HomeMy WebLinkAboutSOFTBALL FIELDS 1 THRU 4 RENOVATION/NAPOLEON PARK/2012wo 1 8,19
fflivitam"
S,4 ,/j -Fe iciS / �-krc.t-
/pia ?o(eon Q, k, 4o /a
PTet6p —1
/.5 -J`VJ •^ /2, ,I.. P1GnS /. Sntc�-t:c��vnS � f rd�+as�� GaMrc L� �n� -?�. mc.� or �OS�.
SHfr hGJ q �.�/c`1� iG 'l1Gi 1rrh� oV+1 �1u -1N.� (l
a Sp,P(`r -C; ce-A;a- -, '?b rrr-� y-f' CD4rr,,4 /t eskmct of czs-�
ze 41v of f ,eoJs f �, 3� � 64 fAk, /�/)ryde/o)r,.
i ICrK �•rlJ `�(�'r'��c.11 `P/hp I-eN eq 4 -C( rtc'Yr nLJ
f.pA,.6 ISj, hpi -;Ct B-�' S0.:J (lke1R.Pa nod E c) "IreC4-:n 04Y �nplh'L!r t7
1�
Nor c� vF_ PuL(c l-I�f1�,N.
N� ce rfb B dde rs
a pprav,Ir>c..._PfariS,.. srec;`�'. cr 4,0-tiS
A C Ca R t RnC�
2st" rr 4 �d�7 72?✓ 4b, r'-�- oug4 �, O�
;} I
Nafdq -on Q ''S JcrFi��l1
CamP� ly, I 52cur;�y ?n azccDrri�Igny
eack b:� clrfe�l /hy C.'�y CIQr1� ro Pc L� /.5�,
1.;.daitY�
ii
rt
J
3t, JUl- !J lZcsolw�;� /off 3(e3 a.✓ar�j, �q 00 rac� an� akf�or z n� C l't*ja /r
-�o S;5rt Q`ei �/� 014, C14tr�L /�� affes Coq�r�c� -Ar CaO's c,K4?,Vk
aJ'C �Af A Va- pa(kok 7k f -;e�c( Via, ' ' C1 -¢noV aDh rdJ2c�i;
I (�7- s,v)_�
SlfAri)l P,' (tj5 I -+Vru � KenO ✓a1
N C,�o 1 e� Par (L a0.-2-
Ca9 e d 0 d
r o ea& a Se � �ij�l < <��i 0�..� � ° ° vY� n � ws � 4 ��r _� o. ✓' �Y� of c:��t 0'��
r J
ill ReSol�rl�;� wbrKr�e Na(ao�evr �K
�i iald 1 a� 3 R-P,oua�-iv» 1 rJJ2C i,
ENGINEER'S ESTIMATE
6/15/2012
NAPOLEON PARK SOFTBALL COMPLEX
FIELDS 1 — 4 RENOVATION PROJECT
PROJECT
NO. 12 -3005
IOWA CITY, IOWA
ESTIMATED
EXTENDED
ITEM DESCRIPTION
UNIT
! QUANTITY
UNIT PRICE
AMOUNT
1 iExisting Turf Removal
ACRE
3.1
$
7,500.00
$
23,250.00
2 ! Earthwork
Cy
1 2725
$
26.00
$
70,850.00
3 Collector Tile, HDPE, 6"
LF
86
$
110.00
$
9,460.00
4 Collector Tile, Perforated HDPE, 6"
LF
+ 1491
$
13.00
$
19,383.00
5 Lateral Drain Tile, Perforated HDPE, 2"
LF
7530
$
6.00
$
45,180.00
Erosion & Sediment Control and SWPPP
6 ,Management
LS
1
$
16,000.00
$
16,000.00
7 ;Mobilization
LS
1
$
5,000.00
$
5,000.00
TOTAL EXTENDED
AMOUNT
$
189,123.00
VJ ENGINEERING PAGE 1
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR
NAPOLEON PARK SOFTBALL COMPLEX
FIELDS 1 - 4 RENOVATION PROJECT
IOWA CITY, IOWA
CITY OF IOWA CITY
CITY OF IOWA CITY
ENGINEERING DIVISION - PUBLIC WORKS
410 EAST WASHINGTON STREET
IOWA CITY, IOWA 52240
PHONE: 319- 356 -5140
FAX: 319- 356 -5007
1a -owl N7_\707ffii
VJ ENGINEERING
2570 HOLIDAY ROAD, SUITE 10
CORALVILLE, IA 52241
PHONE (319) 338 -4939
FAX (319) 338 -9457
SPECIFICATIONS FOR
NAPOLEON PARK SOFTBALL COMPLEX
FIELDS 1 0 4 RENOVATION PROJECT
IOWA CITY, IOWA
VJ ENGINEERING
2570 HOLIDAY ROAD, SUITE 10
CORALVILLE, IA 52241
PHONE (319) 338 -4939
FAX (319) 338 -9457
1 hereby certify that this engineering document was prepared by me
�44,,,•••••••'�
"Ovess/oZo,
or under my direct personal supervision and that I am a duly Licensed
j•'e
r�o Fyc�
Professional Engineer under the laws of the State of Iowa.
z GRANT F. y�
FINCH m
� A
19727
Grant F. Finch, P.E. Date
•�'•. /owA .•�
•''•••••����'''•
License No. 19727
My license renewal date is December 31, 2013
SPECIFICATIONS
TABLE OF CONTENTS
Page Number
TITLE SHEET
TABLE OF CONTENTS
NOTICETO BIDDERS ............................................................. ...............................
AF -1
NOTETO BIDDERS ................................................................ ...............................
NB -1
FORMOF PROPOSAL ............................................................ ...............................
FP -1
BIDBOND ................................................................................ ...............................
BB -1
FORMOF AGREEMENT ......................................................... ...............................
AG -1
PERFORMANCE AND PAYMENT BOND ............................... ...............................
PB -1
CONTRACT COMPLIANCE
(ANTI- DISCRIMINATION REQUIREMENTS) .................... .......... .....................
CC: -1
GENERALCONDITIONS ....................................................... ...............................
•. iGC -1
SUPPLEMENTARY CONDITIONS ................................. ...............................
SC -1 ;.
RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID
PROJECTS.. ............................................... ......................... .........................
R -1."
TECHNICAL SECTION
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 Summary of the Work .......................... ...............................
01010 -1
Section 01025 Measurement and Payment ................. ...............................
01025 -1
Section 01310 Progress and Schedules ...................... ...............................
01310 -1
DIVISION 2 - SITE WORK
Section 02100 Site Clearing ......................................... ............................... 02100 -1
Section 02300 Earthwork ............................................. ............................... 02300 -1
Section 02950 Field Construction ................................ ............................... 02950 -1
NOTICE TO BIDDERS
NAPOLEON PARK SOFTBALL COMPLEX
FIELDS 1 -4 RENOVATION PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30 P.M.
on the 27h day of July, 2012. Sealed proposals
will be opened immediately thereafter by the City
Engineer or designee. Bids submitted by fax
machine shall not be deemed a "sealed bid" for
purposes of this Project. Proposals received after
this deadline will be returned to the bidder
unopened. Proposals will be acted upon by the
City Council at a meeting to be held in the Emma
J. Harvat Hall at 7:00 P.M. on the 31st day of July,
2012, or at special meeting called for that
purpose.
The Project will involve the following:
Removal of existing turf, installation of drainage
tile, and grading of fields 1 — 4.
All work is to be done in strict compliance with
the plans and specifications prepared by Vi
Engineering, of Coralville, Iowa which have
heretofore been approved by the City Council, and
are on file for public examination in the Office of
the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100 %) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
AF -1
t
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of five (5) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Late Start Date: August 15, 2012
Completion Date: September 14, 2012
Liquidated Damages: $300.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured from
Technigraphics, 125 South Dubuque Street, Iowa
City, Iowa 52244. Please contact Jill Chambers at
319- 354 -5950 or jhambers @techiowa.com.
