Loading...
HomeMy WebLinkAboutPARKING RAMP REPAIRS/2011I :ti RfL'7:�L I 0A a �A - .1p-p- / _- '.- l3SOlil`YrDh.. 0 .j;_- __— __ _..__ �S�__ 1�r T�.� CG2 S^(- .racy -, pia P� /l�.h•.�Ps_ _0 /20 /// �/fLr_�ihq rlo. l C-t. ao - SEP- 11 /8- Dc-r- it l3�NOJ^ fZ2So.lu : u 11- 312_ _q� rav ;115 9 c-o8 - -ryr 4� j- ,oll -PQ rK v.q - -Rrr, Lf RfpLi y- ' /� 1 1 � I .J� �71 //_4�-F-y I Qr?"LDk -v -4- o't-/' br 2 f $eCkrry' 1a- CCD/In) Rn f1 epuch ,CTS c�rQ.L'-1 -�lh Ci -F\ /. _.�I�.!"k-. rthcl. At Qtv-iL 40(1 a N¢S� Q CA�4 t ID✓ �A2 MaN011' `ro r 1A Y F Y 0 HIV /-A C 1 3d(3) 1i�. I��(� LEA a� [� �(1�11 �.. Date: August 26, 2011 To: Tom Markus, City Manager From: Chris O'Brien, Director of Transportation Services Re: 2011 Parking Ramp Repair Project Introduction: The Transportation Services Department is interested in funding the 2011 Parking Ramp Repair Project. The Public Hearing for Plans, Specifications, Form of Contract and Estimate of Cost will be set at the September 6, 2011 City Council Meeting for September 20, 2011. History/background: As a part of our ongoing facility maintenance we routinely perform repairs to concrete, caulk joints, expansion joints, etc., in order to maintain the integrity of the facilities. This project will allow us to repair and seal damaged caulk joints, in three of our facilities while also completing some minor concrete repairs. We plan to repair'the caulk joints on the tops of the facilities to prevent water from leaking through the joints to lower levels of the parking decks. Discussion of Solution: Our initial intent was to perform repairs to caulk joints and concrete in- house, however, due to the duration of our LED installation project, we were not able to perform some the maintenance necessary this season. We would like to contract these services out through a competitive bidding process and have this work completed in late Fall and early Spring. Conclusion: We enlisted the services of VJ Engineering to complete a work detail and bid documents for the 2011 Ramp Repair Project. They otimated the cost of this project at J176 000.00 to be funded out of parking operations. This project wi ai extending the life of the parking facilities and help protect against more costly repairs in the future. 1�11W CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION N PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT., FOR THE 2011 PARKING RAMP REPAIRS PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED Darrellt. Smith, P.E. VJ Engineering. Iowa Lic. No. 11460 My license renewal date is December 31, 2012 DATE: NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR 2011 PARKING RAMP REPAIRS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2011 Parking Ramp Repairs Project in said City at 7:00 p.m. on the 20" day of September, 2011, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Pweng /nph/2011 pkgramprepair- nph.doc 8/11 V7 i YCD UJ r)... t }U C7 s o N NOTICE TO BIDDERS 2011 PARKING RAMP REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 11'' day of October, 2011. 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 le day of October, 2011, or at a special meeting called for that purpose. The Project will involve the following: The removal and repair of caulk joints in three City parking structures. Minor concrete removal and repair will also be part of the project. All work is to be done in strict compliance with the plans and specifications prepared by V.J. 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 ensudng 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 bld 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 .percenb(100 %f of the contract price, said bond to be issued by a responsible surety approved by the City, 96d sh (f " guarantee the prompt payment of all materials and labor, and also protect and save harmless thejty frog all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shvl� also guarantee the maintenance of the improvement for a period of two (2) years from and after it's cot - pletion and formal acceptance by the City Council. _ ✓ The following limitations shall apply to this Project: Specified Start Date: October 26, 2011 Completion Date: April 20, 2011 Liquidated Damages: $450.00 plus $18.00 /parking stall per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of V.J. Engineering, located at 2570 Holiday Road, Coralville, Iowa, 319- 338-4939, by bona fide bidders. 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 Pveng/ -2011 pkgramprepair - notobid.doc NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 N l:J NB -1 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEARING .................................. ............................... NOTICETO BIDDERS ................................................. ............................... NOTETO BIDDERS .................................................... ............................... INSTRUCTION TO BIDDERS ...................................... ............................... FORMOF PROPOSAL ................................................ ............................... BIDBOND .................................................................... ............................... FORMOF AGREEMENT ............................................. ............................... PERFORMANCE AND PAYMENT BOND ................... ............................... CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) ........ ............................... GENERAL CONDITIONS ............................................ ............................... SUPPLEMENTARY CONDITIONS .............................. ............................... RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS............................................................. ............................... TECHNICAL SPECIFICATIONS PLANS — BOUND WITH CONTRACT MANUAL ATTACHMENT: FORMAL PROJECT FORM OF PROPOSAL [TO SUBMIT Page Number ............ NP -1 ............ NTB -1 ............ NB -1 ............ IB -1 ............ FP?1 BI3;1 AGE >1 ........... PB?1 i ............ CC -1 (thru pg.7) ............ GC -1 ............ SC -1 mil INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner /Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction ", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the EngineQ[, prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. r ry I. g 1 B. A bid is a complete and properly signed proposal to do the W,66 or Ytsignfted portion thereof for the sums stipulated therein, submitted in accordance with�t bidding documents. C. The base bid is the sum stated in the bid for which the Bidder: offers to. perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid.. G. A sub - bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. IM 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of the Engineer for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 30 days after receipt of bids. The cost of replacement of missing or damaged documents will be deducted from the deposit. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub - bidders, including material suppliers, may retain their bidding documents; and their deposit will be refunded if the Engineer receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Engineer assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding U) documents. No partial sets will be issued. C jri making copies of the bidding documents available on the above terms, the Uj E- 9,�yner and the Engineer do so only for the purpose of obtaining bids for the N Wdrk, and do nor confer license or grant permission for any other use of the Wding documents. ®r 0. Li ° D.- Cggies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data' contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Engineer errors, inconsistencies or ambiguities discovered. B. Bidders and sub- bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Engineer at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to AIA Substitutions form for substitution requirements. B. If the Engineer approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Engineer to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection whero for brdog documents are on file for that purpose. ' C. No addenda will be issued later than seven (7) days prior to thi&e fc� receigtjof bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date-for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. Submit bids in duplicate on forms identical to the form bound into the project manual. Separate copies of the bid form are contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change ". M M C] F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 u, %) of the base bid and in the form of surety bond pledging that the bidder will enter �. into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of i911 obligations arising there under. Should the bidder refuse to enter into such c�j r.)tiQntract or fail to furnish such bond if required, the amount of the bid security shall a'- y— M forfeited to the Owner as liquidated damages, not as a penalty. A cashier's 1 y Lo fleck, cash or certified check will not be an accepted bid bond. U Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney -in -fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. Both envelopes shall be addressed to the party receiving the bids ( "City Clerk, City of Iowa City'), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for I, receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2:00 p.m. on Tuesday. October 11, 2011. Bids received after the time and date for receipt of bids will be returned unopened. C. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. D. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.4 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing over the signature of the bidder or by telegram. If by telegram, written confirmation over the signature of the bidder shall be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to roveal -thp amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated forAh6"?ecei t .qQf bids provided that they are then fully in conformance with these Instrttctiosttb Bidders. "t D. Bid security shall be in an amount sufficient for the bide as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will HN have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Engineer: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. 3. A list of names of the subcontractors or other persons or entities proposed for the principal portions of the work. B. The bidder will be required to establish to the satisfaction of the Engineer and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. C. Prior to the award of the contract, the Engineer will notify the bidder in writing if c, either the Owner or Engineer, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Engineer has .r +;reasonable objection to such proposed person or entity, the bidder may, at the ,bidder's option: Withdraw N U Submit anh cc ptable substitute person or entity with an adjustment in ® r� the bid price to cover the difference in cost occasioned by such substitution. lT The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. M 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the 'Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE -BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre -bid conference on Thursday, Sept mber 29th 2011, 2:00 PM local time, in the Lobby Conference Room in City.. lall•,.rlocated - ?t 410 East Washington Street. o r�-< N �' 8.2 Parking =ice t-n _n 1. Limited metered oarkinq is available on neiahborina the 'site: otherwisean City Hall at 415 East Washington Street S:1ENGIENGINEERURE FILEEngineemre MaslerspedfiWtiGMTOrmaNB -InsW ions to Bidders Maslen Dl 13 tB. M — J FORM OF PROPOSAL 2011 PARKING RAMP REPAIRS PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder ro BIDS RECEIVED BEFORE: 2:00 PM local time on Tuesday, October 11, 2011 E2 rn V TO: City Clerk City of Iowa City City Hall 410 East Washington Street ' y Iowa City, Iowa 52240 t: In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete 2011 PARKING RAMP REPAIRS PROJECT in strict accordance with the Project Manual and the Drawings dated September 2, 2011, including Addenda numbered and inclusive, prepared by VJ Engineering of Coralville, Iowa, for the Base Bid Lump Sum of : BASE BID Dollars The undersigned bidder submits herewith bid security in the amount of $ ten percent (10 %) of the Base Bid amount. FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Concrete repair : Others: 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. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before April 20, 2012. CD LU —J, U1-- �g LIJ U- Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 na.M1111 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 October 11. 2011 for 2011 PARKING RAMP REPAIRS PROJECT. N O NOW, THEREFORE, = (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and idglivgn a c4ntr�cf in the form specified, and the Principal shall then furnish a bond fo'r tlig Princ p -ks faithful performance of said Project, and for the payment of all: persons•performing labor or furnishing materials in connection therewith, and shall in all otKer 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 RM 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 2 "d day of September, 2011, for the 2011 PARKING RAMP REPAIRS 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: ro' a. Addenda Numbers b. "General Conditions of the Contract for Construction" AIA,DOC A201- 201)7, as amended; C. Plans; 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. 5. The Project base bid submitted by form of proposal is in the amount of: To be completed after award and no /100 Dollars 0.00). DATED this day of 20_ [DATE .BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER ] City (Signature) ,J (Printed name) ATTEST: Contractor (Signature) (Printed name) Mayor Title City Clerk AG -2 ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (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 , 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 l 1 for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. � 7 WHEREAS, Contractor has, as of entered info a (date) written Agreement with Owner for 2011 PARKING RAMP REPAIRS 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 such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient Im 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 two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 20 Witness Witness No DAY OF , (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) IN THE 13RESENCE OF: _A r c L41.o �N � o Witness Witness No DAY OF , (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) N O ci Contract Compliance Prograr- 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: r, 1. All contractors, vendors, and consultants requesting to do business with thh gg;y nwst submit an Equal Opportunity Policy Statement before the execution of the contract. ; t F- -a j'M `j Z , 2. All City contractors, vendors, and consultants with contracts of $25,000 or more- .-,(o- less if req`ued by another governmental agency) must abide by the requirements of the City's`Contrawt Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, 'contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sue.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. 9zProvidua Copyhof your written Equal Employment Opportunity policy statement. er ' u� here is tNS1 tement posted? N I �C Liz E5 Z-2 O 0 N 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. CC -3 Q Business Name Phone Number C/) p ril --0 ^ N Signature Title o M Print Name Date r' r CC -3 2. 3. 4. SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. C-1 INSTRUCT STAFF Your Taff j� Id be aware of and be required to abide by your Equal Employment Opportunity program. All employee s�� orized to hire, supervise, promote, or discharge employees or are involved in such actions be lrai r , ~' ON 0 MM 0=IQ '06� City of N O Attached for your information is a copy of Section 2 — 3 — 1��pf the-Aowa °�;-C> r i City Code of Ordinances which prohibits certain discrimina!la_-�.r D practices in employment. Please note that the protected -'a characteristics include some not mandated for protection 1Z7rfjrd al V� or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 2 -3 -1 CHAPTER 3 DISCRIMINATORY PRACTICES 2 -3 -1 employment of any employee or pro- 897 Iowa City CC -6 SECTION: C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2 -3 -2: Public Accommodation; thereof. to directly or indirectly adver- Exceptions tise or in any other manner Indicate or 2 -3 -3: Credit Transactions; Exceptions publicize that Individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2 -3 -5: Aiding Or Abetting; Retaliation; for employment of membership be- Intimidation 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) 2 -3-1: EMPLOYMENT, EXCEPTIONS: U-) D. Employment policies relating to preg- ,. A. It sWl be unlawful for any employer nancy and childbirth shall be governed _ toE.7efuse to hire, accept, register, by the following: LJJ L__ clk f , upgrade or refer for employ - N mdor to otherwise discriminate in 1. A written or unwritten employment i et)pCoyment against any other person policy or practice which excludes from �-a cL- o" discharge any employee be- UJ _QC employment applicants or employees ccl� cause of age, color, creed, disability, because of the employee's pregnancy gende1 Identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there - nization to refuse to admit to member- from are, for all job - related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability Insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tem- disabillty, gender Identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- 897 Iowa City CC -6 2 -3 -1 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- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or rell- glous Institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 897 Iowa City CC-7 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 "ng such em- ployment. ® _ r-� 4. The employeentl or9ndividuals to render persona' :is 1 "o thf° person of the employekRi memberr ?f the employer's family. M e 5. To employ ott_the IjAsis 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 "General Conditions of the Contract for Construction" AIA DOC A201 -2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O V! �t`+l GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1- GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction ", AIA Document A201 -2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as GtFlke eat and additions to the AIA A201 are indicated as "bold italic ". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in r1pect to any dispute. Disputes shall be resolved by legal or equitable proceedings iMa court of appropriate jurisdiction. Under no circumstances shall binding arbitQIP0 bo�7egm dj*s to any dispute arising between the parties or under the Contract Docupidms. g® E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS = 7o r- A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows :, 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, Insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven -day period after reeeipt -ef written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case an appmpFiate Ghange GrdeF sha!l be issued deduatiRg the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the Fease;abfe entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and /or Consultants additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. aYe both 6ubjeGt fo : ^• appFeval of the ^ "' If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such `, orm as the Architect may require. It is recognized that the contractor's review is made in the -Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise — spe- ,64Eally provided in the Contract Documents. The Contractor shall not be liable to the Owner Uj jj3)r ArcFAect for damage resulting from errors, inconsistencies or omissions in the Contract Uj Dogj( nts unless the Contractor recognized such error, inconsistency or omission and I i KAG ri`W failed to report it to the Architect. If the Contractor performs any construction activity ^ knalwin°, it involves Involving a recognized error, inconsistency or omission in the Contract v�odi nIs without such notice to the Architect, the Contractor shall assume appropriate =espon ility for such performance and shall bear an appmpdate arse nt Of 41^ %" "l^ all posts for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub - subcontractors, vendors, materialmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 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 Owner and Architect the phone number and /or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products In place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the-substitution that the Contractor would for that specified. EE! .3 certifies that the cost data presented is complete and inclu0- 7..911 related -gWts under this Contract except the Architect's redesign costs, and Opt* Aclalmi.Yor additional costs related to the substitution which subsequently become-apparent; a .4 will coordinate the Installation of the accepted substitute, mak>ag3uclr�han as maybe required for the Work to be complete In all respects. .5 will adhere to the contract schedule Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials ana equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects,, eXGeptfer these :nhet Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer; use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. 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. All such information for said certificates shall be submitted to the City /Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall comply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs attributable to the correction and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if ^ther paFty disputes the Architect's aeterm'^^i'^^ GF endation that paFty pay n ed as pFevided in Ar1'nle i R Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one sepyef all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: cn3.13 Tae Contractor shall confine operations at the site to areas permitted by applicable laws, ;statutes; ordinances, codes, rules and regulations, and lawful orders of public authorities and the .Cod i& Documents and shall not unreasonably encumber the site with materials or equipment. UJ 0. T141pntractor acknowledges that the property on which the Project and Work are c./ocBAdd• may be occupied and in use by the Owner during the execution of the Work. The CohhaPtor shall perform and coordinate its work in such a manner that the portions of LL °heipOerty occupied and In use will not be encumbered or the use interfered with or ntbr}gted. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other `haR the `"'erk ^el ", but only to the extent caused in whole or in part by Intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be liable FegaFa, of whether or net . Gh claim, .1.....ag ___ - is Gaused '- part by a party indemnified hereunder_. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is Intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: n N 4.1.2 Duties, responsibilities and limitations of authority of the Archite—DAi as se�1 forty the Contract Documents shall not be restricted, modified or extended withoul-Wiftlen consent a the Owner, entracleF and Architect. Consent shall not be unreasonably withheld r '�- ;� r- `,3 B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and certify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the Intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties an exhibit to be inGorpGFated in the COf;tFaGt Doeuments, 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. if no agreement Is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request Is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations decisions of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations deoisia„s, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations dew en s rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: L°,5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those pe s `cis, firms, companies or other parties to whom It proposes /intends to enter Into a ,suuntract regarding this project as required on the Bid Form and the Agreement. W e.