HomeMy WebLinkAboutHOUSING INSPECTIONS REMODELING PROECT/2006
HOUSING
INSPECTIONS
REMODELING
PROJECT / 2006
5-~-O'"
+ns.
i1J:.MODE.LtNb / ~()oft,
P~4. 1 0.( ~
-g.o;;ol....J~Qh... ()k-.;J,f I s<<.ff; ~ Cl<. r.....f,t;c "'~c:tv-:.n.'} c:r>"> S~r+e.M. be..- If
~tTO" _11"'" r[Pony ~c.;.[:cC<.. '+:1>1'1$/ . -&'vv.-. o+- c.on.-t~ ~ ~~~"tL
-f- CDs+- foy"Jke.. CPrnJ~!21-\. cJ -the f.lDu.s',,,,} ~ Ins,Fe.c.+.'t>n J;:
R.e.rv\.oale.\;V1t ?roj~e:-\- d~...w',I'\~ ~ ~lf."t. +D r l;~ ncd-;c~ rI-
Sa..; d h.&.(';~ Rn4 cl.'lv-eC.-+i~. C;y &~11f& ~ rleet:. srv'd f4I'LSo
"00\. +;/4. ~.~ r....bl..c. '1'\C;:~a:-f:DV'\.
q--//- 6?~
?l41ls 4'11.4 ;fees I.i?~d &H,. ~ I~
""Re:so(....A-;~ 01:,- 30g cy:pro\J;Y\~ 1"Llt.....s/ 7ec.;-f';<:",-..t-;Pv\'~ -Ar~
0+ con1-rttc!- Je~;l"Yl.~ 0+ co...t- -+0.-:- -H-e. OhS+v..Jt-....h vf +k
,
o....s:"3- c:t~ :::r",sr~; frl'\S ~.....odel~l'\.~ ~~~c.+- ukblishi.na- a..mDlA.td-
.b;d.se.c:.....r;7 -1-0 ~cc~/ e.a.cl-. .b;d d;ruJ-;"'$ C7 CIe.rK /-.
r.....hl~slo..dMi;SE?(M!.~ -t,.,.. b;d~ et.....d {.\K;h.~ -J.:.....-e. <the.!. ,IIIIce.. {.,r
~cei;* 0+ &;cts.
11..,.$cP-ol,
~~--S "t.~_
~-<-" c""" ~ ~ q,"",-"'.s.
",-",-A. S~-"-~ """,~ \\-\-\~ ~"'''''0~
O"'-\~
^loi-;c.~ o.{. -plAt, Lc tt€-Q';"'tj - ?roo-f- c.?-P ?'-I..b I;~k-L~
.AcLv.Q.,..J.~:5'elT\.<i:.d- +<:>V" 'B; ds
'?,. Do{ 0-[ rIA. b li<:~-+ ~ ~"1. ~ -Ad)'t'v,t.; sem -<~+ ~v 13:d.s 9/.JIJ!r>>Jb
"?f"oot o-f t'lAb t', C"crl-', Ol\.. - Ad\J~v-+-;sl!..1Vt(~~... ~'dS l~f1<i?otJf
P~d. oi d-..
I-f.(S R-e~.II..(;'(\.O' /4o()b
'4.~IIlo".O" l{Jl..~l...A-;O">'\...Ob - a.S+ ~o.."'d..;,,",~ c::,on-l-~ ~ cu.t..~o...;~i..,.
+u. ~'(' +01 "i~Y\ ~ -tk.- c..;-iy Ctuk.. 1-0 fl-l{essf- <2. a>>t4-.cf-
.fo... ClClns-l-........d-:C"- of..J.Jw. t+t>~~~ In'5:f~:O""s, 'R.o.....-.Dd4..l:",,}
71"0 je.c.:t-_
~'\-~c:>l-O
Cf-APtr- o?'
~ I;;:,"'~ '" ~ ~'r'" ~Q.S~
......... '^ h.~~.l,;
., ~ ~ u \,;, L. ",'tv "-"---\- "r~
~"->N-."~0.\~ ~ r~,~ .
.s;,c<" \~""'~""':J ",-",cl.. l'r"\.s~~'-\'\\)'"
f:~c..Il\la=.eIf\)"" RE::-f'ora-r - Ac"'~r~ +J....- w.:>v"k.
I~APe, 01, &sot~""'"'- 07- I""} a.c.c~rh", -f/,.L wVv-'<- ...{O...- R -AQ..cs~~
"'->n-sf= ~;tn\S R€.......od..e.I:"" Pf'qj.ec:.+.
-t>
[:[
Prepared by:: Kumi Morris, Engineering Division, 410 E. Washington SI., Iowa City, IA 52240, (319)356-5044
RESOLUTION NO. 06-281
RESOLUTION SETTING A PUBLIC HEARING ON SEPTEMBER 19, 2006, ON
PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST
FOR THE CONSTRUCTION OF THE HOUSING AND INSPECTIONS
REMODELING PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF
SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID
PLANS ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
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 19th day of
September, 2006, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if
said meeting is cancelled, at the next meeting of the City Council thereafter as posted by
the City Clerk.
2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. That the copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above-named project is hereby ordered placed on file by the City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 'i t h
d"Of~wL
MAYOR
ATTEST: ~uJ II. ~~
CIT LERK
~proved ~y
. ~f~
, City t~rney's Office
1>/"" (II v
Pwenglres/hsgi nspecremodelsetph.doc
8/06
Resolution No.
Page 2
06-281
It was moved by Champ; on and seconded by
adopted, and upon roll call there were:
AYES:
x
x
y
y
x
x
y
NAYS:
ABSENT:
Correia
the Resolution be
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
~,
,~
Q "'"
0-
,n II
.J2 en
y:-~. -<::l -
- ,--
(j ,
';--, r-.~ - ';-n
~:(~, .." .,-,
- , :% \....J
--("~\
0"" -
",/' .,
Z c.n
)>- ~
~~~
NOTICE OF PRE-BID CONFERENCE
The City of Iowa City intends to enter into a contract for Housing and Inspection Services 2006
Remodel Project.
A Pre-Bid Conference will be held at the City of Iowa City, Housing and Inspection Services
2006 RemOd~Oject, 410 East Washington Street, Iowa City, IA.
The conference . ill be held on October 3rd, 2006 at 9:00 A.M. Central Time. The Pre-bid
meeting is manda ~; all interested Bidders must attend the Pre-Bid Conference in order to
be considered for this ward. The Pre-Bid Conference will provide each bidder with an
opportunity to discuss t e City's requirements, to discuss the sp ifications related to the
project, and to ask quest l;(ns that pertain to this Request for Bid
"
\
Please review the following-,Request for Bid before attendi g the Pre-Bid Conference.
\
'.
,
\.
'\
\
,
PB-1
6
:;:0
,>- --I
I~~~. r-~;
,-' ~'--
C '. i 1'1
_'d" -'r-.'
C__2~;',:
;;
.-:0
,
l.. '.~-'
...;.....
<:')
ri
-',J
11
-0
r \-1
C"-I,
'.J
en
01
NOTICE OF PROJECT FOR BID
DATE: September 11,2006
BID: Housing and Inspection Services 2006 Remodel Project.
NOTICE TO BIDDERS: Sealed Bids will be received at the Office of the City Clerk, until the time and
date specified below, for:
Housing and Inspection Services 2 06 Remodel Project
ADDRESS B TO: Attention of the City Clerk's Office, ity Hall, 410 E. Washington St., Iowa City,
IA 52240-1826, 0 or before the bid opening local time an date specified below. Bids shall be sealed
and clearly marked n the front "Bid for Housing an Inspection Services 2006 Remodel
Project" All bids m t be received by the City Clerk' office (date and time stamped) by Ill. a.m.,
October 20.th , 20.0.6. '\
FAXED Bids will not be acc
BID OPENING: 10. a.m., Octobe 20.th, 20.0.6, Lobby, Conference Room, City Hall, 410 E Washington
St., Iowa City, IA.
"
The City is not responsible for delays oc sioned y the U.S. Postal Service, the internal mail delivery
system of the City, or any other means of live employed by the bidder. Similarly, the City is not
responsible for, and will not open, any bid re nses which are received later than the date and time
stated above.
BONDS AND INSURANCE:lnsurance is e uire as s ecified in General Conditions S-4
Bid securi and erformance bond is re ired.
OUESTIONS: All questions and clari lcations regard in this Request for Bid can be answered before
October 9th, 2006, by contacting the p son listed below:
Detailed Specifications:
Kumi Morris
Architectural Services Coordinat r
410 East Washington Street
Iowa City, IA 52240
kumi-morris@iowa-citv.org
(319) 356-5044
MTTHF 8:00 a.m. - 1:00 p
(j
~,-:-;, (--"
'.,;:.::'!
,-
':.,~: CJ
,-,_.,.-
-- -, t:,~~,
7-)-':)
'::~.: ;Z
:p;
r:.:~
t,.....
f"-'
-q
NOTE TO ANSWERS: All questions will be addressed in a single docume t and sent to all bid
document holders.
NPB-1
-n
....,
-',.-
,'---
;T\
, .
r---1
,-J
U1
Ul
NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR HOUSING AND INSPECTION SERVICES 2006 REMODEL PROJECT IN
THIifITY OF IOWA CITY, IOWA
\
TO ALL TAXpAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTH INTERESTED PERSONS:
Public noi~ is hereby given that the City Council of the City of Iowa ity, Iowa, will conduct a public
hearing on plansc~pecifications, form of contract and estimated cost for th construction of the Housing and .
Inspection Services~006 Remodel Project in said City at 7:00 p.m. on th 19th day of September, 2006, said
meeting to be held in'lt)e Emma J. Harvat Hall in City Hall in said City, if said meeting is cancelled, at the
next meeting of the City 'Gpuncil thereafter as posted by the City Clerk.
Said plans, specifications ';-form of contract and estimated cost are n w on file in the office of the City Clerk
in City Hall in Iowa City, lowa~'end may be inspected by any intereste persons.
Any interested persons m'ax appear at said meeting of the ity Council for the purpose of making
objections to and comments co"\erning said plans, specificati s, contract or the cost of making said
improvement. "
This notice is given by order of th~ity Council of the City of owa City, Iowa and as provided by law,
MARIAN K, KARR, CITY CLERJ<,
\
pwenglnphHIS2006,doc
9/9
NPH-1
c5
=;:0
)c, ::::\
/
~~
,.
-:.::..\('j
-::~JS',
~::::> /,
~
~,
t,..:'
0'":'.)
c.::....
r--,
",j
-1';)
-1'1
1"'-
\....'.1
-:l
..--- I
',_.-1
-......
(.'1
Ul
ADVERTISEMENT FOR BIDS
HOUSING AND INSPECTION SERVICES 2006
REMODELING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10 A.M.
on the 20th day of October, 2006, or at a later date
andlor time as determined by the Director of
Public Works or designee, with notice of said later
date andlor time to be published as required by
law. Sealed proposals will be opened imm iately
thereafter by the City Engineer or desig e. Bids
submitted by fax machine shail not be eemed a
"sealed bid" for purposes of this Pr. jec!. Pro-
posals will be acted upon by the City ouncil at a
meeting to be held in the Emma J. arvat Hail at
th
7:00 P.M. on the 14 day of Nove ber, 2006, or
at such later time and place as ma be scheduled.
The Project will involve the foilo ng:
Demolition and remodeling f two offices in
Housing and Inspection Se ices.
AI ark is to be done in st(ct compliance with
the p ns and specificatio prepared by the
Engine 'ng Division, City of Iowa City, Iowa,
which ha heretofore be approved by the City
Council, and. are on file r public examination in
the Office of the City CI
,
Each propos shail e completed on a form
furnished by the 'ty nd must be accompanied in
a sealed envelo . separate from the one
containing the pro 0 I, by a bid bond executed
by a corporation utho' ed to contract as a surety
in the State of I a, in t sum of 10% of the bid.
The bid secu ty shall be made payable to the
TREASURE OF THE CI OF IOWA CITY,
IOWA, and shall be forfeited 0 the City of Iowa
City in th event the success I bidder fails to
enter int a contract within ten (1 calendar days
and po bond satisfactory to the C ensuring the
faithf performance of the contrac and mainte-
nan of said Project, if required, pu uantto the
pro isions of this notice and the oth contract
d uments. Bid bonds of the lowest two or more
dders may be retained for a period 0 not to
xceed fifteen (15) calendar days until a c tract
is awarded, or until rejection is made. Othe bid
bonds will be returned after the canvass d
tabulation of bids is completed and reported to t e
City Council.
The successful bidder wiil 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 Council, and shail guarantee the prompt
payment of all materials and labor, and also
protect and save harmless the City from ail claims
AD-1
Q
:>-0
"; ---,".\
,.....'
'~.=\
c;.;:. .~
,,~
:. "
'-OJ
-n
--
,..,..--
-
,
, -C'\
, ,
'CJ
-'--, '
.....,
::.~
-~ -:-j
() ~/z
/
Z
)7
-
.'
c"
<.J\
and damages of any kind caused directly or
indirectly by the operation of the contract, and
shall also guarantee the maintenance of the
improvement for a period of one (1) year(s) from
and after its completion and formal acceptance by
the City.
The following limitations shall apply to this
Project:
Working Days: 45
Specified Completion Date: January 31, 2007
Liquidated Damages: $100.00 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 tions
and form of proposal blanks may be sec red at
the Office of the Engineering Division, City f Iowa
'" City, 410 E. Washington Street, Iowa Ci ,Iowa,
" 319-356-5140, by bona fide bidders.
" A $15.00 non-refundable fee is require for each
~t of plans and specifications provided bidders
or~ther interested persons. The fee hall be in
the f~ of a check, made payable to ity of Iowa
City. \
Prospec' e bidders are advised t t the City of
Iowa City sires to employ minor, ty contractors
and subcontr tors on City project .
Bidders shall . t on the Form of Proposal the
names of perso , firms, co panies or other
parties with whom e bidder ntends to subcon-
tract. This list shall in lude e type of work and
approximate subcontrac a unt(s).
The Contractor awar the contract shall
submit a list on the Fo f Agreement of the
proposed subcontractor. ,tog her with quantities,
unit prices and exte ed doll amounts. If no
minority business e erprises ( E) are utilized,
the Contractor sh furnish docu ntation of all
reasonable, good aith efforts to recr . MBE's.
A listing of mi rity contractors can obtained
from the I a Department of conomic
Developmen t (515) 242-4721.
By v.irtue 0 statutory authority, preference ill be
given to p ducts and provisions grown and oal
produce within the State of Iowa, and to 10 a
domes!" labor, to the extent lawfully require
under Iowa Statutes. The Iowa Reciprocal
Prefe ence Act applies to the contract with respect
to bi ders who are not Iowa residents.
T e City reserves the right to reject any or all
pr, posals, and also reserves the right to waive
chnicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
C)
~".O
3"~; ::::-~
(\
::.::",\C.l.
.::.,-<..... \'-,"\
(~~) ~;;*:
~/'
:P
pweng\adbidslhsginspection, doc
AD-2
~~?)
c;::)
u.....
{":")
f-I-'
-'0
--n
-
;'-
-
;\
.."
::1<
-,
\,-J
(n
UI
INDEX OF BID SPECIFICATIONS
FORMAL PROJECT
PAGE
TITLE NUMBER
COVER PAGE
NOTICE OF PRE-BID CONFERENCE PB-1
NOTICE OF PROJECT FOR BID NPB-1
NO OF PUBLIC HEARING NPH-1
AOVERT MENT FOR BIDS AD-1-2
INDEX OF B SPECIFICATIONS INDEX-1
INFORMAL PRO CT FORM OF PROPOSAL FP-1-2
SECTION I SPECIFI CONDITIONS AND INSTRUCTIONS SP-1-2
SECTION II.GENERAL NDITIONS AND INSTRUCTIO S TO BIDDERS GC-1-14
ATTACHMENT: CONTRAC COMPLIANCE (TO SUBM ) CC-1-B
ATTACHMENT: INFORMAL P JECT FORM OF P POSAL (TO SUBMIT)
ATTACHMENT: PLANS
INDEX-1
~,
,~,.- ,
cS :..~
.-;:;:n_, (,''''''
~', C_'.
j;::.-)
11
-_._~
.-.-
(-,
:~~,S2 ::~
'--::::~ /" -
-<--".
);;
"""\
, '
~,.--- I,
<..J
()1
tJ1
FORMAL PROJECT
FORM OF PROPOSAL
HOUSING AND INSPECTION SERVICES
2006 REMODEL PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE
SPE ICA TIONS. SEPARATE COPIES OF THIS PROPOSAL ARE ENCLOSED.
Name of Bidder
Address of Bidder
SUBMIT BIDS TO: City'GJerk's Office
City of wa City
410 E. shington St.
Iowa City, I 52240
Proposals must be submitted by Frid ,October 20th,
The undersigned bidder, having exami d and d termined the scope of the Contract Documents, hereby
proposes to provide the required labor, se 'ces, aterials and equipment, all supervision, coordination and all
related incidentals necessary to perform t ork to complete the Project as described in the Contract
Documents, including Addenda , and , and to do all work for the Base Bid Lump Sum of:
BASE BID
ALTERNATES:
Alternate No.1:
Add the sum of:
FP-1
U
-:;0
~;~\
--<.
()
~;~- t:'~~~i
;.~\ ~~:~
"-.-:.':. /"
-::>>
,.....,
';j~,
.~,
(./?
,"',.
'""'<.)
Il
..-"--
-0
-.....--
,
r',.-1
. '\
'--..--)
',-J
-"
en
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:
Subcontractor companv name
subcontracted work
dollar amount
NOTE: All subcontracto are subject to approval by the City.
The undersigned bidder cert es that this proposal is made i good faith, and without collusion or connection
with any other person or perso bidding on the work.
The above prices, specifi tions, and conditions are satisfactory and are here y accepted. You are authorized
to do the work subject to he conditions and specifications of this document.
e in conformity with the Contract Documents and
ces between any conditions of this proposal and the
e more specific shall prevail.
The undersigned bidder states th this proposal is m
agrees that, in the event of any disc pancies or differ
Contract Documents prepared by the C of Iowa City,
\
\~IRM:
\
By:
Date:
By:
FP-2
SECTION I
SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS BID
A. MANDATORY Pre-bid Conference:
1. Bidders shall acquaint themselves thoroughly as to the character and nature of the work to be
done. Furthermore, bidders shall perform a careful examination of the site of the work at the
Pre-bid Conference and inform themselves fully as to the difficulties to be encountered in
performance of the work, the facilities for delivering, storing and placing materials and
equipment, and other conditions relating to construction and labor.
2. . ders shall examine the premises and the site at the Pre-bid Conference and compare them with
any pecifications. Also, bidders are expected to have become familiar with and take into
consi ration site conditions which may affect the work, including existing conditions such as
obstruct e area levels and any problems related to erecting the required systems. Bidders must also
field veri II dimensions.
1. The bidder is respo ible for all costs related to th
2. The format of the bid with the format of the specifications listed.
3.
4.
5. Bidders are required to meet all q lifica ons and specifications of this bid in order to be
considered for award.
6. All equipment, supplies and personne or the completion of this contract are to be provided by
the Contractor. No additional costs ill e paid by the City ofIowa City.
7. At the time of the bid opening, it w II be as med that each bidder has read and is thoroughly
familiar with the contract docum ts. The fal re or omission of a bidder to examine any
document shall in no way reliev the bidder fro any obligation in respect to its bid.
8. All bidders must be capable 0 performing the se 'ces specified in this document. Before the
award of this contract, any b'lIder may be required t show that they have the necessary
equipment, experience, abi ty, and financial resource to perform the work within the time
stipulated in a manner th is acceptable to the City of wa City.
9. Contractor shall provid a warranty for the maintenance the general construction work for a
period of one (I) year ) from the date of final acceptance the City of Iowa City.
10. Bidders upon reque may be required to submit:
a. The bid er must include three (3) current references wh e work has been performed
similar m scope to this bid, including name of company, n me, title, and.IJ!lone nll,Q),ber
of co tact person. The City of Iowa City will not be accep d as a refen!iWe (Secd&. V).
;;:::C) ::.~
~,...- __..: I.
-''' Jl
. r~
--1i, I
(-n1 ~<
~
~-<;,
n'}
6;T!
...:::~...........
5>
CJ
::'':
'n
1""--1
'--'
U1
<.II
SP-1
b. Completed and signed COST SUMMARY AND COMPANY INFORMATION (Section IV).
c. Contractor shall provide the following items covering each and every item needed for the above
referenced project:
. Catalog data or literature
. Manufacturer's operating instructions
. Manufacturer's maintenance instructions
. Installation instructions
. Materials list (including name of manufacturer, trade name and model number of each product)
. Warranty information
e.
applicable, MSDS sheets.
The work as herein specified'~st be completed by January 31 ",2007. 0 ce work begins, it shall be continuous, with
a maximum of 45 working days~
,
No extensions shall be granted with~ the expressed written consent fthe Owner's representative. An extension may
be granted ~ue to weather conditions, o~her conditions, as determ' ed by and approved by the Owner's
representattve. \.
E. CONTRACT AWARD:
l.Award of this contract will be made to the 10 est res nsive, responsible bidder whose bid, conforming to the
solicitation, will be the most advantageous to he Ity ofIowa City. Past performance of the bidder and
completeness of the bid will be considered for ard.
2.The City reserves the right to qualify, accept, or eje any or all bidders as deemed to be in the best interest of the
City. The City ofIowa City reserves the rig t to acc t or reject any or all bids and to waive irregularities or
technicalities in any bids when in the best' terest oft City. The City ofIowa City reserves the right to
accept or reject any exception taken by t bidder to the erms and conditions of the request for bid.
3.1t is the intent ofthe City to make an aw d, within twenty (2 working days of the bid opening date.
4.Award, if made, will be in accordance with the terms and conditt ns herein.
5.Awarded bidder will be required to ubmit a current certificate of in urance prior to commencement of work. The
certificate of insurance shall in ude the following items:
r~',
.
.
.
The City ofIowa ity will be named as additional insure
Project bid num er and project title as the description
Insurance carri rs will be rated as A or better by A.M. Best
<;~,~'
t:.::-'
C-)
f:~\
--n
--..--
The above conditions and in rnctions clarify this specific bid docnment, but ar
GENERAL CONDITION AND INSTRUCTIONS TO BIDDERS (Section II).
"
in additio~ct1e a;'ch~~~~\
~_ [;_\ ::1,;::' ',-j
Q~:'::' -
~
J;;
c'
c.n
SP-2
SECTION II
GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS
FORMAL PROJECT
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Number & Title
S-1
S-2
S-3
S-4
S-5
S-6
S-7
S-8
S-9
S-10
S-11
S-12
S-13
S-14
S-15
S-16
S-17
S-18
S-19
S-20
S-21
S-22
S-23
S-24
S-25
S-26
Table of Contents
Definitions
Conditions for Bidding
B;cfS~curity and Bonds
Award' Contract
Specificatl s
Limitations 0
Insurance
Supervision and S erintendence
Concerning Subcontr tors, Suppliers and Othe s
Workmanship
Compliance with OSHA Re ulations
Employment Practices
Measurement and Payment
Taxes
Parking and Staging
Work during an Emergency
Utilities
Waste Sites
Maintenance and Control of Traffic
Minor Work and Incidental Items Constructio
Working Days
Contractor Payment
Disqualification
Default
Governing Laws and Regu tions
Contract Compliance Pro am (Anti-Discrimination Requir
GC-1
Page
Number
GC-1
GC-2
GC-2-4
GC-4
GC-4-5
GC-5-6
GC-6
GC-6-9
GC-9
GC-9-10
GC-10
GC-10
GC-10-11
GC-11
GC-11
GC-11
GC-11
GC-11
GC-11-12
GC-12
GC-12
GC-12
GC-12-13
GC-13
GC-13-14
GC-14
CC-1-8
.....,
0 ':.:::)
(;.";1
(.::.:'~
...:;; 0 (/',
<- i q
):,. =i --0 -n
n r'.'--
=j r-', I
, .' "'-1
,_." : ;
- -u ' '
L!=! : -,
r) .<'~ -"- ,-'
".-::::- / , -
~> ..
~ Ul
Ul
S-1 DEFINITIONS.
Definitions set forth in the General Conditions of the Contract for Construction are applicable to the Bid Documents.
"OWNER'S REPRESENTATIVE" shall mean the designated project coordinator on the City's
behalf for the City of Iowa City, Iowa or his authorized representative.
"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.
"ADDENDA" shall mean written or graphic instruments used by the City of Iowa City prior to the execution of the
Contract which modify of interpret the Bid Documents by addition, deletion, clarification, or correction.
"BID" shall ~ a complete and properly signed proposal to the Work or the sums stipulated therein, submitted in
accordanc~':~~e Bid Documents.
\
"BASE BID" shall m~n the sum stated in the Bid for which the Bid er offers to perform the Work described in the
Bid Documents as the 'Qase, to which Work may be added or fro which work may be deleted for sums stated in
Alternate Bids \
\.
"ALTERNATE PROPOSAL""tihall mean an amount stated in t Proposal to be added or deleted from the sum of
the Base Proposal if the corre~onding Work, as described in e Bidding Documents, is made part of the project.
"BIDDER" shall mean a person o~\ntity who submits a Bid.
\
"UNIT PRICE" is an amount stated 'i'r.~~e Bid as a pric per unit of measure for materials, equipment, or services
or portion of the Work as described in t, '\ Bid Documen
\
C. BID DEADLINE/OPE NG. Bidder shall be responsible for t ing whatever measures are necessary to
ensure that the bid aches the office of the City Clerk or ot rwise specified agent on or before the
local time and dat specified. The City shall not be responsibl for, and may not consider, any bid de-
layed in the po I or other delivery service, or in the City's i ternal mail system, nor any late bid,
amendment thefeto, or request for withdrawal of bid received afle the date specified.
10. Bidder shall supply all information and submittals
a proper bid. Bid shall be signed with the firm name and by
S-2 CONDITIONS FOR BIDDING
A. COMPLETENESS/AUTHORIZATION
required by the bid documents to constitu
an authorized agent.
City Clerk's Office
City of Iowa City
City Hall - 410 E. Wa ington St.
Iowa City, Iowa 52 0
eCified, faxed bids will not be !!cceptecr';Bid shall be
rked on the front with bid nu~r and ~e date, and
oJ) ,. -n
;:.-"-\ -":,' -
(-'\-'<'~ {-
"'-1
'I :,
-0 ~,~,
:::J: \..J
B. ADDRESSING OF BID. Unless ot
submitted in a sealed envelope or
unless otherwise specified, addres
(.,'1
<1l
1. Bidders and/or their authorized agents may be present if a ormal bid opening is held, at which
time all bids shall be opened and cost data read aloud.
GC-2
2. A written request for withdrawal of a bid or any part thereof may be granted, provided the
request is received by the City prior to specified bid date.
3. Bids received after the time and date specified on the request for bid will not be opened and will
not be considered for award.
D. BIDS BINDING 30 DAYS. Unless otherwise specified, all formal bids submitted shall be binding for
thirty (30) calendar days following bid date, unless the bidder(s), at the City's request, agrees to an
extension.
E. TRADE CRETS OR PROPRIETY INFORMATION. Trade secrets or proprietary information that are
recognized . such and protected by law may be withheld.
'.
F. BIDS FOR ALL 'QR PART. Unless otherwise specified, bidder m y restrict his/her bid to consideration
in the whole by sCr,stating, but shall name a unit price for eac item bid upon; any bid on which the
bidder names a total'p{ice for all items without quoting a price each and every separate item may be
rejected at the option of the City.
"
,
.
G. MULTIPLE BIDS. Bidders '~ay submit more than one provided the additional bid or bids are
properly submitted on the bid fbl:[llS.
\.