A $30 refundable fee is required for each set of
plans and specifications provided to bidders or
other interested persons. Mail said fee to
Technigraphics, Attn: Jill Chambers, 125 South
Dubuque Street, Iowa City, Iowa 52240. The fee
shall be in the form of a check, made payable to
VJ Engineering. The refund will be issued 2
weeks after bid opening if re- usable plans and
specifications are returned.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242 -4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF -2
2.
3.
0[01111141111• : ra C
Award will be made only to responsible contractors qualified by experience to do the work
specified. The successful bidder shall have a minimum of five (5) years experience in the
construction of athletic fields. The successful bidder is required to submit at least four (4)
days prior to award three (3) successful projects specifically related to the construction of
sport fields with sub - drainage and irrigation systems as specified in this project. Projects
must have been completed in the last three (3) years and the successful bidder is required
to submit three (3) references for each job listed, including at least one municipal
reference. All subcontractors are also required to submit at least 4 days prior to award
three references involving similar projects, including at least one municipal reference.
Award of the bid or use of specific subcontractors may be denied if sufficient favorable
references are not verified or may be denied based on past experience on projects with
the City of Iowa City.
Related Projects and References shall be addressed to the City Engineer and include the
name, address and phone number of the contact person, for City verification.
Bid submittals are:
Envelope 1
Envelope 2
Bid Bond
Form of Proposal
M
FORM OF PROPOSAL
NAPOLEON PARK SOFTBALL COMPLEX
FIELDS 1 — 4 RENOVATION PROJECT
IOWA CITY, IOWA
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
City Hall
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and ,equipment
and to perform the Project as described in the Contract Documents, including
and , and to do all work at the prices set forth herein. ;
We further propose to do all "Extra Work" which may be required to complete -the Work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting Such work,
ITEM
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT PRICE
,EXTENDED
AMOUNT
1
Existing Turf Removal
ACRE
3.1
$
$'
2
Earthwork
CY
2,725
$
$
3
Collector Tile, HDPE, 6"
LF
86
$
$
4
Collector Tile, Perforated HDPE, 6"
LF
1,491
$
$
5
Lateral Drain Tile, Perforated HDPE, 2"
LF
7,530
$
$
6
Erosion & Sediment Control and
SWPPP Management
LS
1
$
$
7
Mobilization
LS
1
$
$
TOTAL EXTENDED AMOUNT
$
FP -1
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
Signature:
Printed Name:
Title:
Address:
Phone:
Contact:
FP -2
t
Firm:
Signature:
Printed Name:
Title:
Address:
Phone:
Contact:
FP -2
, as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated
the Napoleon Park Softball Complex Fields 1 — 4 Renovation Project.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
for
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall 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
A.D., 20_
Witness
Witness
rT:31i
day of
(Seal)
Principal
By (Title)
(Seal)
Surety
By
(Attorney -in -fact)
Attach Power -of- Attorney
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
( "City "), and
( "Contractor ").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the day of , 20_, for the Napoleon Park Softball Complex
Fields 1 — 4 Renovation Project ( "Project'), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers ;
b. "Standard Specifications for Highway and Bridge Construction,` Series of
2009, Iowa Department of Transportation, as amended;; ..
C. Plans;
1 ,
d. Specifications and Supplementary Conditions;
e. Notice to Bidders;
f. Note to Bidders;
g. Performance and Payment Bond;
h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects;
i. Contract Compliance Program (Anti- Discrimination Requirements);
j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
AG -1
3. The names of subcontractors approved by City, together with quantities, unit
prices, and extended dollar amounts, are as follows (or shown on an attachment):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of
CitV
Mayor
ATTEST
AG -2
20
Contractor
By
(Title)
ATTEST:
(Title)
(Company Official)
Approved By:
City Attorney's Office
PERFORMANCE AND PAYMENT BOND
as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has, as of
entered into a
(date)
written Agreement with Owner for the Napoleon Park Softball Complex Fields 1 — 4 Renovation
Project; and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by VJ
Engineering, which Agreement is by reference made a part hereof, and the.agreed' upon work is
hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ,are Stich that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligafion of this band
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
No
funds to pay the cost of completion, less the balance of the Contract Price, but not
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and /or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of five (5) years from the date of formal
acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
20
SIGNED AND SEALED THIS
DAY OF ,
IN THE PRESENCE OF:
(Principal)
Witness (Title)
(Surety)
Witness (Title)
(Street)
(City, State, Zip)
(Phone)
;F-".M
WOMMON
Compliance Program
CITY OF IOWA CITY
,7
CITY OF IOWA CITY
SECTION I - GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
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 Compljance• (located on
pages CC -2 and CC -3) or other required material must be received and approved b- the City. .�
5. Contracting departments are responsible for answering questions about contractor; consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2 -3 -1.
CC -1
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer`?
(Please print._
Phone number'
5. The undersigned agrees to display, it
federal and state law for the duration
obtaining the necessary posters.
Address
conspicuous places at the work site, all posters required by
of the contract. NOTE: The City can provide assistance in
CC -2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
CC -3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer ".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze',and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.,
(d), Select and train persons involved in the employment process to use objective standards and to
supporCequal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review
gdpcation 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.
CC -4
� r
+ �YU ®1 ®c
® City Of AIL
Oro 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. 3
CC -5
2 -3.1
CHAPTER 3
DISCRIMINATORY PRACTICES
SECTION:
2 -3 -1:
Employment; Exceptions
2 -3 -2:
Public Accommodation;
Exceptions
2 -3.3:
Credit Transactions; Exceptions
2 -3 -4:
Education
2 -3 -5:
Aiding Or Abetting; Retaliation;
Intimidation
2 -3 -1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer
to refuse to hire, accept, register,
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in
employment against any other person
or to discharge any employee be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation.
B. It shall be unlawful for any labor orga-
nization to refuse to admit to member-
ship, apprenticeship or training an
applicant, to expel any member, or to
otherwise discriminate against any
applicant for membership, apprentice-
ship or training or any member in the
privileges, rights or benefits of such
membership, apprenticeship or train-
ing because of age, color, creed,
disability, gender identity, marital
status, national origin, race, religion,
sex or sexual orientation of such ap-
plicant or member.
2 -3.1
C. It shall be unlawful for any employer,
employment agency, labor organiza-
tion or the employees or members
thereof_ to directly or indirectly adver-
tise or in any other manner Indicate or
publicize that Individuals are unwel-
come, objectionable or not solicited
for employment of membership be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation. (Ord. 95 -3697, 11 -7 -1995)
D. Employment policies relating to preg-
nancy and childbirth shall be governed
by the following:
Iowa City
CC -6
1. A written or unwritten employment
policy or practice which excludes from
employment applicants or employees
because of the employee's pregnancy
Is a prima facie violation of this Title.
2. Disabilities caused or contributed to
by the employee's pregnancy, mfsFar-
riage, childbirth and - recovery there-
from are, for all job -related,purpbse's,
temporary disabilititt4- -'and shall -,be
treated as such underanytheaith` or
temporary disability insurencfe or sick
leave plan available Ih 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.
It shall be unlawful for any person to
solicit or require as a condition of
employment of any employee or pro-
897
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 prohibited. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utilization of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired immune deficiency syn-
drome poses a significant risk of
transmission of the human immunode-
ficiency virus to other persons in a
specific occupation.
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-
.tio6as are related to a bona fide reli-
gious`purpose. A religious qualifica-
tiori for? instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
`religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94 -3647, 11 -8 -1994)
897
Iowa City
CC-7
2 -3 -1
2. An employer or employment agency
which chooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shall not
discriminate among the disabled or
elderly on the basis of age, color,
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95 -3697, 11 -7 -1995)
3. The employment of individuals for
work within the home of the employer
if the employer or members of the
family reside therein during such em-
ployment.
