N
�
0
o
z z °
m
I
ll
ol
�
m
48
w
> E3
CA
c U)
O
o
S�
ffiU
v
p o
-f 1
w
V
1�
4) 0
\
L
p�
v
on
2
�a
� w
Z
fY
^
¢ ¢ in
z N
Z
z
�z�'�
Z >
W�
F-
wmz�
__
3�
U)
-
-r -- - - --
,=-�
ZZ
W v
r
m
CL
2 C
� m
`�
Ww
yY
w
L
f 0 u
v o s
O
oar
I
L
4aaa4S
4!wwns
prim
w
W ~
N W Q
Z F-
J J N
F N
U) O C�
Z N o
C�
o�
c_n
X
W
Z
CD
CZ
Z �
L
LO
U� <
W
^,
W
Q (n
25
LU
�
M o
CN
c� 4
c0 -t
Q
� J N
�WQ�
O
4J
J
co
Lf)
>- E3
�
F- CD
N O
y
j: 3
O
(D
CV
4aaa4S
4!wwns
prim
w
W ~
N W Q
Z F-
J J N
F N
U) O C�
Z N o
C�
o�
c_n
X
W
Z
CD
M� / L--
I III QL
p N
W -
o__
� J W
� Z =
Q (n
Z af
O Q
z U m
C') Q
W Q ci
0
M
�Q N
CDJ
Z
a `.
JW3�
QzN LLJ
N0E _
z U U
CD
Z �
L
—J
U� <
W
^,
W
Q (n
25
Ln Ln o
W - Ln
M o
CN
c� 4
c0 -t
Q
� J N
�WQ�
O
4J
J
co
Lf)
Q F- (/7 F-
�
F- CD
N O
Z U U
M� / L--
I III QL
p N
W -
o__
� J W
� Z =
Q (n
Z af
O Q
z U m
C') Q
W Q ci
0
M
�Q N
CDJ
Z
a `.
JW3�
QzN LLJ
N0E _
z U U
CD
Z �
00
V) � +I
o
X 4 00
Ln Ln o
W - Ln
Ln Ln
c� 4
c0 -t
= II
II
U
57< Ln
� U II
U II
�
�
F- CD
CD
0.50
qaaa4S N W
4!wwns Q Q0
z
o
J
L.�
O
N
O
z N
0
W
O � /^J
co V
Q �
W��
0
�QLLJ
�Z=
W �
J Z "
Q�cn
�z of
Coa
Z- U m
00
00
00
cn oo +I
X M
II
C-) I I
p
Ln
W
L
C 7
�7
57< Ln
v
cD �i-
cD
0.50
qaaa4S N W
4!wwns Q Q0
z
o
J
L.�
O
N
O
z N
0
W
O � /^J
co V
Q �
W��
0
�QLLJ
�Z=
W �
J Z "
Q�cn
�z of
Coa
Z- U m
00
00
00
II
C-) I I
p
Ln
L
C 7
(n I-- +
57< Ln
cD �i-
z
0
z
z
w
W
Q
n
Q
W
C)
0
z
0
Q
CD
w
O
rn
W
w
L
U)
C) N
LL (f)
El-
I
z w
Q �
0
� z
z o
Q
cr
Q (�
Z
z o
w
2 U
ww
Q
U)
�w
�z
H
U
O d)
U)
n
c U
O
L) --
m (D
Q)
u)
Q
E
O
m
U
_O
n
VJ J) Y
N
C) U
0
w
F y r
C)
cj
u �
m
U)
o�
00
u-
�o
Z
Cl
W
W
Z�
z?