H. COMPETENCY OF BIDDER. No . may be accepte from or contract awarded to any person, firm or
corporation which is in arrears or in fault to the C' y of Iowa City upon any debt or contract, or has
failed to perform faithfully any previou contract vi h the City. If requested, the bidder, shall present
evidence of performance ability and p sessio of necessary facilities, pecuniary resources and
adequate insurance to comply with the ter of ese speCification and contract documents; such evi-
dence shall be presented within a specified ti nd to the satisfaction of the City.
I. COLLUSIVE BIDDING. The Bidder ce lfies that his/her bid is made without any previous
understanding, agreement or connection wi any p son, firm, or corporation making a bid for the same
project, without prior knowledge of comp itive price and it is in all respects fair, without outside con-
trol, collusion, fraud or otherwise illegal tion.
J. OFFICERS NOT TO BENEFIT. Upo signing this agree ent, Consultant acknowledg6[>~hat Section
362.5 of the Iowa Code prohibits a ity officer or employe from having an int~st in a'ceontract with
the City, and certifies that no em loyee or officer of the C , which includes;.wl[!!1be~~of ~City
Council and City boards and co issions, has an interest, eit er direct or indireCt,jrI thi!l':agrae'nlent,
that does not fall within the exc tions to said statutory provisio enumerated in ~9fii'n 3Ii2.5' .=~
__i' .. . \ 1
/ ,-- ,
:~\.-1 :=g::J
K. EQUAL EMPLOYMENT 0 PORTUNITY. All bidders are subje t to and mUil;rom~ with the
provisions of the City's E policy and applicable local, state and f eral anti-di~iminatio1ll laws. All
City contractors, subcontr ctors or consultants with contracts of $25,00 or more (or less, if'felquired by
another governmental gency) must abide by the requirements of t City's Contract Compliance
Document. Emergenc contracts are exempt from this provision.
L. SAMPLES/L1TERAT RE REQUIRED. When required, each bidder s II submit samples and/or
catalogs, descriptiv literature, detailed drawings, and other information nec ssary to fully describe the
proposed commo Ity or service.
/
/
Bidder shall bear the cost of and make arrangements for the delivery and re oval of samples to the
specified location. The City may retain awarded bidder's samples until elivery of contracted
commodities and/or service has been completed and accepted. Unsuccessfu bidders shall remove
GC.3
samples as soon as possible after bid award. The City shall not be responsible for such samples if not
removed by the bidder within thirty (30) calendar days after the award has been made.
M. BID SUMMARY. Summary of bid award made will be posted to the City's web-site at
http://www.icqov.orq/construction.aspormailedtothosebidderswhoencloseastamped.self-
addressed envelope with their bid.
N. REFERENCES. Upon request Bidder may be required to submit three references on contract related
work.
.
S-3 BID SEcli~TY AND BONDS.
'.
A. BID SECURI"!:Y. When required, no bid shall be cons' ered unless accompanied by A bid bond
executed by a c'Gfporation authorized to contract as a s ety in the State of Iowa, in a penal sum of a
minimum of five p~cent (5%) of the bid.
"
,
The bid security shall tl'e, made payable to the TREAS RER OF THE CITY OF IOWA CITY, IOWA, and
shall be forfeited to the ClW of Iowa City as liquidat damages in the event the successful bidder fails
to enter into a contract withi{1 fourteen (14) calend days and, when required, post bond satisfactory to
the City insuring the faithful"performance of the ontract and maintenance of said work, if required,
pursuant to the provisions of'll:1e bid documen and other contract documents. The amount of the
check, draft or bond shall not cb{1stitute a lim' ation upon the right of the City of Iowa City, Iowa, to
recover for the full amount of such ~mage. .
\,
\
Security deposits of the lowest two ( or ore bidders may be retained pending contract award or
rejection. All other security deposits will b eturned promptly.
B. PERFORMANCE BOND. When re uir d, t e successful bidder shall furnish a bond in the amount of
one hundred percent (100%) of the ontrac rice, said bond to be issued by a responsible surety
approved by the City and shall guar ntee the ompt payments of all materials and labor and protect
and save harmless the City from aims and d ages of any kind caused by the operation of the
contract, and shall also guarantee he maintenanc of the improvement for a specified period following
its completion and acceptance the City. A lette of Irrevocable Credit from a responsible lending
agency approved by the City, or the same guara ee(s) as noted above, may be s\lbmitted for
approval. The City reserves th right to accept or reject t is form of guarantee. 6 ;cl
2:. 0 r.<~ -"In
)> ::~:; ~.. J
S-4 AWARD OF CONTRACT. n:: I
-;';cC i ','i
A. AWARD OR REJECTIO OF BIDS. Unless otherwise specifi ,the contract shali]!t~wa~d l\5"~e
lowest responsible and esponsive bidder complying with the pro isions of the bid d~ent5,-provided
the bid price is reason Ie and it is in the best interest of the City t accept it. The Cit€-eserv~ the right
to reject any and al bids, to accept in whole or in part, to add r delete quantities, to Wllive any
informalities in bids ceived, and to accept or reject any bid which d iates from specifications when in
the best interest of. the City. The City also reserves the right to reje the bid of any bidder who has
previously failed t perform properly or complete on time contracts of similar nature, or a bid from a
bidder who, inve igation shows, is not in a position to perform the contra .
In determining a bidder's responsibility, the City may consider the followin qualifications, in addition to
price:
The quality, availability, adaptability and life cycle costing of the commodities and/or service.
Guarantees and warranties.
GC-4
Ability, capacity and skill to provide the commodities and/or service required within the specified time.
Ability to provide future maintenance and service.
Character, integrity, reputation, experience and efficiency.
Quality of performance of previous and/or existing contracts.
Previous and existing compliance with laws and ordinances relating to contracts with the City and to the
bidder's employment practices.
Whether the bidder is in arrears to the City, in debt on a contract or is a defaulter on surety to the City.
If reas able doubts arise as to bidder's solvency, the City reserves the right to require financial
informati n sufficient to show solvency and/or require a performance bond.
Such othe elevant information as may be secured by the City.
In determining bidder's responsiveness, the City shall consider whether the bid conforms in all material
respects to the b documents.
B. LOCAL PURCHASES.
firms (i.e. an office in
services.
Unless otherwise s ecified cost and ther considerations being equal, local
a City) shall be given first consi eration for the purchasing of goods or
C. STATE OF IOWA RESIDENT DDER PREFERENCE. Y virtue of statutory authority, preference will
be given to products and provisl ns grown and coal oduced within the State of Iowa, and to Iowa
domestic labor, to the extent lawful required under 10 a Statutes. The Iowa Reciprocal Preference Act
(SF 2160) applies to the contract with espect to bidd s who are not Iowa residents.
E. TIE BIDS. If two or more bidders submit ide . al bids and are equally qualified, the City's decision to
make award to one or more of such bidders s be final.
D. FEDERAL TRANSIT FUNDS.
purchase consideration.
F. ERRORS IN BID. Any ambiguity in a s a result of omiSSion, error, lack of clarity or
non-compliance by the bidder with spec' Ications, structions and all conditions of bidding shall be
construed in the light most favorable to the City. An changes that are made to this bid (white out,
crossing out, etc.) before submission m st be dated an initialed in all areas that a change~s made.
r) ~~:':~
G. CONTRACT AWARD. A written aw d in the form of an A reement, Contract, P~e d~er or other
instrument shall result in a binding ntract without further a tion by either party. 'J; =j ':'i -Ii
!~l
::-:'r' \
--j ',--, " C1
-< ~ '
S-5 SPECIFICATIONS. .....~ C'i ~ 'C
O~ .
---/........ -
A. SPECIFICATIONS. The bi er shall abide by and comply with t e true intent of t~specifi81tions (not
take advantage of any u intentional error or admission). Whe ever herein mefltjon is 'Iflade of a
commodity and/or servi e to be provided in accordance with laws, ordinances, building codes,
underwriters' codes or Imilar expressions, the requirements of th e laws, ordinances, etc., shall be
construed as the mini um requirements of the specifications.
The absence of
accountable to t
specifications m
written list of deviations submitted with the shall hold the bidder strictly
City and to the specifications as written. Any u authorized deviation from the
be grounds for rejection of the commodity and/or servl e when delivered.
B. PROPOSED ALTERNATE. When an item is identified in the bid docum nt by a manufacturer's name
or catalog number, it is understood that the bidder proposes to furnish the ommodity and/or service so
identified by the City unless the bidder specifically proposes an alternate. In bidding on a proposed
GC-5
".,-------.---....---.-,----- ."-- - ,.._._._-,-_.-_._---_..._.._._--,.,~._----~._--_.--'--_.-----_._--,._~_..,_.._. ..---.-.-----.-..--.-.,-.,-,.--,--
alternate, the bidder shall clearly state on his/her bid exactly what he/she proposes to furnish, and
forward with his/her bid, a complete description of the proposed alternate, including brand, model
number, drawings, performance and test data, references, and any other information necessary for a
complete evaluation. Bidder shall include a statement setting forth any changes in other materials,
equipment, or other work which would be required by incorporation of the proposed alternate. The
burden of proof of the merit of the proposed alternate is upon the proposer.
The Cit 's decision to approve or disapprove of a proposed alternate shall be final.
C. ADDEND TO SPECIFICATIONS. Any substantive interpretation, correction or change of the bid
documents s all be made by addendum. Interpretation, corrections or changes of the bid documents
made in any 0 er manner shall not be binding, and bidders all not rely upon such interpretations,
corrections or ch nges. Any addendum shall be issued by th City within a reasonable time prior to the
bid date. It is the idder's responsibility to visit this we site to insure that they have received all
important addenda o~visions to the Invitation to Bid prio to bidding.
D. CONTRACT AL TERA TI NS. No alterations or vari les in the terms of a contract shall be valid or
binding upon the City unles authorized in writing by th parties.
1.
"
'~::!,C~
, ...-'-
;;:-'-... 'r.\ :'2
;~ -:J"l -'-
~!-7-:'" -
~
When required, current Cert' Icate of Insurance a d/or Performance Bond in thei5amoun~pecified
shall be on file with the Cit before work can comm nce Before commencing work, the Contractor
shall submit to the City f approval a Certificate of surance, meeting the requirements specified
herein, to be in effect f r the full contract period. T name, address and phone number of the
insurance company a agent must accompany the certificate. The owner must be listed as
additionally insured.
'In
"'-1,
,...I
5-6 LIMITATIONS OF OPERATIONS.
Except for such work as may be requi d to roperly maintain lights and barricades, no work will be
permitted on Saturdays, Sundays or legal Ii ays without specific permission of the Owner. ~":
o ~,:::
:~~ (~,~ ~:I~ -Il
.~:.;~'~~: --u
5-7 INSURANCE.
A.
CERTIFICATE OF INSURANCE' CA
2. The Contractor sh notify the City in writing at least thirty 0) calendar days prior to any change or
cancellation of sai policy or policies.
3. Cancellation or odification of said policy or policies shall be onsidered just cause for the City of
Iowa City to i mediately cancel the contract and/or to halt w rk on the contract, and to withhold
payment for y work performed on the contract.
B.
Any policy or olicies of insurance purchased by the Contractor to satisfy . s/her responsibilities under this
contract sh I include contractual liability coverage, and shall be in the following type and minimum
amounts:
GC-6
Tvpe of Coveraoe
a. Comprehensive General Liability Each Occurrence Aooreoate
(1) Bodily Injury $500,000 $1,000,000 'B
(2) Property Damage $ ~,OOO ~-;.,
b. Motor Vehicle Liability & :;z <;) ";~; -:Q.
Property Damage Insurance Per Person Per AC~~,Rl: -::::. '.-n
"\ (1) Bodily Injury $500,000 $500:;:000;..." '..::-J
\ (2) Property Damage $250;6jo.\, :;:
c.,<<orkers' Compensation Insurance as required by Chapter 85, Code of lo~~?-:' -:~.
\ ~ ~
, y
In addition, the \<:ontractor shall be required to comply with t e following provisions with respect to
insurance coverage;
1. The entire amount. of Contractor's liability insurance poli coverage limits, identified in the policy and
on the Certificate of Insurance, must, under the polic , be available to pay damages for which the
insured Contractor bepomes liable, or for which the Insured assumes liability under the indemnity
agreement herein contained, and such coverage a ount shall not be sUbject to reduction or set off
by virtue of investigation Of defense costs incurre y Contractor's insurer.
2. The entire amount of the Contractor's liability i urance pOlicy coverage limits shall be payable by the
Contractor's insurer, with no deductible to be aid by, or self-insured retention to be attributed to, the
Contractor unless this require~ent is waiv by the City. Contractor's Certificate of Insurance must
set forth the nature and amount of ,any su deductible or self-insured retention.
3.
If Contractor's liability insurance c~
common to the type of coverage bei
Certificate of Insurance.
age is subject to any special exclusions or limitations not
~rovided, such exclusions or limitations shall be noted on the
\
a. If the Contractor chan es insurance carrier or if Contractor's insurance coverage is canceled,
during the contract p. riod or within two yea after City's acceptance of the work, Contractor
agrees to immediat y notify the City of such e nt.
with "occurrence form" liability insurance coverage. If
surance coverage, then the Contractor must comply
4.
The City prefers that Contractor. provide I
Contractor can only provide "c ims-made"
with the following requirement .
b. If Contractor's in ranee is canceled or is allowe to lapse during said period, Contractor shall
be required to 0 tain replacement insurance cover e to fulfill its obligation hereunder.
c. If, during sai period, Contractor voluntarily changes 'nsurance carriers or is required to obtain
replacemen coverage from another carrier, Contracto shall either (1) purchase "tail" coverage
from its fir carrier effective for a minimum of two year after inception thereof, or (2) purchase
"prior act 'insurance coverage from its new carrier, cov ring prior acts during the period of this
Contrac from and after its inception.
d. "Tail" r "prior acts" coverage so provided shall have the s me coverage, with the same limits,
as t e insurance specified in this Contract, and shall not be ubject to any further limitations or
ex usions, or have a higher deductible or self-insured rete tion than the insurance which it
r laces.
5. Th City reserves the right to waive any of the insurance requirement herein provided. The City also
reserves the right to reject Contractor's insurance if not in complianc with the requirements herein
GC-7
-_.-~-------~~._"--------_.._--------._--~-'_.__.._._--"-~----,'---------'------------'-'--"-~._~-
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
Iiabl insurance below the limits required hereunder, then in that event the City may in its discretion
either uspend Contractor's operations or activities under this Contract, or terminate this Contract,
and wit old 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 a~ivities under this Contract, or termina e this Contract, and withhold payment for work
\
performed on the Contract.
,
,
8. Contractor shall be i~sponsible for the owner's d uctible on the owner's builder's risk.
\.
9. Under the owner' insur~ce, such coverage s all not include coverage for loses or damage caused
by the negligent acts or~missions of Contr ctor or Subcontractors, or for damage to material or
equipment while under the\yontrol of or stor d by Contractor prior to installation or prior to inclusion
of such material or equipm~t in construc Ion. Contractor shall maintain appropriate insurance for
such risks or occurrences.
1.
'T1
) ;.:...- I
:.-'...... ,-,' -, -., . "-',
The Contractor shall indemnify defend nd hold harmless the City of Iowa ;('illY: \andjs otrr6ers,
employees, and agents from any and liability, loss, cost, damage, anct~xpens~(inCluding
reasonable attorney's fees a court costs) resulting from, arising out of, or iriaJrred ~eason of
any claims, actions, or suits ased upon or all ing bodily injury, including death, or property damage
rising out of or resulting rom the Contract r's operations under this Contract, whether such
operations be by himself or herself or by an Subcontractor or by anyone directly or indirectly
employed by either of th
~..>
ditional insured on all policies except .workers ;'0
o .'
~() c'"l
:z: ....' r 11
y:'--'\ ..u
-1\
10. The contractor will include the Cit
compensation.
,-<
-~
C.
HOLD HARMLESS' ENDORSEMENT
2. It is further specificall stipulated that the Cont ctor's insurance coverage shall include an
endorsement that, with regard to Contractor's insuran e coverage, the Contractor shall never assert
any claim against th City, its officers or employee , arising in any way from this Agreement.
Contractor is not, an shall not be deemed to be, an age t or employee of the City of Iowa City.
3. Responsibility for amage Claims (1107.12 Iowa Supre Court) - Notwithstanding the above, it is
specifically agre between the parties executing this co ract that it is not intended by any of the
provisions of a part of the contract documents to creat in the public or any member thereof a
third party ben ficiary hereunder, or to authorize anyone n t a party to this contract to maintain a
suit for perso al injuries or property damage pursuant to the terms or provisions of this contract. It
is understo that no subcontractor is a third party ben ficiary to any contract between the
Contractin Authority and the prime contractor. Nothing in any special provision or any
suppleme tal speCification shall be construed as eliminating or uperseding the requirements of this
section.
4. Contr ctor is not, and shall not be deemed to be, an agent or em pi ee of the City of Iowa City, Iowa.
GC-B
5. Contractor further agrees to:
a. Save the City its agents and employees harmless from liability of any nature or kind for the use
of any copyright or uncopyright composition, secret process, patented or unpatented invention,
article or appliance furnished or used in the performance of the contract of which the Contractor
is not the patentee, assignee, licensee or owner.
,
b. Pr6~ct the City against latent defective material or workmanship and to repair or replace any
dama'!jes or marring occasioned in transit or delivery.
c. Furnish\~.eqUate protection_against damage to all wor and to repair damages of any kind, to
the buildinl} or equipment, due to contractor's own w k or to the work of other contractors, for
which he/sh r his/her workers are responsible.
1. The Owner and Contractor m exercise such righ or remedies as either may otherwise have under
the Contract Documents or b Laws or Regular ns in respect of any dispute. Disputes shall be
resolved by legal or equitable proceedings a court of appropriate jurisdiction. Under no
circumstances shall binding arbitr ion be req red as to any dispute arising between the parties or
under the Contract Documents.
D. DISPUTE RESOLUTION
CONTRACTOR shall maintain a qualified a responsible person available 24 hours per day, seven days
per week to respond to emergencies whi y occur after hours. CONTRACTOR sha\l>-Jlrovide to the
OWNER the phone number and/or pagin servi of this individual. cS :.,"
:"':;:0 u'
I...,'.'. --r1
~';>=\ ' 1\
S-8 SUPERVISION AND SUPERINTENDENC .
-
(i .'-
.- ,
,
:.T1
..~
....1
Add the following paragraph to 1108.01 of e lOOT STAN
A. SUBCONTRACTORS
;::---
Q-\ ~
(~.2 ;~
""-. ..
1. Bidders shall list those rsons, firms, companie or other parties to whol!Dt propmses/intends to
enter into a subcontra regarding this project as equired for approval by the Citfilnd as noted
on the Form of Propo al and the Agreement.
2. Contractor shall n assign, transfer, convey, sublet or otherwise dispose of his/her contract or
his/her right, title or interest therein, or his/her pow r to execute such contract, to any other
person, firm or c rporation, without the prior written co ent of the City, but in no case shall such
consent relieve he Contractor from his/her obligations, change the terms of contract.
B. RESPONSIBILITY R COMMODITIES AND/OR SERVICE DELC VERED.
1. The Contr ctor shall be responsible for any commodities an lor service covered by this contract
until the are delivered and installed on site and approve and accepted by inspection from
owner, ut the Contractor shall bear all risk for rejected com dities and/or service after written
notic of rejection. Rejected commodities and/or service shal be removed and/or replaced by
and t the expense of the Contractor promptly after written noti ation of rejection, unless public
health and safety require destruction or other disposal of rejected elivery.
GC-9
2. Upon Contractor's failure to do so within thirty (30) calendar days after the date of notification, the
City may return the rejected commodities to the Contractor and/or replace services at the
Contractor's risk and expense, or the City may dispose of them as its own property.
S-10 WORKMANSHIP
A. NEW GOODS. FRESH STOCK. All contracts, unless otherwise specified, shall produce new
commodities, fresh stock, latest model, design or pack.
B. PROF 10NAl WORKMANSHIP. Professional workmanship shall meet or exceed existing industry
standards.
'-.
C. GUARANTEE:'\.Vn/ess otherwise specified, the Contractor shall nconditionally guarantee the materials
and workmanshiPfn all equipment furnished by him/her for a inimum period of one (1) year from date
of acceptance of t~ items delivered and installed. If, within e guarantee period, any defects or signs
of deterioration are n ed which in the City's opinion are du to faulty design, installation, workmanship,
or materials, the Con ctor, upon notification and at s/her expense, shall repair or adjust the
equipment or parts to cor ct the condition or he/she shal replace the part or entire unit to the complete
satisfaction of the City. The e repairs, replacements or djustments shall be made only at such time as
shall be designated by the Cit as least detrimental to t e operation of the City business.
Regardless of any statement to the contrary, th Contractor agrees that tbe impli~ warranty of
merchantability and fitness for a sp ific purpose i not disclaimed. Q 0 ~"';,
'..-' I" -11
-t?5 --yj
.-- ! .
l; .
S-11 COMPLIANCE WITH OSHA REGULATIO~ D MSDS SHEETS. :;:;=-_ ..",':::'\
Add the following paragraph to 1107.01 of the 100 TANDARD SPECIFICATIONS: ,c,C; ::;::~J
'---> /,
The Contractor and all subcontractors s all com Iy with the requirements of 29 ~R 19~ (General
Industry Standard) and 29 CFR 192 (Constru ion Industry Standard). The Contractor and all
subcontractors are solely responsible fo compliance . h said regulations.
-.....
All commodities and/or service shall tisfactorily comply ith applicable OSHA regulations in effect at the
time commodities are shipped and/ r the service is perfor ed. Material Safety Data Sheets (MSDS) are
required in accordance with applic Ie regulations and must made available to owner when requested.
subcontractors, shall employ any perso whose physical or mental condition
will endanger the health and safety of the selves or others employed on the
S-12 EMPLOYMENT PRACTICES
Neither the Contractor nor his/h
is such that his/her employme
project.
Contractor shall not comm' any of the following employment practices and grees to include the following
clauses in any subcontract :
To discriminate a inst any individual in terms, conditions, or privileges of e ployment because of sex,
race, color, religi n, national origin, sexual orientation, gender identity, marit status, age or disability
unless such dis ility is related to job performance of such person or employee.
GC-10
To discharge from employment or refuse to hire any individual because of sex, race, color; religion,
national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is
related to job performance of such person or employee.
S-13 MEASUREMENT AND PAYMENT.
Work completed under the contract shall be measured by the Owner. Payment will be based on the actual
quantity of work performed according to the various classes or work specified. The contractor will be given a
chance to be present during the final inspection.
S-14 TAXES.
~
".
'.
".
Contractor shall pay all sale consumer, use and other similar taxe required to be paid in accordance with
local law as outlined in 1109.0 of the lOOT Standard Specificatio s. The City of Iowa City does issue tax
exemption certificates to preclu the payment of sales tax. The ontractor shall submit the information
necessary for the certificates to be~sued. If tax exemption cert' icates are not issued, prior to project
acceptance by the City Council, the ~ntractor shall submit to e Engineer a statement of taxes paid, including
all information required by the State oflqwa for reimburseme of taxes. The City will reimburse Contractor
for taxes approved and reimbursed bY~e State of Iowa. eimbursement to the Contractor will occur within
30 days of the City receiving reimburseme from the State ax statements submitted after the project has
been accepted by the City Council will not be ccepted or imbursed.
S-15 PARKING AND STAGING AREA.
,..':',
f..::.o
C) ~-.
"'::::-0 ~-')
:;;=-- __ rn -n
The Contractor shall be provided parking for two vies for a period of three weeks in1!i~as(i'6t of;Bjty Hall.
This is for demolition and unloading of project aten Is. After that period the conta\::~tY"ill Be re~Pfrsible
parking. /. ;.. -0 ~
__1_';1, ::::;.;: \......../
~-J '7:~ -
-~
):;;
~.,
5-16 WORK DURING AN EMERGENCY.
L"
0'
The Contractor shall perform any work nd shall furnish and i tall any materials and equipment necessary
during an emergency endangering life r property. In all cases e Contractor shall notify the Owner of the
emergency as soon as practical, but s all not wait for instructions b fore proceeding to properly protect both life
and property.
S-17 UTILITIES.
The Contractor is responsible f r the field location of all utilities by quali 'ed utility representatives prior to the
start of construction and as re uired throughout the duration of the project.
If a utility is encountered uring construction, the utility shall be protecte . If a utility is damaged by the
Contractor during constr tion, the utility shall be repaired by the Contra or at no cost to the City. The
Contractor shall expose I utilities at the request of the Engineer for purposes of investigation. This work shall
be considered incidenta 0 the project and no additional compensation will be all wed thereof.
All waste material hall be hauled to a site of the Contractor's choice with the wner's approval. Cost of
disposal at the Cit Sanitary Landfill will be at the current rate per ton at the time of t e contract; the Contractor
GC.11
may establish a charge account with the City which shall be paid prior to project acceptance. Disposal cost shall
be included in the contract cost and no extra compensation will be allowed thereof.
5-19 MAINTENANCE AND CONTROL OF TRAFFIC.
All signs and barricades within and beyond the project area deemed appropriate by the Owner will be the
responsibility of the Contractor. The signs and barricades shall meet the requirements of Article 1107.09 of the
"Standard Specifications" except as herein modified. Generator-operated traffic control devices cannot be
operated in or near residential neighborhoods overnight. All work must be properly barricaded to eliminate
hazards to~trians.
Properly constru~and lighted barricades shall be provided by the ontractor as needed to protect his work
from traffic. "NO PARk\NG" signs will be furnished by the City to f ilitate removal of parked cars ahead of the
scheduled work. \.
"
,
\,
24-hour maintenance of all traf(ic control devices is the respon . ility of the Contractor.
5-20 MINOR WORK AND INCID
Any minor work not specifically me ioned in the sp, cifications, but obviously necessary for the proper
completion of the work shall be consider as being a rt of and included in the contract and shall be executed
in the proper manner and the Contractor s II not be titled to extra or additional compensation for the same.
There are items of construction noted in the s cifi ations which shall be considered "incidental" to the contract
or a particular bid item. In all cases thereof, n extra compensation will be allowed for the necessary labor,
equipment, materials, etc. required to complete "incidental" items of construction.
A. COMPLETION DATE. This proj t shall be com eted as specified in Specific Conditions. Note terms
of completion as working days 0 final completion d e.
5-21 WORKING DAY5.
B. CONTRACT PERIOD. Cont ct shall remain in force f a full period specified and until all commodities
and/or services ordered bef re date of termination shall ve been satisfactorily delivered and accepted
and thereafter until all req Irements and conditions shall bet, unless:
1. ~xtended upon ritten authorization of the City and ac epted by contractor, to permit ordering or
unordered ba nces or additional quantities at contrac rices and in accordance with contract
terms.
2.
pon written authorization of the City and ac epted by contractor, for a period
and agreed upon by both parties, when in the bes 'nterest of the City.
.....,
...._~ .;l
L.;":)
",n
3. Termi ted due to default, as described below.
Q
~;~
,..-~\ -<..:
(,;')
rr1
-':'3
11
Payment und this contract shall occur no more than once per month for work co
Payment is ased on an estimate of the total amount and value of work completed.
to pay for aterials and equipment stored at the site.
,. , !
~etfl~ by -tBe cbrilttactor.
-: d'jot tlTe Citll~ policy
"- ./',
CJ1
""
GC-12
Notwithstanding any provIsion to the contrary in this Contract, final payment of the retainage due the
Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject
to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa, 2005, as
amended.
8-23 DI8QUALlFICA TION.
The Owner reserves the right to disqualify bids, before or after opening, upon evidence of collusion with
intent to defraud or other illegal practices upon the part of the bidder.