4. The employment of individuals to
render personal service to the person
of the employer or members of the
employer's family.
5. To employ on the basis of sex in
those certain instances where sex is a
bona fide occupational qualification
reasonably necessary to the normal
operation of a particular business or
enterprise. The bona fide occupational
qualification shall be interpreted nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
in those certain instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shall be interpreted narrowly. (Ord-
94-3647, 11 -8 -1994)
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended,
shall apply except as amended in the Supplementary Conditions.
GC -1
ARTICLES WITHIN THIS SECTION
S -1 Definitions
S -2 Limitations of Operations
S -3 Insurance
S -4 Supervision and Superintendence
S -5 Concerning Subcontractors, Suppliers and Others
S -6 Compliance with OSHA Regulations
S -7 Employment Practices
S -8 Contract Compliance Program (Anti- Discrimination Requirements)
S -9 Measurement and Payment
S -10 Taxes
S -11 Construction Stakes
Caption and Introductory Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S -1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City,
and duly authorized agents.
for the City of Iowa City, Iowa or• -his
F'
Iowa acting through.the' City Council
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended.
S -2 LIMITATIONS OF OPERATIONS.
Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS:
Except for such work as may be required to properly maintain lights and barricades, no work
will be permitted on Sundays or legal holidays without specific permission of the ENGINEER.
R -1
S -3 INSURANCE.
A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and /or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his /her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage
Comprehensive General Liability Each Occurrence Aggregate
Bodily Injury & Property Damage' $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
Excess Liability $1,000,000 $1,000,000
Workers compensation Insurance as required by Chapter 85, Code of Iowa.
`Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self- insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self- insured retention.
R -2
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims- made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
C. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self- insured
retention than the insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements: ' herein provided.,
The City also reserves the right to reject Contractor's insurance if hot.n compliance
with the requirements herein provided, and on that basis to either awardthe contract to
the next low bidder, or declare a default and pursue any and all remedies availabl6ld
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.
In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
IM
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S -4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this
individual.
S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes /intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
S -6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
c The _Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals
L materials` hat will be at the job site. The Material Safety Data Sheets will be submitted to
the I< pject Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right -to -know.
S -7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or
mental condition is such that his /her employment will endanger the health and safety of them-
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
In
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee.
To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disability
unless such disability is related to job performance of such person or employee.
S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS).
For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC -1.
S -9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines
all pay items and methods of measurement. The provisions of this section will supersede
applicable sections in the IDOT STANDARD SPECIFICATIONS.
S -10 TAXES.
Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to
purchase building materials, supplies, or equipment in the performance of the contract. The Contractor
shall submit the information necessary for the certificates to be issued.
S -11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
D. The Contractor shall be responsible for the preservation of stakes and marks. Any
necessary re- staking will be at the Contractor's expense and will be charged at a rate
of $75 per hour.
MR
SECTION 01010
SUMMARY OF THE WORK
PART1- GENERAL
General description of the work, not all inclusive.
This project consists of stripping outfield sod with a Koro Field Top Maker or equivalent machine,
grading to the desired %z% - 1% slope, and installation of drain tile on fields 1,2,3,4, at the Napoleon Park
girls softball complex. The fields to be renovated are laid out in a wagon wheel design. There are an
additional 5 fields that are not part of the renovation.
CONTRACTOR WORK:
I . The contractor will strip the outfield sod from fields 1,2,3,4, with a Koro top maker or equivalent
or better machine, and will transport the associated removed sod to a bolding area immediately
adjacent to the construction site.
2. The contractor will grade the outfields to the designated slopes and elevations as noted in the
plans and specifications.
3. The contractor will install 6" collector drain tile and 2" field tile back filled with pea gravel and
topped with USGA sand in the pattern and manner as noted in the plans and specifications. All
trenching equipment will be laser guided and capable of achieving the elevations and grades as
noted in the plans and specifications.
4. The contractor will meet the final grade as noted in an acceptable condition suitable for the
installation of sod.
5. All excess soil not used to attain the required slopes as part of the project will be stockpiled in a
holding area immediately adjacent to the construction site.
6. All equipment used by the contractor on the fields will meet or exceed the requirements as low
impact equipment designed and manufactured for such purpose.
CITY OF IOWA CITY WORK:
I . City staff will remove and reinstall all fences required for the completion projects
2. City staff will mark all irrigation heads as needed and will remove and reinstall`1hose within tile
project area that will interfere with the grading or installation of the drain tile.
3. City staff will remove and reinstall the asphalt path outside field 3 to accommodate grading of
the appropriate slopes as required in the plans and specifications.
4. All sod debris and soil will be removed from the holding area immediately adjacent to the
construction site by the City staff at their discretion.
5. City staff will install sod after the final grading is complete.
01025 -1
SECTION 01025
MEASUREMENT AND PAYMENT
PARTI- GENERAL
1.01 SUMMARY:
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OFMEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work performed according to the various classes of work
specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF PAYMENT.•
A. The Contractor shall accept the compensation as herein provided as full payment for
furnishing materials, labor, tools and equipment and for performing work under the
contract; also, for costs arising fi-om the action of the elements, or from any unforeseen
difficulties which may be encountered during the execution of the work and up to the time
of acceptance.
B. Construction items may be bid as a lump sums or as itemized work, which will be paid on a
unit cost basis. In either case, some work may be required for which a separate pay item is
not provided. Completion of this work is required. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate payment will be
made.
PART 2- PRODUCTS
2.01 NONE
PART 3 - EXECUTION
3.01 PROCEDURE:
A. Payment under this contract shall occur no more than once per month for work Completed
by the Contractor. Payment is based on an estimate of the total amount and value of work
completed minus 5% retainage. It is not the City's policy to pay for materials and
equipment stored or furnishings fabricated off site.
The 5% retainage will be released 31 days after the project is accepted by the City Council,
provided no claims against the project have been filed within 30 days of project acceptance.
Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of
claims.
01025 -1
3.02 BID ITEMS:
A. GENERAL
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in accordance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his /her Subcontractors.
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractors expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by
the Engineer. The prices for those items which may have any impact on existing trees and
shrubs shall include compensation for special precautionary measures required to prevent
injury or damage to said tree, shrub or root system.
The prices for those items which involve grading or excavation shall include compensation
for top soil removal and replacement (unless it is listed as an item in the FORM OF
PROPOSAL), disposal of surplus excavated material, handling water, installation of all
necessary sheeting, bracing and temporary fencing around all open excavations and supply,
placement and compaction of specified backfill.
Tile prices for those items which involve surface removal adjacent to buildings or vaults
shall include compensation to protect exposed surfaces from water which may leak or seep
into vaults and/or basements.
All labor, materials and equipment required to bring surfaces to the proper elevation and
density including loading, hauling, and disposal of unsuitable material, below grade
excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill
material, and all such work as may be required to make the grading work complete with a
uniform surface free of rock, broken concrete, tree roots, limbs and other debris is
incidental to this project unless it is listed as an item in the FORM OF PROPOSAL.
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and
parking tickets. The Contractor must figure these costs into their bid prices. The City will
not waive parking fees or fines. Permits paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there
01025 -2
i
as a result of any construction activity. The cost of clean up shall be incidental.
BID ITEM DESCRIPTIONS
1. Existing Turf Removal
The unit price for this item will be paid based on the plan quantity of acres of turf
removed. Also included is grinding, loading, and stockpiling of the removed material
in the designated on site location.
2. Earthwork
The unit price for this item will be paid based on the plan quantity of cubic yards of
earthwork. Included with this item is the rough grading, fine grading, and all other
work required to bring the site to the proper elevation and density with a uniform
surface free of debris. Also included is cutting, loading, hauling and disposal of
unsuitable material, below grade excavation, borrow and hauling, placing, forming,
drying, watering and compaction of fill material.