WO
�1
tea_
Fes+
) Ib
t C
a 0 a
O
W N 07
OQ OQ # (D
Q �= N
U �= N
u N N N N c LL (�
�0
z Qua Qua
3 0 0 U a
CD 0 - 0 cn O
W W a c W -0 c �
WO O' C� N a Q Of "t J
o ~ (D Q Rz J
row
C
\ z
U
LL
LL
Q
-C-
U)
co
LLJ Tr
U... S.S. >:
O
C U
® - N m Q>
N
tz
D �
p W i E
c O
m
TT -TT Tf U
O
W Z III
r, �
Q3o Ir rl f—I r
z H I 1J Z
r ��I z U o o
Ii• rl °D° U_I
W O) _< 3 ap C�
N I v
-i I� W o � o rw--
Q <
�u
03 w
W ,= _r D
I �,l - - - -- C./)
li L i - -
m
X
-- X- - - - -X- - L - i - X- - �E- - -X --w X c in
° o
4S 4!wwnS
F
N
Y ,rt
d' V
0 3 `i Z
J (n Y p w p
o = J W a W
Lo
°< ° i v Q W p oa 0 0 ¢o m WZ
r S N cx O Z I"— D J c J 3 N I (,7 Z O
m
i < 3� �- J NU V o_ Z �(n
Z �LL-a Q W0
Y �QQ +� �0Z
CL ZEN CLzC/)
cn Z Z zo .v
a Z N � � U
z w L 1
o m o 0 0
a I
LO 00= ry�x
LO
0
z
= o
o
CD
LO
O
z
u�
N
L
z
g
J
O
z
O
U
LL
LL
Q
o �
00
a�
� U
U
o
m N
C/) E
E
O U)
CO
U
O
O
V7 V) Y
� � Q
OI Y
oo�
U
H
W o
Q
<
LL =O = oN
N Q�
ti
N
_ o
W
Q
ti
�ll
O
0 0
ll
CJ Q
LL. U
V
z
I
W
W0
z-
0�L'
z>
WD
F -_�i
0
U)
rn
GL
c
0
0
N
-C
-C)
s
o
a m
u
N
w N
D o Q
Q o Q
o
a
o
�
_
z
Q -Ca
m -C a
°'
w
(-om
c
c
C)
C)
—
O
0
C) rn
rn
(L
w
w _°- C
W ° C
U
O
°
n CI-
> °
O
o
a
U
d n
d
-C
N
p
v M
Oa
=O
b
21
CD
LO
O
z
u�
N
L
z
g
J
O
z
O
U
LL
LL
Q
o �
00
a�
� U
U
o
m N
C/) E
E
O U)
CO
U
O
O
V7 V) Y
� � Q
OI Y
oo�
U
H
W o
Q
<
LL =O = oN
N Q�
ti
N
_ o
W
Q
ti
�ll
O
0 0
ll
CJ Q
LL. U
V
z
I
W
W0
z-
0�L'
z>
WD
F -_�i
0
GL
0
0
N
CD
LO
O
z
u�
N
L
z
g
J
O
z
O
U
LL
LL
Q
o �
00
a�
� U
U
o
m N
C/) E
E
O U)
CO
U
O
O
V7 V) Y
� � Q
OI Y
oo�
U
H
W o
Q
<
LL =O = oN
N Q�
ti
N
_ o
W
Q
ti
�ll
O
0 0
ll
CJ Q
LL. U
V
z
I
W
W0
z-
0�L'
z>
WD
F -_�i
LLJ
Q � M
c� c
C_3
C'7
0
0
CV
al
Lj N
i
U
C,
m w N
Q N
U
I
4-J I
C�
U
N
L
c
�
L
M C14
I
OC
Y w !
Noo 00
C
_ N U
U
e
O
cx
C,
m w N
Q N
U
IS I!wwnS
O
0
Q7Z
Lo
0
Q
M
U vl
a:.
w a o
Of
O �
U C,2
O C7
Q �
O O
2
F-
A
N x
v
Q N W
� -a
U
I
i
O
O
ZT
C�
U
c
c
�
N
Q
U
e
O
cx
U
2
w .N
w .N
C�
O t
O o Q
Q o Q
o
O
^Q)
Q Q
C)
U
U
c
�
U
N
_
�
z
Q
m
LULLJQO
m
3 0
_ 3 0
L
Q) Ol
CT)
U
V
W
W -o c
C-
W��
� c
W
z
a>
z 3
O
O
U
CL cn
co
XI
IS I!wwnS
O
0
Q7Z
Lo
0
Q
M
U vl
a:.
w a o
Of
O �
U C,2
O C7
Q �
O O
2
F-
A
N x
v
Q N W
� -a
U
I
i
O
O
O
U
LL
LL
rr
C
W
Q
-__ =
�o
L r'
N
U- Vl
a_
Z
J
O
Z
O
U
U_
LL
LL
Q
m
U
O O
i U)
Cis �
Q �
U
O
U �-
m ll
_N
_D
CIS E
E
O �
(n
O
m
U
O
O
L
o�
a
O C:� U
CD
F-
o`o
= >o
o0
o0
L <
0
Z
M
Wz
Wo
Z -
0�
Z -
w r)
s
T
T,
U
D
�
N
Q
C
e
O
cx
U
2
w
C�
O t
Y laJ
N
of
O
Q Q
C)
H
W
0
�
U
N
O
U
LL
LL
rr
C
W
Q
-__ =
�o
L r'
N
U- Vl
a_
Z
J
O
Z
O
U
U_
LL
LL
Q
m
U
O O
i U)
Cis �
Q �
U
O
U �-
m ll
_N
_D
CIS E
E
O �
(n
O
m
U
O
O
L
o�
a
O C:� U
CD
F-
o`o
= >o
o0
o0
L <
0
Z
M
Wz
Wo
Z -
0�
Z -
w r)
s
T
T,
O
P O
O
Ou
0 Ix
o co
p w
w p
Y O N
O N
w U w
D3 I I
Z N J H
O
p N
� p
N
F
O O
O cD
z�
z
D
0 N S
e
1 a
N x
3`
Y
0
Z3 N
0
wp �
a
0
i
4S I!wwnS
h
O R
CI O I
s== 30
U
p W
w p
Q N
U � �
W
3 S p,
oo
W W
p V)
N
/.