No award wiJ,W:le made to any Bidder who cannot satisfy the Owner that the bidder has sufficient ability and
experience in fAis class of work and sufficient capital and plant to enable the Bidder to prosecute and
complete the Work successfully within the time named. The Owner's decision or judgement on these
matters shall be final; ,c::onclusive and binding.
The Owner may make such investigations as it deems necessary, and the idder shall furnish to the Owner,
under oath if so required allslich information and data for this purpose as e Owner may request.
The Owner may reject Bids whicl) in its sole judgement are either i omplete, conditions, obscure or not
responsive or which contain additi6Qs not called for, erasures not roperly initialed, alterations, or similar
irregularities, or the Owner may waive~uch omissions, conditions or, Irregularities.
",
The owner reserves the right to reject all ~any Bids, should the wner deem it to be in the public interest to
do so. '"
1,
~.,
L :~'::'l
-- (~
o cT'
r thholding payment shall i~ f~y ~rials,
lens that have been filed, of ,--evidence.. indicating a
s nd limitations imposed by th~~~derat-GoJ,el"1ment
.;:-'..('" 'r-'-, -0 ~~
-;:::'-;i ~ ,_.-1
<}j:::: -
2::
Y ~
The contract may be cancell City in whole or in part by written notice of
default to the Contractor UR n non-performance, . lation of contract terms, delivery failure,
bankruptcy or insolvency, r the making of an ass nment for the benefit of creditors. An
award may then be m e to next low bidder, or hen time is of the essence, similar
commodities and/or se ice may be purchased on th open market. In either event, the
defaulting Contractor r his/her surety) shall be liable to e City for cost to the City in excess
of the defaulted cont ct price. Lack of knowledge by the ntractor will in no way be a cause
for relief from respo sibility.
8-24 DEFAULT.
A. WITHHOLDING PAYMENT. Consideration
equipment, or workmanship, back orders, an
possible filing of claims. In all cases, regulatio
and State of Iowa shall prevail.
B. CANCELLATION.
2. The Contractor all not be liable in damages for delivery failu when such failure is the result
of fire, flood, rike, act of God, act of government, act of n alien enemy or any other
circumstance which, in the City's opinion, is beyond the control f the Contractor. Under such
circumstanc s, however, the City may at its discretion cancel the ntract.
3. DELIVERY FAIL RES Failure of a contractor to provide commodities and/ r service within the time
specified, unle extended in writing by the City, or failure to replace reje ed commodities and/or
service when 0 directed by the City shall constitute delivery failure. When suc failure occurs the City
reserves the ight to cancel or adjust the contract, whichever is in the best inter t of the City. In either
event, the ity may purchase in the open market commodities and/or service 0 comparable worth to
GC-13
replace the articles of service rejected or not delivered. On all such purchases, the Contractor shall
reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of
contract prices, or the City may deduct such amount from monies owed the Contractor. If the contract is
not cancelled, such purchases shall be deducted from contract quantities. The City reserves the right to
accept commodities and/or service delivered which do not meet specifications or are substandard in
quality, subject to an adjustment in price to be determined by the City.
S-25 GOVERNING LAWS AND REGULATIONS.
^
The Bidder's 'attet1tion is directed to the fact that all applicable federal, state and municipal laws and
ordinances and the,ules and regulations of all authorities having jurisdiction over the project shall apply to
the contract throughout, and they will be deemed to be included 'n the contract as though therein written out
~M. '
S-26 CONTRACT COMPLIAN~E PROGRAM (ANTI-DISCRI INATION REQUIREMENTS).
For all contracts of $25,000 or m e, the Contractor shall abide by the requirements of the City's Contract
Compliance Program. A copy of this ogram is available a the Engineering Division Office.
GC-14
"'-'
c5 :;::::'>
c::.>
~:;r""
~- Q
~:?:: (f"J
, t~-; 11
.. -- -0
() -"'<
--
--~I
, .;'-'
,< -u \ i
n.l ----1
;~~ ::.:: ....--'
..._.~ .>"-
~;.
3> U1
G'\
,'"'"
"
"
Contra t
Comp,I"iance rogram
'.
"
~~
CITY OF IOWA CITY
,-,
~~
r'-:::1
C:;.--'
o
1t C:~, q -\1
--
- .--
':J ,_
-' ',,",1
-.\'"
,/f-- -0 (_1,
:- r~.-l -,,- J
~ jJ - ',../
~ ;,< -::
)> ~
SECTION 1- GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work.
This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them
to ensure that applicants seeking employment with them and their employees are treated equally
without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation,
disability, marital status, and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in
designing and implementing equal employment opportunity so that all citizens will be afforded equal
accessibility and opportunity to gain and maintain employment.
PROVISIONS~
,
"-
Ail contractors~endors, and consultants requesting to do business with the City must submit an
Equal Opportunil)<{'olicy Statement before the executi6n of the contract.
"
All City contractors,~ndors, and consultants wit contracts of $25,000 or more (or less if
required by another gov' mental agency) must a de by the requirements of the City's Contract
Compliance Program. Em ency contracts may, e exempt from this provision at the discretion
of the City. Regardless of the alue of the contr ct, all contractors, vendors, and consultants are
subject to the City's Human Rig s Ordinance, hich is codified at Article 2 of the City Code.
1.
2.
3. Contracting departments are resp sible or assuring that City contractors, vendors, and
consultants are made aware of he City's Contract Compliance Program reporting
responsibilities and receive the appropri e reporting forms. A notification of requirements will be
included in any request for proposal an n ice of bids.
5. Contracting departments are r ponsible for answ ring questions about contractor, consultant
and vendor compliance durin he course of the cont ct with the City.
4.
6. All contractors, vendors, a consultants must refrain fr m the use of any signs or designations
which are sexist in natur such as those which state "M n Working" or "Flagman Ahead," and
instead use gender neut I signs.
7. All contractors, vend s, and consultants must assure that heir 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.
~..,
~ {.;,;;..
=>
0....
0 '"
'~--~ rT1
~'i> -" -0 Il
(~' -"
""-'.
.=--~.- ~ i'-r1
, , -,
r; - ;.~' ::.: '-....I
,~ /':': -
~ .,
c..n
en
mgr\asst\contractcompliance.doc
CC-1
SECTION \I - 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 2 THROUGH 3 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 conYt\ctor will not discriminate against any employee or applicant for employment and will
take affirm~ve efforts to ensure applicants and employees are treated during employment
without regarcHo 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: emPIOy~t, promotion, demotion, or transfer; reciiUitment or recruitment advertising;
layoff or termination,.Jates of payor other forms of.compensation; and selection for training,
including apprenticeship, .
b.
, f
The contractor will, in all so' itations or advertisements f r employees placed by or on behalf of
the contractor, state that it is a equal opportunity empl yer.
Note: Contracts that are federally funded re subject to Ex cutive Order No. 11246, as amended, and
the regulations (see generally 29 U.S. . S 1608 et .) and relevant orders of the U.S. Secretary
of Labor. The Secretary of Labor, and n t the City nforces said regulations and orders.
Where is this statement posted?
3. Provide a copy of your written Equal E 10 ment Opportunity policy statement.
4. What is the name, telephone n ber and address of your business' Equal Employment
Opportunity Officer?
Phone number
Address
(Please print)
5.
o
~-
~~()
;:.-:-::-.
-0
::;l:
,]
~.- -\ ',,- "
-<- ;--
- "':'""71,
r=::, =:J
</(
$
-,
~j
-
.,
Ul
0""\
mgr\asst\contractcompliance,doc
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 r ponses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity po' ies.
Business Name
Signature
Print Name
'"
~
""
"-
~
"\
\
mgr\asst\contractcompliance.doc
CC-3
C)
~Q.
".j
I
r"-
.'
I==; ::'L~
~::::. /'-
<:
)>
,..~
C~,'
c';':'
c::r-
(/1
j-r"\
-"
--n
-u
3:
I"~
I
11
-,
'---'
{Jl
U\
SECTION III . SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post it
in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2.
LOYMENT OPPORTUNITY OFFICER
Designate an e a1 employment opportunity officer or, at minimum, assign someone the responsibility of
administering and omoting your company's Equal Employment Opportunity program. This person should
have a position in you organization which emphasizes the importance of the program.
4.
r-3"
INSTRUCT STAFF _ ~,
;O~ d'--<""\
Your staff should be aware of d be required to abid by your Equal Employment OPpo@~ pr6!itam:'Pi
employees authorized to hire, s ervise, promote, discharge employees or are involvei~JA':5UCt(actioh6\\
should be trained and required to om ply with yo r policy and the current equal employmeOf!oppggunily..:J
laws. j:"\:, -:::'-
--:::-, -:.,,~~ ........
''--'''''-- ~;-" ..
RECRUITMENT -z. '2-
y
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitmen a ertising as "an equal opportunity employer".
(b) Use recruitment sources that are ely yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current ompositl n of your workforce. Send recruitment sources a letter
annually which reaffirms your ommitmen to equal employment opportunity and requests their
assistance in helping you reac diverse applic t pools.
(c) Analyze and review your co any's recruitme procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons i volved in the employ ent process to use objective standards and to
support equal employmen opportunity goals.
(e) Review periodically job scriptions to make sure the ccurately reflect major job functions. Review
education and experie e requirements to make sure hey accurately reflect the requirements for
successful job perform nce.
(f) Review the job appli tion to insure that only job related uestions are asked. Ask yourself "Is this
information necess to judge an applicant's ability to p rform the job applied for?" Only use
job-related tests wh' h do not adversely affect any particular g up of people.
(g) Monitor interviews arefully. Prepare interview questions in ad ance to assure that they are only job
related. Train you interviewers on discrimination laws. Biased d subjective judgments in personal
interviews can b a major source of discrimination.
(h) Improve hiring nd" selection procedures and use non-biased romotion, transfer and training
policies to inc ease and/or improve the diversity of your workf rce representation. Companies
must make s e procedures for selecting candidates for promotion, transfer and training are based
upon a fair ssessment of an employee's ability and work recor Furthermore, all companies
should post nd otherwise publicize all job promotional opportunitie and encourage all qualified
employees 0 bid on them.
3.
12/01
mgr\asst\contractcompliance.doc
CC-4
--_..__._..__._.._-_..._---_.__..__._~-_._--_.,-----------,,---,-~-_...._~----_._...__.- .--.---.-.....,,-..-..---.-.------ - --- --'-'----"--
(',
""
"
"
I ~ j
~~~~!:'t
-..;;;;.... "'IIDI~
~-
"& Cltll of ~
~ C~
Attached for your infOi:rnation is a copy of Sect" n 2 - 3 - 1 of the Iowa City Code
of Ordinances which prol:1ibits certain disc minatory practices in employment.
Please note that the proteCt~d character' tics include some not mandated for
. "~
protection by Federal or State~w, As contractor, consultant or vendor doing
'"
business with the City of Iowa City'~ are required to abide by the provisions of
the local ordinance in conjunction It our performance under a contract with
the City.
mgr\asst\contractcompliance.doc
CC-5
--~"--~---~----~'--~--'----'----'-----' -"-'_.'-'-'---"--'-~'""_.- .-..----....-..-.--.-
2-3-1
2-3-1:
2-3-2:
2-3-3:
2-3-4:
2-3-5:
2-3-1:
2-3-1
CHAPTER 3
C.
-'
~~...
Oc.-
u
v"
U r-. \:;Q
.~~\../ /
:::::.,..../; .....
y ---'" ,.
,r"'.
It shall be unlawful for any e~~, ~_
employment agency, labor orgaitii~\ /'
tion or the employees or me$,;r .~
thereof. to directly or Indirectly ad~ 0'
tise or. any other manner Indicate 0f
public e that Individuals are unwel-
com , objectionable or not. solicited
for employment Of membership be-
se of age, color, creed, disability,
nder identity, marital status, natlon-
I origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
~
</'
. .:\\
./',
',...J
DISCRIMINATORY PRACTICES
A. It shall be unlawful for any emplo r
to refuse to hire, accept, register,
classify, upgrade or refer for employ-
ment, or to otherwise discriminate .
employment against any other per n
or to discharge any employee be-
cause of age, color, creed, dis ility,
gender Identity, marital status, ation-
al origin, race, religion, sex sexual
orientation.
SECTION:
"
,
Eqlployment; Exceptions
PuWc Accommodation;
"
Excei't!.ons
Credit TrlN:l,sactions; Exceptions
Education '., .
Aiding Or Abehlng; Retaliation;
Intimidation. -"-:::",
"
"',
EMPLOYMENT; EXCEP
B. It shall be unlawful for an labor orga-
nization to refuse to ad t to member-
ship, apprenticeship r training an
applicant, to expel an member, or to
otherwise discrlmln e against any
applicant for memb rshlp, apprentice-
ship or training or ny member In the
privileges, rights r benefits of such
membership, ap rentlceshlp or train-
Ing because age, color, creed,
disability, ge er Identity, marital
status, nation I origin, race, religion,
sex or sexua orientation of such ap-
plicant or me ber.
mgr\asst\contractcompliance.doc
Employment policies relating to preg-
nancy and ehlldblrth 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
a prima facie violation of this Title.
2. isabllitles caused or contributed to
by t employee's pregnancy, miscar-
riage, hlldblrth and recovery there-
from ar for all Job-related purposes,
temporary disabilities and shall be
treated as uch under any health or
temporary dl blllty Insurance or sick
leave plan ava ble In connection with
. employment or ny wrltten or unwrlt-
ten employment p IIcles and practices
Involving terms d conditions of
employment as app d to other tem-
porary disabilities_
E. It shall be unlawful for
solicit or require as a ondltion of
employment of any emplo or pro-
897
Iowa City
CC-6
2-3-1
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an employer, employ-
ment agency, labor organization or
lh~'r employees, agents or members
and n employee or prospective em-
ployee concerning employment, pay
or bene s to an employee or pro-
spective e loyee In return for taking
a test for the esence of the antibody
to the human Irmnunodeficiency virus,
is prohibited. The~OhibltiOnS of this
subseotion do not ply if the State
epidemiologist deter 'nes and the
Director of Publio He Ith deolares
through the utilization 0 guidelines
established by the Center f Disease
Control of the United States epart-
ment of Health and Humsn Se ices,
that a person with a oonditlon re ted
to aoqulred Immune defioienoy sy!:!-
drome poses a slgnlfioant risk .0\
transmission of the human immunode-
ficiency virus to other persons In a
speolflc ocoupatlon.
F. The following are exempted
provisions of this Section:
1. Any bona fide religious instlt Ion or
its educational faoility, ass oiation,
corpomtion or society with r spect to
any qualifications for e ployment
based on religion when su h qualifica-
tions are related to a b na fide reli-
gious purpose. A rell us qualifica-
tion for instructional rsonnel or an
administrative offioer, serving In a
supervisory oapacit of a bona fide
religious educatlo I facility or reli-
gious institution s all be presumed to
be a bona fide cupational qualifica-
tion. lOrd. 94-3 ~7. 11-8-1994)
897
mgr\asst\contractcompliance.doc
lowa City
CC-?
2-3-1
2. An employer or employment agency
which ohooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shall not
discriminate among the disabled or
elderly on the basis of age, color,
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95-3697,.1-7-1995)
employment of individuals for
Ithin the home of the employer
if t e employer or members of the
fa i1y reside therein during such em-
p yment.
4. The employment of individuals to
render personal servioe to the person
of the employer or members of the
employer's family.
5. To employ on the basis of sex in
those oertain instanoes where sex is a
bona fide oocupational qualificalion
reasonably necessary to the normal
operation of a partloular business or
enterprise. The bona fide oooupational
ualifioation shall be interpreted nar-
r Iy.
6. A State or Federal program de-
signe to benefit a speoifio age classi-
fioatlon hlch serves a bona fide pub-
lic purpo
7. To emplo on the basis of disability
in those oert 'n instanoes where pres-
ence of dlsabi y Is a bona fide occu-
pational quallfi tion reasonably nec-
essary to the n mal operation of a
partioular buslnes or enterprise. The
bona fide occupa onal qualification
shall be interprete narrowly. lOrd.
94-3647, 11-8-1994)
.:-< ;~:)
rl'
.-- ......-'
O::-,':-~
~/"
)>
-~~--~--~----,--,,------'--'----'-"-"-"----"-"'-----"---'---'---~----'-"---~'----'-"'- .--..---.......--..--.----,----..
.....,
",co
,'::::,
C"
(/)
[",
" Il
"'D
~
m
--,
~.....J
<J1
en
SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY
To all employees of
This Company and its employees shall not discriminate against any employee or applicant for employment
based on his or her age, color, creed, disability, gender identity, marital status, race, religion, sex, or sexual
orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer;
recruitment CJll.{ecruitment advertising; layoff or termination; rates of payor other forms of compensation; and
selection for trafhiQg, including apprenticeship. Further, this Company and its employees will provide a working
environment free fr~ such discrimination.
'-.
All employees are enc~ged to refer minority and women applicants and applicants with disabilities for
employment. '.
'.
,
"-
The Equal Employment Opportunity Officer for the
is: "',
""",. Name:
'.
NOTE: This is a SAMPLE ONLY. You y wish to confer ith your EEO officer or legal counsel to formulate a
policy which specifically meets t e needs of your com any.
'"
0 =
1.7;:;;:;:,
<~ "'"
~-.... j U)
)'.... :...-: 'Tl -n
,.",( CJ
c:' r-
-0 "'1
::ll: -.,
...1
U1
<:J'
mgr\asst\contractcompliance.doc
CC-8
..
~..
.//
/
/
,
,
/
,///
,
6
2;:0
~- -.--,
J:,-" -:2
r-'
,:;?
C;;3
0"'
</>\
,~
-<:l
n,
>-', C "
-:2 r:
._~:. ~~j
0:>::-
Z;;
~
)>'
-
-
\l
-:::::
-0
::~:
\l
: ~:'--1
\.....1
-
(}1
0'
FORMAL PROJECT
FORM OF PROPOSAL
HOUSING AND INSPECTION SERVICES
2006 REMODEL PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
Address of Bidder
~
i.:2- -^
"'if! /\ \
" (<' ~~
li C? .-0 ,-
Z- ~\ ./ ,.0
-':.:.7'-< j /'" '/'"'
..,~: .-<>0
"~:;\() ,~
.--L ,'':-\
- ,\>". .....-:
-fii- .~
"7
Name of Bidder
SUBMIT BIDS TO: City Clerk's Office
City of Iowa City
410 E. Washington St.
Iowa City, IA 52240
Proposals must be submitted by Friday, October 20th, 2006 at 10:00 a.m.'
The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby
proposes to provide the required labor, services, materials and equipment, all supervision, coordination and all
related incidentals necessary to perform the work to complete the Project as described in the Contract
Documents, including Addenda , and , and to do all work for the Base Bid Lump Sum of:
BASE BID
Dollars ($
ALTERNATES:
Alternate No.1:
Add the sum of:
Dollars ($
FP-1
The names of those persons, firms, companies or other parties with whom we intend to enter into a
subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract,
are as follows:
Subcontractor company name
subcontracted work
dollar amount
NOTE: All subcontractors are subject to approval by the 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:
By:
(Title)
~0
'7 ...___"\
/' -,,-'~
r,::;
s?-
cf>
r"
-"':)
(Business Address)
--
--
-(\
.-
.-
,
'~f\
."-
\ .
,__.J
(Work Phone Number(s))
:::\ C~
./~ \---r'
:D
;"')7
.,) ......
:z:
y
-0
-,::!:
.-
.'
cJ'
Cl'
(Name of Contact Person for Bid)
The above prices, specifications, and conditions are satisfactory and are hereby accepted. You are authorized
to do the work subject to the conditions and specifications of this document.
Date:
By:
FP-2
~~~~~~
.t ~~))
~ :v~
7 ~
r----------------------------------- '= t1 ~ (i ::'01" :~ '\ ~
I 1:::=. III ~ II 'C.J
I 1:::= /1- II II
I 1=: '1 ' J Ia......."\j I II II Z
I II II 0
I ' . ADB AD3 II II F
I III II
I II II h
'=~-------~ . 130' _ ,Ib" v __ /: ii r-'\ ii @J@@@ ~
I LJ -________\ 1 (II II~ \ II ~
I ~........... I - II I ~ AD. 1 1C - - - -,- - - - - - - - - - --11
I -" - .....) I" I - I - A "1;::::::9----------11 <r
! V '-- ~"\ 1[lJ I I G) // Ii 1J..l
: ~ \J I Ff'- II F
I 1"><" .x I ~"- 7 ___J I 8~ II (i"j
I ,........ I AD6 III II
WI~" @@JQ I . ~ @J@8@:: ~
........ ""'Ir\ ..~ = I II _0 +>
'-J I ( ", II "8 l-
II 11 I /
,..JI ~ i! !i I II I AD.7 +>
L.. 11 11 j I OJ
[===____________________________ Q FI f !i Ii - REMODEL AREA' = I IL_________J,==="'___ Q;
1\ IV "'" lil.-', II' I-i----------------, 8 -'=
r II , II I
""" _..... ~ ""'T""=""l! HOUSING AND [ I:: I ADA (/)
~ u ~ r ii INSPECTION I:: @ ~---: C/)
c:: ~ ~ \: ~__.~ SERVICES [, (\ I ii @J@8 : ~_I r----------- .~
~ ~ ~ 1= ~ · / ~ II I [--. DEPARTMENT V ! ! / II ~ Ie......
t: ~ ~ ......~ u ~- ------------- / / I 85 a5
I- 1-10 11 -I'" f- _ '> "" "" 1--_ I I......,
I- 1-) Of- JI I" --- t'- I cO
~ _ I.... f- ~ ~ ~ v, LJ "? ~ I I 0 ~
~ t: 1-.0 1.0 1111 rv 1'-"1~ '1~r1 r ~ I 8 I +:i (L
P I- 10,j2g \ I ~ . 1lI AD.B I 0 CD
I- L- '-J -..:::::(~'/V- r) llIN I~ ---- ---- --- ::!J CD ""0
I- r- ~I l P _ 'I I 0..
f- 1-........... 01 P ~ ~~ I REMOVE EXISTING C/) 0
~ f-~ ~ I- ~rt D~ 01 ~ ~ J: ~ r- ~ ACOUSTICAL CEILING LI""'" L/ -< c E
f- I- I _ I_~ q p 'or J r T ~ ( TO THIS POINT tr ~ CD
IIII '111 IV IV In =l F 'I fl.... I ~'VI / cO:
b!I I 1./ ffA> ::J ~ ) ~ /.l I en CD
A '- '- """\J n.. [""'\J '- /0 -..... --- J m..J .~
I / C/)
J. I ~.Lu NmH :J
'Ir -" ]):.r101JllQ\l PLAN r- -\ ~
,\ I . /.. _ '_" \... } +>
GENERAL NOTES ALE: 3 16 - 1 0 - - ~
----,
...J L.. 0
:....
1. CONTRACTOR SHALL FIELD VERIFY ALL EXISTING OEM tlTION LEGEND KEYED DEMOLITION NOTES rl.
CONSTRUCTION RELATED CONDITIONS PRIOR TO IOWA CITY CIVIC CENTER
STARTING DEMOLITION. REPORT ANY DISCREPANCIES 410 EAST WASHINGTON STREET
TO CITY CONTACT PERSON PRIOR TO DEMOLITION.', <I: 2: 2:
2. ALL DEMOLITION ACTIVITIES SHALL BE COORDINATED WITH EXISTING =========~~EXISTING WAlL TO BE REMOVED, EXCEPT WHERE Q REMOVE EXISTING DOOR, FRAME AND HARDWARE. RE-USE. ~ ~ ~
THE OWNER TO MINIMIZE DISRUPTION OF THE NORMAL Scale: 1/16" = 1'-0" NOTE 6 APPLIES. PATCH AND REPAIR EXISTING V ~ ~
DAILY FUNCTIONING OF THE OWNER'S OCCUPIED SPACE. WALL, FLOOR AND CEILING AS REQUIRED TO 8 ~ it.:.:
CEIVE NEW FINISHES AD.2 REMOVE EXISTING ACOUSTICAL TILE AND GRID -Vi ~ ~
3. NOISE DURING DEMOLITION SHALL BE KEPT TO A ~ ~ 6
MINIMUM. EXISTIN ALL TO REMAIN Q ~
4. WHERE REMOVAL OF FINISHED CEILING IS REQUIRED, A ~ REMOVE AND REPLACE ALL EXISTING CARPETING IN HIS. ~ ~ ~
MINIMUM QUANTITY OF LIGHT FIXTURES AND ALL OTHER -11 b b 0)
CEILING EQUIPMENT ARE TO BE REMOVED ONLY WHERE / 8 :z :z_~
ABSOLUTELY NECESSARY TO COMPLETE DEMOLITION / II EXISTING DOOR AN ADA REMOVE EXISTING TRANSACTION COUNTER, BASE & CASEWORK. Vl Vl 1i
. / II PATCH WAlL TO MATCH EXISTING. <J: <J: V)
5. ALL AREAS TO BE DEMOLISHED OR DISTURBED BY ANY I :: S 0:. OJ
DEMOLITION ARE TO BE PATCHED AND PAINTED. IF d 1J AD.S EXISTING WALL HEADER TO BE REMOVED. GI GI --
PAINTING IS REQUIRED, ENTIRE WALL SHALL RECEIVE ~ ~ ~
PAINT TO AVOID MISMATCH OF COLOR. 8:r: > .g
6. ALL OPENINGS AND VOIDS LEFT BY THE REMOVAL OF (l EXISTING DOOR TO REMAIN AD.6 REMOVE EXISTING WINDOW.
EXISTING CONSTRUCTION, EQUIPMENT, PIPING, DUCTS, -
ETC., SHALL BE PROPERLY PATCHED AND CLOSED OFF ~ oJ
TO MAINTAIN PROPER FIRE RATING OF WALL. PREPARE Q REMOVE EXISTING DOOR, FRAME & HARDWARE AND DELIVER TO CITY FOR RE-USE. OJ -g
PATCHES TO RECEIVE NEW FINISHES AS REQUIRED. V SEE DOOR SCHEDULE, SHEET A-3. ..J ~
7. WHERE WALLS ARE REMOVED, DEMOLITION INCLUDES Q 0 ~ 0<:
REMOVAL OF ALL MECHANICAL, ELECTRICAL, EQUIPMENT, E======3 EXISTING WINDOW TO BE REMOVED ~ BID ALTERNATE #1: REMOVE AND REPLACE ALL EXISTING, WITH CARPET TILE SQUARES. '2: S ~
ETC. PREPARE ALL DISTURBED AREAS TO RECEIVE NEW i:.