The following items shall be considered incidental unless they are included with other
items listed in the FORM OF PROPOSAL:
a. Removal and replacement of paving as necessary.
3
b. Removal and abandonment of existing irrigation piping.
C. Stockpiling of excess soil in the designated on site location.v
d. Repair or replacement of utility services damaged by the Contractor.
3. Collector Tile, HDPE, 6"
4. Collector Tile, Perforated HDPE, 6"
5. Lateral Drain Tile, Perforated HDPE, 2"
The unit prices for these items will be paid based on the number of linear feet
installed. Length will be measured for each size and type of pipe along the pipe center
line with no deductions for prefabricated bends, wyes or tees.
The following items shall be considered incidental unless they are included with other
items listed in the FORM OF PROPOSAL:
e. Trench excavation including furnishing necessary equipment.
F. Exploratory digging required to determine location of existing structures or
potential conflicts.
g. Furnishing pipe, wyes, tees, fittings, rodent guards, joint materials, and other
appurtenances.
h. Supply, placement and compaction of specified pipe bedding material.
i. Supply, placement and compaction of specified backfill material.
j. Dewatering trenches and excavations for pipe and appurtenances including
furnishing pumps, piping, well points, etc., as required.
01025 -3
k. Frost excavation, frost ripping, frost blankets, or other activities associated
with cold weather.
I. Repair or replacement of utility services damaged by the Contractor.
in. Removal and replacement of paving as necessary.
a. Supply and placement of erosion stone and filter fabric.
o. Connection to the existing area intake.
6. Erosion & Sediment Control and SWPPP Management
Measured and paid as lump sum. This item includes silt fence, filter sock, inlet
protection, stabilized construction entrance, and other erosion and sediment
controls. Also includes all work required to comply with the administrative
provisions of the Iowa DNR NPDES Permit General Permit No. 2 and all required
inspections.
7. Mobilization
Measured and paid as lump sum. The lump sum price shall be full compensation
for preparatory work and operations for all items under the contract, including, but
not limited to, those necessary for the movement of personnel, equipment, supplies
and incidentals to the project site; bonds and insurance; and for the establishment of
all offices, buildings and other facilities; which must be performed or cost incurred
prior to beginning work on the various items on the project site. This item shall
include demobilization costs. All costs associated with traffic control are incidental
to this item.
01025 -4
SECTION 01310
PROGRESS AND SCHEDULES
PART1- GENERAL
1.01 SUMMARY:
A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a high priority. Scheduling of work shall be
planned with this in mind.
1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre - Construction meeting a detailed schedule of
the proposed work with the controlling operation identified. The schedule shall include
proposed dates and durations of street closings. Work may not begin until the schedule is
approved by the Engineer.
B. The Contractor shall submit updated construction schedules at two week intervals
throughout the project.
PART 2- PRODUCTS
None.
_S
PART 3 - EXECUTION
3.01 MEETINGS PRIOR TO CONSTRUCTION.
A. A Pre -Bid meeting will not be held.
B. A Pre - Construction meeting will be held prior to beginning work.
3.02 PROGRESS OF WORK.
A. The late start date is August 15, 2012. Completion date for the project is September 14,
2012. Liquidated damages of $300.00 per day will be charged on work beyond September
14, 2012.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
01310 -1
D. Construction will proceed in phases. The particular phasing sequence is outlined in the
project plans. Prior to advancing to the next phase or sub - phase, the existing phase or sub -
phase shall be sufficiently complete to allow reopening to the public, as determined by the
Engineer.
E. Restoration activities such as pavement replacement will follow closely behind the work
even if multiple mobilizations are necessary.
The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
G. Work will be staged to minimize the length of time parking spaces and parking revenue are
lost.
3.03 COORDINATION WITH UTILITIES AND RAILROADS:
A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead
of time. The Contractor shall work closely with the utility companies to aid in these
relocations to keep the project on schedule.
B. The Railroads will provide all labor, materials and equipment for railroad facility removal,
excavation, disposal, sub - drainage, ballast, sub - ballast and trackage renewal.
C. The Railroads have certain time limitations on when the above mentioned work must take
place. It shall be the Contractor's responsibility to coordinate and be available to meet the
Railroads' schedule. Any costs associated with train rerouting due to circumstances caused
by the Contractor shall be at the expense of the Contractor.
3.04 STREET CLOSINGS:
A. Notify the Engineer four days in advance of street closings so that a press release can be
issued. No street may be closed without the Engineer's approval and said notification.
t)
... coo .. .
01310 -2
SECTION 02100
SITE CLEARING
PART1- GENERAL
1.01 SECTIONINCLUDES:
A. Removal of surface debris, existing turf grass, and all vegetation.
1.02 RELATED SECTIONS:
A. Section 02300— Earthwork
1.03 REGULATORY REQUIREMENTS:
A. Conform to applicable local and state code for disposal of debris.
B. Coordinate work with utility companies.
t
PART 2- PRODUCTS
A. Koro Field Top Maker or Engineer approved equal.
PART 3 - EXECUTION
3.01 PREPARATION:
A. Identify and protect from damage utilities to remain.
B. Verify that survey benchmark and intended elevations for the Work are as indicated.
3.02 CLEARING:
A. Remove all turf in a manner that removes only the existing vegetation and a minimal
amount of soil. No more than S4 -inch of soil shall be removed with the vegetation. The
material shall be removed, ground, and loaded in a single operation. The material shall be
placed on -site in an area designated by the owner.
B. Remove all irrigation heads and cap the lines so that the heads can be replaced after the
subsurface grading is complete.
3.03 CLEANUP:
A. Dispose of all debris from site according to all State and Federal solid waste disposal laws
and regulations and solid waste determinations of the EPA at the Contractor's expense.
B. Remove demolished materials from site as work progresses.
02100 -1
SECTION 02300
EARTHWORK
PARTI - GENERAL
1.01 SECTION INCL UDES:
A. Redistributing topsoil, rough grading, and site contouring.
B. Filling, backfilling and compacting.
1.02 RELATED SECTIONS:
A. Section 02100 — Site Clearing
B. Section 02900 — Field Construction
f-�
1.03 REFERENCES:
A. IDOT Standard Specifications.
B. Grading Plan.
1.04 DEFINITIONS:
A. Note that elements within the playing area are subject to the provisions of Section 02900.
1.05 PROJECT CONDITIONS:
A. Protect above -grade and below -grade utilities that remain.
B. Protect benchmarks, survey control points, and existing structures to remain from grading
equipment and vehicular traffic.
C. Conform to applicable local and state code for disposal of debris.
D. When Materials need to be stored on site, locate stockpiles where designated.
I. Separate differing materials with dividers or stockpile separately to prevent
intermixing.
2. Prevent contamination.
3. Protect stockpiles from erosion and deterioration of materials.
PART 2- PRODUCTS
2.01 MATERIALS:
02220 -1
A. Soil: All soil will be left on site and redistributed to the established lines and grades.
Excess material will be stockpiled at the designated on site location.
PART 3 - EXECUTION
3.01 PREPARATION.•
A. Identify required lines, levels, contours, and datum.
B. Stake and flag locations of known utilities.
C. Locate, identify, and protect utilities that remain from damage.
D. Notify utility company to remove and relocate utilities.
E. Protect above -grade and below -grade utilities that are to remain.
F. Protect plant life, lawns, and other features remaining as a portion of the finish landscaping.
G. Provide separate stockpiles for different soils material types as required.
E. Protect benchmarks, survey control points, and existing structures to remain from
excavating equipment and vehicular traffic.
3.02 ROUGH GRADING:
A. Identify required lines, levels, contours, and datum.
B. Cut and fill to transform site to indicated elevations and contours. Establish rough grades at
e
proper elevations to receive indicated thickness of rootzone material.