Y
Z
O
C
00 N
z3 N
H
p U �
0
o'
M
to
i i
3
W Y W
O
N i 3`x
°p
U
3N �+ aoo
=3N
CD
Wp
p J CL
U
O
Lo
^
J
C)
D
Q)
3 U) I
W O �
p
=h
/^1 ,,
W
L
N V
rte^
V I
�-L
°�.
>-Z3
O
0
m
Y
C
Q
�O N
C"i
Z3 N
W Q C7
T
z�
z
D
0 N S
e
1 a
N x
3`
Y
0
Z3 N
0
wp �
a
0
i
4S I!wwnS
h
O R
CI O I
s== 30
U
p W
w p
Q N
U � �
W
3 S p,
oo
W W
p V)
N
/.
I
I
C�
�7
•
i
V)
Y O
z W
O
Z3 N
W �
4S aoUaanoE)
Y
C
00 N
z3 N
0
o'
M
to
a Go
c
< W
W Y W
O
N i 3`x
°p
3N �+ aoo
=3N
-
0
Wp
p J CL
U
O
t/)
I
J
D
Q)
3 U) I
W O �
p
/^1 ,,
W
L
N V
rte^
V I
O �
O
0
m
Y
�O N
Z3 N
W Q C7
T
I
I
C�
�7
•
i
V)
Y O
z W
O
Z3 N
W �
4S aoUaanoE)
i
IS I!wwnS
in p w \
w p
V)
U W O
J H
3 ° o N
U in vwi Z 3 0
LL. J N p W O (.D
aQ
F- Q
N
Q Z
30
O�
U
� W
Q
J V)
Z Q w s _R
O U I 7
Z z y = 3ex
z
/ U
p
w
o�
J w
as O cx
3 z
N
z c
O
J o c�i 0 j v
< <
° w
p
N 3 Q O
uj m N U d' O J 0
Q O w I 0j J Q
W Y W O F- Z N
Z o y Z Z
KOO
a -
ZWWW - - --
Q
F-
� ES F-
�CL Y
JD �3 N
Q W
I)K O Z O
�O Wa V
O N U
�i
Of
p OJ
V u
a-J LLI . N_
Q c c O
L Q U N a C
n = � N O
3 C
- = U
O — O o,
< LJ L C c
m i 3 °x W Z > a > a Z o
z O °. > ° O =
—� U (L In CL m Un Un
1
T
p
W
W� I L
U � _ •- X 1
Y = V) Of
a4 NO
p U —
IS aoUaanoE)
J
z
O
U
1t
LL
Lo
U.J
U)
n
OI
O'
U
U!�
LL
LL
W
Q
it
m
� co
a N
LL
z
g
J
0
z
0
U
U
LL
LL
Q
h-
L
U
O �
U�
Q
co
CC U
0
U
W
^l l�
W V /
U) F=
-`E
O cn
CD
0
VJ UJ �
u_
� CL
TJ
- s
O� U
c>
m
I]
w o
O � n
(n cj)
= �- L2
LSi;
- VJ
C cJ
v�
LL U
Z
Ir
WZ
LU
Z�
ci �
W
Y
C
00 N
z3 N
0
o'
Z
o
a Go
c
< W
O
N i 3`x
°p
z
U
i
IS I!wwnS
in p w \
w p
V)
U W O
J H
3 ° o N
U in vwi Z 3 0
LL. J N p W O (.D
aQ
F- Q
N
Q Z
30
O�
U
� W
Q
J V)
Z Q w s _R
O U I 7
Z z y = 3ex
z
/ U
p
w
o�
J w
as O cx
3 z
N
z c
O
J o c�i 0 j v
< <
° w
p
N 3 Q O
uj m N U d' O J 0
Q O w I 0j J Q
W Y W O F- Z N
Z o y Z Z
KOO
a -
ZWWW - - --
Q
F-
� ES F-
�CL Y
JD �3 N
Q W
I)K O Z O
�O Wa V
O N U
�i
Of
p OJ
V u
a-J LLI . N_
Q c c O
L Q U N a C
n = � N O
3 C
- = U
O — O o,
< LJ L C c
m i 3 °x W Z > a > a Z o
z O °. > ° O =
—� U (L In CL m Un Un
1
T
p
W
W� I L
U � _ •- X 1
Y = V) Of
a4 NO
p U —
IS aoUaanoE)
J
z
O
U
1t
LL
Lo
U.J
U)
n
OI
O'
U
U!�
LL
LL
W
Q
it
m
� co
a N
LL
z
g
J
0
z
0
U
U
LL
LL
Q
h-
L
U
O �
U�
Q
co
CC U
0
U
W
^l l�
W V /
U) F=
-`E
O cn
CD
0
VJ UJ �
u_
� CL
TJ
- s
O� U
c>
m
I]
w o
O � n
(n cj)
= �- L2
LSi;
- VJ
C cJ
v�
LL U
Z
Ir
WZ
LU
Z�
ci �
W
M2e
Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 35 6-5149
RESOLUTION NO. lo-277
RESOLUTION SETTING A PUBLIC HEARING ON JUNE 15TH, 2010 ON
PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST
FOR THE CONSTRUCTION OF THE BOWERY STREET BRICK REPAIR PRO-
JECT— SUMMIT STREET TO CLARK STREET, DIRECTING CITY CLERK TO
PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER
TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
1. That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above - mentioned project is to be held on the 15th day of June,
2010, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting
is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk.