FINISHES AND REWORK CEILING SYSTEM AS REQUIRED 8 5:: OJ
TO MATCH EXISTING CONSTRUCTION. ' I EXISTING WINDOW TO REMAIN AD.9 CITY TO REMOVE EXISTING FURNISHINGS TO SAVE FOR RELOCATION 8 ~ .~
.Qu-u-
<:5
8. CONTRACTOR SHALL EXAMINE THE DRAWINGS OF OTHER ,- - - - - -, Q oJ ~ ~
DIVISIONS TO DETERMINE LOCATIONS AND TYPES OF I 1 EXISTING COUNTER TO BE REMOVED. PATCH AND ~ PATCH WAlL TO MATCH EXISTING. c;:: u u
BLOCKING AND BRACING REQUIRED FOR ALL ATTACHED I I REPAIR EXISTING WALL, FLOOR AND CEILING AS
EQUIPMENT AND CABINETWORK. I REQUIRED TO RECEIVE NEW FINISHES Z
9. CONTRACTOR SHALL TAKE ALL NECESSARY PRECAUTIONS TO L - - - 0
PREVENT DAMAGE TO OWNER'S AREAS ADJACENT TO CONSTRUCTION (j)
OR OCCUPIED AREAS. CONTRACTOR TO FURNISH MATERIAL AND - . - . - . - . - . - 2 HOUR FIRE RAJED WALL .... -
LABOR TO REPAIR ANY DAMAGE. -...... >
10.THE OWNER WILL RETAIN ALL SALVAGE THAT IS OF VALUE AS ~ 0
DESIGNATED. THE OWNER WILL DIRECT THE CONTRACTOR AS TO I HEREBY CERnFY THAT THIS ENGINEERING DDCU"ENT I hereby certlfY that thiI engnoorhg doctment was pnlll<Rd by me c..:>
THE LOCATION OF STORAGE AREAS WITHIN THE BUILDING. THE DESCRIBED BELOW WAS PREPAREO BY "E OR UNDER ".....""" or IIldor my lhct peIIOIld ....,..-n lIld that I em a clJy
"Y DIRECT PERSONA\. SVPERVlSJDN AND THAT ", CSS I '" IIcenlIod Profellliond ............ IIldor the IaNs f the Stat of 10 In
CONTRACTOR WILL BE RESPONSIBLE FOR REMOVING FROM THE I AU A DULY UCENSED PROFESSIONAL ENGINEER UNDER "" I;;)'t <. OJ\( "" ...".-, 0 e.... :"<: v
BUILDING ALL CONSTRUCTION DEBRIS AND/OR ITEMS NOT RETAINED THELAWSOl'~'OWerL. /q,~....'..""...'.~(''''., Signed: Date: i:s:: Z
BY THE OWNER. SlGNAlURE: €(jj/ RONALD R. \~ c a:
NAlI" Imothy R. Fehr, P ,E. : :z : KNOCHE ' = ......
l1.THE CONTRACTOR IS RESPONSIBLE FOR STORAGE AND PROTECTION DAn:, q-q-o.L ~~ \. 15570 j ~! 1Z...-l-R )!./::_ ~ ~-I1-.zoo~ W
OR ALL SALVAGE ITEMS TO BE REUSED IN THIS PROJECT. MY UCENSE RENEWAL DATE IS, DEc",eER 31, 2007 ~ "'".> ..... ......!tl $ RONAIJ) R. KNOCHE ~ W
BE A NTAINED TO PAGES;t\EETS OR DIVISIONS COVERED BY THIS SE"" _ '\0'" *...............* ,,$ Iowa ReglstlOtion No. 15570 C Z
12 ALL EXISTING SERVICES AND UTILITIES SHALL M I -l """ IOWto. """ -
ADJACENT AREAS THAT ARE IN OPERATION AND SERVICED BY ,,,.,,,,..,,, My IIcenoed ...newel date Is Doc.rrber 3.1, ZOO," ~ C)
THESE UTILITIES AND SERVICES. COORDINATE ALL DISRUPTIONS OR Page. or ....te covel1ld by this - A.IJA-Z JE-I ~ Z
DISCONNECTION OF UTILITIES AND SERVICES WITH OWNER. A-1 SITE AND DEMOLITION Pu\N CJ W
13.FIRE STOP ALL PENETRATIONS OF FIRE RATED PARTITIONS, FLOOR AND A-2 P NS SCHEDULES AND DETAILS
STRUCTURE ABOVE WITH A SYSTEM LISTED FOR THE TYPE OF . r'l #
PENETRATION AND CONSTRUCTION. ASSUMED FIRE RATING OF FLOOR . I e
STRUCTURE- 2 HOURS. M-1 ICAL PU\N
14. SOLID LINES INDICATE NEW CONSTRUCTION. SCREENED LINES INDICATE E-1 ELECTRICAL AND LIGHTING PU\N
EXISTING CONSTRUCTION. 0-
/~
15. DIMENSIONS ARE GENERALLY GIVEN FROM FACE OF WALL TO FACE OF -,''''~''': ,~\, Sheet
WALL . -' ,":' ~",'
. '- ~, r \
',.>r' ,",C) A 1
'. .' "A,
1-":-~" ;,~>" '- lY' -
.,~ I ',: ' ..... '-
\~"-'S>,, ... '^
~'\ :b ,<,(I
....0 .'.. }.
~f\Su~ ~ -e'::>. C'~/
64' /
~I ~ ~ ~ EXISTING ACOUSTICAL NEW ACOUSTICAL ~
-1
"lfstAl\ ''If CEILING TO REMAIN \ / CEILING TO THIS POINT E
= '\ IT D I llob I
. 'RI>oc.CWb I " , o[ \0
~RI>oc.OIIi:e 1 I}. 0IIi:e 1
0011 r5" ! ,ff 001 I i !,'S. I 005 I >r. ~ ~ X 0 I W'"l!
, " I, 15'-<l~"- 1l ~ ~
l1'-<l~" / 23' - 7a" I 11'-7" ~ / X X \.J \.J \.J .! V l.,( 0
= ~ !- ~ I = I" I" I" I" I"
~~I - ::: :0 <r
I ~ ." ~ ( "- a 1:
( 1 r\R ~ r\R A .~ I 1 ~
EXISllNG I, Nf\I ~~ I I>rt
I 1 ~
- " 1 ~ ~ ..J I
I I ! ~ In I ~
i'~, I 1 '" I 0
Q I 1 ~ ) ~ )~ x ) ~ ~ ~ iQ I I
I ~ ') ~~ U ! 1 ~ I
I I -" " )L( ! F'lcnlcllle
ao . -. I- ..... ! U 1 ~
1 ~i I '!xl X X !
"\!l I r>< 0 I
1 . ~ fie "''''
EXISTING ACOUSTICV'''-- NEW ACOUSTICAL ! ~ ) ~ ~ ~ I crf I
CEILING AND CARP I CEILING AND CARPET , ~ , z I
I I :5
TO REMAIN I TO THIS POI.NT i > " "1,1:: ) ~ ~ ~ ~~ 01 1
.. .J/ . r--------------------
n ^-. i.~bJ, 1 I r----------------- :"---1 - " a ~ I . . ~.~--------------------~ I I I 0...
D ! 1/ , -------.,.. A I i
'. '- I "" a X l'-. X ::.:;~ I ------------- I .km Q;
"/ , ---~I ~ . '. '. I 1 ~
--- ------- I ------------- ...;:'.;;.; I +>
" -.-.-.-.-.-.-.-.-.- I
-- I , I 1: ~ ....Ul 1 l-
I 1Xl . ,.'.'. . .... O~
I > " ~ ~ ~ ( .::>.~.: I I I
, -. I +> I
I""" I ... I Q; ,
- 1 ~ I
~ 3 , ~. 3 I Q; ,
-'= ,
I ~~ X i
\\~ ~ r I~ (/) ,
~ ,
\\~\ > ,
I ,I h .) ( , I I CI) I
--- CD \
7 -- ) m 0
~ .c...... !
CDo
NRItt tm!f NRItt (f)CD
......,
E9 cO
CONSlRUCllON PLAN REFLfClID WUNG PLAN .r "" fCR t<trtt<tl'lCE eN- Y. FURNITURE BY O\tt:R O~ I
I .-0..
\. , ......
SCALE: 1/8" = 1'-0" SCALE: 1/8" = 1'-0" ~ SCALE: 1/8" = l' 0" 0-
CD CD
- 0..""0
S'l'MBCLS LfGfND 000
cE
fiNISH NOlES GfNERAI.. RfflfCTfD CElJNG NOlES m ""0 CD
EXIS11NG 2x2 ACOUSTICAL SUSPENOO:> CfJUNG STRUCTURE MJOVE cO:
1. CARPET: MOiA \IlK 1. C<1'l1RACT~ SHAU.. VERIFY AU.. OMENSlO'lS AND llLE SYS1B1 cuco
EXISllNG CON[ll1Cl'lS 6Ef0Rr BEGINNING C<1'lSlRUCllO'l METAL STUD lRACK '0)0
2. CARPET BID AL TERNA lE #2; CARPET SQUARES: \v11HaJT A CARE llLE, ST11E 5<1170 AND NOllFY ARCHllECT (f' ANY OSCREPANOE5.
/ cO
3. r AINT: MATCH EXIS11NG. RECORDS SHOV 2. lHIS OVlSlCl'l LOCAlES AU.. CfJUI'IG MOJNTfD 11B15. SI:E ._ C\l
NE\I/ 2x2 ACOUSllCAL SUSPENOO:> CfJUNG CI)
SHERl.AN \v1WAMS "MINIMAL \YIiITE" MECHANICAL AND ELEClRICAL OVlSlCl'lS F~ COI'INECllCl'l5. ::J
SVlO11 llLE SYS1B1
3. AU.. t1EAI:fRS ARE '1 - Z' UNLESS NOTfD 01liER\v1SE. "- SEAlANT 0
4. V AU.. BASE: MATCH EXIS11N G I
GJ EXIS11I'1G GYPSUM BOARD CfJUNG
4. AU.. CfJUNGS ARE TO BE 8'-0" UNLESS 01liER1.ASE NOTfD. . .......... "- +>
5. CElUI'IG: REUSE llLES IN GOCO CON[ll1O'l u
0
'"
--' <(
<( -
:z
B -
'"
0
/' Q)~
>-
u C-
w
~
0 0
'" 0
11. ~ 2
--' (Jl
w 0 \I)
0 Ul ...
0 0 '"
'" Q).- '"
w \I)
'" o.c
en U ~
50
/' ~ Q
--'
w >='N
> MECHANICAL SPECIFICATIONS
w <(~ f-Ol
--' ~ -<0
'" 0,
~ - <...
0 1. BASIC MATERIALS AND MEltlODS ~ >.. - i:5 ill E
--' ~ IZ --8
/' GENERAL DEMOLITION NOTES:
u
'> A. ltlE WORK SHALL INCLUDE ltlE FURNISHING Of SYSTEMS, EQUIPMENT D. ROUND DUCT .- 0 Ol .
U+-, ~ ~ "
u AND MATERIALS AS CALLED FOR ON ltlE MECHANICAL l'l ~
-~ "
/' DRAWINGS TO INCLUDE SUPERVISION, QUAUTY CONlROL, OPERAllON, Ol '" ~
'" 1. MINIMUM 24 GAGE. ax-c;
:z 1. DUCTWORK SHOWN DASHED SHALL BE REMOVED. MEltlODS AND LABDR FOR ltlE FABRICAllON, INSTALLATION, STARlUP 0 C ~<.<:
i5 3:.- "-I
--' AND TESTS FOR ltlE COMPLETE MECHANICAL INST ALLA llON. 2. EXTERNALLY INSULATED. =
'5 g BX7 o E <( "
(IJ " 0.2:
/' - 0 F....<:
0 B. ltlE CONlRACTOR SHALL EXAMINE PROJECT SITE AND BECOME FAMIUAR 3. RADIUS ELBOWS Wlltl 1.5 TIMES DUCT DIAMETER. o '"
<( Wlltl EXISllNG CONDI1lDNS WHICH WILL AFFECT ltlE WORK. CONDI1l0NS 0 0:: I"') ==
:3- i ------ --------------- II II ------- -----------, SHALL BE CONSIDERED IN ltlE PREP ARA TION DF BIDS. - o I ;.
'" KEYED DEMOLITION NOTES: 4. CONICAL TEES, CROSSES AND LATERAL FITTINGS. ./ IT) z... ;.
:z " V" r-Q I :1 v~.........
w
/' " I C. FOLLOW APPUCABLE CODES AND OBTAIN NECESSARY PERMITS AND 5. NO BULL HEADED TEES ALLOWED. l'l .......
" " 3 I ~ IXJ-ii
en II II INSPECllONS. FOLLOW INDUSlRY STANDARDS, INCLUDING ASHRAE, ",Ol~
" r-<:!! ..1. " .-. I 0 ~ ~
^ DEMOUSH EXISllNG SUPPLY DIFFUSERS AND ASSOCIATED SMACNA. ANSI, ASME, NFPA, ETC. FOLLOW GENESIS STANDARDS. 6. FITTINGS Wlltl WEUlED SEAM CONSlRUCllON. l'l.<:
en " "~' "Y- I DUCTWORK SHOWN AS DEMOUSHED. REUSE DIFFUSERS FOR NEW , Ul~ .~
w 11 ...'_'.." II IL _'.. I -0 - Ow
>- ~ VAV-4D :: ~ WORK. ANY EXlRA DIFFUSERS RElURN TO OWNER. D. ltlE MECHANICAL CONlRACTOR SHALL COORDINATE WORK Wlltl OltlER E. DUCT CONSlRUCllON PRESSURE CLASSES (SMACNA) .- ~z
0 I
:z lRADES PRIOR TO INST ALLA llON. 0- - .0
0 11c.-"'0 I I o Q) >-:J:
w W ~ 7 " I 0 DEMDUSH EXISTING RElURN GRILLES AND lRANSFER DUCTWORK. 1. SUPPLY DUCTWORK, EXHAUST AND l>:ll.
tll-f 7'-' 11 C w
- I REUSE GRILlES FOR NEW WORK. GRILLES AND DUCTWORK NOT E. NO PIPING SHALL BE RUN OVER ltlE TOP OF ELEClRlCAL P ELS, RElURN DUCTWORK - MINIMUM 1. STATIC. = 0::: .- f-
'" \1' ~III<-\ T\ ,,10XB ElEVATOR EQUIPMENT OR ELEClRlCAL EQUIPMENT. f-
" llJ- -4c \ ~ " USED UNDER NEW WORK RElURN TO OWNER. L 0 <
0 ~ 22X10 - BX6 ii;'=='-======:====il H :J:
I 1 ~ --.., II F. EQUIPMENT SHALL BE INSTALlED PER MANUFAClURER' RECOMMENDA llONS. F. MANUAL VOLUME DAMPERS: F ABRICA TED OF SAME MATERIAL AS DUCTS, 02 I
0 ___~_ ___ I r0 0 DISCONNECT DUCTWORK AT LOCA llON SHOWN. PATCH DUCTWORK TWO METAL GAUGES HEAVIER ltlAN DUCT AND HAMMERED 1. ALL rfl -0 ~
'" Wl-iERE NEW DUCTWORK CONNECllON IS NOT BEING MADE.. AROUND, MOUNTED ON 3/B. SQUARE ROD Wlltl SAW SLOT POSI1l0N I
~ ~ ' H. PROVIDE SHOP DRAWINGS FOR MAJOR EQUIPMENT, UCTWORK, ETC. Q)
:z INDICA TED. PIVOT BEARINGS, LOCKING POSI1l0N REGULA TOR, YOUNG en
0 I' BX6 SUBMIT CONlRACTOR APPROVED SETS Wlltl PR CT, PERFORMANCE U
en DEMOUSH EXISllNG FIN lUBE HEATER AND ASSOCIATED HOT REGULA TOR CO., SERIES 443.
--' " 0 AND MAINTENANCE REQUIREMENTS.
'" 1o._.aI - WATER PIPING ALONG EXTERIOR WALL DEMOUSH CONlROL VALVES
<( r-.
U 1 I -"",,.' I AND PROVIDE TO OWNER. I. PROVIDE OPERA llON AND MAINTENANCE MA ALS AND RECORD DRAWINGS G. lURNING VANES: PROVIDE DOUBLE ltllCKNESS SlREAMUNE lYPE,
I I <-" AT COMPLEllON OF PROJECT. EXCEPT PROVIDE SINGLE BLADE lURNING VANES Wlltl lRAIUNG EDGE AT
u )
<( DEMOUSH EXISllNG HOT WATER SUPPLY RISER TO JUST ABOVE ELBOWS WHICH CHANGE DIMENSIONS OR AT CONSECUllVE ELBOWS.
(IJ 0
'" CEIUNG. CAP PIPE JUST ABOVE CEIUNG. REPLACE CEIUNG llLE J. PROVIDE OWNER lRAINING AND DEMO A TIONS FOR ALL SYSTEMS
I
0 ltlROUGH WHICH HOT WATER PIPE PENETRATED. AND EQUIPMENT. H. INSTALL lURNING VANES IN SQUARE OR RECTANGULAR 90 DEG. ELBOWS.
'"
--' I. APPUCA TION OF DUCT SEALANT: DUCT SEALANT EQUIVALENT TO HARD
<( EXISllNG FIN lUBE TO REMAIN. HOT WATER SUPPLY RISER TO
:z 0 CAST IRON GRIP TO BE APPUED INTO ALL JOINTS AND SEAMS ON ALL
B REMAIN. CAP HOT WATER RElURN PIPE UPSlREAM OF REMAINING
'" , FIN lUBE. 2. INSULAllON DUCTWORK SYSTEMS. SEALANT SHALL BE ALLOWED TO SET 48 HOURS
0 BEFORE ANY AIR PRESSURE IS APPUED TO SYSTEM.
/' 0
w A. INSULA llNG MATERIAL
u REMOVE EXISTING ltlERMOSTAT. REUSE UNDER NEW WORK. JACKETS, MASllCS, ETC. SHALL MEET
'>
'" 7 FLAME SPREAD, FU CONlRlBUllON AND SMOKE DEVELOPED
w RA llNGS IN ACCO ANCE Wlltl NFPA-90A. FLAME SPREAD J. FLEXIBLE DUCT
en 0
0 RAllNG IN ACC DANCE Wlltl NFP A 255, ASlM E -B4 OR UL 723 OF Z
0 DEMOUSH EXISllNG PNEUMAllC ltlERMOSTAT.
<( NOT MORE N 25; SMOKE DEVELOPED RA llNG OF NOT MORE 1. INSTALL ONLY WHERE ROUND TAKEOFFS ARE INDICA TED ON
/' DRAWINGS (SUPPLY ONLY). NOT ALLOWED IN RElURN OR
'" ltlAN 50, LESS OltlERWlSE NOTED IN ltllS SECllON. 0
;;.
0 EXHAUST SYSTEMS.
/' B. lYPE MIN. INSULA llON ltllCKNESS
0 2. MAXIMUM EXTENDED LENGltl SHALL BE B' -0..
I -
<Xl
;;; 1.5 PCF DENSITY 1 1/2" ltllCK I-
"' DUCT WRAP EQUAL 3. UL 1B1 APPROVED. ltlERMA FLEX M-KC OR ENGINEER APPROVED
0
;;;- TO KNAUF DUCT WRAP EQUIVALENT <(
en Wlltl FSK FACING.
S'rMBCLS LEGEND
- ~ (NOTE: ALL SYMBOLS SHOWN MAY NOT BE REQUIRfD
I:: DO Foo 111IS PRo..ECT)
00<) ~ I
I " DO v' 0 <>~
~I I *** UGHllNG FIXTURES ***
B B DD DO I DD@ DD I DO [8] RECESSED 2><4 FWCRESCENT UGHT
I~DO ~~ <) I FlSTURE 'Mlli PARA6a.JC LfNS
DO ~I DOI~ DD ~ I CI RECESSED UGliT FIXTURE
I~_ t t~__ '"
Jill ...." I
i ~ \~==- i9-1===Jkv I X I SURFACE MOJN1ED lX4 FWCRESCENT Z
UGHT FIXTURE
R I ~~~i I, DD RA A Y AND LE'vlCES :5
I / "
/ " FOO O\t1'lER fURNISHED C'::::J VALL MOJN1ED U GliT FIXTURE
R DO I 1'1./ ~I DD EQ41f'MENT a...
@ I r- oJ" @ EXIT UGHT - CElUNG MOJNlED
a I DO~ DO DO ,: iJi I @j EXIT UGHT - \I/ALL MOJNlED 0
o ') Oil@ _0 0-<) I ~ ~ ~ - z
~ll----~_9~f~:~~--- ~"~ I I--@ VALL <R CElUNG MOJN1ED EXIT UGHT ~
-
DD I
'- PROV1Il: /JroVE CElUNG ~ CY UGHT - \VALL MOJN1ED
----------~-----, I N01ED 0
" ~ I RACfVA Y AND LE'vlCES :J
R DDR D01bDO DO~ ~ I Foo O\t1'lER fURNISHED i:8'l CY UGliT - CElUNG MOJN1ED
o~~ : EQUIPMENT
@: DO I ~--------------------- C==:::J CABINET U GliT c:d
~' I
J J I --.J
------------- ------------ I 0 <) ** --<{
~ ACOUSllCAL CElUNG DD SURFACE RACE\l/AY - W'lDJIT
000 I UNLESS N01ED OllifR\vlSE ~<.)
I +>-
I NEW' FRa1 111IS PONT W'lDJIT W'lCE:ALfD IN \VALL ~~
I 00 CElUNG +><.)
I 1~
@ PUBUC AlIRESS/IN1ERca1 SPEAKER
(/)
""- '" t- Tfl.EV1S10'4 ANTENNA SYSTEM OJllET
IU(ln "'" t<<Jm1 (/)
ElECTRICAL lLMaJll~ PLAN E9 "'''flfCTRI CAL PLAN t 1ELEF'I1a'lE/DA T A IRCP BOX \vllli A ~' CD
W'lDJIT IRCP AND A 4'x4"x22" BOX \vllli 0
SC : 1/8" = 1'-0" A STANDARD VALL CPENING AND A SINGLE .c......
SCAlf: 1/8" = 1'-0" GANG MUD RING. \vlRlNG BY O\t1'lER.
CDO
(f)CD
......,
DEMOLITION KEY PLAN *** \ARlNG LE'vlCES *** cO
O~
TO REMAIN @:: DJfU)( RECEPTAClE 120V .-0..
......
@:: DJfU)( RECEPTAClE 120V MOUN1ED 8" /JroVE 0-
TO BE REMOVED /REVlSED COUN1ERTCP 00 4" ABOVE BACKSPLASH CD CD
e- SlMfU)( RECEPTAClE 120V 0..""0
0 DJfU)( RECEPTAClE 120V (/)0
IN FLOOR cE
[2] .... SINGLE PaL \VALL S'MTCH ""0 CD
OS-OCCUPANCY SEN5rn ca:
- ~ :@: W6{f< RECEPTAClE IN CElUNG ctlCO
0)0
I" "
II II . POWER PaL cO
,----~----"1 ~ I" "
l '')''',.._ I II II GJ B 2/EX 3/EX ._ C\J
I .Je...., I 11 II CDi lHERMOSTAT (/)
B B I..----~----~ I" B 0 "
II II :J
I" 0 " MULll-OJllET RACE\I/AY 0
I" " aDlf
II It I
f----'O'----, ~ 1:1.- 0 I: B
l ::@1:: I Q) JJNCll0'4 BOX
t_________..& 11111 ...., II +>
1111 \ II
1111 ~ II GJ B u
I ~ ii===,==========::Jf-@ Q;
I ---7 :, *** NOlES *** --,
R I / " 0
",,/ ~ II 1. UNLESS OllifR'MSE INIlCAlED. ALL \VALL RECEPTAClES, '-
I ,,- 0 " D-
tIJ r- :1 B TELfPHa'lE OUllETS ~ SIMIlAR OUlLETS TO BE
,----._---, Q ,---_._--, ~ " 16" /JroVE FLOOR TO CEN1ER.
I ~)ri!'. 1 "'1..~,..' I o " 0 ~ 2. UNLESS OllifR\v1SE INIlCA 1EDi; ALL \VALL S'MTCHES,
,....._.... I I .....~.
1.____..____.. j,.____~____l I Ii ~/o <[::;::::;::
~ F'U.~TTCNS AND IlM~!lP 0 BE
I II / 46 /JroVE FLOOR TO 'fER. cx:y:y:
" I ~l-_, ~ 3. ~om: CASE LfTlER A~ f:\v1TCHES AND FleTURES
I ~---------!~~~~--- NIl AlE ASSOOA lED U I S F~ S\vlTCHlN . <5 -8
tIJ ,,----------------i 4. UllUZE EXlSllNG QRCUIllNG. ~ .- QI
R R o " I O)\:..::<
t----..----., __ ~ u
: ::@:: f ::~~: 5. LfTlERS "NL" INIlCA lE NIGHT UGHT. lJ) cs QI
I QI L..s::
j,._________.J. I :1 0 0: I <=t <=t u
IQ] L_ r.--------------------- 6. PWS + +). SIGN \Alli IlMENSl0'4 AT OUllET INIlCA lES
I " \D
I Q)-JJ ~ I HElGli ABOVE FINISHED FLOOR ~ HElGHT /JroVE =
GJ FINISHED GRAOC TO CEN1ER 0" LE'vlCE. <5<5=
------------- I ------------ QlOJ(\j
I 7. LfTlERS "GFl" INIlCA:TJ;, ~~OUND FAULT IN1ERRUP1ER +>+>0)
~ ~ ~ RECEPTAClE LfTlERS IG INIlCAlE 1sa..A1ED <:ROUND o 0 \:
Z z__
I RECEPTAClE L
lJ) lJ) 0..
I a LfTlERS "'wP" AT LE'vlCE 00 EQUIPMENT INIlCAlE <l: <l: Vl
@] I 'M:A llifRPROOf Tl?E. u OJ
I OJ_
q UPPERCASE LfTlERS "111' AT DJPLEX RECEPTACLE - cs
~ ~ cs u --
mCAlE OOJBlf DJPLEX. "TVSS" INIlCAlE SURGE uVlOJ
Vl +>
SUPPRESSl0'4 TYPE DJPlEX. cs
PANEL PI. I><=t
""- lO.UNLESS N01ED OllifR\vl~ ca1MUNICAll0'4S lZSJft!S
PANEl PI OUllETS TO INCLJ.JI:E B~ RlN[a PLAlE AND 3 ~ B1PT'(
W'lDJIT STUBBED TO VE UNG 00 TO Q;-
UGHllNG CfMClJll~ PLAN UGHllNG PLAN E9 ACCESSIBLE M<<:A. > OJ
OJ <5
--'~
L OJ
SCAlf: 1/8" = 1'-0" SCAlf: 1/8" = l' - 0" OJQ::
CS~Vl
'- o~
\:--'I
EXISllNG U GHT FlXTURES TO BE REUSED- SELECT ESEST CCNJll [.
-- OJ
"::<<5--
O-OJ
o O='
.Q u- u-
~ <=t <=t
_Q! <l: <l:
u- U U
Z
0
-
C/)
~-
~~
t)Cl
C)
\ ~z
a-
......a:
w
~w
az
-
~C)
~z
t)W
File #
:::;- :Sheet
,~
5:fr;:) )[-1
-----I
--
-... .~rl
-... ---
~!i:) 5-r/ ,;" r"",'
:::;:
)0 -... {"~:'-/
""-~ ~
.. ....--.1'
TITLE CHANGE ONLY -
NO CHANGE IN BID DOCUMENTS
FORMERLY: HOUSING AND
INSPECTION SERVICES
2006 REMODEL PROJECT
(/)
. . Z
Q <(
'- :'2: C) c _~
(f)
.-J
~ <
I ~ EXISTING ACOUSTICAL NEW ACOUSTICAL I-
SIMILAR I'" CEILING TO REMAIN \ / CEILING TO THIS POINT ~
D I Bob I
. BI ,In' e~OffI<ll Olr (Iff"" " I :
Houm~Offi.. 5" I 00' 5" rno....-J 0 I 0 I 0
UQLJ 1 I I ~LJ. _?()( [X 0 I I Z
Hj'ing InBPj'i ~ = "" I " " " : 0 _ . A.!)n I (f)
003 I f\::;:I. ',,' ....,.. Ie 131 , I I W
EXISTING I NEW ~ ,~~. ~ .-I .... : Art l .-J
- I ~
j~:jtinr : I I'" ~ I I 1 0 ~
Q : . ) ( )k X :::l ~ ) ( U ! Q: I ()
J<)IlO ',,' 'ok "... I I I
I 0 BIo~. "? . ,~'. f- ,~1'--.-I.... ,...., 0 : 0 I ~ Plan lobi. (f)
I <?J=L [~in"? X rx G> X I ~
I ..... ... Sue file Joen (f)
V' f') ....;r- ...,'" I
EXISTING ACOUSTICAl I ,,--NEW ACOUSTICAL ... ~ ....... ... .... I Z
CEILING AND CARP I CEILING AND CARPET ~ ill <
TO REMAIN I TO THIS POINT ) r: ) 'J:: ) ~ ) ( )k 0 ! : r____________________.-J
jec./Waitinl I I r---------------- --- n 1 = "- ~ ~ I. . '. r--------------------.j I I I a...