C. ? Cdentify known underground, above ground, and aerial utilities. Stake and flag locations.
t " D. Notify utility company to remove and relocate utilities.
E�- Do not work or remove wet topsoil.
F. Stability: Replace damaged or displaced areas of subsoil.
G. Remove large stones, boulders and debris from the site. Rough grading shall be finished by
blading to reasonably smooth contours with uniform transitions and slopes. Rough grade
shall be established using laser guided equipment.
3.03 EXCAVATING:
A. Excavate to accommodate new structures and construction operations.
B. Notify Engineer of unexpected subsurface conditions and discontinue affected work in area
until notified to resume work.
C. Remove lumped subsoil, boulders, and rock up to 1/3 cu. yd. in size.
02220 -2
D. Correct areas that are over - excavated and load- bearing surfaces that are disturbed.
E. Remove excavated material that is unsuitable for re -use from site and dispose of at the
designated on site location.
F. Remove excess excavated material and dispose of at the designated on site location.
3.04 FILLING.
A. Fill to contours and elevations indicated using unfrozen materials.
B. Employ a placement method that does not disturb or damage other work.
C. Systematically fill to allow maximum time for natural settlement. Do not fill over porous,
wet, frozen or spongy subgrade surfaces.
D. Maintain optimum moisture content of fill materials to attain required compaction density.
E. Soil Fill: Place and compact material in equal continuous layers not exceeding 4- inches
compacted depth.
3.05 FINISH GRADING.
A. Before Finish Grading Non -Field Areas:
1. Verify that the backfilling has been inspected.
2. Verify subgrade has been contoured and compacted
B. Remove debris, roots, branches, stones, in excess of 1/2 -inch in size.
contaminated with petroleum products and dispose of legally.
C. Place topsoil where required to level finish grade.
D. Place topsoil during dry weather.
Remove soil
E. Fine grade topsoil to eliminate uneven areas and low spots. Maintain profiles and content-
of subgrade.
F. Lightly compact placed topsoil.
G. Fine grading will be done with laser guided equipment. It shall be equipped with floatation
tires, or tracks to allow for precise grading of the rootzone.
3.06 TOLERANCES.
A. Top of Surface of Subgrade: Plus or minus 0.25 inches per 100 feet from required
elevations.
B. Top Surface of Finished Grade: Plus or minus 0.25 inches per 100 feet front required
elevations.
02220 -3
3.07 UNAUTHORIZED EXCAVATION:
A. When the bottom of any excavation is taken out beyond the limits indicated or specified,
backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard
Proctor Density.
3.08 CLEANING AND PROTECTION:
A. Leave site clean and raked, ready to receive landscaping.
02220 -4
SECTION 02950
FIELD CONSTRUCTION
PARTI- GENERAL
1.01 SUMMARY:
A. The field shall be a high performance natural grass sports field system.
B. The rootzone will be placed over a network of 2" Turf Flow drains placed in 3" trenches
installed as shown on the plans.
C. An existing subsurface irrigation system will be adjusted to work with new elevations.
1.02 RELATED SECTIONS:
A. Section 2100 -Clearing
B. Section 2200— Earthwork
1.03 REFERENCES:
A. IDOT Standard Specifications
1.04 SUBMITTALS.
A. As -built documentation locating all buried components that deviate fiom the original plan
and any changes in elevation of materials.
B. Physical and chemical soil test results from owners testing agent (Turf Diagnostics and
Design). Test results must conform to the playing field specifications and be approved by
the owner's agent.
C. Written plan for quality control of rootzone material and approved by owner's agent.
D. Documentation of elevations for all playing field materials, surface, subgrade, gravel, drain
and irrigation pipe.
E. Compatibility with trenched irrigation system.
1.05 QUALITYASSURANCE:
A. Material Testing Costs — The Contractor shall bear all material testing costs. A written
quality control program must be presented to owner's agent to insure that only the
approved rootzone and gravel drainage materials are placed on the field.
02950 -1
PART 2- PRODUCTS
201 ROOTZONE:
A. Rootzone shall be comprised of existing on site material and sand that meets tJSGA
requirements.
2.02 PIPE.
A. Collector Tile
Pipe: 6" ADS N -12 pipe or Engineer approved equal. Pipe shall have a smooth
interior and annular exterior corrugations and meet AASHTO M252.
2. Material Properties: Virgin material for pipe and fitting production shall be high
density polyethylene conforming with the minimum requirements of cell
classification 424420C for 4- through 10 -inch diameters, as defined and
described in the latest version of ASTM D3350, except that carbon black content
should not exceed 4 %.
3. Joints: Pipe shall be joined using a bell & spigotjoint meeting AASHTO M252,
AASHTO M294 or ASTM F2306. Thejoint shall be soil -tight and gaskets, when
applicable, shall meet the requirements of ASTM F477. Gaskets shall be
installed by the pipe manufacturer and covered with a removable wrap to ensure
the gasket is free fi•om debris. A joint lubricant supplied by the manufacturer
shall be used on the gasket and bell during assembly.
4; Fittings: Fittings shall conform to AASHTO M252, AASFITO M294, or ASTM
r F2306. Bell and spigot connections shall utilize a spun -on or welded bell and
valley or saddle gasket meeting the soil -tight joint performance requirements of
AASHTO M252, AASHTO M294 or ASTM F2306.
5. Perforations: Perforated pipe shall have a mininnnn inlet equal to 1.5 square
inches per lineal foot of pipe.
B. Lateral Drain Tile
Pipe: 2 -inch Hancor Turf -Flow Pipe or Engineer approved equal. Pipe shall
have spiral corrugated interior and exterior corrugations. Minimum inside
diameter and average outer diameter shall be 1.91- inches and 2.3- inches
respectively. Average pipe stiffiiess at 5% deflection shall be 30 psi when tested
in accordance with ASTM D2412. Average weight shall be 0.13 pounds per foot.
The material formulation shall include recycled polyethylene.
2. Material Properties: Pipe and fitting material shall be high- density polyethylene
conforming with the minimum requirements of cell classification 424410C as
defined and described in the latest version of ASTM D3350.
3. Joints: Pipe shall be joined with an external coupler covering at least two full
corrugations on each end of the pipe. Standard (non gasketed) connections shall
meet the soil - tightness requirements of AASHTO M252.
02950 -2
203 BEDDINGAND BACKFILL
A. Pea Gravel
3/8 Inch meeting USGA specifications for Gravel Sand Compatibility.
B. USGA Sand
Meditun - coarse washed sand backfill for sub - chains conforming to USGA
recommendations at minimum keeping in mind that mixes containing fewer fines
are best.
*The total of the very coarse sand and gravel fractions may not exceed 10%
"The total of the very fine sand, silt and clay fractions may not exceed 10%
C. Granular bedding material shall consist of porous backfill material, IDOT Standard
Specification Section 4131 and Section 4109, Gradation No. 29.
D. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
PART 3 - EXECUTION
3.01 ROOTZONE: -a
A. Finish grade shall be performed with fully automated, hydraulically actuated laser guided
equipment and verified for accuracy with a certified survey at a one- quat3er inch tolerance
in elevation 100 feet in any direction.
3.02 LATERAL DRAIN TILE INSTALLATION.•
A. Equipment
All equipment utilized to install the system must be equipped with turf -type
Floatation tires to minimize rutting and compaction of existing surfaces. All
trenching equipment nmst be capable of trenching and removing the spoils
simultaneously to ensure minimal contamination of the drainage system.
B. Preparation
Provide protection to all prepared grades and/or turf areas.
2. Amend turf areas per specifications.
02950 -3
Gravel
Very
Coarse
Coarse
Medium
Fine
Very
Fine
U.S. sieve No.