- � If no minority business enterprises (MBE) are utilized, the CONTRACTOR cj r— shall furnish documentation of all efforts to recruit MBE's. LL B. �Chftga paragraph 5.3 to read as follows: �5. ,1--)0y appropriate agreement, written where legally required for validity, the Contractor shall require-each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub - subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub - subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrengful4y causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustment Un Contract Time and Contract Sum necessary to complete the change to the Work and - related parts of the Work. M C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives; the Abwarke for Overhead and profit to be Included in the total cost to the Owner Vhal( nobexcthe following amounts. 1 For the Contractor, for any Work performed directly by the Cortf_r66tor1� employees, not including., oversight of such work performed by subcontractor, fifteen percent (15 %) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10 %) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub - subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub - subcontractors, five percent (061) of the amount due the Sub - subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change Involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise In order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, uR s al delay in deli •^'^^ unavoidable casualties or other causes beyond the Contractor's control, ^• by dell • a ihwized delay; then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time Is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: Upon failure of the Contractor to achieve "Substantial Completion" of the Work In compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed In the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. U-) 2.._The Owner shall give written notice to the Contractor of intent to assess :r = liquidated damages pursuant to provisions of this Article. Calculation of the - r- r2 amount of liquidated damages shall commence on the date the Owner notifies the a Ld>zContractor of this intent. i ?91L-= Liquidated damages assessed in accordance with these provisions are exclusfve LL i� ==poi other monetary damages to which the Owner may be entitled as a direct result C/) 4' oof the Contractor's failure to achieve final completion of the Work in accordance —with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything In the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were Included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this,affect. C. Add paragraph 9.4.2.1: �? n 9.4.2.1 The Architect's determination as to the issuance of or wImAoldidg of dr, the amount of payment reflected on Certificates of Payment shall subject -the ArchltegRto no liability whatsoever to the Owner, Contractor, Surety, or any other pefsan. ^' 1 -o D. Change paragraph 9.6.1 to read as follows:, ? ;° 9.6.1 The Owner shall make partial payments to the Contractor wi(liuf'30 drays aher the Owner has received a Certificate for Payment from the ArchlteR To ifsure proper performance of the Contract, the Owner will retain 540 of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment An the maRReF and within !he ztime ...,.. ;.r a in the C.,,,,,w,,, DoGuments, a shall so notify the Architect. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, Including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner 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. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are In any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. c- ,Change paragraph 11.1.2 to read as follows: Lr>11.1.2 -The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of •...liabilit Specified in the Contract Documents or required by law, whichever coverage is greater. -Cow" age whether shall be written on an occurrence OF claims -made basis and shall be UJ Q-ma%ained without interruption from the date of commencement of the Work until the date of cvfingPOT and termination of any coverage required to be maintained after final payment, an respect to the contractor's completed operations coverage, until the expiration of the ' ripe for correction of Work or for such other period for maintenance of completed operations "'coverage as specified in the Contract Documents. _� C. "'Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. 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. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each Occurrence Aaareaate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground cover ge. Comprehensive General Liability using Insurance Services Office CG0001 or egoalent, Mail mcly14e Contractual, Premises & Operations, Products & Completed Operations, Indepeno{� f,Cogactors,I Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Pef'Prpkbct) i endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also �qQfage for Contractual Liability. %• •r- Excess Liability shall provide no less than following form coverage to the primary underlyifid policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11. 1.5 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: 11.1.6The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs Incurred by Contractor's insurer. 11.1.7The 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. SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 11.1.81f 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 and copies of such shall be attached thereto. 11. 