OIl' I I .' .........<., 1--
'" >( X . ...... ..' ,-..,
. A J' . '.' ., ...... ------------- I Jann I ,_ ,co QJ
o . . "0- '. i:;::::;:;> -"
------------ I I .------------ ~ . d I I I 0 c'.'. ' ,
-.-.-.-.-.-.-.-.-. I ..... ". ".' ":"1 I .---'---
J I ....'" .......:11'9..., I ->C' c.n --
I I 10 -, 'I -'''' .... v "......::~::I : 0 0 ~Il. I ~.~-' .~ "'II
I I ,~ . ....!l-.-I .... .... .' I JJ " !'v +>-
I ......... '..; -.: .:. I I ---- ---- ---- ~. ('- N tu,.,
I ....., ~LJ--- -- 3----.. 3 I =? i"- - ".\ \
- ~"'1 .1-"." l"V_l,
I / IV- "'C. .-> +)
I^ (_::-") :::-~:: == (/)--
\~ J ~ /" , , , jf :~
) ~ ) m (f)
c
0......
NORTH NORTH NORTH t5 a5
CONSTRUCTION PLAN ffi REFLECTED CEILING PLAN E9 FURNITURE PLAN- FOR REfERENCE ONLY, FURNITURE BY OI'NER ~
SCALE: 1/8" = 1'-0" SCALE: 1/8" = 1'-0" SCALE: 1/8" = 1'-0" ~ 0)
SYMBOLS LEGEND ""0 . c
CCD
FINISH NOTES GENERAL REFLECTED CEILING NOTES m CO -g
EXISTING 2x2 ACOUSTICAL SUSPENDED CEILING 0)
1. CARPET: MOHAWK 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND TILE SYSTEM STRUCTURE ABOVlO . c E
EXISTING CONDITIONS BEFORE BEGINNING CONSTRUCTION NETAL STUD TRACK (f) CD
2. CARPET BID ALTERNATE #2: CARPET SQUARES: WITHOUT A CARE TILE, STYLE 59170 AND NOTIFY ARCHITECT OF ANY DISCREPANCIES. ::J 0:
3. PAINT: MATCH EXISTING, R~CORDS SHOW.. 2. THIS DIVISION LOCATES ALL CEILING MOUNTED ITEMS. SEE m NEW 2 2 ACOUSllCAL SUSPENDED CEILING ~
SHERWIN WILLIAMS MINIMAL WHITE MECHANICAL AND ELECTRICAL DIVISIONS FOR CONNECTIONS. TILE S~STEM
SW1011
3. ALL HEADERS ARE 7'-2" UNLESS NOTED OTHERWISE. SEALANT
4. WALL BASE: MA TCH EXISllNG [J" . .'. C G
4. ALL CEILINGS ARE TO BE 8'-0" UNLESS OTHERWISE NOTED...: EXISTING GYPSUM BOARD EILlN +>
5. CEILING: REUSE TILES IN GOOD CON DillON' . . . . ~
AS MUCH AS POSSIBLE, REPLACE TILES 5. EXISTING GYPSUM BOARD CEILING TO REMAIN. EXISTING RELOCATED SUSPENDED ACOUSTICAL CElUNG --,
IN POOR CONDITION BY MATCH EXISllNG [8] RECESSED 2x4 FLUORESCENT LIGHT TILE AND WALL ANGLE 0
RECORDS INDICATE THE PRODUCT WAS ARMSTRONG 573B FISTURE WITH PARABOLIC LENS L
0-
5. SPRINKLER: CITY HALL MAINTENANCE HAS USED BOTH VRBAN FIRE PROTECTION 319-351-5261 D RECESSED LIGHT FIXTURE
AND BLACKHAWK AUTOMATIC SPRINKLERS, 1-800-232-7721 FOR REPAIRS OR REMODELING.
TvT MECHANICAL SUPPLY DIFFUSER SOUND AlTENUATlON BLANKET <J: 2: 2:
~ ~~~
l21 MECHANICAL RETURN DIFFUSER 3 5/8" NETAL STUDS @ 16" o.c. ~ ~
s::: C ~
@ PUBLIC ADDRESS/INTERCOM SPEAKER -~ ~ ~
Ili L.s:::
l'=1l'=1U
<.D
=
-0-0=
Ili Ili CU
5/8" GYPSUN BOARD EACH SIDE - +' +' 0)
TN>E AND FINISH JOINTS TO MATCH :fl. :fl. _!;
EXISTING lfl lfl 15.-
<:[ <:[ Vl
-- OJ
Ili_
- '"
c:S U .-
U CA Ili
Vl v' +'
'"
I>l'=1
~ ROOM FINISH SCHEDULE -_
~ Ili Ili
Ii) > '(:5
OJ Ili 0
~ MARK ROOM NAME FLOORING BASE WALLS CEIUNG *NOTES MARK METAL STUD TRACK -1 ~
~ L(k:
~ 1. PAINT '" ~ Vl
~ 2. MATCH EXISTING ~ D 00 R S C H ED U L E SEALANT ~ ~ I
~ I:!::! 3. NONE (.!) -- 6;
~ !::l ~ ~ ~ STRUCTURE BELOW -6 ~ OJ
rrl ~ ~ ~ ~ MARK RATING FRAME DOOR NOlES N W II 0 t " ~ E " ~
~ ~ ~ (.!) c (.!) c ;;i. (.!) ci- TYPE MATERIAL GLAZING SIZE TYPE MATERIAL GLAZING 1 ew a e al 1 ~ ~ ~
w u; ,.. Z lJJ Z lJJ (.) Z lJJ . - lL. U U
II: O-F ~ F Q:; F Q:; . . . .
\IJ 0.. Z Ul - Ul - F Ul ::> I- ...J I- Cl...J SCALE' 1 1/2" - 1'-0"
J: ~ - ::> - ::> Ul - L&J L&J lJJ::> L&J 0 ::> . -
1ii o"""IX C1 x C1 ::> x C1 I- :::i! ~Cl (/) ::i! Cl (/) Z
co lJJ lJJ lJJ UJ 0 lJJ lJJ u> ~ LU Z 0 u> L&J Z
~ (.)L:i:c: Q:;:c: Q:; (.):c: ~ ~ ==z~~ - ====z 0::: - 0
- -10..(.) lJJ-1(.) lJJ <1-0 lJJ - 0 F L&J Cl . 0 F L&J Cl .
ll! :>-~I- Z:>-I- Z NZF- Z !:;!::i! ::l(/)!a0-L&J0- ...JU(/) O-L&JO- -
E Z < < 0 Z < 0 4: < 0 ~ - ~ ::i! ~ ::i! ...J - :::i! 0::: ::i! ,^
~ 5' (.) ::i! Z 5'::i! Z N E S W ~ 0.. ::i! Z HT. ~ g ~ (;) ~ I=! ~ I=! ~ en (;) I=! ~ I=! ~
t 001 Rec./Waitinq . · . 3 3 3 3. . . . 3'-O"x7'-O". . AD.1 - B ~ ~
,~ 002 Clerical ... 3 3 3 3. . . . 3'-O"x7'-O". . AD.1 - A t) 0
'0
~ (H1.7i Housing Inspec.. . 1 1 3 3. 1, 2, 3 ~ C)
~ 004 Bldq.lnspec, Office. . 1 1 1 1. 1, 2, 3 ~ ~
i nn~ Dir, Office . . 1 1 1 1. 1, 2, 3 ~ 0:
! ()(lh Buildinq In spec. . . 1 3 1 3. 1, 2, 3 k, ill
~ ()f) / I-!"'Ic:::inn In, ou, I. . . ~ ~ 3 ~ . SEALANT AND BACKER ROD C z
i BID AL TE R NATE #1 '. ~ CORNER BEMHYPICAL ~ ~
c. 001 007 II . . . , 35/8" METAL STUDS c...J W
~ - IRemove eXlstlnq and replace WIth new Carpet T1119S. SOUND AlTENUATlON BLANKET
~ 5/8" GYPSUM BOARD EACH SIDE - F i l e #
~ " f ' TN>E AND FINISH JOINTS TO MATCH
! 001- 007 I EXISTING
! New Wall Detail ~
~ *NOTES: 2 ", " - Shee
~ 1. INFILL EXISITNG CEILING GRID WITH NEW CEILING GRID AND TILE TO MATCH. . SCALE: 1 1/2 = 1 - 0
~ 2. PATCH EXISTING CARPET AS REQUIRED AT REMOVED CONSTRUCTION. A - 2
5 3. INSTALL NEW VINYL BASE AT NEW WALLS TO MATCH EXISTING.
"
6
~
C)
.E
If'" ----- ~ <(
<< -
z
o .
I ~ (j)--.l
o c-
~ o-
J (3 0 ~
'" ~ 0
(L ~ .c: 01
~ ~
w 0 ~
8 UJ 0 C'\l
a ~ (j).- ~
'" o.c <<
w 0 ~
I 0
! , MECHANICAL SPECIFICA TIONS ~ <': ~ ~!
3 II 1. BASIC MATERIALS AND METHODS I:...... }; c. 52"' ~
~ I"L GEN ER AL DEM OLl TI ON NOTES: A. THE WORK SHALL INCLUDE THE FURNISHING OF SYSTEMS, EQUIPMENT 0, ROUND DUCT r"' 0 0 ~ ~ ~
o AND MATERIALS AS CAlLED FOR ON THE MECHANICAL < +-' oc ~ .:'l
c; 4 DRAWINGS TO INCLUDE SUPERVISION, QUALITY CONlROL, OPERATION, ,. MINIMUM 24 GAGE. 01 0 x "
is I --0-\ 1. DUCTWORK SHOWN DASHED SHALL BE REMOVED. METHODS AND LABOR FOR THE FABRICATION, INSTAllATION, STARTUP ~.s I=' i1: .c
5 /~ \ -6X7 AND TESTS FOR THE COMPLETE MECHANICAL INSTAllATION. 2. EXTERNALLY INSULATED. = 0 E (1i 0 ,~
m /'LJ - 0 I ~ .c
;:; /'" B. THE CONlRACTOR SHALL EXAMINE PROJECT SITE AND BECOME FAMILIAR 3. RADIUS ELBOWS WITH 1.5 TIMES DUCT DIAMETER. 0 I- 0 ~
j WITH EXISTING CONDIllONS WHICH WILL AFFECT THE WORK. CONDIllONS gj '7 ~
c; I ------ ---------------" " - ----- -----------, SHALL BE CONSIDERED IN THE PREPARATION OF BIDS. 4. CONICAL TEES, CROSSES AND LATERAL FlTTINGS. " m z:J, ~
; ~ :: ii 1 r-0: KEYED DEMOLITION NOTES: c. FOLLOW APPLICABLE CODES AND OBTAIN NECESSARY PERMITS AND 5. NOBULLHEADEDTEESALLOWl:D. ~:1 ~:~
en II" . 3 I INSPECTIONS. FOLLOW INDUSlRY STANDARDS, INClUDING ASHRAE, N ~ :::;
^ I :: r;\' ,t. :: 1:7' <:.e' u......... f'V'l : 0 DEMOLISH EXISTING SUPPLY DIFFUSERS AND ASSOCIATED SMACNA, ANSI, ASME, NFPA. ETC. FOLLOW GENESIS STANDARDS, 6. FlTTINGS WITH Wl:LDED SEAM CONSlRUCTION. UJ- ~ . ~ .c
::J " j\.::../ ~"~~ II ~":- - ~ DUCTWORK SHOWN AS DEMOlISHED. REUSE DIFFUSERS FOR NEW , U - ~ w
b ~ ' VAV-40 " . ,H.: WORK. ANY EXlRA DIFFUSERS RETURN TO OWNER. D. THE MECHANICAL CONlRACTOR SHALL CODRDINATE WORK WITH OTHER E. DUCT CONSlRUCTION PRESSURE CLASSES (SMACNA) 'r:; - - ~
z \!...J \ :: -101 I lRADES PRIOR TO INSTAllATION. L'- (j) ,: I
8 \ 611 r<';:' ~ 0 " I I 0 DEMOLISH EXISTING RETURN GRILLES AND lRANSFER DUCTWORK. 1. SUPPLY DUCTWORK, EXHAUST AND 0 C ~ n.
-;;; ~ /r'....~\ ~ "lOX& I 2 REUSE GRILLES FOR NEW WORK. GRILLES AND DUCTWORK NOT E. NO PIPING SHALL BE RUN OVER THE TOP OF ELEClRlCAL PANELS, RETURN DUCTWORK - MINIMUM 1" STATIC. == n:::.- 1=
~ ___ ,[.' / III \ ~r__ n_n_____Ji ' USED UNDER NEW WORK RETURN TO OWNER. ELEVATOR EQUIPMENT OR ELEClRlCAL EQUIPMENT. L- 0 ~
~ ~ 22X10- LY-aX6-lc....---,---- -------jl 0 H F MANUAL VOLUME DAMPERS' FABRICATED OF SAME MATERIAL AS DUCTS 0:2 I
6 1 ~ --j ::~ 0 DISCONNECT DUCTWORK AT LOCATION SHOWN. PATCH DUCTWORK F. EQUIPMENT SHALL BE INSTALLED PER MANUFACTURER'S RECOMMENDATIONS, . TWO METAL GAUGES HEAVIER THAN DUCT AND HAMMERED 1" ALL ' en u 2!
::; ~ 1. ------f-, ---l ~ ~~I. 'J r0 3 WHERE NEW DUCTWORK CONNECTION IS NOT BEING MADE.. H PROVIDE SHOP DRAWINGS FOR MAJOR EQUIPMENT DUCTWORK ETC AROUND, MOUNTED ON 3/8' SQUARE ROD WITH SAW SLOT POSIllON (j) I
6 . 'V . 8X6 ---.I . 'V . Ff /l2:.J 1 I: . . SUBMIT CONlRACTOR APPROVED SETS WITH PRODUCT, PERFORMANCE INDICATED, PIVOT BEARINGS, LOCKING POSIllON REGULATOR, YOUNG 0 VJ
'j ~,_,~ I" I ~ 22X12" 1 0 DEMOLISH EXISTING FIN TUBE HEATER AND ASSOCIATED HOT AND MAINTENANCE REQUIREMENTS. REGULATOR CO., SERIES 443.
~ . -. ',I . _. ,,' r.. 4 WATER PIPING ALONG EXTERIOR WALL DEMOLISH CONlROL VALVES
o 1 ~ I ~~ I ~ r .,' - ..,' I AND PROVIDE TO OWNER. I. PROVIDE OPERATION AND MAINTENANCE MANUALS AND RECORD DRAWINGS G. TURNING VANES: PROVIDE DOUBLE THICKNESS SlREAMlINE TYPE,
is :' .... ~u, -:.~.. 7 I ... AT COMPLETION OF PROJECT. EXCEPT PROVIDE SINGLE BLADE TURNING VANES WITH lRAllING EDGE AT
;;; rl _ _ _, 7' I 22,(10 0 DEMOLISH EXISTING HOT WATER SUPPLY RISER TO JUST ABOVE ELBOWS WHICH CHANGE DIMENSIONS OR AT CONSECUTIVE ELBOWS.
'l' ", 5 CEILING. CAP PIPE JUST ABOVE CEILING. REPLACE CEILING TILE J. PROVIDE OWNER lRAINING AND DEMONSlRA TIONS FOR ALL SYSTEMS
o I THROUGH WHICH HOT WATER PIPE PENElRATED. AND EQUIPMENT. H. INSTALL TURNING VANES IN SQUARE OR RECTANGULAR 90 DEG. ELBOWS,
~ h~-::'-::'-='-::' -=.-=.-=.~C::-c"'~'=--l VAV-39
~ 3 "-0 3 lJl 0 EXISTING FlN TUBE TO REMAIN. HOT WATER SUPPLY RISER TO I. APPLICATION OF DUCT SEALANT: DUCT SEALANT EQUIVALENT TO HARD
o ~' 1 I' ,__ 6 REMAIN. CAP HOT WATER RETURN PIPE UPSlREAM OF REMAINING CAST IRON GRIP TO BE APPLIED INTO ALL JOINTS AND SEAMS ON ALL
iE . " :1 I ' FlN TUBE 2 INSULATION DUCTWORK SYSTEMS. SEALANT SHALL BE ALLOWl:D TO SET 48 HOURS
;;. _ ~,~ :r;"\ 0 - ' I . . BEFORE ANY AIR PRESSURE IS APPLIED TO SYSTEM.
~ ~ .'.'. (I.'i\2Jr 3 I L 0 REMOVE EXISTING THERMOSTAT. REUSE UNDER NEW WORK. A. INSULATING MATERIALS, JACKETS, MASTICS, ETC. SHALL MEET
1;: 7 6X6 II FLAME SPREAD, FUEL CONlRlBUTION AND SMOKE DEVELOPED
~ u . _ . RATINGS IN ACCORDANCE WITH NFPA-90A. FLAME SPREAD J. FLEXIBLE DUCT
is . , '~-;:;7~-- 0 DEMOLISH EXISTING PNEUMATIC THER OST T RATING IN ACCORDANCE WITH NFPA 255, ASTM E-84 OR UL 723 OF
5- ... M A. NOT MORE THAN 25; SMOKE DEVELOPED RATING OF NOT MORE 1. INSTALL ONLY WHERE ROUND TAKEOFFS ARE INDICATED ON
'" " \-0 THAN 50, UNLESS OTHERWISE NOTED IN THIS SECTION. DRAWINGS (SUPPLY ONLY). NOT ALLOWl:D IN RETURN OR ( n
~ "L 1 EXHAUST SYSTEMS. V )
f ""----8X8 B. SERVICE TYPE MIN, INSULATION THICKNESS 2. MAXIMUM EXTENDED LENGTH SHALL BE 6'-0", Z
;:; ROUND SUPPLY 1.5 PCF DENSITY 1 1/2" THICK
:g DUCTWORK DUCT WRAP EQUAL 3. UL 181 APPROVED. THERMA FLEX M-KC OR ENGINEER APPROVED 0 f-
/- TO KNAUF DUCT WRAP EQUIVALENT
~ ------- \\ITH FSK FACING. - U
~ 4. SECURE WITH NONMETAWC CLAMPS TO COllAR WITH SUPPLEMENTAL f-
~ RECTANGULAR 1.5 PCF DENSITY ," THICK CLAMP SECURING THE INSULATION.
~ RETURN DUCT LINER EQUAL 5. SUPPORT FLEX DUCT WITH MIN. 2" WIDE SHEET METAL BANDS ON U W
a: DUCTWORK TO KNAUF DUCT MINIMUM 4 FOOT CENTERS
_____ .. ~.. LINER E-M ' ~
~ 1 []C) ( RECTANGULAR 1.5 PCF DENSITY 1 1/2" THICK K. DUCT SIZES SHOWN ARE NET INSIDE DIMENSIONS. INCREASE DUCT SIZE W 0 >-
~ . []C) ,. , '" . "" "" '" '" 6~~~6RK ~gCJN~~fRD~~AL AS REQUIRED TO ALLOW FOR DUCT LINER WHERE SPECIFlED. Cl. f-
~ (nU:::u~
~ N C. PROVIDE PVC JACKETING (MANVILLE "ZESTON 200. OR EQUAL) ON PIPE V) Cl. -
~ E9 FITTINGS, VALVES. ETC. 7. GRILLES, REGISTERS, AND DIFFUSERS Z ~
~ MECHANICAL DEMOLITION PLAN D. REPAIR OR REPLACE DAMAGED INSULATION. A. PROVIDE GRILLES, REGISTERS, AND DIFFUSERS AS SCHEDULED. 5: >-
~ 1/8"=1'-0" E. INSTALL INSULATION AND JACKETING MATERIALS PER MANUFACTURER'S B. COORDINATE WITH OTHER WORK, INCLUDING DUCTWORK AND DUCT - (" 0 f-
~ RECOMMENDATIONS. ACCESSORIES, AS NECESSARY TO INTERFACE INSTAllATION OF GRILLES, '--J - U
~ REGISTERS AND DIFFUSERS WITH OTHER WORK. 0
o 4. DUCTWORK Z LL
i!j C. PROVIDE DUCT lRANSlTIONS AS REQUIRED TO MAKE FlNAL CONNECTIONS. 0 ~
-;;, A. RECTANGULAR DUCTWORK Z - 5:
~ EXCEPT AS OTHERWISE INDICATED, FABRICATE DUCTWORK FROM MINIMUM 8. WIRING <C ---.J >- 0
g 24 GAGE GALVANIZED SHEET STEEL COMPLYING WITH ASTM A 527, W -
~ LOCK FORMING QUAUTY, WITH G90 ZINC COATING IN ACCORDANCE WITH A. THE MECHANICAL CONlRACTOR IS RESPONSIBLE FOR ANY CONlROL f-
<< ASTM A 525, AND MILL PHOSPHATIZED FOR EXPOSED LOCATIONS. WIRING BETWEEN EQUIPMENT AND DEVICES. PROVIDE AND INSTALL IN 0 U
~ ACCORDANCE \\ITH THE ELEClRlCAL SPECIFlCA TIONS AND NEC.
~ B. NOT USED U 0
l)j C. RECTANGULAR DUCT FlTTlNGS Z
~ 1. ELBOWS SHALL BE CONSlRUCTED WITH CENTERLINE RADIUS OF - 2
c; NOT LESS THAN 1.5 TIMES DUCT WIDTH OR SQUARE WITH DOUBLE (n W
~ THICKNESS SlREAMlINE TURNING VANES. V )
/'
'i' 8X8 2, SLOPES FOR lRANSIllONS OR OTHER CHANGES IN DIMENSION SHALL ~ (\./
~ E~~~1TO~ ~ ~
'"
Sl 1 ;_ 3. ALL DUCT SEAMS, JOINTS AND WALL PENElRA TIONS SHALL BE SEALED 0
-c; ~~, PER SMACNA CLASS A, PRIOR TO INSTAllATION OF INSULATION.
~ \, -- ~ J.. ^ I 4. PROVIDE 45. TAPS OR CONICAL TAKEOFFS FOR ALL BRANCH I
~ ~ ~ CONNECTIONS OFF OF MAINS.
;: - 170 170 VAV-40 170 0 r<Ol
^ / VA:4<1
~ @ ~,
<<
I
g,: 22X10-- 22X1 REVISIONS
- ~
cr>
~
a
~ GENERAL NOTES:
~ ~180 D ~
: 1 I lOX8 1. BALANCE DIFFUSERS TO NOTED AIR FLOW. BALANCE VAVS
5i TO SUPPLY THE SUMMATION OF THE AIRFLOW OF ITS
~ VAV-39 265 TYPICAL DIFFUSER ASSOCIATED DIFFUSERS.
~ 8XB lJ' AIRFLOW (CFM) 2. MODIFY THE THERMOSTAT CONlROLS FOR THERMOSTATS
':i. 1 THAT HAD CONlROLLED THE FlN- TUBE HEATERS, SUCH THAT
~ THE THERMOSTAT ONLY CONlROlS THE ASSOCIATED VAV
i5 AND THE VA V REHEAT COIL
'" 90 DEG INSULATED FLEXIBLE DUCT
::;! SHEET METAL ELBOW
z .---"-.-.
SO! (1.5 RADIUS RATIO) ~
~ KEYED NOTES: ~:->
.... '
~ -----8X8
"
o ~
; s ) 160 0 ~ 0 INSTALL SUPPLY DIFFUSER REMOVED UNDER DEMOLITION. / ,. DRAWN SMD
a ~ /:\..2 INSTALL RETURN GRILLE AND lRANSFER DUCT REMOVED UNDER (____ DIFFUSER APPROVED TRF
'" ~ 'V DEMOLITION. " /"
~ : ISSUED FOR
~, I y:. RELOCATED THERMOSTAT. EXPAND EXISTING CONlROl WIRING FROM _u_______, // CEILING DATE 06-09-06
" (-f<~./ 'V "'"." '" "'" ,,"'. "".""" u>O,""" ~ FIELD BOOK
[]C) ~ -
RELOCA TE SUPPLY DIFFUSER TO ALIGN WITH NEW CEILING GRID
[]C)'"'"'''"' "'u <9 AND SlRETCH/TURN FLEX DUCT AS REQUIRED. 0 DIFFUSER CONNECTION DET AIL SHEET NAME
rlJ / X NOT TO SCAlE COOR1JlNAlE 1,0 RAlllUS 'offiSUS 1,5 RAOlUS 15851-8-01
O RECONNECT EXISTING FlN- TUBE HOT WATER SUPPLY CONNECTION EUlOWS \\1m SPACE mOCAnON AND SPEOFlCAnONS
5 TO EXISTING HOT WA TER SUPPLY RISER. RECONNECT M E C H A N I C A L
N DISCONNECTED PNEUMATIC TUBING TO FlN- TUBE CONlROL VALVE.
E9 PLANS
ME C H A N I C ALP LA N /0. PROVIDE AND INSTALL A NEW ELEClRlC THERMOSTAT TO CONlROL AND NOTE S
1/8'-1'-0' ~ THE EXISTING 24V FIN TUBE CONlROL VALVE. PROVIDE ALL
- REQUIRED INTERCONNECTING CONlROL WIRING.
^
w
if>
<<
~ PROJECT NO. 105318-0
0-
0;
'"
G: SHEET NO.
'"
j M 1 .00
x
i
I
I
SYMBOLS LEGEND
~ ' ~ (NOTE: ALL SYMBOLS SHOWN MAY NOT BE REQUIRED
" I ' . FOR THIS PROJECT)
. Iii 00, I," ,.tr'
;)0 ",~ DO DD ~O' D' DO
Iii '~ .... '.'.Ii>- ....' I' ',' . *.. LIGHTING FIXTURES ***
i '1 ~ ~ :~: L)U~' 1 '[10 I DDO ~ RECESSED 2x4 FLUORESCENT LIGHT
I. () I UUIfi..... 00 ~I ~ I L::::::...J FISTURE WITH PARABOLIC LENS
, II -~I~
i ~i, I
f .. Do0:i: h oo:~ 0.- I CJ RECESSED LIGHT FIXTURE Z
I:::" Y ;, t I <(
11': :_Lu_Yqp .:: I x I SURFACE MOUNTED 1X4 FLUORESCENT -.-J
I un' ~8~,~\--J[I -,kI> LI PR<!>VIBf-ABOVE LIGHT FIXTURE 0..