10
18
35
60
100
<100
Diameter (mm)
>2.00
1.00 -2.00
.50 -1.00
.25 -.50
.15 -.25
<.15
USGA Recommended
( %) retained on Sieve
3 Max.
7 -10
Max*
>60
<20
<5"*
*The total of the very coarse sand and gravel fractions may not exceed 10%
"The total of the very fine sand, silt and clay fractions may not exceed 10%
C. Granular bedding material shall consist of porous backfill material, IDOT Standard
Specification Section 4131 and Section 4109, Gradation No. 29.
D. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
PART 3 - EXECUTION
3.01 ROOTZONE: -a
A. Finish grade shall be performed with fully automated, hydraulically actuated laser guided
equipment and verified for accuracy with a certified survey at a one- quat3er inch tolerance
in elevation 100 feet in any direction.
3.02 LATERAL DRAIN TILE INSTALLATION.•
A. Equipment
All equipment utilized to install the system must be equipped with turf -type
Floatation tires to minimize rutting and compaction of existing surfaces. All
trenching equipment nmst be capable of trenching and removing the spoils
simultaneously to ensure minimal contamination of the drainage system.
B. Preparation
Provide protection to all prepared grades and/or turf areas.
2. Amend turf areas per specifications.
02950 -3
3. Ensure perimeter drains are installed and drain properly.
4. Verify all grades prior to commencement.
5. Verify irrigation system functions properly and irrigation lines are deeper than 12"
to top of pipe from final grade.
6. Compact soils to 85% - 90% on new construction.
C. Installation
Install 2 -inch piping at the spacing shown on the plans over entire turf area to be
drained.
2. '['reach at 12" depth. Utilize trenching equipment (with soil conveyor system)
capable of trenching at 3" width, while simultaneously removing spoils and
installing 2" dia. pipe in one operation to ensure no spoils are remaining on the
surface that may contaminate trenches.
3. Fill trenches to surface with specified sand while compacting at the same time to
ensure no settling or sidewall cave -in occurs.
4. Connect 2" pipe into collector tile.
3.03 COLLECTOR TILE INSTALLATION:
A. Equipment
1. All equipment utilized to install the system must be equipped with turf -type
floatation tires to minimize rutting and compaction of existing surfaces. All
trenching equipment must be capable of trenching and removing the spoils
simultaneously to ensure minimal contamination of the drainage system.
M hnspect before installation. Remove and replace defective sections.
`C. Alignment and Grade
Install to line and grade indicated on plans using laser and check elevation as
required to maintain grade.
2. Driving down to grade by striking or with excessive force from excavating
equipment is not allowed.
3. Blocking the pipe to grade with wood, stones or other materials is not allowed.
D. Bedding
Support on compacted granular bedding material using the type of bedding
specified on the plans. If no bedding is specified, use the mininwm bedding
specified in Part 2 of these specifications.
2. Place bedding material to ensure that there are no voids under or alongside the
02950 -4
length of the pipe. Slice with shovel to remove voids. Compact with pneumatic
equipment.
3. Hand shape bell holes so that only pipe barrel receives bearing pressure.
E. Connections
F
Am
H.
I.
Collector tile shall be connected according to the details on the plans.
Jointing
1. Clean and lubricate all joints prior to assembly.
2. Join per manufacturer's recoimnendations.
3. Suitable couplings shall be used forjointing dissimilar materials.: '
Clean pipeline upon completion.
Backfill with materials specified on the plans and as follows:
1. General: Do not place frozen materials in backfill or place backfill upon frozen
material. Remove previously frozen material or treat as required before new
backfill is placed.
2. Backfilling Excavations: Begin backfilling as soon as practicable and proceed
until complete.
3. Material and Compaction
a. Paved Areas: Under and within 5 feet of paved surfaces, including streets,
sidewalks and driveways, backfill shall be Class A crushed stone placed in
one foot lifts compacted to 95% Standard Proctor Density. The top 12
inches directly below paved surfaces shall be Class A crushed stone
compacted to 98% Standard Proctor Density. If under pavement, backfill
to bottom of the subgrade. If not under pavement, backfill to within 12
inches of finished surface.
b. All other areas: Backfill shall consist of materials shown on the plans, or
suitable job excavated material if not specified, placed in one foot lifts
compacted to 90% Standard Proctor Density. If excavated material is
unsuitable, backfill with Class A crushed stone to within 12 inches of
finished surface.
C. Do not place stone or rock fragment larger than 2 inches within 2 feet of
pipe nor larger than 12 inches in backfill. Do not drop large masses of
backfill material into trench.
Backfilling Around Structures
Do not place backfill against or on structures until they have attained sufficient
strength to support the loads, including construction loads, to which they will be
02950 -5
subjected. Avoid unequal soil pressure by depositing material evenly around
structure.
2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted
to 95% Standard Proctor Density unless otherwise indicated or specified.
J. Unauthorized Excavation
1. When the bottom of any excavation is taken out beyond the limits indicated or
specified, backfill, at Contractor's expense, with Class A crushed stone compacted
to 95% Standard Proctor Density.
02950 -6
Prepared by: Terry Robinson, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5106
RESOLUTION NO. 12-29()
RESOLUTION SETTING A PUBLIC HEARING ON JUNE 19, 2012 ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE RENOVATION OF FIELDS 1, 2,3 & 4 AT THE NAPOLEON PARK GIRLS
SOFTBALL COMPLEX PROJECT, DIRECTING CITY CLERK TO PUBLISH
NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO
PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION.
WHEREAS, funds for this project are available in the Capital Improvements account #4163.
BE IT RESOLVED by the City 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 19U' day of June 2012,
as 7:OOp.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 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 inspection.
Passed and approved this 19th day of ,rune , 20_L2__.
ATTEST:
CITY °LERK
MAYOR
Approved by
City Attorney's Office
<12)
Resolution No.
Page 2
It was moved by Mims and seconded by Champion the
Resolution be adopted, and upon roll call there were:
AYES:
x
x
x
x
x
x
x
NAYS:
ABSENT:
Champion
Dickens
Dobyns
Hayek
Mims
Payne
Th ogmorton
Publish 6125
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
RENOVATION OF FIELDS 1, 2, 3 AND 4
AT NAPOLEON PARK 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 renovation of fields 1,
2, 3, and 4 at Napoleon Park in said city at 7:00
p.m. on the 10th day of July, 2012, said meeting
to be held in the Emma J. Harvat Hall in the City
Hall, 410 E. Washington Street in said city, or if
said meeting is cancelled, at the next meeting of
the City Council thereafter as posted by the City
Clerk.
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in the City Hall in Iowa City, Iowa, and
may be inspected by any interested persons.
Any interested persons may appear at said
meeting of the City Council for the purpose of
making objections to and comments concerning
said plans, specifications, contract or the cost of
making said improvement.
This notice is given by order of the City Council
of the City of Iowa City, Iowa and as provided by
law.
MARIAN K. KARR, CITY CLERK
NOTICE TO BIDDERS
NAPOLEON PARK SOFTBALL COMPLEX FIELDS 1 -4 RENOVATION PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 27h
day of July, 2012. Sealed proposals will be opened immediately thereafter by the City Engineer or designee.
Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals
received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City
Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 31" day of July, 2012, or at a
special meeting called for that purpose.
The Project will involve the following:
Removal of existing turf, installation of drainage tile, and grading of fields 1 -4.
All work is to be done in strict compliance with the plans and specifications prepared by VJ Engineering, of
Coralville, Iowa, which have heretofore been approved by the City Council, and are on file for public exami-
nation in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed
envelope, separate from the one containing the proposal, by a bid bond executed by a corporation
authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be
made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of
Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the
City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of
the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the
other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds
will be returned after the canvass and tabulation of bids is completed and reported to the City Council.