2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. That the copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above -named project is hereby ordered placed on file by the City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 1st day of June , 20_0
ATTEST: - 4'F !
CITY LERK
pweng \res \B dckRepai r -setph -2010. doc
/� �Z-
MAYOR
Approved by
City Attorney's Office s JZ4110
Resolution No. 10 -277
Page 2
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
x
x
wpdata/glossary/resolution -ic. doc
NAYS:
ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
NOTICE TO BIDDERS
BOWERY STREET BRICK REPAIR PROJECT
SUMMIT STREET TO CLARK STREET
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30
P.M. on the 8th day of July, 2010. Sealed propos-
als will be opened immediately thereafter by the
City Engineer or designee. Bids submitted by fax
machine shall not be deemed a "sealed bid" for
purposes of this Project. Proposals received after
this deadline will be returned to the bidder
unopened. Proposals will be acted upon by the
City Council at a meeting to be held in the Emma
J. Harvat Hall at 7:00 P.M. on the 12th day of July,
2010, or at special meeting called for that
purpose.
The Project will involve the following:
995 SY of Brick Paver Installation with 7"
PCC Base, 139 SY of 3" HMA Pavement with 7"
PCC Base, 434 SY of 3" HMA Pavement,
Removing and Replacing 547 LF of Curb and
Gutter, 32 SY of 6" PCC Driveway Approach, 52
SY of 6" PCC Sidewalk and Curb Ramp, 44 SY of
4" PCC Sidewalk, 112 SF ADA Detectable
Warning Truncated Domes, 1,300 SY of 6"
Granular Subbase, 12.7 STA of Durable
Crosswalks and Stop Bar, 267 SY of Pavement,
Driveway, Curb Ramp, and Sidewalk Removals,
434 SY of Pavement Milling, and other related
work.
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineer's Office, of Iowa City, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied
in a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a
surety in the State of Iowa, in the sum of 10% of
the bid. The bid security shall be made payable to
the TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to
the City Council.
AF -1
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100 %) of the contract price, said bond to
be issued by a responsible surety approved by
the City, and shall guarantee the prompt payment
of all materials and labor, and also protect and
save harmless the City from all claims and
damages of any kind caused directly or indirectly
by the operation of the contract, and shall also
guarantee the maintenance of the improvement
for a period of five (5) years from and after its
completion and formal acceptance by the City
Council.
The following limitations shall apply to this
Project:
Specified Completion Date: September 13, 2010
Liquidated Damages: $500.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifi-
cations and form of proposal blanks may be
secured at the Office of the Iowa City Engineer,
Iowa City, Iowa, by bona fide bidders.
A $20.00 non - refundable fee is required for each
set of plans and specifications provided to
bidders or other interested persons. The fee shall
be in the form of a check, made payable to City of
Iowa City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242 -4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with 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
Ub -10 -1 U
_�11D) 1 9
Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5149
RESOLUTION NO. 10 -319
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE
BOWERY STREET BRICK REPAIR PROJECT — SUMMIT STREET TO CLARK
STREET, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY
EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND
FIXING TIME AND PLACE FOR RECEIPT OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above -named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
1. The plans, specifications, form of contract and estimate of cost for the above -named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above -
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not
more than 45 days before the date for filing the bids, for the receipt of bids for the
construction of the above -named project in a newspaper published at least once weekly
and having a general circulation in the city.