1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional Insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of Its agents and subcontractors who perform work and /or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 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 �C event. UJ cv a 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 a- Its obligation hereunder. vi 90. 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 11.1.11 The City reserves the right to waive any of the Insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 due to other activities not under this Contract but covered by the same Insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, 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. 11.1.13 In the event that any of the policies or Insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, 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. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E; E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as followsc�)C) 11.3 PROPERTY INSURANCE ? N 11.3.1 OWNER shall purchase and maintain property insurance upon' p Work at hF Yns)- ite in the amount of the full replacement cost thereof (subject to such deltrdtiblamopas may be provided in the Supplementary Conditions or required by LaH7ndA egu/ fi This insurance shall.• - UO 1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entitles Identified In the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an Insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk 'all- risk" or open peril or special causes of loss policy form that shall at least Include Insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any Insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being Incorporated In the Work, provided that such materials and equipment have been included In an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and be maintained In effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to Installation or prior to inclusion of such material or equipment In construction. Contractor shall maintain appropriate insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such Insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an Insured or additional insured. 11.3.3A11 the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional Insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an `u amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid —jach alternative bid shall include the additional Bond cost. Contractor shall deliver " t�, Loquired Bonds to the Owner prior to the signing of the Agreement. 4._ n Ld N . t The Performance, Labor and Material Bond shall be executed in conformity with the i Amjgcan Institute of Architects Document A -312 (1984 Edition), with coverage provided LL w bjtk-purety having a financial rating from A.M. Best of A, Vll or higher. cn CJ — .2 ° Whenever the Contractor shall be and Is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined In the OwneNArchitect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain In full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and It shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and /or correction of each default, (b) the remedy and /or correction of each omitted Item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for Its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure In any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs Incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. N [7 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS „TI c i cn A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa ^''mom^ ^'+;;tire floe A Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in `li6rson to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered a! er sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, Inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to Insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 employment, upgrading, demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non - discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain 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. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide Insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the c, Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to v7 the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be E "c certirred by the Initial Decision Maker, upon application, and this obligation for payment shall s f� Q termination of the Contract. The Contractor shall bear all testing, engineering, CE ac.codnting, and legal expenses made necessary as a result of termination of the N C`mMmct. 15 ui AW. ALE 15- CLAIMS AND DISPUTES 0 A. �_7; Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing In this Article Is Intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been Implemented by Change Order will not be considered and Is deemed waived by the Contractor. unless submitted in a timely m.,...,,.. 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The appFgval or rejectJoR of _ Claim by the initial decision _hall be fi _l and binding on the paFties but rubjeGt tG mediation and, if !he parties fail tG Ferelve their disputes Ohm gh mediating to binding d•nn. teresolution arh'fm1'n C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. c� D. Delete Section 15.3 MEDIATION in its entirely. z:c i E. Delete Section 15.4 ARBITRATION in its entirety. > F. Add the following paragraph 15.5 to read as follows: rn 15.5 The Owner and Contractor may exercise such rights or remedi$s a,Leith ay otherwise have under the Contract Documents or by Laws or Regu#ttfons in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings a court of appropriate Jurisdiction. Under no circumstances shall binding arbitration be reautred as to any dispute arlsina between the parties or under the Contract Documents. END OF DOCUMENT 00000 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -,AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requiremecthat the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /h' §', tt inti�7.tors -mrd subcontractors at the work site until the project is completed. ry I hereby certify that the undersigned is a resident