The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %)
of the contract price, said bond to be issued by a responsible surety approved by the City, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from
all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall
also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its com-
pletion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Late Start Date: August 15, 2012
Completion Date: September 14, 2012
Liquidated Damages: $300.00 per day
The plans, specifications and proposed contract documents may be examined at the office of the City Clerk.
Copies of said plans and specifications and form of proposal blanks may be secured from Technigraphics,
125 South Dubuque Street, Iowa City, Iowa 52240. Please contact Jill Chambers at 319 - 354 -5950 or
jchambers@techiowa.com.
A $30 refundable fee is required for each set of plans and specifications provided to bidders or other
interested persons. Mail said fee to Technigraphics, Attn: Jill Chambers, 125 South Dubuque Street, Iowa
City, Iowa 52240. The fee shall be in the form of a check, made payable to VJ Engineering. The refund will
be issued 2 weeks after bid opening if reusable plans and specifications are returned.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and
subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of
Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at
(515) 239 -1422.
Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract
amount(s).
The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa
Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities
and irregularities.
Published upon order of the City Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
Pwenglmaste rs/ no licetobidders- NapoleonParkFields I - 4- 2012.doc
5
Prepared by: Terry Robinson„ 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5106
RESOLUTION NO. 12 -334
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT
AND ESTIMATE OF COST FOR THE RENOVATION OF FIELDS 1, 2, 3, AND 4
AT THE NAPOLEON PARK GIRLS SOFTBALL COMPLEX, ESTABLISHING
AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY
CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE
FOR RECEIPT OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate
of cost for the above -named project was published as required by law, and the hearing thereon
held; and
WHEREAS, funds for this project are available in the Capital Improvements account #4163.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY,
IOWA THAT:
The plans, specifications, form of contract, and estimate of cost for the above -named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above -
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and
not more than 45 days before the date for filing the bids, for the receipt of bids for the
construction of the above -named project in a newspaper published at least once weekly
and having a general circulation in the city.
4. Sealed bids for the above -named project are to be received by the City of Iowa City,
Iowa, at the office of the City Clerk at the City Hall, before 2:30 PM on the 27th day of
July, 2012. At that time, the bids will be opened by the City Engineer or his designee,
and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon
said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City,
Iowa, at 7:00 p.m. on the 31st day of July, 2012, or at a later date and /or time as
determined by the Director of Parks and Recreation or designee.
Passed and approved this 10th day of July 12012.
Mayor
pp, ove
ATTEST: &Lialy �6�
City Clerk Ity Attor ey's ffic
J -� rz
Resolution No. 12 -334
Page 2
It was moved by Dobyns and seconded by
Resolution be adopted, and upon roll call there were:
AYES:
x
x_
x
x
x
x
x
NAYS:
ABSENT:
the
Champion
Dickens
Dobyns
Hayek
Mims
Payne
Throgmorton
PUBLIC NOTICE OF STORM WATER DISCHARGE
The City of Iowa City, Iowa, plans to submit a Notice of Intent to the Iowa Department of Natural
Resources to be covered under the NPDES General Permit No. 2 Storm Water Discharge Associated
with Industrial Activity for Construction Activities.
The storm water discharge will be from grading and tile construction for the Napoleon Park
Softball Complex Fields 1 -4 Renovation Project located in the NW 3/< Section 22, Township 79 North,
Range 6 West, Johnson County.
Storm water will be discharged from multiple point sources and will be discharged to the following
streams: Iowa River.
Comments may be submitted to the Storm Water Coordinator, IOWA DEPARTMENT OF
NATURAL RESOURCES, Environmental Protection Division, 502 E. 9th Street, Des Moines, IA
50319 -0034. The public may review the Notice of Intent from 8 a.m. to 4:30 p.m., Monday through
Friday, at the above address after it has been received by the department.
Napoleon Park Softball Complex, Iowa City, IA
Public Notice of Storm Water Discharge
'I `U
Prepared by: Terry Robinson , 410 E. Washington St., Iowa City, IA 52240 (319)356 -5106.
RESOLUTION NO. 12 -363
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE NAPOLEON PARK FIELD 1,2,3 & 4 RENOVATION
PROJECT.
WHEREAS, Iowa Athletic Field Construction of Webster City Iowa has submitted the lowest
responsible bid of $98,777 for construction of the above -named project; and
WHEREAS, funds for this project are available in the Capital Improvements account # 4163.
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 _Iowa
Athletic Field Construction, subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above -named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
3. The Park & Recreation Director is authorized to execute change orders as they may
become necessary in the construction of the above -named project.
Passed and approved this 31st day of July 120 12
IL/AY@]:3
ATTEST: le - xr'6_ r%
CITY CLERK
It was moved by Champion and seconded by
adopted, and upon roll call there were:
AYES:
X
X
X
X
X
X
X
pweng\na sters\awrdwn.doc
7112
Dickens
P -36 =1z
the Resolution be
NAYS: ABSENT:
Champion
Dickens
Dobyns
Hayek
Mims
Payne
Throgmorton
I�s
Printer's Fee $_�_�I�
CERTIFICATE OF PUBLICATION
OF PUBLIC HEARING
NOTICE
ON PLANS, SPECIFICATIONS,
STATE OF IOWA,
FORM OF .CONTflACT AND
COST FOR THE
ESTIMATED
RENOVATION OF FIELDS
JOHNSON COUNTY, SS:
1, R, 3 N 4
NAPOLEON PARKIN THE
AT
CITY OF IOWA C1 .1
E
TANG To
THE IOWA CITY PRESS- CITIZEN
o OF IOLWTA IA 1 A
OTHER INTERESTED PERSONS:
Public notice Is hereby given chat
FED.ID#42- 0330670
the City Council of the it of ublic
conduct a p
O J
City, Iowa, will
hearing on plans, specifications,
and e
aelds ted
I,
form of contract
fistim
cost for the renovation of 1,
Napoleon Park In
being duly sworn, say that I am
2, 3, and 4 at
said city at 7:00 p.m on the 101h
day July, I meeting to
the legal cleric of the IOWA CITY
of
be held in the Emma J. Harvat all
410 E. Washington
PRESS- CITIZEN, a newspaper
In the City Hall,
Street in said city, or If said mcall
next meeting of
in said county, and
is cancelled, at the
the City Council thereafter as post-
published
that a notice, a printed copy of
ed by the City Clerk.
dada li pest ma ed cost e e
which is hereto attached, was
and
now on file In the office of the City
any
published in said paper
Clerk in theCitbyHall d by
P
Iowa, and may a r ecte
tinii on the following date(s):
interested persons.
Any interested persons may
of the City
Ne �, 1 f i
appear at said meeting
Council for the purpose of making
objections to and comments con-
cerning said plans, specifications,
of making said
contract or the cost o
improvement o1 the
This notice is given by order
the City 01 Iowa
'City Council of
City, Iowa and as provi_deed by law
K. KARR,
Legal rlc
MARIAN
June 25, 2012
Subscribed alld sworn to
veeww?n�
before me this ay of
A.D. 20_/x_•
�� vt
Notary Public
LINDAKROTZ
®rscp
�� COmflY�aie6Nljrnber)3261
a MyCtiiiiff onEgim
ew> Jan 27, 2014
F inter's Fee $ IFICATE OF PUBLICATION
STATE OF IOWA,
OHNSON COUNTY, SS:
THE IOWA CITY PRESS - CITIZEN
FED.ID #42- 0330670
I,
906-151C _ SCA% AT C,2 ,
being duly sworn, say that I am
the legal cleric 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):
Legal Cle
Subscribed aqd sworn to
bef e me his �� -day of
A.D. 20_/c�_.