4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa,
at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 8t' day of July,
2010. At that time, the bids will be opened by the City Engineer or his designee, and
thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said
bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City,
Iowa, at 7:00 p.m. on the 12 day of July, 2010, or at a special meeting called for that
purpose.
Passed and approved this 15th day of June , 20 lo
MAYOR
Approved by
ATTEST:_ _ Va ,,MAnWJ kf!�Pk-
CITY RK - City Attorney's Office
pweng \res \BoweryBdck- appp &s.doc 6/10
Resolution No. 10 -319
Page ___2
It was moved by Bailey and seconded by Di rkanS the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
x
x
x
x
x
wpdata /glossary/resolution - ic.doc
NAYS:
ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
Printer's Fee $ R.1 Gi
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS- CITIZEN
FED. ID # 42- 0330670
I, � o6rE 2 �s ArRT'2
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 1 . time(s), on the
following date(s):
THNE -7 1 _6 10
Legal Cle4
Subscribed and sworn to before me
this day o
A.D. 20_IQ_.
Notary Public
LINDA KROTZ
Commission Number 732619
My Commission Expires
January 27, 2011
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING
ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT AND
ESTIMATED COST FOR THE
BOWERY STREET BRICK
REPAIR PROJECT — SUMMIT
STREET TO CLARK STREET IN
THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY
OF IOWA CITY, IOWA, AND TO
OTHER INTERESTED PERSONS:
Public notice is hereby given that
the City Council of the City of Iowa
City, Iowa, will conduct a public
hearing on plans, specifications,
form of contract and estimated cost
for the construction of the Bowery
Street Brick Repair Project —
Summit Street to Clark Street in
said city at 7:00 p.m. on the 15th
day of June, 2010, said meeting to
be held in the Emma J. Harvat Hall
in the City Hall, 410 E. Washington
Street in said city, or if said meeting
is cancelled, at the next meeting of
the City Council thereafter as post-
ed by the City Clerk.
Said plans, specifications, form of
contract and estimated cost are
now on file in the office of the City
Clerk in the City Hall in Iowa City,
Iowa, and may be inspected by any
interested persons.
Any interested persons may
appear at said meeting of the City
Council for the purpose of making
objections to and comments con-
cerning said plans, specifica - tions,
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
80196 June 7, 2010
Printer's Fee $
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS- CITIZEN
FED. ID #-42-0330670
I
JZ2&IJQZ S A>ArCT'Z.
f
Rim'& 9-1-16"o, 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):
Al
Legal Cle
Subscri ed and sworn to before me
this �` day of
A.D. 20 10
y Public
LINDA KROTZ
Commission Number 732619
My Commission Expires
oWF January 27, 2011
OFFICIAL PUBLICATION
NOTICE TO BIDDERS
BOWERY STREET BRICK
REPAIR PROJECT
SUMMIT STREET TO CLARK
STREET
Sealed proposals will be received
by the City Clerk of the City of Iowa
City, Iowa, until 2:30 P.M. on the 8th
day of July, 2010. Sealed proposals
will be opened immediately there-
after 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 12th
day of July, 2010, or at special
meeting called for that purpose.
The Project will involve the follow-
ing:
995 SY of Brick Paver Installation
with 7" PCC Base, 139 SY of 3"
HMA Pavement with 7" PCC Base,
434 SY of 3" HMA Pavement,
Removing and Replacing 547 LF of
Curb and Gutter, 32 SY of 6" PCC
Driveway Approach, 52 SY of 6"
PCC Sidewalk and Curb Ramp, 44
SY of 4" PCC Sidewalk, 112 SF
ADA Detectable Warning Truncated
Domes, 1,300 SY of 6" Granular
Subbase, 12.7 STA of Durable
Crosswalks and Stop Bar, 267 SY
of Pavement, Driveway, Curb
Ramp, and Sidewalk Removals,
434 SY of Pavement Milling, and
other related work.
All work is to be done in strict com-
pliance with the plans and specifi-
cations prepared by the Iowa City
Engineer's Office, of Iowa City,
Iowa, which have heretofore been
approved by the City Council, and
are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed
on a form furnished by the City and
must be accompanied in a sealed
envelope, separate from the one
containing the proposal, by a bid
bond executed by a corporation
authorized to contract as a surety in
the State of Iowa, in the sum of 10%
of the bid. The bid security shall be
made payable to the TREASURER
OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the
City of Iowa City in the event the
successful bidder fails to enter into
a contract within ten (10) calendar
days of the City Council's award of
the contract and post bond satisfac-
tory to the City ensuring the faithful
performance of the contract and
maintenance of said Project, if
required, pursuant to the provisions
of this notice and the other contract
documents. Bid bonds of the low-
est 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 can-
vass and tabulation of bids is com-
pleted and reported to the City
Council.