bidder as defined above and will remain sued from the start of the project until its completion. .r- COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R -1 SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION INDEX PARTI - GENERAL 1.1 Intent 1.2 Interpretation 1.3 Drawings and Specifications 1.4 Standards and Codes 1.5 Materials Tests 1.6 Responsibility of Contractor 1.7 Information for Engineer 1.8 Submittal Procedures 1.9 Construction Progress Schedules 1.10 Shop Drawings 1.11 Payment/Schedule of Values 1.12 Incidental Work 1.13 Approval of Materials 1.14 Construction Completion Requirements 1.15 Existing Utilities 1.16 Final Review and Acceptance PARTI - GENERAL 1.1 INTENT A. To set forth requirements of performance, type of equipment or structure desired and standards of materials and construction. B. To describe specifically Work set out in Contract Documents unless otherwise specifically indicated. C. To require performance of complete Work in spite of omission of specific reference to any minor component palls. D. To provide for new materials and equipment unless otherwise included. 1.2 INTERPRETATION A. Report errors or ambiguities in specifications to Engineer as soon as detected. Engineer will answer questions prior to receipt of bids regarding and interpreting intended meaning of specifications by issuing an addendum. After receipt of bids, written correspondence will be issued. 1.3 DRAWINGS AND SPECIFICATIONS A. Engineer will furnish up to three sets of Drawings and Specifications after award of contract. Contractor shalt compensate Engineer for printing costs for additional copies beyond the specified three sets. B. Contractor shall provide one set of Drawings and Specifications for each foreman or superintendent in charge of each crew on job. 1.4 STANDARDS AND CODES A. Perform work in accordance with best present -day installation and construction practices. B. Conform to and test materials in accordance with the latest editions and revisions to 1 N ci — _; c, PARTI - GENERAL 1.1 INTENT A. To set forth requirements of performance, type of equipment or structure desired and standards of materials and construction. B. To describe specifically Work set out in Contract Documents unless otherwise specifically indicated. C. To require performance of complete Work in spite of omission of specific reference to any minor component palls. D. To provide for new materials and equipment unless otherwise included. 1.2 INTERPRETATION A. Report errors or ambiguities in specifications to Engineer as soon as detected. Engineer will answer questions prior to receipt of bids regarding and interpreting intended meaning of specifications by issuing an addendum. After receipt of bids, written correspondence will be issued. 1.3 DRAWINGS AND SPECIFICATIONS A. Engineer will furnish up to three sets of Drawings and Specifications after award of contract. Contractor shalt compensate Engineer for printing costs for additional copies beyond the specified three sets. B. Contractor shall provide one set of Drawings and Specifications for each foreman or superintendent in charge of each crew on job. 1.4 STANDARDS AND CODES A. Perform work in accordance with best present -day installation and construction practices. B. Conform to and test materials in accordance with the latest editions and revisions to 1 SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION the following codes and standards unless specifically noted otherwise: 1. American National Standards Institute (ANSI). 2. American Society for Testing Materials (ASTM). 3. Federal Specifications (FS). 4. Iowa Department of Transportation (IDOT); latest edition of Standard Specifications and addenda. 5. Iowa Occupational Safety and Health Act ( IOSHA). 6. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 7. National Electrical Manufacturers Association (NEMA). 8. National Electrical Safety Code (NESC). 9. National Institute for Occupational Safety and Health (NIOSH). 10. National Lumber Manufacturer's Association (NLMA). 11. National Safety Council (NSC). 12. Occupational Safety and Health Act of 1970 (Public Law 91 -596) (OSHA). 13. Steel Structures Painting Council (SSPC). 14. Underwriters' Laboratories, Inc. (UL). 15. Standards and Codes of the State of Iowa and applicable local standards and codes of the Owner. 16. Other standards and codes which may be applicable to acceptable standards ,n of the industry for equipment, materials and installation under the contract. 5° MATERIALS TESTS . ilhr ludes all materials tests or tests specified hereinafter. IV .;'ploy approved testing laboratory to show that conshuction materials comply with o_ Specifications. Provide samples of materials required for laboratory tests and pay cost of all tests �7; irmluding transportation charges on samples. B.' Incorporate no materials into work until laboratory tests have been furnished, as requested by Engineer, which indicate that materials are in compliance with the Specifications. E. All materials subject to sampling, testing, inspection and rejection at site by Engineer. F. Laboratory tests for materials: 1. No additional testing for verification required unless as directed by Engineer during project. Testing shall be paid by Contractor for those tests indicating non - conformance to test standards specified. 1.6 RESPONSIBILITY OF CONTRACTOR A. Protection of his work. B. Protection of all property from injury or loss resulting from his operations. C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Owner and Engineer. D. Accept full responsibility for all construction means, methods, sequences, techniques, proceedings, property and personal safety on the project site, including 2 SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION the same for all subcontractors. E. Cooperate with Owner, Engineer and representatives of utilities in locating underground utility lines and structures. F. Keep cleanup current with construction operations. G. Comply with all federal, State of Iowa and City laws and ordinances. 