,- I I! \UI :: DO I) CEiliNG RACEWAY AND
IK1! H I'D I.." 'DE'fICES FOR OWNER c:::=, WALL MOUNTED LIGHT FIXTURE ,,,
I _ i'< -' I '1 ^.......:: DD FUffNISHED EQUIPMENT '-..J
I! !: r"v-l""'Ii 'r ^^ EXIT LIGHT - CEILING MOUNTED Z
'i .-" DUnDD I" @:l n I '0'
l)' i,: ...~. I :~ 00 00 I: .IJ~H~D. . I 0i EXIT LIGHT - WALL MOUNTED f-
U lJ .' , ..' , I ~~ .,0 % ,>r.;: ~<J , <>t; <>-~ ~ %.. ~ WALL OR CEILING MOUNTED EXIT LIGHT G
, I ~ I ,: <(' tI1\DD " I \ DD,cJ
q Ie. I ;,1. .-nl'C.1!,.cc~="="'--u" I '---PROVIDE ABOVE r-;:::;-l. '., 6n EMERGENCY LIGHT - WALL MOUNTED -.-J
~ . If I i: 4ti ~ DD< I CEILING RACEWAY AND ~ r OR AS NOTED
U ,...I.j ,.... I ~'"""OO 00....... .' I()l I DEVICES FOR OWNER i,D, ~ EMERGENCY LIGHT - CEILING MOUNTED ~
,) r.... , I ""'i;- i ~ FURNISHED EQUIPMENT (II' - - '
DD ~.,., r-------------------- DD I r-------------------- C__::J UNDER CABINET LIGHT
" I II ~ I I -.-J
1/' WJ ..... .,db I I .'. . I
_____________ I !. ~ I _____________ I/~ I *** RACEWAYS *** <(
I llU(} I h. DD('; I SURF ACE RACEWAY - CONDUIT CD 0
I I I: '--- ACOUSTICAL CEILING ' ".' I UNLESS NOTED OTHERWISE -,-; rv
I ..'DD I ~ w-
I I I NEW FROM THIS POINT I ~ CONDUIT CONCEALED IN WALL f.= f-
! ----'" I OR CEILING +> 0
I. .', I cuW
~, ....... CU -.-J
() "'0<' (2) PUBLIC ADDRESS/INTERCOM SPEAKER -'= W
Dll(., DO" (/)
I; '.fi' t- TELEVISION ANTENNA SYSTEM OUTLET
_ PANEL PI PANEL Pl
ELECTRICAL DEMOLITION PLAN ELECTRICAL PLAN ffi t ;~:;~~'~tg;T;N:R~P4~'~~"~!"8~/
SCALE 1/8" , 0" SCALE' 1/8" = 1'-0" WITH A STANDARD WALL OPENING AND if)
: = 1 - ' A SINGLE GANG MUD RING. WIRING C
BY OWNER, 0 ......
.- 0
......CD
DEMOLITION KEY PLAN KEY PLAN *** WIRING DEVICES *** a5'0
.........~.~..~ TO REMAIN-~-~ EXISTING 8= DUPLEX RECEPTACLE 120V 0..0=
@:: DUPLEX RECEPTACLE 120V MOUNTED 8" ABOVE if)
TO BE REMOVEOjRE\o1SED -- NEW COUNTER TOP OR 4" ABOVE BACKSPLASH C 0)
e- SIMPLEX RECEPTACLE 120V - C
8 DUPLEX RECEPTACLE 120V ""OC .())
IN FLOOR
[0] <4 SINGLE POLE WALL SWITCH CO "'8
OS- OCCUPANCY SENSOR 0)
_ ~ 9 ?~6&[X RECEPTACLE IN CEILING .~ ~
I! II -. a:
I !I "I ...J
~ I" " , n..__'. J [ · POWER POLE 0
i-u'l '..1 ~ Iii 0 i! Q fJ i n~.;:'r,..l f 2/EX 3!EX Q)1 THERMOSTAT . I
IUI ICll II! 0 "LJ LJ I I CJ
L_! l~i *' I :: . LJ :: B . I L:J <!DlJ) MUL TI-OUTLET RACEWAY
~ I:i ~" 0:: 0 \ n0~!/f [ Q) JUNCTION BOX n
II1II \ II ~---~--- +->
1::/" ;$_n__n___ n:~ 0 0 I ::!
1 r- I" ""C'~~;~-~~---"-- --::v LJ LJ I ACOUSTICAL CEILING *** NOTES *** .~
[I'.:)] L..1.1 ,I fj' - rQi :: 1/ NEW FROM THIS POINT 1. UNLESS OTHERWISE INDICATED, ALL WALL RECEPTACLES, <....
j Ii r ~ :: l1/Exl TE;~EPHONE OUTLETS OR SIMILAR OUTLETS TO BE Q...
Il~' ,--- ., n '_u' I----:---, "I " B ' m' --. 'u____ I 16 ABOVE FLOOR TO CENTER.
Hn1 ..~ j!i:,rj [j L'i'~l ~ i: ~O" 0 I()l " '0 2 UNLESS OTHERWISE INDICA TEDt ALL WALL SWITCHES,
"I I :' o. . /s't. ~ PU';;HBUTTONS AND DIMMERS 0 BE <1 L L
H ': /' ~ 46 ABOVE FLOOR TO CENTER. Q/ 'L 'L
,)1 k' I :l ...~. ~~~L ..... B ~ - 11!EX 3. LOWER CASE LETTER AT SWITCHES AND FIXTURES zs -
!.~.J 11 I Ii .. - ~ -- - .. ~~ ---"1 ... . 0 INDICATE ASSOCIATED UNITS FOR SWITCHING. CV 0
; I 0" 0 <:nCV
L, r'1 ...., 0 " : 4, UTILIZE EXISTING CIRCUITING.Ql ~ -i5
I iJ IJ .ff:J 1 :: - : : . . ;!i.;~i'_: I 5, LETTERS "NL" INDICATE NIGHT LIGHT, ~ E l'
~I' ~ I . I, I()l rC;--l, ~-------------------- t 2 r=:, r=:, u
! ,! tY: ~ ~" i r-------------------- 6. PLUS + SIGN WITH DIMENSION AT OUTLET INDICATES
,., ,J I IJU: I I HEIGH BOVE FINISHED FLOOR OR HEIGHT .ABOVE ::g
_____________ I ~u B ~ I _____________ I FINISHED GRADE TO CENTER OF DEVICE, ii: ii: ~
I 0 I I 7 LETTERS "GF!" INDICAT GROUND FAULT INTERRUPTER '6 '6 OJ
101 I()l IQi I ~ [I . RECEPTACLE. LETTERS ~'IG" INDICATE ISOLA TED GROUND Z Z S:
f-=---J ~ ~ I L-':':':: I RECEPTACLE, Ln Ln 6.
I _J I 8. LETTERS "WP" AT DEVICE OR EQUIPMENT INDICATE <[ <[ V)
WEATHERPROOF TYPE. . CV
I ~ ~ 9 UPPERCASE LETTERS "DD" AT DUPLEX RECEPTACLE ~ C;
~ ~ ' INDICATE DOUBLE DUPLEX. "TVSS" INDICATE SURGE C:i C:i ~
2 SUPPRESSION TYPE DUPLEX. 0
n. PANEL Pl :r > r=:,
:;; f"o-.- 1 O,UNLESS NOTED OTHERWISE, COMMUNICATIONS SYSJEMS
'" PANEL PI OUTLETS TO INCLUDE BOX", RING... PLATE AND 3/4' EMPTY
N .. . . CONDUIT STUBBED TO ABuVE Ct.ILlNG OR TO AN 0:; 0:;
! LIGHTING DEMOLITION PLAN LIGHTING PLAN ffi ACCESS,"LE AREA ~!
'" SCALE: 1/8" = 1'-0" SCALE: 1/8" = 1'-0" 0 ~ ex:
r ",- o~
.- S;:.......JI
~ EXISTING LIGHT FIXTURES TO BE REUSED- SELECT BEST CONDITION .Y ~ n
o ~ CV
cd 0 0 ==
o ~~~
o ~
~ ~Oq
w -~ <I: <C
~ L-UU
I
"'
~ Z
g 0
o -
~ ~
~ ~ -
ct ' >
01 c-< -
e ........^
~ ~ U
E
& C)
~ ~z
g ~
o
w a-
~ ~ ~
~ .~ W
c
~ k, W
~ aZ
o -
~ >-< C)
~ _d_ t: z
:g; Ci W
~ ____J
w
~ .. File #
I '
- I
~ .
>
w
~
~
o
~
6
~ Shee
('J
z
9 E-1
OJ
ro
6
'"
q
'01
C
U!
,~
t--,.' I
; 1"0\
o
~
Prepared by: Kumi Morris, Public Works, 410 E Washington St, Iowa City, IA 52240 (319) 356-5044
RESOLUTION NO, 06-308
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE
HOUSING AND INSPECTIONS REMODELING PROJECT, ESTABLISHING
AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY
CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND
PLACE FOR RECEIPT OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
1. The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above-
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for
the construction of the above-named project in a newspaper published at least once
weekly and having a general circulation in the city.
4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the
Office of the City Clerk, at the City Hall, until 10:00 a.m. on the 20th day of October, 2006,
or at a later date and/or time as determined by the Director of Public Works or designee,
with notice of said later date and/or time to be published as required by law. Thereafter the
bids will be opened by the City Engineer or his designee, and thereupon referred to the
Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be
held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 14th day of
November, 2006, or at a later date and/or time as determined by the Director of Public
Works or designee, with notice of said later date and/or time to be published as required
by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as
posted by the City Clerk.
Passed and approved this 19th
d'yrn rZ: c/L
MAYOR
ATTEST: 7J~ 1(. ~AA/
CITY ERK
pweng\res\hisappp&s.doc 9/06
Approved by
~~C( -,/;,./&v
Resolution No.
Page ?
OIi-10R
It was moved by VRn~Prh()Pf aod seconded by
adopted, and upon roll call there were:
AYES:
x
x
x
x
x
x
x
NAYS:
o'nonnpl1
ABSENT:
the Resolution be
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
TITLE CHANGE ONLY -
NO CHANGE IN BID DOCUMENTS
FORMERLY: HOUSING AND
INSPECTION SERVICES
2006 REMODEL PROJECT
~~
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
N
=
0 =
""
<S:,....., e/)
J:;=-~ rr1 11
--u
CJ ......< N
;.....'; N ,
-~ , TI
._~-< r-" ~
iTr ,.-,
52-c~ '_..1
.c-^ -
.z: ,.
)> +'
+'
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE HOUSING INSPECTIONS REMODELING PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personai
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
DATE:
My license renewal date is December 31, 2006.
'f/ll/z.oo~
,\\\\,',:;:.:.:l:;,qr"f'f,
","'aort.SS/O,l ~/'"
~.. <('"............'~ ~."
.,^ ... ... '( ~
... /~v. .. ...t'\."
::~~ .\4~
S Cf): ".1-":";.
g$i RONALD R. '~(2~
~~: KNOCHE :~~
\:;.1~. 15570 ':SN
~ "" ." $
" ... ... #
~ H .. ." ~
~,"y ........ N ~"
" 10 ...""
""~/,'1 WA \\\",
"'fflllll"I1\\\\\
-:P:...d77 1('_ Z
Ronald R. Knoche
Iowa Reg. No. 15570
NOTICE OF PRE-BID CONFERENCE
The City of Iowa City intends to enter into a contract for HOUSING AND INSPECTIONS
REMODELING PROJECT.
A Pre-Bid Conference will be held at the City of Iowa City, Housing and Inspections Remodeling
Project, 410 East Washington Street, Iowa City, IA.
The conference will be held on October 3rd, 2006 at 9:00 A.M. Central Time. The Pre-bid
meeting is mandatory; all interested Bidders must attend the Pre-Bid Conference in order to
be considered for this award. The Pre-Bid Conference will provide each bidder with an
opportunity to discuss the City's requirements, to discuss the specifications related to the
project, and to ask questions that pertain to this Request for Bid
Please review the following Request for Bid before attending the Pre-Bid Conference.
~L,
)'-"=-1
r-.>
,',.:::)
,',J
,.;:1......
r-'
,.)
h'
,"V
!l
["-
'""On.
. .
,'-~1
<J
'"
.:-......
~
1'---'.
~;? /-....
)> ~
&"
PB-1
NOTICE OF PROJECT FOR BID
DATE: September II, 2006
BID: Housing and Inspections Remodeling Project.
NOTICE TO BIDDERS: Sealed Bids will be received at the Office of the City Clerk, until the time and
date specified below, for:
Housing and Inspections Remodeling Project
ADDRESS BIDS TO: Attention ofthe City Clerk's Office, City Hall, 410 E. Washington St., Iowa City,
IA 52240-1826, on or before the bid opening local time and date specified below. Bids shall be seated
and clearly marked on the front "Bid for Housing and Inspections Remodeling Project" All
bids must be received by the City Clerk's office (date and time stamped) by 10 a.m., October 20lh ,
2006.
FAXED Bids will not be accepted.
BID OPENING: 10 a.m., October 20'", 2006, Lobby Conference Room, City Hall, 410 E Washington
St., Iowa City, IA.
The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery
system ofthe City, or any other means of delivery employed by the tidder. Similarly, the City is not
responsible for, and will not open, any bid responses which are received later than the date and time
stated above.
BONDS AND INSURANCE:lnsurance is required. as specified in General Conditions S-4
Bid security and performance bond is required.
OUESTIONS: All questions and clarifications regarding this Request for Bid can be answered befQf~
October 9th, 2006, by contacting the person listed below: cS L~
;~: C2 ,..,
'-,)
N
__~ ,~~, r-.J
--\' ,
Detailed Specifications:
Kumi Morris
Architectural Services Coordinator
410 East Washington Street
Iowa City, IA 52240
kumi-morrislaliowa-c ity .org
(319) 356-5044
MTTHF 8:00 a.m. - I :00 p.m.
-<1
.----
('--',
~
-n
""'-1
'-..J
~"I-n
~-~~~ ~
~
.c-
.c-
NOTE TO ANSWERS: All questions will be addressed in a single document and sent to all bid
document holders.
NPB-1
NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR HOUSING AND INSPECTION SERVICES 2006 REMODEL PROJECT IN
THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS:
Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public
hearing on plans, specifications, form of contract and estimated cost for the construction of the Housing and
Inspection Services 2006 Remodel Project in said City at 7:00 p.m. on the 19th day of September, 2006, said
meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the
next meeting of the City Council thereafter as posted by the City Clerk.
Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk
in City Hall in Iowa City, Iowa, and may be inspected by any interested persons.
Any interested persons may appear at said meeting of the City Council for the purpose of making
objections to and comments concerning said plans, specifications, contract or the cost of making said
improvement.
This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law.
MARIAN K. KARR, CITY CLERK
pwenglnphHIS2006.doc
9/9
9
.2:0
)'> :::'
/
----: --~
'-",C
~r-:'
". n1
--""'1-'";
0""
...::::;/"-
);
r-->
=
c.:;)
0'
(/')
1-:'1
-0
N
N
11
-
;r:.
:x:
;T\
.-,
'-....)
.l'""
c.n
NPH.1
ADVERTISEMENT FOR BIDS
HOUSING AND INSPECTIONS REMODELING
PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10 A.M.
on the 20th day of October, 2006, or at a later date
and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 14'h day of November, 2006, or
at such later time and place as may be scheduled.
The Project will involve the following:
Demolition and remodeling of two offices in
Housing and Inspection Services.
All work is to be done in strict compliance with
the plans and specifications prepared by the
Engineering Division, City of Iowa City, Iowa,
which have heretofore been approved by the City
Council, and are on fiie for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
fumished 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
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 until a contract
is awarded, or until rejection is made. Other bid
bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the
City Council, 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
Q
-_~::o_
-:7 :-_-:~:,
. .
i--\
~(~y~?
'---'"~ /-....
L:__
:P
~,
C;.<)
",:._,J
<,;..'""
"0
-n
N
rv
..-.-
..".
:.,,,~
',n
,-"--'
',.-1
!--
U1
indirectly by the operation of the contract, and
shall also guarantee the maintenance of the
improvement for a period of one (1) year(s) from
and after its completion and formal acceptance by
the City.
The following limitations shall apply to this
Project:
Working Days: 45
Specified Completion Date: January 31, 2007
Liquidated Damages: $100.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said pians and specifications
and form of proposal blanks may be secured at
the Office of the Engineering Division, City of Iowa
City, 410 E. Washington Street, Iowa City, Iowa,
319-356-5140, by bona fide bidders.
A $15.00 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.
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. If no
minority business enterprises (MBE) are utilized,
the Contractor shall fumish documentation of all
reasonable, good faith efforts to recruit MBE's.
A listing of minority contractors can be obtained
from the Iowa Department of Economic
Development at (515) 242-4721.
By virtue of statutory authority, preference will be
given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa Reciprocal
. Preference Act applies to the contract with respect
to bidders who are not Iowa residents.
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
"",,-,
c5 ~:.~',.'
c..~
~
;::~ () ( ~
-0 Il
"" -
!~'-: '" i
,- ~'-n
[C:. ;po -1
r-\ -_.,~! 1...../
~ /-
,-
)> ~
<..n
pweng\adbidslhsginspection.doc
9106
INDEX OF BID SPECIFICATIONS
FORMAL PROJECT
TITLE
COVER PAGE
NOTICE OF PRE-BID CONFERENCE
NOTICE OF PROJECT FOR BID
NOTICE OF PUBLIC HEARING
ADVERTISEMENT FOR BIDS
INDEX OF BID SPECIFICATIONS
INFORMAL PROJECT FORM OF PROPOSAL
BID BOND
SECTION I SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS BID
SECTION II.GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS
ATTACHMENT: CONTRACT COMPLIANCE (TO SUBMIT)
ATTACHMENT: INFORMAL PROJECT FORM OF PROPOSAL (TO SUBMIT)
ATTACHMENT: PLANS
INDEX-1
PAGE
NUMBER
PB-1
NPB-1
NPH-1
AD-1-2
INDEX-1
FP-1-2
BB-1
SP-1-2
GC-1-14
CC-1-8
C'
~
:>:n
.>_.. --~
\-,"' ~.
S~~ 5-2 ~
--;;0
j;
r-->
c~
~~
--<~
'.:.."J
[".,~
-:J
N
N
:Tl
r-'
,-J
11
.r:-
Ul
M._.._..,_____..__~_.__.___"_____.__."__~__.,_._..,"._--.-~---_.-..-~--...,--
FORMAL PROJECT
FORM OF PROPOSAL
HOUSING AND INSPECTIONS
REMODELING PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE
SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE ENCLOSED.
Address of Bidder
....'
Q c:;.-J
[',:,:::1
d'
;:':. ( ) 'f)
::::--! C';"1 il
~., '--'
~
, - , ~, '!"v ro-
," ;-n
: ~.
- . i[\ ~ ._"
(~) ",.J
-
~.;. ..
", J:-
)> 01
Name of Bidder
SUBMIT BIDS TO: City Clerk's Office
City of Iowa City
410 E. Washington SI.
Iowa City, IA 52240
Proposals must be submitted by Friday, October 20th, 2006 at 10:00 a.m.
The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby
proposes to provide the required labor, services, materials and equipment, all supervision, coordination and all
related incidentals necessary to perform the work to complete the Project as described in the Contract
Documents, including Addenda , and , and to do all work for the Base Bid Lump Sum of:
BASE BID
Dollars ($
ALTERNATES:
Alternate No.1:
Add the sum of:
Dollars ($
)
FP-1
The names of those persons, firms, companies or other parties with whom we intend to enter into a
subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract,
are as follows:
Subcontractor companv name
subcontracted work
dollar a~2t,
"";:-"--1
<-'
C~.,
C;;:l
er-
e'"
\'-,
-n
""
\.-)
=-,C'-)
f')
rel
,--.-
.:: -'. - _'_r'~
',,-_/
c~,>~
:z
:;p
.c-
(..11
NOTE: All subcontractors are subject to approval by the 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:
By:
(Title)
(Business Address)
(Work Phone Number(s))
(Name of Contact Person for Bid)
The above prices, specifications, and conditions are satisfactory and are hereby accepted. You are authorized
to do the work subject to the conditions and specifications of this document.
Date:
By:
FP-2
--,..----,-~_.~_.~,_._-_._._-_._,_.__.~._------_._-----.--.---..-.-
BID BOND
, as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($
) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated ff?!,
C~J
the Housing and Inspections Remodeling Project. Q ~.~
:::~:O (,0
;;..~ ~'l
-n
NOW, THEREFORE,
(j
N
N
.---
(a)
If said Bid shall be rejected, or in the alternate,
?:
C'-
,
.T1
. '--'1
\.J
(b)
~.-_.
If said Bid shall be accepted and the Principal shall execute and deliver ai9ntract~
in the form specified, and the Principal shall then furnish a bond for the Pfli'icipal's'u,
faithful performance of said Project, and for the payment of all persons perforrning
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall be void. Otherwise this obligation shall remain in full force and effect,
provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this
day of
, A.D., 20_.
Witness
Principal
By
(Seal)
(Title)
(Seal)
Surety
By
(Attorney-in-fact)
Witness
Attach Power-of-Attorney
BB-1
SECTION I
SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS BID
A. MANDATORY Pre-bid Conference:
1. Bidders shall acquaint themselves thoroughly as to the character and nature of the work to be
done. Furthermore, bidders shall perform a careful examination of the site of the work at the
Pre-bid Conference and inform themselves fully as to the difficulties to be encountered in
performance of the work, the facilities for delivering, storing and placing materials and
equipment, and other conditions relating to construction and labor.
2. Bidders shall examine the premises and the site at the Pre-bid Conference and compare them with
any specifications. Also, bidders are expected to have become familiar with and take if!#>
consideration site conditions which may affect the work, including existing condit@}s such ~
obstructive area levels and any problems related to erecting the required systems. Bidd~tiiilst a~
field verify all dimensions. ~, :2. ~
-~r r......:>
)'-
,1
\'-
B. BID REOUIREMENTS:
cc'
2;:
'-"1
l~ ,_; _"",
'-..J
-;-:::,;:
1. The bidder is responsible for all costs related to the preparation of this bid. ::~ /'
J>"
2. The format of the bidder's bid must be, consistent with the format of the specifications listed.
3. No bid security will be required.
4. The submission of a bid by the bidder implies the bidder's acceptance of the terms and
conditions of this bid, unless otherwise stated.
5. Bidders are required to meet all qualifications and specifications of this bid in order to be
considered for award.
-
-
.r-
("J"\
6. All equipment, supplies and personnel for the completion of this contract are to be provided by
the Contractor. No additional costs will be paid by the City of Iowa City.
7. At the time ofthe bid opening, it will be assumed that each bidder has read and is thoroughly
familiar with the contract documents. The failure or omission of a bidder to examine any
document shall in no way relieve the bidder from any obligation in respect to its bid.
8. All bidders must be capable of performing the services specified in this document. Before the
award of this contract, any bidder may be required to show that they have the necessary
equipment, experience, ability, and financial resources to perform the work within the time
stipulated in a manner that is acceptable to the City ofIowa City.
9. Contractor shall provide a warranty for the maintenance of the general construction work for a
period of one (1) year(s) from the date of final acceptance by the City of Iowa City.
10. Bidders upon request may be required to submit:
a. The bidder must include three (3) current references where work has been performed
similar in scope to this bid, including name of company, name, title, and phone number
of contact person. The City of Iowa City will not be accepted as a reference (Section V).
SP.1
b. Completed and signed COST SUMMARY AND COMPANY INFORMATION (Section IV).
D. PROJECT COMPLETION DATE:
c. Contractor shall provide the following items covering each and every item needed for the above
referenced project:
. Catalog data or literature
. Manufacturer's operating instructions ~:c-;
--- "..~
. Manufacturer's maintenance instructions 0 0'
. Installation instructions . ? Q, 2, -\1
. Materials list (including name of manufacturer, trade name and model num'~rdf ea~ pro~uct)
. Warranty information ;-', ", f--> ','T\
/ ~. '. .---.~
:"-..... 'i:1 ~: I,,-j
() ?( -
-4
);
e. Where applicable, MSDS sheets.
r'
<J'l
The work as herein specified must be completed by January 31 ", 2007. Once work begins, it shall be continuous, with
a maximum of 45 working days.
No extensions shall be granted without the expressed written consent of the Owner's representative. An extension may
be granted due to weather conditions, or other conditions, as determined by and approved by the Owner's
representative.
E. CONTRACT AWARD:
I.A ward of this contract will be made to the lowest responsive, responsible bidder whose bid, conforming to the
solicitation, will be the most advantageous to the City ofIowa City. Past performance of the bidder and
completeness of the bid will be considered for award.
2.The City reserves the right to qualify, accept, or reject any or all bidders as deemed to be in the best interest of the
City. The City of Iowa City reserves the right to accept or reject any or all bids and to waive irregularities or
technicalities in any bids when in the best interest of the City. The City ofIowa City reserves the right to
accept or reject any exception taken by the bidder to the terms and conditions of the request for bid.
3.It is the intent of the City to make an award, within twenty (20) working days of the bid opening date.
4.Award, if made, will be in accordance with the terms and conditions herein.
5.A warded bidder will be required to submit a current certificate of insurance prior to commencement of work. The
certificate of insurance shall include the following items:
. The City ofIowa City will be named as additional insured
. Project bid number and project title as the description
. Insurance carriers will be rated as A or better by A.M. Best
The above conditions and instructions clarify this specific bid document, but are in addition to the attached
GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS (Section II).
SP-2
SECTION II
GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS
FORMAL PROJECT
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Number & Title
S-1
S-2
S-3
S-4
S-5
S-6
S-7
S-8
S-9
S-10
S-11
S-12
S-13
S-14
S-15
S-16
S-17
S-18
S-19
S-20
S-21
S-22
S-23
S-24
S-25
S-26
Table of Contents
Definitions
Conditions for Bidding
Bid Security and Bonds
Award of Contract
Specifications
Limitations of Operations
Insurance
Supervision and Superintendence
Concerning Subcontractors, Suppliers and Others
Workmanship
Compliance with OSHA Regulations
Employment Practices
Measurement and Payment
Taxes
Parking and Staging
Work during an Emergency
Utilities
Waste Sites
Maintenance and Control of Traffic
Minor Work and Incidental Items of Construction
Working Days
Contractor Payment
Disqualification
Default
Governing Laws and Regulations
Contract Compliance Program (Anti-Discrimination Requirements)
GC-1
-0
:-70
-._-'
"' <(
"=::'~~1 c~
c.:. r:~.\
\..
{-=:,-:;.l
"......;. /,
Z
:Y
Page
Number
GC-1
GC-2
GC-2-4
GC-4
GC-4-5
GC-5-6
GC-6
GC-6-9
GC-9
GC-9-10
GC-10
GC-10
GC-10-11
GC-11
GC-11
GC-11
GC-11
GC-11
GC-11-12
GC-12
GC-12
GC-12
GC-12-13
GC-13
GC-13-14
GC-14
CC-1-8
~
",?
G''''
,n
.'1
'-tJ
,...,
N
II
.-
\.-
',iI
'.-"""'\
".J
....."...
~
-:..
-
-
.,::-
<.J1
S-1 DEFINITIONS.
Definitions set forth in the General Conditions of the Contract for Construction are applicable to the Bid Documents.
"OWNER'S REPRESENTATIVE" shall mean the designated project coordinator on the City's
behalf for the City of Iowa City, Iowa or his authorized representative.
"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.
"ADDENDA" shall mean written or graphic instruments used by the City of Iowa City prior to the execution of the
Contract which modify Of interpret the Bid Documents by addition, deletion, clarification, or correction.
"BID" shall mean a complete and properly signed proposal to the Work for the sums stipulated therein, submitted in
accordance with the Bid Documents.
"BASE BID" shall mean the sum stated in the Bid for which the Bidder offers to perform the Work described in the
Bid Documents as the base, to which Work may be added or from which work may be deleted for sums stated in
Alternate Bids.
"ALTERNATE PROPOSAL" shall mean an amount stated in the Proposal to be added or deleted from the sum of
the Base Proposal if the corresponding Work, as described in the Bidding Documents, is made part of the project.
"BIDDER" shall mean a person or entity who submits a Bid.
"UNIT PRICE" is an amount stated in the Bid as a price per unit of measure for materials, equipment, or services
or portion of the Work as described in the Bid Documents.
S-2 CONDITIONS FOR BIDDING
A. COMPLETENESS/AUTHORIZATION OF BID. Bidder shall supply all information and submittals
required by the bid documents to constitute a proper bid. Bid shall be signed with the firm name and by
an authorized agent.
B. ADDRESSING OF BID. Unless otherwise specified, faxed bids will not be accepted. Bid shall be
submitted in a sealed envelope or box clearly marked on the front with bid number and due date, and
unless otherwise soecified, addressed to: .--'
c~
c:::.