The successful bidder will be
required to furnish a bond in an
amount equal to one hundred per-
cent (100 %) of the contract price,
said bond to be issued by a respon-
sible surety approved by the City,
and shall guarantee the prompt
payment of all materials and labor,
and also protect and save harmless
the City from all claims and dam-
ages of any kind caused directly or
indirectly by the operation of the
contract, and shall also guarantee
the maintenance of the improve-
ment for a period of five (5) years
from and after its completion and
formal acceptance by the City
Council.
The following limitations shall
apply to this Project:
Specified Completion Date:
September 13, 2010
Liquidated Damages: $500.00 per
day
The plans, specifications and pro-
posed contract documents may be
examined at the office of the City
Clerk. Copies of said plans and
specifications and form of proposal
blanks may be secured at the Office
of the Iowa City Engineer, Iowa City,
Iowa, by bona fide bidders.
A $20.00 non - refundable fee is
required for each set of plans and
specifications provided to bidders or
other interested persons. The fee
shall be in the form of a check,
made payable to City of Iowa City.
Prospective bidders are advised
that the City of Iowa City desires to
employ minority contractors and
subcontractors on City projects. A
listing of minority contractors can be
obtained from the Iowa Department
of Economic Development at (515)
242 -4721 and the Iowa Department
of Transportation Contracts Office
at (515) 239 -1422.
Bidders shall list on the Form of
Proposal the names of persons,
firms, companies or other parties
with whom the bidder intends to
subcontract. This list shall include
the type of work and approximate
subcontract amount(s).
The Contractor awarded the con-
tract shall submit a list on the Form
of Agreement of the proposed sub-
contractors, together with quanti-
ties, unit prices and extended dollar
amounts.
By virtue of statutory authority,
preference must be given to prod-
ucts and provisions grown and coal
produced within the State of Iowa,
and to Iowa domestic labor, to the
extent lawfully required under Iowa
Statutes. The Iowa reciprocal resi-
dent bidder preference law applies
to this Project.
The City reserves the right to reject
any or all proposals, and also
reserves the right to waive techni-
calities and irregularities.
Published upon order of the City
Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
77439 June 21, 2010
Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5149
RESOLUTION NO. i n - -AsR
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE BOWERY STREET BRICK REPAIR PROJECT.
4130
WHEREAS, All American Concrete, Inc. of West Liberty, Iowa has submitted the lowest
responsible. bid of $192,410.00 for construction of the above -named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
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 12th day of July 120 10
W �
I AA *.
Approved by
ATTEST:
CITY CtERK City Attorney's Office
It was moved by Bailey and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
X Champion
X Dickens
X Hayek
X Mims
X Wilburn
X Wright
pweng \res\awrdcon- bowerybrick. doc
7/10
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
( "City "), and All American Concrete. Inc. ( "Contractor ").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the 1 day of June , 2010, for the Bowery Street Brick Repair Project — Summit Street
to Clark Street ( "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 N/A ;
b. "Standard Specifications for Highway and Bridge Construction,"
Series of
2009, Iowa Department of Transportation, as amended;
N
E75
C. Plans;
°
d. Specifications and Supplementary Conditions;
r,
e. Notice to Bidders; m"
f. Note to Bidders;
--
c
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):
Bee L; n e Prof u cts - "rrAc con-hv al - A 1-7 0 0
CQv- 14.4 TTYa t-+fC Conlro Paint Stripiq 40t.So PersTA - isill.-Is
V}Q.✓ISen Asp ha Asphal+ under Vcrers- # U70 Sy - 8610 j
M` ►- A 10 -SO Sy- #4500 '1 14N►A IPayema ,nt-- 18.S0 19Y -
14AA,4 Pavement- W1 ') " PC 'g0
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this of 12010.
C:Ity
ATTEST:
Mayor
City Clerk
AG -2
Contractor
B
(Title) Corp. S Q C. ftre-alo
ATTEST
(Title) Pr' a C
(Company Official)
Approved By:
City Attorney's Offi&e
(-
u:
e
j
FORM OF PROPOSAL
BOWERY STREET BRICK REPAIR PROJECT
SUMMIT STREET TO CLARK STREET
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 All Ary)ec'ca -n CO2"_e4-P , Z` c
Address of Bidder
Pa1-nboo WfSf �►�u�
� ) TA- 5 -A -7 -7 (o
TO: City Clerk
City of Iowa City C)
City Hall° ..0
410 E. Washington St. r • ry
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in = ariunt
$ 16• /o OF bid in accordance with the terms set forth in the "Projeclp'eci rf`cations:'
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.
