Loading...
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