T27,2014
LCOmmIS2619
My Ces
°"" Ja
OFFICIAL PUBLICATION
NOTICE TO BIDDERS
NAPOLEON PARK SOFTBALL_
COMPLEX FIELDS 1 -4
RENOVATION PROJECT
Seated proposals will be received
by the City Clerk of the Cily of Iowa
City, Iowa, until 2:30 P.M. on the
27th day of July, 2012, Sealed
proposals will be opened immedi-
ately thereafter by the City Engineer
or designee. Bids submitted by fax
machine shall not be deemed a
'sealed bid" for purposes of this
Project. Proposals received after
this deadline will be returned to the
bidder unopened. Proposals will
be acted upon by the City Council
at a meeting to be held in the
Emma J. Harvat Hall at 7:00 P.M.
on the 31st day of July, 2012, or at
a special meeting called for that
purpose.
The Project will involve the follow-
ing:
Removal of existing turf, installa-
tion of drainage tile, and grading of
fields 1 -4.
All work is to be done In strict
compliance with the plans and
specifications prepared by VJ
Engineering, of Coralville, Iowa,
which have heretofore been
approved by the City Council, and
are on file for public examination In
the Office of the City Clerk.
Each proposal shall be completed
on a form furnished by the City and
must be accompanied in a sealed
envelope, separate from the one
containing the proposal, by a bid
bond executed by a corporation
authorized to contract as a surety
in the State of Iowa, in the sum of
10% of the bid. The bid security
shall be made payable to the
TREASURER OF THE CITY OF
IOWA CITY, IOWA, and shall be
forfeited to the City of Iowa City In
the event the successful bidder
fails to enter into a contract within
ten (10) calendar days of the City
Council's award of the contract
and post bond satisfactory . to the
City ensuring the faithful perfor-
mance 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 low-
est two or more bidders may be
retained for a period of not to
exceed fifteen (15) calendar days
following award of the contract, or
until rejection is made. Other bid
bonds will be returned after the
canvass and tabulation of bids Is
completed and reported to the City
Council.
The successful bidder will be
required to furnish a bond in an
amount equal to one hundred per -
cent (100 %) of the contract price,
said bond to be issued by a
responsible surety approved by the
City, and shall guarantee the
prompt payment of all materials
and labor, and also protect and
save harmless the City from all
claims and damages of any kind
caused directly or Indirectly by the
operation of the contract, and shall
also guarantee the maintenance of
the improvement for a period of
five (5) year(s) from and after Its
completion and formal acceptance
by the City Council.
The following limitations shall
apply to (his Project:
Late Start Date: August 15, 2012
Completion Date: September 14,
2012
Liquidated Damages: $300.00 per
day
The plans, specifications and pro-
posed contract documents may be
examined at the office of the City
Clerk. Copies of said plans and
specifications and form of proposal
blanks may be secured from
Technigraphics, 125 South
Dubuque Street, Iowa City, Iowa
52240. - Please contact Jill
Chambers at 319 - 354 -5950 or
jhambers ®lechiowa.com.
A $30 refundable fee is required
for each set of plans and specifica-
tions provided to bidders or other
interested persons. Mail-said fee to
Technigraphics, Attn: Jill
Chambers, 125 South Dubuque
Street, Iowa City, Iowa 52240. The
fee shall be in the form of a check,
made payable to VJ Engineering.
The refund will be Issued 2 weeks
after bid opening it reusable plans
and specifications are returned.
Prospective bidders are advised
that the City of Iowa City desires to
employ minority contractors and
subcontractors on City projects. A
listing of minority contractors can
be obtained from the Iowa
Department of Economic
Development at (515) 242 -4721
and the Iowa Department of
Transportation Contracts Office at
(515) 239 -1422.
Bidders shall list on the Form of
Proposal the names of persons,
firms, companies or other parties
with whom the bidder intends to
subcontract. This list shall include
the type of work and approximate
subcontract amounts).
The Contractor awarded the
contract shall submit a list on the
Form of Agreement of the pro-
posed subcontractors, together
with quantities, unit prices and
extended dollar amounts.
By virtue of statutory authority,
preference must be given to prod-
ucts and provisions grown and
coal produced within the State of
Iowa, and to Iowa domestic labor,
to the extent lawfully required
under Iowa Statutes. The Iowa
reciprocal resident bidder prefer-
ence law applies to this Project.
The City reserves the right to
reject any or all proposals, and also
reserves the right to waive techni-
calities and irregularities.
Published upon order of the City
Council of Iowa City, Iowa.
MARIAN K KARR, CITY CLERK
`c .0 I »z July 16, 2012
Printer's Fee
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS - CITIZEN
FED.ID #42- 0330670
/ 1 7 L I i
being duly sworn, say that I am
the legal clerk of the IOWA CITY
PRESS- CITIZEN, a newspaper
published in said county, and
that a notice, a printed copy of
which is hereto attached, was
published in said paper
time(s), on the following date(s):
Subscribed and sworn to
befo met is day of
A.D.20.
Notary Public
LINDAKROTZ
Commission NGmbdi,732619
My Commission Ei kes
"a• 1 January 27 2014
OFFICIAL PUBLICATION
PUBLIC NOTICE OF STORM
WATER DISCHARGE
The City of Iowa City, Iowa, plans
to submit a Notice of Intent to the
Iowa Department of Natural
Resources to be covered under the
NPDES General Permit No. 2
Storm Water Discharge Associated
with Industrial Activity for
Construction Activities.
The storm water discharge will be
from grading and the construction
for the Napoleon Park Softball
Complex Fields. 1-4 Renovation
Project located in the NW 1A
— Section 22, Township 79 North,
Range 6 West, Johnson County.
Storm water will be discharged
from multiple point sources and will
be discharged to the fallowing
streams: Iowa River.
Comments may be submitted to
the iStorm Water.:: Coordinator,
IOWA DEPARTMENT OF NATURAL
RESOURCES, Environmental
Protection Division, 502 E. 9th
Street, Des Moines, IA 50319-
0034. The public may review the
Notice of Intent from 8 a.m. to 4:30
p.m., Monday through Friday, at
the above address after it has been
received by the department.
Napoleon Park Softball Complex,
Iowa City, IA
Public Notice of Storm Water
Discharge
rcvoxas�9s July 26, 2912
STATE OF IOWA
Counties of Linn and Johnson ss.
I, Tim McDougall, do state that I am the publisher of
THE GAZETTE, a daily newspaper of general
circulation in Linn and Johnson Counties, in Iowa.
The notice, a printed copy of which is attached, was
inserted and published in THE GAZETTE newspaper
in the issue(s) of July 26, 2012.
The reasonable fee for publishing said notice is
$13.80
This instrument was acknowledged by Tim
McDougall before me on July 26, 2012.
Notary Public in and for the State of Iowa
Undm K. Smith
Commission rY53223
My Commission Expires
rowA Jun21 1, 2014
P ,- 1)
Prepared by: Terry Robinson, Parks & Recreation, 220 S. Gilbert St., Iowa City, IA 52240 (319) 356 -5107
RESOLUTION NO. 13 -11
RESOLUTION ACCEPTING THE WORK FOR THE NAPOLEON PARK FIELD
1,2,3,4 RENOVATION PROJECT
WHEREAS, the Parks & Recreation Division has recommended that the work for construction of
the Napoleon Park Field 1,2,3,4, Renovation Project, as included in a contract between the City
of Iowa City and Iowa Athletic Field Construction Co. of Webster City, Iowa, dated July 31, 2012,
be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
WHEREAS, funds for this project are available in the Napoleon Park Field 1,2,3,4 Renovation
Project Capital Improvements account # 4163; and
WHEREAS, the final contract price is $117,777.00.
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 8th day of January 20 13 .
MAYOR
Approved by
ATTEST: J
CITY CLERK City Attorney's Office
It was moved by Champion and seconded by Payne the Resolution be
adopted, and upon roll call there were
I�
!!J
Pwenglmasterslacphvork.doc
12112
NAYS: ABSENT:
Champion
Dickens
Dobyns
Hayek
Mims
Payne
Throgmorton
"1"4