ITEM
DESCRIPTION
UNITS
ESTIMATED
QUANTITY
UNIT PRICE
EXTENDED
AMOUNT
1
Pavement, Driveway, Curb Ramp, and
Sidewalk Removals
SY
267
$ 0 r
$ Z6 %0
2
Brick Paver Installation with 7" PCC Base
SY
995
$ 10
$ / 9 y50
3
6" Granular Subbase
SY
1,300
$
$ f 0 yea
4
Pavement Milling
SY
434
$ D S 0
$ y SS-7-'
5
3" HMA Pavement
SY
434
$ S • S0
$ k02-q,
6
3" HMA Pavement with 7" PCC Base
SY
139
$ -?p
$ 9 ?30
7
Remove and Replace Curb and Gutter
LF
547
$ ,3S —
$ 1911 S'
8
6" PCC Driveway Approach
SY
32
$ 6 0 —
$ J 5 LO _
9
6" PCC Sidewalk and Curb Ramp
SY
52
$ 60 -
$ �J LO "-
10
4" PCC Sidewalk
SY
44
$ 90 '-
$ 60 •�
11
ADA Detectable Warning Truncated Domes
SF
112
$ 3o
$ (,D
12
Manhole Adjustment
EA
2
$ 3 DU -
$ 600—
FP -1
13
Durable Crosswalks and Stop Bar
STA
12.7
$ 4 i 0 "'
$ s 9 61 _
14
Traffic Control
LS
1
$ l -7v0 "
$ 17 00 —
15
Mobilization
LS
1
$ 1 0 0OC) `�
$ /0 0D0
TOTAL EXTENDED AMOUNT
$JJZ 4/O
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:
N
G.1
CJ
f4 Po
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. e
Firm:
At1 �✓ner�ce�v� �anu'r.ec .
I
Signature: 7 4Z
Printed Name: � I I I S I "Y1 on 3 1a -(1 3 1- 30 -71
Title: Fr P S I d ev)�--
Address: 56-1 - Y2
Y20- i n bow D r,
Phone:
Contact: B,11 Si ✓1q0
Girle GoAdo,-ok 311 -OL-7-
FP -2
PERFORMANCE AND PAYMENT BOND #54- 179391
All American Concrete, Inc., 507 E Rainbow Drive, West Liberty, IA 52776 , as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and United Fire & Casualty Company, P.O. Box
(insert the legal title of the Surety)
73909, Cedar Rapids, Iowa 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 ojone Hundred Ninety -Two Thousand Four Hundred Ten and 00 /100Vollars
($192,410.00 } for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jeiily and
severally. ° �-� �tl
WHEREAS, Contractor has, as of entered Into -&;c7,
(date) :<
written Agreement with Owner for the Bowery Street Brick Repair Project -- Summ� reet la Clarke
Street; 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
Iowa City Engineer's Office, Iowa City, Iowa which Agreement is by reference made a part hereof,
and the agreed -upon work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly,
1, Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
PB -1
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and /or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of five (5) 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
N
a part of this bond to the same extent as if it were expressly set out herein. °
rJ
SIGNED AND SEALED THIS 14th DAY OF July r>2o10.
N
IN THE PRESENCE OF:
All American Concrete,
ncipal) —
Nico Keck Witness Jodi on (Title) Treasurer /Secretary
Nicole Keck Witness
United Fire & Casualty Company
(Surety)
Beth Ambrisco (Title)Attomey- n- act, An Iowa
24 Westside Drive Resident Agent
(Street)
Iowa City, Iowa 52246
(City, State, Zip)
319- 887 -3700
(Phone)
PB -2
UNITED FIRE & 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 Cedar 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 Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all Lawful
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 & 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 soused, 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
�``�NNN�+ + +f�'''' its vice president and its corporate seal to be hereto affixed this 1 st day of October, 2008
66
CrRPORATE °
UNITED FIRE & CASUALTY COMPANY
S mat
+ +nnm►+�� By .t�r.,t�....
State of Iowa, County of Linn, ss; ((// Vice President
On 1st day of October, 2008 before me personally came Dennis J. Rlchmann
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 UNITE=D FIRE & 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.
Mary A. Jansen A
$� Iowa Notarial Seal 1TS`
.Commission .number
713273 /V+
My commission Expires,
10/28110 Notary Public
1, 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
Attorney, 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:
a °��vti'"r,�4 In testir>j�rwhereof I have�erfunto subscribed ��qq name and affixed the corporateeal of tsaid'Company
.NAX ' �., this day of U Y 20� z�s c—
'r , --. C_-
5
1 CdRFORATE J - s
it(�
it .1110 Secretary
BPOA00190706 "`
AtE�!F CERTIFICATE OF LIABILITY INSURANCE OP ID BA
r ATE(MM/DD/YYYY)
07/16/10
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (ies) must be endorsed. 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).