'-~
'n
\~ :\
-':1
f'-'
r->
0:
~ ) ~:-)
=--....'n i r:
S~ ~2 :,:u
"'- .r;:-
C. BID DEADLINE/OPENING. Bidder shall be responsible for taking whatever measurelare necessary to
ensure that the bid reaches the office of the City Clerk or otherwise specified agent on or before the
local time and date specified. The City shall not be responsible for, and may not consider, any bid de-
layed in the postal or other delivery service, or in the City's internal mail system, nor any late bid,
amendment thereto, or request for withdrawal of bid received after the date specified.
City Clerk's Office
City of Iowa City
City Hall - 410 E. Washington St.
Iowa City, Iowa 52240
o
:~,?:()
~.--' --<,
II
--- --~
C-.-
'-:l
-.-,
1. Bidders and/or their authorized agents may be present if a formal bid opening is held, at which
time all bids shall be opened and cost data read aloud.
GC-2
2. A written request for withdrawal of a bid or any part thereof may be granted, r,:provided the
request is received by the City prior to specified bid date. Q '~:;,
:',:. C? t:! II
3. Bids receiv~d after the time and date specified on the request for bid will n~::Ope~d a~i11
not be considered for award. '~J ,.. r-J ',-r'l
..' "-'-'
D. BIDS BINDING 30 DAYS. Unless otherwise specified, all formal bids submitted s:b'dt(pe ~din~{or
thirty (30) calendar days following bid date, unless the bidder(s), at the City's reqt,,~'agrlfes to an
extension. ~ -:::.
-;-.... V'
E. TRADE SECRETS OR PROPRIETY INFORMATION. Trade secrets or proprietary information that are
recognized as such and protected by law may be withheld.
F. BIDS FOR ALL OR PART. Unless otherwise specified, bidder may restrict his/her bid to consideration
in the whole by so stating, but shall name a unit price for each item bid upon; any bid on which the
bidder names a total price for all items without quoting a price on each and every separate item may be
rejected at the option of the City.
G. MULTIPLE BIDS. Bidders may submit more than one bid, provided the additional bid or bids are
properly submitted on the bid forms.
H. COMPETENCY OF BIDDER. No bid may be accepted from or contract awarded to any person, firm or
corporation which is in arrears or in default to the City of Iowa City upon any debt or contract, or has
failed to perform faithfully any previous contract with the City. If requested, the bidder, shall present
evidence of performance ability and possession of necessary facilities, pecuniary resources and
adequate insurance to comply with the terms of these specification and contract documents; such evi-
dence shall be presented within a specified time and to the satisfaction of the City.
I. COLLUSIVE BIDDING. The Bidder certifies that his/her bid is made without any previous
understanding, agreement or connection with any person, firm, or corporation making a bid for the same
project, without prior knowledge of competitive prices, and it is in all respects fair, without outside con-
trol, collusion, fraud or otherwise illegal action.
J. OFFICERS NOT TO BENEFIT. Upon signing this agreement, Consultant acknowledges that Section
362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with
the City, and certifies that no employee or officer of the City, which includes members of the City
Council and City boards and commissions, has an interest, either direct or indirect, in this agreement,
that does not fall within the exceptions to said statutory provision enumerated in Section 362.5
K. EQUAL EMPLOYMENT OPPORTUNITY. All bidders are subject to and must comply with the
provisions of the City's EEO policy and applicable local, state and federal anti-discrimination laws. All
City contractors, subcontractors or 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
Document. Emergency contracts are exempt from this provision.
L. SAMPLES/LITERATURE REQUIRED. When reauired, each bidder shall submit samples and/or
catalogs, descriptive literature, detailed drawings, and other information necessary to fully describe the
proposed commodity or service.
Bidder shall bear the cost of and make arrangements for the delivery and removal of samples to the
specified location. The City may retain awarded bidder's samples until delivery of contracted
commodities and/or service has been completed and accepted. Unsuccessful bidders shall remove
GC-3
samples as soon as possible after bid award. The City shall notbe responsible for such samples if not
removed by the bidder within thirty (30) calendar days after the award has been made.
M. BID SUMMARY. Summary of bid award made will be posted to the City's web-site at
http://www.icaov.ora/construction.aspormailedtothosebidderswhoencloseasta~ed.self-
addressed envelope with their bid. 5 ~?,
N. REFERENCES. Upon request Bidder may be required to submit three references ~ ~ntr~ rela&b
work. -':~- ;--.) 1'-
G rv '.T"\
::'"......
?~
.-':t.
, ..--.1
'~.J
-
5-3 BID SECURITY AND BONDS . ~ ~
A. BID SECURITY. When required, no bid shall be considered unless accompanied1Jy A b~bond
executed by a corporation authorized to contract as a surety in the State of Iowa, in a penal sum of a
minimum of five percent (5%) 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 as liquidated damages in the event the successful bidder fails
to enter into a contract within fourteen (14) calendar days and, when reauired, post bond satisfactory to
the City insuring the faithful performance of the contract and maintenance of said work, if required,
pursuant to the provisions of the bid documents and other contract documents. The amount of the
check, draft or bond shall not constitute a limitation upon the right of the City of Iowa City, Iowa, to
recover for the full amount of such damage.
Security deposits of the lowest two (2) or more bidders may be retained pending contract award or
rejection. All other security deposits will be returned promptly.
B. PERFORMANCE BOND. When reauired, the successful bidder shall furnish a bond in the amount of
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 payments of all materials and labor and protect
and save harmless the City from claims and damages of any kind caused by the operation of the
contract, and shall also guarantee the maintenance of the improvement for a specified period following
its completion and acceptance by the City. A letter of Irrevocable Credit from a responsible lending
agency approved by the City, for the same guarantee(s) as noted above, may be submitted for
approval. The City reserves the right to accept or reject this form of guarantee.
5-4 AWARD OF CONTRACT.
A. AWARD OR REJECTION OF BIDS. Unless otherwise specified, the contract shall be awarded to the
lowest responsible and responsive bidder complying with the provisions of the bid documents, provided
the bid price is reasonable and it is in the best interest of the City to accept it. The City reserves the right
to reject any and all bids, to accept in whole or in part, to add or delete quantities, to waive any
informalities in bids received, and to accept or reject any bid which deviates from specifications when in
the best interest of the City. The City also reserves the right to reject the bid of any bidder who has
previously failed to perform properly or complete on time contracts of a similar nature, or a bid from a
bidder who, investigation shows, is not in a position to perform the contract.
In determining a bidder's responsibility, the City may consider the following qualifications, in addition to
price:
The quality, availability, adaptability and life cycle costing of the commodities and/or service.
Guarantees and warranties.
GC-4
Ability, capacity and skill to provide the commodities and/or service required within the specified time.
Ability to provide future maintenance and service.
Character, integrity, reputation, experience and efficiency.
Quality of performance of previous and/or existing contracts.
Previous and existing compliance with laws and ordinances relating to contracts with the City and to the
bidder's employment practices.
Whether the bidder is in arrears to the City, in debt on a contract or is a defaulter on surety to the City.
If reasonable doubts arise as to bidder's solvency, the City reserves the right to require financial
information sufficient to show solvency and/or require a perfonmance bond.
Such other relevant information as may be secured by the City.
In determining a bidder's responsiveness, the City shall consider whether the bid conforms in all material
respects to the bid documents.
B. LOCAL PURCHASES. Unless otherwise specified. cost and other considerations being equal, local
firms (i.e. an office in Iowa City) shall be given first consideration for the purchasing of goods or
services.
C.' STATE OF IOWA RESIDENT BIDDER PREFERENCE. By virtue of statutory authority, preference will
be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act
(SF 2160) applies to the contract with respect to bidders who are not Iowa residents.
D. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or state
purchase consideration.
E. TIE BIDS. If two or more bidders submit identical bids and are equally qualified, the City's decision to
make award to one or more of such bidders shall be final.
F. ERRORS IN BID. Any ambiguity in any bid as a result of omiSSion, error, lack of clarity or
non-compliance by the bidder with specifications, instructions and all conditions of bidding shall be
construed in the light most favorable to the City. Any changes that are made to this bid (white out,
crossing out, etc.) before submission must be dated and initialed in all areas that a change was made.
,..CO
c'
G. CONTRACT AWARD. A written award in the form of an Agreement, Contract, Pu@':lase Oider or other
instrument shall result in a binding contract without further action by either party. ~; S2\ ;~ -Tl
(~,--~\ ~ ."
,\ \
.:.,/--\'- ~ ',~-'
__ ~"-l :: ~'C. <~)
r-- ~:,'
A. SPECIFICATIONS. The bidder shall abide by and comply with the true intent of the~ificalions (not
take advantage of any unintentional error or admission). Whenever herein men~ is ~e of a
commodity and/or service to be provided in accordance with laws, ordinances, building codes,
underwriters' codes or similar expressions, the requirements of these laws, ordinances, etc., shall be
construed as the minimum requirements of the specifications.
5-5 SPECIFICATIONS.
The absence of a written list of deviations submitted with the bid shall hold the bidder strictly
accountable to the City and to the specifications as written. Any unauthorized deviation from the
specifications may be grounds for rejection of the commodity and/or service when delivered.
B. PROPOSED ALTERNATE. When an item is identified in the bid document by a manufacturer's name
or catalog number, it is understood that the bidder proposes to fumish the commodity and/or service so
identified by the City unless the bidder specifically proposes an alternate. In bidding on a proposed
GC-5
alternate, the bidder shall clearly state on his/her bid exactly what he/she proposes to furnish, and
forward with his/her bid, a complete description of the proposed alternate, including brand, model
number, drawings, performance and test data, references, and any other information necessary for a
complete evaluation. Bidder shall include a statement setting forth any changes in other materials,
equipment, or other work which would be required by incorporation of the proposed alternate. The
burden of proof of the merit of the proposed alternate is upon the proposer.
The City's decision to approve or disapprove of a proposed alternate shall be final.
C. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation, correction or change of the bid
documents shall be made by addendum. Interpretation, corrections or changes of the bid documents
made in any other manner shall not be binding, and bidders shall not rely upon such interpretations,
corrections or changes. Any addendum shall be issued by the City within a reasonable time prior to the
bid date. It is the bidder's responsibility to visit this web-site to insure that they have received all
important addenda or revisions to the Invitation to Bid prior to bidding.
D. CONTRACT ALTERATIONS. No alterations or variables in the terms of a contract shall be valid or
binding upon the City unless authorized in writing by both parties.
S-6 LIMITATIONS OF OPERATIONS.
~.o
,Woo':}
Except for such work as may be required to properly maintain lights and barrica@g, no Work will be
permitted on Saturdays, Sundays or legal holidays without specific permission of the ~~. CJ -1\
N ,
N "'\1
CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
C)
:=~ ~~)
.::--.......'---"
:1
r~2._:J
"-'" /......
"5""
j;
~.
"."\
J
.../
S-7 INSURANCE.
-
-
.'
A.
c-
()1
1. When required, current Certificate of Insurance and/or Performance Bond in the amounts specified
shall be on file with the City before work can commence Before commencing work, the Contractor
shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified
herein, to be in effect for the full contract period. The name, address and phone number of the
insurance company and agent must accompany the certificate. The owner must be listed as
additionally insured.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or
cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for the City of
Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold
payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this
contract shall include contractual liability coverage, and shall be in the following type and minimum
amounts:
GC-6
o
Tvpe of Coveraae :~ C2 ~1,
a. Comprehensive General Liability Each Occurrence Aaareaate=j ~.:;
(1) Bodily Injury $500,000 $1,006,000) '"
(2) Property Damage $ 250J)b~\
.-r1
b. Motor Vehicle Liability & (5. '5~
Property Damage Insurance Per Person Per Accider:lf
(1) Bodily Injury $500,000 $500,000
(2) Property Damage $250,000
c. Workers' Compensation Insurance as required by Chapter 85, Code of Iowa
-,
"g
0-"
-n
i -
:'\\
',-
......j
<':':
--
-
-
.'
-
~.
d'
In addition, the Contractor shall be required to comply with the following provisions with respect to
insurance coverage:
1. The entire amount of Contractor's liability insurance policy 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 or set off
by virtue of investigation or defense costs incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the
Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the
Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must
set forth the nature and amount of any such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not
common to the type of coverage being provided, such exclusions or limitations shall be noted on the
Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If
Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply
with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled,
during the contract period or within two years after City's acceptance of the work, Contractor
agrees to immediately notify the City of such event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall
be required to obtain replacement insurance coverage to fulfill its obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain
replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage
from its first carrier effective for a minimum of two years after inception thereof, 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
GC-7
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.
8. Contractor shall be responsible for the owner's deductible on the owner's builder's risk.
9. Under the owner' insurance, such coverage shall not include coverage for loses or damage caused
by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or
equipment while under the control of or stored by Contractor prior to installatiqr). or pri~to inclusion
of such material or equipment in construction. Contractor shall maintain apJ:@Priate iil;urance for
such risks or occurrences. :?': Q ~
~,-~ -j -c 11
-,
10. The contractor will include the City as additional insured on all policies except ~rkllrs ~ ,-
-,....)
compensation. c.-< I, ",.
,-,- ~: ::3lC
C)::!:::::
~/'.
~
'~1
. I
i~-l
'_.-I
C.
HOLD HARMLESS: ENDORSEMENT REQUIRED
r
Ci'
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. It is further specifically stipulated that the Contractor's insurance coverage shall include an
endorsement that, with regard to Contractor's insurance coverage, the Contractor shall never assert
any claim against the City, its officers or employees, arising in any way from this Agreement.
Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City.
3. Responsibility for Damage Claims (1107.12 Iowa Supreme Court) - Notwithstanding the above, it is
specifically agreed between the parties executing this contract that it is not intended by any of the
provisions of any part of the contract documents to create in the public or any member thereof a
third party beneficiary hereunder, or to authorize anyone not a party to this contract to maintain a
suit for personal injuries or property damage pursuant to the terms or provisions of this contract. It
is understood that no subcontractor is a third party beneficiary to any contract between the
Contracting Authority and the prime contractor. Nothing in any special provision or any
supplemental specification shall be construed as eliminating or superseding the requirements of this
section.
4. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa.
GC-8
5. Contractor further agrees to:
a. Save the City its agents and employees harmless from liability of any nature or kind for the use
of any copyright or uncopyright composition, secret process, patented or unpatented invention,
article or appliance furnished or used in the performance of the contract of which the Contractor
is not the patentee, assignee, licensee or owner.
b. Protect the City against latent defective material or workmanship and to repair or replace any
damages or marring occasioned in transit or delivery.
,....,
c. Furnish adequate protection_against damage to all work and to repair ~agesijf any kind, to
the building or equipment, due to contractor's own work or to the work~~er c;gntractors, for
which he/she or his/her workers are responsible. .~C> ::=', '-....; JJ
". N .,-
g, ('_'.~ N \'~Tl
D. DISPUTE RESOLUTION ~ \: ;:'0
0- ---,.,.,1 -
. 7' -
1. The Owner and Contractor may exercise such rights or remedies as either may ~erwisfhave under
the Contract Documents or by Laws or Regulations in respect of any disput? Disp~s shall be
resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no
circumstances shall binding arbitration be required as to any dispute arising between the parties or
under the Contract Documents.
S-8 SUPERVISION AND SUPERINTENDENCE.
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days
per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to the
OWNER the phone number and/or paging service of this individual.
S-9 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
A. SUBCONTRACTORS
1. 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.
2. Contractor shall not assign, transfer, convey, sublet or otherwise dispose of his/her contract or
his/her right, title or interest therein, or his/her power to execute such contract, to any other
person, firm or corporation, without the prior written consent of the City, but in no case shall such
consent relieve the Contractor from his/her obligations, or change the terms of contract.
B. RESPONSIBILITY FOR COMMODITIES AND/OR SERVICE DELIVERED.
1. The Contractor shall be responsible for any commodities and/or service covered by this contract
until they are delivered and installed on site and approved and accepted by inspection from
owner, but the Contractor shall bear all risk for rejected commodities and/or service after written
notice of rejection. Rejected commodities and/or service shall be removed and/or replaced by
and at the expense of the Contractor promptly after written notification of rejection, unless public
health and safety require destruction or other disposal of rejected delivery.
GC.g
2. Upon Contractor's failure to do so within thirty (30) calendar days after the date of notification, the
City may return the rejected commodities to the Contractor and/or replace services at the
Contractor's risk and expense, or the City may dispose of them as its own property.
S-10 WORKMANSHIP
A. NEW GOODS. FRESH STOCK. All contracts, unless otherwise specified, shall produce new
commodities, fresh stock, latest model, design or pack.
B. PROFESSIONAL WORKMANSHIP. Professional workmanship shall meet or exceed existing industry
standards.
S-11 COMPLIANCE WITH OSHA REGULATIONS AND MSDS SHEETS.
C. GUARANTEE. Unless otherwise specified, the Contractor shall unconditionally guarantee the materials
and workmanship on all equipment furnished by him/her for a minimum period of one (1) year from date
of acceptance of the items delivered and installed. If, within the guarantee period, any defects or signs
of deterioration are noted which in the City's opinion are due to faulty design, installation, workmanship,
or materials, the Contractor, upon notification and at his/her expense, shall repair or adjust the
equipment or parts to correct the condition or he/she shall replace the part or entire unit to the complete
satisfaction of the City. These repairs, replacements or adjustments shall be made only at such time as
shall be designated by the City as least detrimental to the operation of the City business. '-"
=
o ~
Regardless. of any statement to the contrary, .the Contractor agrees that thefilJ1:plie~ar~y of
merchantability and fitness for a specific purpose IS not disclaimed. ,,,," ':; "0' _
:~2 ~,~ ~ \-
~l,1 m
<i;' ~O
~~~ -
J> r
<1'
Add the following paragraph 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.
All commodities and/or service shall satisfactorily comply with applicable OSHA regulations in effect at the
time commodities are shipped and/or the service is performed. Material Safety Data Sheets (MSDS) are
required in accordance with applicable regulations and must be made available to owner when requested.
5-12 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 themselves 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.
GC-10
To discharge from employment or refuse to hire any individual because of sex, race, color, religion,
national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is
related to job performance of such person or employee.
S-13 MEASUREMENT AND PAYMENT.
Work completed under the contract shall be measured by the Owner. Payment will be based on the actual
quantity of work performed according to the various classes or work specified. The contractor will be given a
chance to be present during the final inspection.
S-14 TAXES.
Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with
local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of Iowa City does issue tax
exemption certificates to preclude the payment of sales tax. The Contractor shall submit the information
necessary for the certificates to be issued. If tax exemption certificates are not issued, prior to project
acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes ~id, including
all information required by the State of Iowa for reimbursement of taxes. The City will r~bursgontractor
for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Cont.!'fl~r wiik>ccur within
30 days of the City receiving reimbursement from the State. Tax statements submitted aftir~e p~ct l'fl$
been accepted by the City Council will not be accepted or reimbursed. () / N :=
::~C) N
;<r-
f"""". :f-:'I"'
_~ ::r.:
0* -
c:::;./ '- .-
-- r
The Contractor shall be provided parking for two vehicles for a period of three weeks in thlrEast lCJlll>f City Hall.
This is for demolition and unloading of project materials. After that period the contactor will be responsible
parking.
S-15 PARKING AND STAGING AREA.
\l
~-.
\._j
S-16 WORK DURING AN EMERGENCY.
The Contractor shall perform any work and shall furnish and install any materials and equipment necessary
during an emergency endangering life or property. In all cases the Contractor shall notify the Owner of the
emergency as soon as practical, but shall not wait for instructions before proceeding to properly protect both life
and property.
S-17 UTiliTIES.
The Contractor is responsible for the field location of all utilities by qualified utility representatives prior to the
start of construction and as required throughout the duration of the project.
If a utility is encountered during construction, the utility shall be protected. If a utility is damaged by the
Contractor'during construction, the' utility shall be repaired by the Contractor at no cost to the City. The
Contractor shall expose all utilities at the request of the Engineer for purposes of investigation. This work shall
be considered incidental to the project and no additional compensation will be allowed thereof.
S-18 WASTE SITES.
All waste material shall be hauled to a site of the Contractor's choice with the Owner's approval. Cost of
disposal at the City Sanitary Landfill will be at the current rate per ton at the time of the contract; the Contractor
GC-11
may establish a charge account with the City which shall be paid prior to project acceptance. Disposal cost shall
be included in the contract cost and no extra compensation will be allowed thereof.
5-19 MAINTENANCE AND CONTROL OF TRAFFIC.
All signs and barricades within and beyond the project area deemed appropriate by the Owner will be the
responsibility of the Contractor. The signs and barricades shall meet the requirements of Article 1107.09 of the
"Standard Specifications" except as herein modified. Generator-operated traffic control devices cannot be
operated in or near residential neighborhoods overnight. All work must be properly barricaded to eliminate
hazards to pedestrians.
Properly constructed and lighted barricades shall be provided by the Contractor as needed to protect his work
from traffic. "NO PARKING" signs will be furnished by the City to facilitate removal of parked caftlhead of the
scheduled work. <:;2 ~
<: 0 (/)
)> --; rr1
24-hour maintenance of all traffic control devices is the responsibility of the Contractor. :_) __:.:' ;: 11
5-20 MINOR WORK AND INCIDENTAL ITEMS OF CONSTRUCTION. ::3 ;..., : il
-,.....- ::.z:. ,-e
Any minor work not specifically mentioned in the specifications, but obviously nec~ fw. the 'p'roper
completion of the work shall be considered as being a part of and included in the contractiind shalHJe executed
in the proper manner and the Contractor shall not be entitled to extra or additional compensation flif'the same.
There are items of construction noted in the specifications which shall be considered "incidental" to the contract
. or a particular bid item. In all cases thereof, no extra compensation will be allowed for the necessary labor,
equipment, materials, etc. required to complete the "incidental" items of construction.
S-21 WORKING DAYS.
A. COMPLETION DATE. This project shall be completed as specified in Specific Conditions. Note terms
of completion as working days or final completion date.
B. CONTRACT PERIOD. Contract shall remain in force for a full period specified and until all commodities
and/or services ordered before date of termination shall have been satisfactorily delivered and accepted
and thereafter until all requirements and conditions shall be met, unless:
1. Extended upon written authorization of the City and accepted by contractor, to permit ordering or
unordered balances or additional quantities at contract prices and in accordance with contract
terms.
2. Extended upon written authorization of the City and accepted by contractor, for a period
negotiated and agreed upon by both parties, when in the best interest of the City.
3. Terminated due to default, as described below.
5-22 CONTRACTOR PAYMENT.
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. It is not the City's policy
to pay for materials and equipment stored at the site.
GC-12
Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the
Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject
to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa, 2005, as
amended.
5-23 DISQUALIFICATION.
The Owner reserves the right to disqualify bids, before or after opening, upon evidence of collusion with
intent to defraud or other illegal practices upon the part of the bidder.
No award will be made to any Bidder who cannot satisfy the Owner that the bidder has sufficient ability and
experience in this class of work and sufficient capital and plant to enable the Bidder to prosecute and
complete the Work successfully within the time named. The Owner's decision or judgement on these
matters shall be final, conclusive and binding.
The Owner may make such investigations as it deems necessary, and the Bidder shall furnish to the Owner,
under oath if so required all such information and data for this purpose as the Owner may request.
The Owner may reject Bids which in its sole judgement are either incomplete, conditions, obscure or not
responsive or which contain additions not called for, erasures not properly initialed, alteratians, or similar
irregularities, or the Owner may waive such omissions, conditions or irregularities. 6 ~
:z: 0 (~~
The owner reserves the right to reject all or any Bids, should the Owner deem it to be li1llf~ pillillic iri.!Hest to
do so: - ~ i-
/.- rn
-.- I ...-- __
.... r-:; SC i- 1,
__ -r, \...";
1'-,\-'"' _
'67::: -::
A. WITHHOLDING PAYMENT. Consideration for withholding payment shall in~e faulty materials,
equipment, or workmanship, back orders, and liens that have been filed, or evidence-mdicating a
possible filing of claims. In all cases, regulations and limitations imposed by the Federal Government
and State of Iowa shall prevail.
5-24 DEFAULT.
B. CANCELLATION.
1. The contract may be cancelled or annulled by the City in whole or in part by written notice of
default to the Contractor upon non-performance, violation of contract terms, delivery failure,
bankruptcy or insolvency, or the making of an assignment for the benefit of creditors. An
award may then be made to next low bidder, or when time is of the essence, similar
commodities and/or service may be purchased on the open market. In either event, the
defaulting Contractor (or his/her surety) shall be liable to the City for cost to the City in excess
of the defaulted contract price. Lack of knowledge by the Contractor will in no way be a cause
for relief from responsibility.
2. The Contractor shall not be liable in damages for delivery failure when such failure is the result
of fire, flood, strike, act of God, act of government, act of an alien enemy or any other
circumstances which, in the City's opinion, is beyond the control of the Contractor. Under such
circumstances, however, the City may at its discretion cancel the contract.
3. DELIVERY FAILURES Failure of a contractor to provide commodities and/or service within the time
specified, unless extended in writing by the City, or failure to replace rejected commodities and/or
service when so directed by the City shall constitute delivery failure. When such failure occurs the City
reserves the right to cancel or adjust the contract, whichever is in the best interest of the City. In either
event, the City may purchase in the open market commodities and/or service of comparable worth to
GC-13
replace the articles of service rejected or not delivered. On all such purchases, the Contractor shall
reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of
contract prices, or the City may deduct such amount from monies owed the Contractor. If the contract is
not cancelled, such purchases shall be deducted from contract quantities. The City reserves the right to
accept commodities and/or service delivered which do not meet specifications or are substandard in
quality, subject to an adjustment in price to be determined by the City.
S-25 GOVERNING LAWS AND REGULATIONS.
The Bidder's attention is directed to the fact that all applicable federal, state and municipal laws and
ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to
the contract throughout, and they will be deemed to be included in the contract as though therein written out
in full. .
S-26 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. A copy of this program is available at the Engineering Division Office.
~......,
0 C:::J
Co:?
or-
~() en
"r..,.-.- r-rl Il
..J/ .-l "
> -
.~~) '" .-
::J.C:; '" ,
/ !Tl
'~n.~ "., I-'~
O='''' :x ""-"/
- /'. -
""> ..
S> C'"
-.I
GC-14
Contract
Compliance Program
,,-,
=
o ~
~o en
:p. := ,~ II
,-, N
:::'iC.... N ~Tl
/,- , '
:.-- \ ': i 2:: ~"-~
--,-- ~.. , J
5 =:'" '...-'
-c:;: ","""
~-
)> :-
--J
~,&.
CITY OF IOWA CITY
SECTION 1- GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work.
This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them
to ensure that applicants seeking employment with them and their employees are treated equally
without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation,
disability, marital status, and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in
designing and implementing equal employment opportunity so that all citizens will be afforded equal
accessibility and opportunity to gain and maintain employment.
PROVISIONS:
1.
All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2.
All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if
required by another governmental agency) must abide by the requirements of the City's Contract
Compliance Program. Emergency contracts may be exempt from this provision at the discretion
of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are
subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3.
Contracting departments are responsible for assuring that City contractors, vendors, and
consultants are made aware of the City's Contract Compliance Program reporting
responsibilities and receive the appropriate reporting forms. A notification of requirements will be
included in any request for proposal and notice of bids.
4.
Prior to execution of the contract, the completed and signed Assurance of Compliance (located
on pages CC-2and CC-3) or other required material must be received and approved by the City.
5.
Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6.
All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7.
All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City ,Qjty Code
section 2-3-1: 0 g
,.;,....
:2: C) en
;.~::::' ~ -n
./
C) ~ ~
~C-~
'" ~--
::-'....~T\ ~
-----\.....r1 --
g~: :::
'"
:J;
.-
r-
m
(:J
~
--'
mgr\asst\contractcompliance.doc
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 2 THROUGH 3 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 payor 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 sea.) and relevant orders of the U.S. Secretary
of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3.