PRODUCER
A W Welt Ambrisco Ins., Inc.
24 Westside Drive
Iowa City IA 52246
Phone:319- 887 -3700 Fax:319- 887 -3701
NAME:
PHONE FAX
A/C, No, Ext : INC W.I.
ADDRESS:
CUSTOMERID #: ALLAM -1
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURED
All American Concrete Inc.
Bill & Jodi Simon
507 E. Rainbow Drive
West Liberty IA 52776
INSURER A: Cincinnati Insurance Company
10677
INSURER B: Accident Fund Company
10166
INSURER C :
INSURER D:
EACH OCCURRENCE
INSURER E:
PREMISES (Ea occurrence)
INSURER F
A
�...�� rCOTICIrATC kl"URCR- REV151UN NUMOLK:
v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
INSR
WVD
POLICY NUMBER
(MM/DD/YYYY)
(MM/DD/YYYY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$1,000,000
PREMISES (Ea occurrence)
$100,000
A
X COMMERCIAL GENERAL LIABILITY
CPP0820149
03/18/10
03/18/11
MED EXP (Any one person)
$10,000
CLAIMS -MADE FX OCCUR
PERSONAL BADV INJURY
$1,000,000
X
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
s2,000,000
Em Ben.
$ 1M /3M
POLICY X SECT Loc
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
(Ea accident)
$ 1 000 000
r
A
ANY AUTO
CPP0820149
03/18/10
03/18/11
X
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
ALL OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
SCHEDULED AUTOS
HIRED AUTOS
X
NON -OWNED AUTOS
X
$
A
X
UMBRELLALIAB
}[
OCCUR
CPP0820149
03/18/10
03/18/11
EACH OCCURRENCE
$ 7000000
AGGREGATE
$ 7000000
EXCESSLIAB
CLAIMS -MADE
DEDUCTIBLE
$
X
$
RETENTION $ O
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE :l
OFFICER/MEMBER EXCLUDED? U
(Mandatory In NH)
/A
WCV6006003
03/18/10
03/18/11
X TORY LIMITS ER
E.L. EACH ACCIDENT
$ 100000
E.L. DISEASE - EA EMPLOYEE
$ 100000
E.L. DISEASE - POLICY LIMIT
$500000
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
Bowery Street Brick Repair Project C:) C_
rCOTICIr ATC NM r1CR CANCELLATION
CITYIOW
SHOULD ANY OF THE ABOVE DESCRIBED POL VV& CANCELLEDEF tE
THE EXPIRATION DATE THEREOF, NOTICE WILLei6CELIVERD IN
ACCORDANCE WITH THE POLICY PROVISIONS: -.
City of Iowa City
y,
--
Civic Center
AUTHORIZED REPRESENTATIVE
410 E. Washington
Iowa City IA 52240
W'IVUU -ZUUV AL UKIJ CuRrUKpll Ivry. All n8nus rtlStllV"U.
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
�r
_iip
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240 -1826
(319) 356 -5000
(319) 356 -5009 FAX
ENGINEER'S REPORT www.icgov.org
October 5, 2010
City Clerk
City of Iowa City, Iowa
Re: Bowery Street Brick Repair Project — Summit Street to Clark Street
Dear City Clerk:
I hereby certify that the construction of the Bowery Street Brick Repair Project —
Summit Street to Clark Street has been completed by All American Concrete,
Inc. of West Liberty, Iowa in substantial accordance with the plans and
specifications prepared by the City of Iowa City Staff.
The final contract price is $195,287.00.
I recommend that the above - referenced improvements be accepted by the City
of Iowa City.
Sincerely,
Ronald R. Knoche, P.E.
City Engineer
,Pr Q'
[=4e�
Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5149
RESOLUTION NO. i o -428
RESOLUTION ACCEPTING THE WORK FOR THE BOWERY STREET BRICK
REPAIR PROJECT — SUMMIT STREET TO CLARK STREET.
WHEREAS, the Engineering Division has recommended that the work for construction of the
Bowery Street Brick Repair Project — Summit Street to Clark Street, as included in a contract
between the City of Iowa City and All American Concrete, Inca of West Liberty, Iowa, dated July
22, 2010, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $195,287.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa.
Passed and approved this 11th day of October , 20_10___.
MAYOR
Approved by
ATTEST:
CITY CLERK City Attorney's Office
It was moved by Champion and seconded by trims the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS: ABSENT:
x
Bailey
x
Champion
x
Dickens
x
Hayek
x
Mims
x
Wilburn
x
Wright
Pweng /res /ACPTW ORK- BoweryBrick2010.doc
10/10