",
C~)
Provide a copy of your written Equal Employment Opportunity policy s~mentg
~.::;: r\ en
.,~\.. -' fl-'
Where is this statement posted? }> :=i. -6
N
N
Il
CJ
-.';("'"
./ ~~-
\"11
-"--\
\",j
4.
What is the name, telephone number and address of your business'
Opportunity Officer?
-",,-
--~'n ~
0:::':-"-
.-~/" -
-
);; r
Equal EmPTi>yment
(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.
mgr\asst\contractcompliance.doc
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
Phone Number
Signature
Title
Print Name
Date
6
:~o
)>.-.\
C~)
'-=1 \:~~)
."'<i
- \'
_or'
-;~::-;,l.
'::--" /......
...-::-....
:P
,.J
c~
c:)
0-'
,n
C'l;
'\.J
-\I
-
N
N
.--
I
:II
-~
,_.J
~
~
-
-
~
-l
mgr\asst\contractcompliance.doc
CC-3
SECTION III . SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post it
in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors aSking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3.
INSTRUCT STAFF
4.
r-'
,=
Your staff should be aware of and be required to abide by your Equal Employment Q}>porturli!V program. All
employees authorized to hire, supervise, promote, or discharge employees or are ~@ed (h'1Suc~tions
should be trained and required to comply with your policy and the current equal ~p@ym~t o~unity
laws.-, N. -r]
-- \
-'-'"~f-,-I ~ (,.-1
RECRUITMENT - "". ::;f. '-...J
r--"'''-'--",
~7' -
-,.
(a) Let potential employees know you are an equal opportunity employer. 1)lis can.tte done by
identifying yourself on all recruitment advertising as "an equal opportunity employer". ....J
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review
education and experience requirements to make sure they accurately reflect the requirements for
successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information necessary to judge an applicant's ability to perform the job applied for?" Only use
job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination.
(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.
12/01
mgr\asst\contractcompliance.doc
CC-4
~,---"-~-_.._.,,...,--_._-------~------'-'-~
I ~ j
=~~-IIQ...
~~~w;!:'"t.
-..;::.... "'IIIII~
.... -
~ Cftll of ~
~ C~
Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code
of Ordinances which prohibits certain discriminatory practices in employment.
Please note that the protected characteristics include some not mandated for
protection by Federal or State law. As a contractor, consultant or vendor doing
business with the City of Iowa City you are required to abide by the provisions of
the local ordinance in conjunction with your performance under a contract with
the City.
'"
0 =
=
>0 ~
(/)
)>; fTl
-0 11
C) - .
N
.'? c) N r--
~ iT]
,
___ i-r"1 ".
::!:: ,-..----,
O-l~ \,j
<.~/"-- -
,<: ..
)> .r:-
......
mgr\asst\contractcompliance.doc
CC-5
-_._--_._---_..._._._.__.._-"._-------------~_.-
CHAPTER 3
DISCRIMINATORY PRACTICES
2-9-1
SECTION:
2-9-1:
2-9-2:
Employment; Exceptions
Public Accommodation;
Exceptions
Credit Transactions; Exceptions
Education
Aiding Or Abetting; Retaliation;
Intimidation
2.3.3:
2-3-4:
2-3-5:
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.
mgr\asst\contractcompliance.doc
Q
%0
)c-
,-
-.
r.....'
=
-:.'J
m.l
"7:ll'
1-r1
-u
rv
rv
11
-
c-
.n
,~
'..J
(;
-..- (.-'
:-\, ,,'
) ...--
:-........ Ir-;-
5?:~~
z
)>'
"'"
::r.:
-
-
C.
.r:-
-I
It shaH 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 Qf membership be-
cause of age, color, creed, disability,
gender Identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
O. Employment policies relating to preg-
nancy and ~hlldblrth shall be govemed
by the following:
1. A written or unwritten employment
polley 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-
897
Iowa City
CC-6
2-3-1
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an employer, employ-
ment agency, labor organization or
their employees, agents or members
and an employee or prospective em-
ployee concerning employment, pay
or benefits to an employee or pro-
spective employee in return for taking
a test for the presence of the antibody
to the human Immunodeficiency virus,
Is p'rohlblted. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utilization of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired Immune deficiency syn-
drome poses a significant risk of
transmission of the human Immunode-
ficiency virus to other persons In a
specific occupation.
F. The following are exempted from the
provisions of this Section:
1. Any bona fide religious Institution or
its educational facility, association,
corporation or society with respect to
any qualifications for employment
based on religion when such qualifica-
tions are related to a bona fide reli-
gious purpose. A religious qualifica-
tion for instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94-3647, 11-6-1994)
897
mgr\asst\contraclcompliance.doc
Iowa City
9
..:':.0
:r:-? ::.:J:
,""
c;?
o
0-
V")
r"f'1
-0
N
N
.-
c-
-n
'_-1
'-J
II
,r"'""",\
~\; ~-1
- ::....,.-
(~) ~,-!. :::
-- /' .-
2. An employer or employ~nt agefiSy
which chooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shall not
discriminate among the disabled or
elderly on the basis of age, color.
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95-3697, 11-7-1995)
3. The employment of individuals for
work within the home of the employer
if the employer or members of the
family reside therein during such em-
ployment.
4. The employment of individuals to
render personal service to the person
of the employer or members of the
employer's family.
5. To employ on the basis of sex in
those certain instances where sex is a
bona fide occupational qualification
reasonably necessary to the normal
operation of a particular business or
enterprise. The bona fide occupational
qualification shall be interpreted nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
In those certain Instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shall be Interpreted narrowly. (Ord.
94-3647, 11-8-1994)
CC-?
SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY
To all employees of
This Company and its employees shall not discriminate against any employee or applicant for employment
based on his or her age, color, creed, disability, gender identity, marital status, race, religion, sex, or sexual
orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and
selection for training, including apprenticeship. Further, this Company and its employees will provide a working
environment free from such discrimination.
All employees are encouraged to refer minority and women applicants and applicants with disabilities for
employment.
The Equal Employment Opportunity Officer for the
is:
Name:
Address:
Telephone Number:
NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a
policy which specifically meets the needs of your company.
""
0 r::;:;;:}
=
0'
~() (/')
Pl -n
.J.-~ -0
O' N ,
-' c.' N ,'1l
:< r-
[T, "'" f~-~l,
;0:-- ::L]. ~;:: \J
Q;;"
~...
-- .r
)> ro
mgr\asst\contractcompliance.doc
CC-8
PLANS / DRAWINGS
ON FILE A T THE
CITY CLERK'S
OFFICE
- ,-_.._,_.._._.-~-,~---_._------"'-'----"
Printer's Fee $ \ <6, 3 d--
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I,
Diana Becicka, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in sai,d county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper f time(s), on the
following date(s):
~4vhJW\ 14,.8(X)( 0
Legal Clerk
Subscribed and sworn to before me
thidq...J.-r- day o0~, 1
A.D. 20 C5&>
~~~
'@~-~~~~~Tc
\ . ~ My C<>rr\tflISSiO" Explres
, . JonullY 27, 200.
l.__ .
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING ON
PLANS, SPECIFICATIONS, FORM OF
CONTRACT AND ESllMATED COST
FOR HOUSING AND INSPECTION
SERVICES 2006 REMODEL PROJECT
IN THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF
IOWA CITY, IOWA, AND TO OTHER
INTERESTED PERSONS:
Public notice is hereby given that the
City Council of the City of Iowa City, Iowa,
will con-duct a public hearing on plans,
specifications. form of contract and esti-
mated cost for the con-struction of the
Housing and Inspection Services 2006
Remodel Project in said City at 7:00 p.m.
on the 19th day of September, 2006, said
meeting to be held in the Emma J. Harval
Hall in City Hall In said City, or if said
meeting is cancelled, at the next IT)eetlng
of the City Council thereafter as posted
by the City Clerk.
Said plans, specifications, form of con-
tract and estimated cost are now on file In
the office of the City Clerk in City Hall in
Iowa City, Iowa, and may be inspected by
any interest-ed persons.
Any interested persons may appear at
said meeting of the City Council for the
purpose of making objections to and
comments concerning said plans, speclfi.
ca.tions, contract or the cost of making
said improvement.
This notice is given by order of the City
Coun-cil of the City of Iowa City, Iowa and
as provided by law.MARIAN K KARR, CITY CLERK
61144 Spetember 14. 2006
ADVERTISEMENT FOR BIDS
HOUSING AND INSPECTIONS REMODELING
PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10 A.M.
on the 27th day of October, 2006, or at a later date
and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. Sealed proposals will be opened immediately
thereafter by the City Engineer or designee. Bids
submitted by fax machine shall not be deemed a
"sealed bid" for purposes of this Project. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 14th day of November, 2006, or
at such later time and place as may be scheduled.
The Project will involve the following:
Demolition and remodeling of two offices in
Housing and Inspection Services.
All work is to be done in strict compliance with
the plans and specifications prepared by the
Engineering Division, City 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,
lOW A, 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
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 until a contract
is awarded, or until rejection is made. Other bid
bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond. in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the
City Council, and shall guarantee the prompt
payment of all materials and labor, and also
protect and save harmless the City from all claims
and damages of any kind caused directly or
indirectly by the operation of the contract, and
shall also guarantee the maintenance of the
improvement for a period of one (1) year(s) from
and after its completion and formal acceptance by
the City.
The following limitations shall apply to this
Project:
Working Days: 45
Specified Completion Date: January 31, 2007
Liquidated Damages: $100.00 per day
Mandatory Pre-bid Meeting: October 17, 2006
At 1 :00 p.m. Located in the Housing and
Inspections Services Office in Lower Level of City
Hall, 410 E Washington Street, Iowa City, Iowa.
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 Engineering Division, City of Iowa
City, 410 E. Washington Street, Iowa City, Iowa,
319-356-5140, by bona fide bidders.
A $15.00 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.
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. If no
minority business enterprises (MBE) are utilized,
the Contractor shall furnish documentation of all
reasonable, good faith efforts to recruit MBE's.
A listing of minority contractors can be obtained
from the Iowa Department of Economic
Development at (515) 242-4721.
By virtue of statutory authority, preference will be
given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa Reciprocal
Preference Act applies to the contract with respect
to bidders who are not Iowa residents.
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
Printer's Fee $
(00.3
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ill # 42-0330670
I,
Diana Becicka, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper I . time(s), on the
following date(s):
~~(5hH11 Ix L !J.", d())( (J
Legal Clerk
Subscribed and sworn to before me
this :J.vcO day of Q:)c;~
A.D. 20 OUJ
~4~
F. .-------~--. . ~ar" Public
l.~t '.. . iiIii6A 14: j
I -;rr.'~\.l;, ~ (",nr...rnlulon Number 732S19
"i~; ~~ Comml'cst~n expires
~"""_~ :Jo-.IrY Z7, l!OO3 .
OFFICIAL PUBLICATION
ADVERTISEMENT FOR BIDS
HOUSING AND INSPECTIONS REMOJjc
ELING PROJECT
Sealed proposals will be received by
the Cny Clerk of the City of Iowa City,
Iowa, until 10 A.M. on the 20th day of
October, 2006, or at a later date and/or
time as determined by the Director of
Public Works or designee. with notice of
said later date and/or time to be published
as required by law. Sealed propos-als will
be opened lmmedi-ate-Iy there-after by
-the City Engineer or designee, Bids sub-
mitted by fax machine shall not be
deemed a "sealed bid" for purposes of
this Project. Pro-posals will be acted upon
by the City Council at a meeting to be
held in the Emma J. Harvat Hall at 7:00
P.M. on the 14th day of November, 2006,
or at such later time and place as may be
scheduled.
The Project will involve the following:
Demolition and ,remodeling of two offices
in Housing and Inspection Services.
All work is to be done in strict compli-
ance with the plans and speclfa-tions
prepared by the Engineering Division,
City of Iowa City, Iowa, which have here-
to-fore been approved by the City
Council, and are on file for public exami-
nation in the Office of the City Clerk.
Each proposal shall be completed on a
form fumished by the City and must be
accompanied in a S81led erivelOpe, sep-
arate from the one containing the propos-
~l, by a bi~ bond executed by a corpora-
tIOn authonzed to contract as a surety in
the State of Iowa, In the sum of 10% of
the bid. The bid security shall be made
pay-able to the TREASURER OF THE
CITY OF IOWA CITY. IOWA. and shall be
forfeited to the City of Iowa City in the
event the success.ful bidder fails to enter
into a contract within ten (10) calendar
days and post bond satisfactory to the
City ensuring the faithful performance of
the contract and mainte-nance of said
Project, ifrequired, pursuant to the .Provi-
sions of this noticEt and the other contract
docu-m9flts. Bk1 bohcIs CJf tI:te loWe$itwo
or ~ore, bidders rnaY.bE! ret8inijcftor a
penod of not to eX,ctMCI.fifteen(1~) palen-
dar days untilaCQiltJ:8ctJe awatdl:!d.Or
until rejec-tion is nfude. othet'blcllJorids
will be retumed after the'canvass and tab-
ula-lion of bids is completed and reported
to the City Council.
The successful bidder will bG required to
furnish a bond In an amount equal to one
hun-dred percent (1 00%) of the contract
price, said bond to be issued by a respon-
sible surety ap-proved by the City
Council, and shall guarantee the prompt
payment of all materials and labOr, and
also protect and $&Ve harmless the City
from all claims and damages of any kind
caused directly or indirectly by the Opera-
tion of the contract, and shall also guar.
anteethe. mainte-nance Qf the improve-
ment for a period of one (1) year(s) from
and afte.r its. com-pletion and formal
a~tanse by the Citr~
th& foll~ing limitatIOns shall ~ply to
this Project::
Working'pays: 45
$pecified Completion Date: January 31,
2001.
Uq~idatEKI.Oa
rh~ pla~$; .
_tract
ttIe:oIfice
plOhian
JX)$.~lbla
of the Engi" ..:
City,4l0E. on reel, City.
Iowa, 319-356-514 , by bona fide bid-
ders.
A $15.00 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
9ity of Iowa City desires to employ mitior-
ity contrae-tors and subcontractors' on
City projects.
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
~hall include the type of war!< and approx-
Imate subcontract amount(s). .... .' .
The Contractor a",ard.EId theLC<!ntract
shall submit a Ii~t_on. the Form . of
Agreement of the pt0p6Sed ,subcOntraQ-
tors, together with quantl-tles, unit prieN
and extended dollar amounts. If no minor-
io/ business enterprises (MBE) are uti-
lized, the Contractor, shall furnish docu-
menta-tion of aU reasonable. good faith
efforts to recruit MBE's.
A listing of minority contractors can be
qb-tained from the Iowa Department of
,Economic Development at (515) 242-
4721.
By virtue of statutory authorID', p"f,-
erance will be giverl IOprodUelf! and
p~o~i-sions grown and' cdal' produced
within the State of Iowa, and to Iowa
domestic labor, to the extent IawfUllyre-
quired under Iowa Statutes. The Iowa
Recipro-caJ Preference Act applies to the
contract with re-spect to bidders who are
not Iowa resi-dents.
The City reselVes the right to reject any
or all proposals, and also reserves the
right to waNe techni-calities and Irregu-
larities.
Published upon orderof the City Council
of 10000il City,. iowa.
MARIAN K. KARR, CITY CLE~K
61285 ~k!d&
Printer's Fee $~
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I,
Diana Becicka, 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 Qf which is
hereto attached, was published in said
paper I time(s), on the
following date(s):
Orj~ ~ J1 c>. :)/)(')l 0
Legal Clerk
Subscribed and sworn to before me
this :JL-/-Jr.. day oftI~,/
A.D. 20 (J<..p
y~,~
otary Public
r-Qj' . UNDAt<hon: 1
f",.,.' ~ommlssion Numb3~ :-:~S1S
...l~,. My Commission 12;;,.:..:r'-::3
I." .JIrIu.ry 27. 2008 _.
OFFICIAL PUBLICATION
ADVERTISEMENT FOR BIDS
HOUSING AND INSPECTIONS
REMODEUNG PROJECT
Sealed proposals will be received by
the City Clerk of the City of Iowa City,
Iowa, until 10 A.M. on the 27th day of
October, 2006, or at a later date and/or
lime as detennined by the Director of
. Public Works or designee, with notice of
said later date and/or time to be pub-
lished as required by law. Sealed propos-
als will be opened Immedi-ate-Iy there-
after by the City Engineer or designee.
Bids sub-mitted by fax machine shall not
be deemed a .sealed bid" for purposes of
this Project. Pro-posals will be acted
upon by the City Council at a meeting to
be held in the Emma J. Harvat Hall at
7:00 P.M. on the 14th day of November,
2006, or at such later time and place as
maybe scheduled.
The Project will involve the following:
Demolition and remodeling of two offices
in HOUSing and InSpection SerVices.
All work Is to be done in strict compli~
ance with the plans and spaclflca-lions
prepared by the Engineering Division,
City of Iowa City, Iowa, which have hera-
to-fore been approved by the . City
COuncil, and are on file for public exami-
nation in the OffICe of the City Clerk.
Each proposal shall be completed on a
form furnished by the City and must be
accompanied in a sealed envelope, sep-
arate from the one containing the propos-
al, by a bid bond executed by a corpora-
tion authorized to contract as a surety in
the State of Iowa, in the sum of 10% of
the bid. The bid sectuity shall be made
pay-able to the TREASURER OF THE
CITY OF IOWA CITY, IOWA, and shall be
forfeited to the City 'of Iowa City in the
event the success-ful bidder fails to enter
into a contract within ten (10) calendar
days and post bond satisfactory to the
City ensuring the faithful perfonnanea of
the contract and mainte-nanea of said
Pro}ect, If required, pursuant to the provi-
sions of thiS notice and the other contract
docO-rilent8;Bidbortds of the lowest two
pr more.. bidders"may be retained for a
period Of nOt to 'exceed fifteen (15) calen-
dar dayS until, a contract Is awarded, or
until ref8c.tion is made. Other bid bonds
will 'be retuFnedafter the canvass and
tabUla-tlon of bids Is completed arid
reporte(HO t~ City Council.
The s~1 bidder will be required to
fumlsh a bOnd in an amount equal to one
hun-dred percent (100%) of the contract
price, said bond to be issued by a
respon~slb1e surety ap-proved by the City
Council, and shall guarant&e the prompt
payment of all materials and labor,' and
also protect and save hannless the City
from all claims and damages of any kind
caused directly or indirectly by the opera-
tion of the contract, and shalt alsoguar-
'antee the mainte-nance of the improve-
ment for a period of one (1) year(s) from
and after Its com-pletion and formal
accep-tance by the City.
The following limitations shall apply to
this Project:
Working Days: 45
Speotfied Completion Date: January 31,
2007
Liquidated Damages: $100.00 per day
Mandatory Pre-bid Meeting: October
17, 2006
At 1:00 p.m. Located in the Housing and
Inspections SerVices Office in lower
Level of City Hall, 410 E Washington
Street, Iowa City, Iowa.
The plans, specifications and proposed
con-tract dooufnents may be examined at
the office of the City Clerk. Copies of said
plans and specifhcations and fonn of pro-
posal blanks. may be secured at the
Office of the Engineering Division, City of
Iowa City, 410 E. Washington Street,
Iowa City, Iowa, 319-356-5140, by bona
fide bidders.
A $15.00 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 fonn of a
cheek, made payable to City of Iowa City.
Prospective bidders are advised that the
City of Iowa City desires to employ minor-
Ity contrac-tors and subcontractors on
City projects.
Bidders shall list on the Form of
Proposal the names of persons, firms,
companies or other parties with whom
the bidder Imends 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 Fonn of
Agreement of the proposed subcomrac-
tors, together WIth quanti-ties, unit prices
a'nd extended dollar amounts. If no
minor:lly business enterprises (MBE) are
utiHzed,the Contractor shall fumish doc-
umenta-tion of all reasonable, good faith
efforts to tecruit MBE's.
'''A listing of minority contractors can be
ob-tairted from the Iowa Department of
Economic Development at (515) 242-
4721.
By virtue of statutory authority,' pref-
erence will be given to products and
provi-slons 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
Reclpro-<:al Preference Act applies to the
contract with re-spect to bidders who are
not Iowa resi-dents.
The City reserves the right to reject MY
or all proposals, and also reserves the
right to waive techni-calities and irregu-
larities.
Published upon order of the City Council
of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
68001 October 16, 2006
p{['J
~
L.1LJ
Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044
RESOLUTION NO, n/;-ll'lt.
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE HOUSING INSPECTIONS REMODELING PROJECT.
WHEREAS, City Construction Group L.C, of Iowa City, Iowa has submitted the lowest responsible
bid of $50,900.00 (base bid) deduct $1,010,00 (alternate bid No.1) for a total bid of $49,890.00
for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1 , The contract for the construction of the above-named project is hereby awarded to City
Construction Group L.C., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements,
Passed and approved this 14 th
'OYOf(2c ~^i
MAYOR
-
~
ATTEST:)? ~ ,~,..) .;;. '~AJ
CITY C ERK
Approved by
~ ,dft!t?tp
c{f{lr(f::l!o;;: - l
It was moved by Chamoion and seconded by
adopted, and upon roll call there were:
Bailey
the Resolution be
AYES:
NAYS:
ABSENT:
J{
x
x
X
x
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
x
x
pweng\resolutions\06houseinspections. doc
TRANSMITTAL LETTER
~
..-",'"----- -
CIIT OF IOWA CIIT
410 E. Washington Street
Iowa City, IA 52240
PROJECT:
Housing and Inspections Remodeling Project
Transmittal Date: November 27,2006
Contract Date: November 20th, 2006
Resolution No.: 06-354 November 14th, 2006
TO:
Mr. Jon W. Tiemeyer
City Construction
1531 S. Gilbert Street
Iowa City, IA 52240
o
::>r-
j;~":l
'"
(::=;,
=
""
;;,-
c-3
--c
N
-..J
IJ
{'-
TI
,-.,
, J
WE TRANSMIT:
(X) herewith ( ) under separate cover via
( ) in accordance with your request
C)'-..
~:--.._<
~~< It:
6::.T~
..,..........""-
~
:J?
-.
ATTN: Mr. Jon Tiemeyer
.L
o
N
FOR YOUR:
( ) approval
( ) review & comment
( ) use
THE FOllOWING:
( ) drawings/plans
( ) specifications
( ) change order
( ) distribution to parties
(X) record
( ) other
) information
) signature & return
) shop drawing prints
) shop drawing reproducibles
) product literature/samples
( ) field instructions
(X) agreement
(X) other Contract Comoliance
COPIES DATE SENT DESCRIPTION
1 November 27,2006 Signed agreement for Housing Inspections Remodeling Project
Remarks:
Jon,
Attached is a copy of the signed contract for the Housing Inspections Remodeling Project. Because it is over $25,000,
City Code requires contract compliance form, please complete and return this document with your certificate of liability
insurance.
Respectfully,
Kumi Morris
Copies To:
(with enclosures)
Tim Hennes, HIS Dep!.
Marian Karr, City Clerk's Office
D
~
D
D
D
S:\Eng\ARCHITECTURE FILE\ProJects\Houslng and Inspection Services remodel 2006\lransmrtlal for -City Construction November 27 06 Agreement and Contract oompllance,doc
,<j
FORMAL PROJECT
FORM OF PROPOSAL
HOUSING AND INSPECTIONS
REMODELING PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
Name of Bidder CITY mNsTRucrION GROUP L.C.
Address of Bidder 1531 S GILBERT ST, IOWA CITY IA 52240
SUBMIT BIDS TO: City Clerk's Office
City of Iowa City
410 E. Washington SI.
Iowa City, IA 52240
Proposals must be submitted by Friday, October 27th, 2006 at 10:00 a.m.
The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby
proposes to provide the required labor, services, materials and equipment, all supervision, coordination and all
related incidentals necessary to perform the.' work to complete the Project as described in the Contract
Documents, including Addenda 1 , and 2 , and to do all work for the Base Bid Lump Sum of:
BASE BID
cl ~ t~ ~\h~UAL(~
~A'- 0 ~ dvuuD,
Dollars ($ 50) ~ 00
ALTERNATES:
Aaernate No.1:
~e sum of:
}>.o~
~L.- 0.\,c..OVJ) rv.m&
~\~.JY',. ~
Dollars ($_1 0 \ 0
~
FP-1
}'
The names of those persons, firms, companies or other parties with whom we intend to enter into a
subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract,
are as follows:
Subcontractor company name
subcontracted work
dollar amount
SEE A'ITACHED SHEEr
NOTE: All subcontractors are subject to. approval by the 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.
By:
FIRM:
(Title)
Owner
(Business Address)
1531 S Gilbert st., Iowa City IA 52240
(Work Phone Number(s))
P (319) 338-5100 f (319) 338-5151
(Name of Contact Person for Bid)
Jon Tiemeyer
The above prices, specifications, and conditions are satisfactory and are hereby accepted. You are authorized
to do the work subject to the conditions and specifications of this document.
Date // :J#~C?
By ~LJ~
FP-2
List of Subcontractors
City Construction Group, LC
Housing and Inspections Remodeling Project
City ofIowa City
October 27th, 2006
Firm Name Scope Amount
Naughton Drywall Drywall $3,900
Murphy Acoustics Ceiling $5,250
Randy's Carpets Flooring $9,340
JR Painting Painting $1,155
Prime Mechanical Mech/HV AC $11,500
Blackhawk Sprinkler $3,800
Tri T Electric Electrical $4,870
o
$".........,
~i::;; ::::_~!
_c
, ,
, "
'-'C
::--:.... f- .
r'
0:'(~:
-~ ;:<.
K'
)i:
I'V
---J
'"':l
'::!t
J:'-
o
I'V
~,~
C:~_l
C:.:"
O~
C-:-l:
~a-.::
2J
:T/
~'~-(
\--......1
ENGINEER'S REPORT
April 4, 2007
Honorable Mayor and City Council
Iowa City, Iowa
Re: Housing Inspections Remodeling Project
Dear Honorable Mayor and Councilpersons:
I hereby certify that City Construction Group, L.C. of Iowa City, Iowa has
completed the construction of the Housing Inspections Remodeling Project in
substantial accordance with the plans and specifications prepared by the
Engineering Division of City of Iowa City of Iowa City, Iowa. The required
performance and payment bond is on file in the City Clerk's office.
The final contract price is $51,186.00
I recommend that the above-referenced improvements be accepted by the City
of Iowa City. -
Sincerely,
~f
Ron Knoche, P.E.
City Engineer
S:\Eng\ARCHITECTURE FILE\ProjectslHousing and Inspection Services remodaI2006\Engineer's Report_hounsing and Inspections remodeling propcl.doc
~',..;
~ .
. ~
.c,.)
f'0
'1 . I 404e-1(3-oi-
t;'t"l,
~
Prepared by: Kumi Morris, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044
RESOLUTION NO. 01-121
RESOLUTION ACCEPTING THE WORK FOR THE HOUSING INSPECTIONS
REMODELING PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the
Housing Inspections Remodeling Project, as included in a contract between the City of Iowa City
and City Construction Group, L.C. of Iowa City, dated November 20,2006, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $51,186.00.
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 16th
'"'( )JJ~~
iI1!AYOR
Approved by
ATTEST: 7J~/~.u:.J II. cJd~
CIT . LERK
L- Y;0/oi
City Attorney's Office
It was moved by Ba i 1 ey and seconded by
adopted, and upon roll call there were:
Chamvion
the Resolution be
AYES:
NAYS:
ABSENT:
x
x
x
x
x
x
x
Bailey
Champion
Elliott
Lehman
O'Donnell
Vanderhoef
Wilburn
pweng\resIHI-remodel.doc
9/99