1.7 INFORMATION FOR ENGINEER A. After execution of contract, submit following information and drawings for Engineer's approval if specifically requested. Total number of approved copies required for distribution: Three (3) plus copies required by Contractor. 1. Manufacturer's specifications and catalog data for all materials, appurtenances and other special items. 2. List of Subcontractors, if any, to which the prime contractor prop3ses to sublet a portion of the work. c; — _ 3. Such other information as Engineer may request. =`-' ^ e B. Provide two copies of following information, as requested by Engineer: 1 I . Shipping papers for all materials. _ 4 n ro 2. Materials test reports = 'rrT� Fri 1.8 SUBMITTAL PROCEDURES r- A. Date all transmittal forms. Re- submittals to have original submittal date With an appended date. B. Identify project, contractor, subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification sections number, as appropriate. C. Apply Contractors stamp or equal dated, signed or initialled, certifying that review, verification of products required, field dimensions, adjacent construction work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Provide space for Contractor and Engineer review stamps. E. Revise and resubmit submittals as required, identify all changes made since previous submittal. 1.9 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate at Pre - Construction Meeting to Engineer for review. B. Revise and resubmit as required. C. Submit any revised schedules with each application for payment, identifying changes since previous version. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate critical submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.10 SHOP DRAWINGS A. Intent of Engineer's approval: To assist Contractor in interpreting specifications and drawings. SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION B. Contractor's Responsibility: To check drawings prior to submission for coordination and conformance with contract documents; do not submit without checking. C. Approval does not relieve Contractor of responsibility for errors in shop drawings and will not relieve him of any responsibility stated under the Contract. D. Prior to submission of shop drawings and catalog data to Engineer, affix Contractor's stamp with signature of responsible person to show that material submitted has been checked and approved. E. If the material proposed varies in detail from the drawings or illustrations furnished, or if it varies from any of the requirements specified herein, such variations shall be noted by the manufacturer /supplier. 1.11 PAYMENT /SCHEDULE OF VALUES Contractor shall provide a schedule of values listing each ramp separately for cost to perform work at each ramp. Provide schedule at pre- construction meeting for review. Payment applications will use same schedule of values as provided. 1.12 INCIDENTAL WORK Any incidental work not specifically mentioned in the specifications or shown on the plans but obviously necessary for the proper completion of the work shall be considered as being a part of and included in the Contract and shall be executed in the proper manner. The Contractor shall not be entitled to extra or additional compensation for the same. 1.13 APPROVAL OF MATERIALS A. Materials shall be new and shall be designed for the function and service specified herein. No equipment or materials shall be used in the project except that which has been approved by the Engineer. The contractor shall submit to the Engineer such o test results, shop drawings, manufacturer's specifications, data and other information u' which may be required for determining approval or disapproval, sufficiently in $ -Jativance of shipment of the equipment to provide time for determining compliance LF ii `t'th the specifications and drawings prior to shipment. Final approval of �i N 1�a�ptance of material will be made only after such material is installed and has met - 1 ll Specified tests and requirements. a Bw, ,c aterials of a specific make may be named in the specifications in certain instances, in order to set out specific features desired or required. However, other materials of equal quality, which meet the functional requirements will be considered. C. If the material proposed varies in detail from the drawings or illustrations furnished, or if it varies from any of the requirements specified herein, such variations shall be noted by the manufacturer /supplier. D. Upon submission of sufficient data from which a determination can be made, the Engineer will examine such data and issue, in writing, a list of approved materials covered by data submitted. A list of approved materials will be issued by addendum to those to whom plans and specifications have been issued, two (2) days prior to the bid date. E. It is specifically provided that approval of materials under the procedures outlined above is a general approval only and that it in no way constitutes final approval of such material, nor waives any requirement of these specifications. SECTION 01010 GENERAL REQUIREMENTS AND INFORMATION Nor does it relieve the Contractor or Manufacturer of any degree of responsibility for compliance with specific requirements of other portions of these contract documents. Final approval for all materials installed in the project will be given only upon submission of complete detailed shop drawings and data as required by other paragraphs of these specifications. F. The various manufacturers shall be experienced in the design and construction of the type of materials they propose to furnish. No consideration will be given to materials from manufacturers that do not have an equivalent record of performance for similar materials in successful operation. 1.14 CONSTRUCTION SCHEDULE AND COMPLETION REQUIREMENTS A. This project shall have a completion schedule as follows: Substantially complete — As stated elsewhere in contract documents. B. Any time extension requested by the Contractor shall be provided to Consultant and Owner within a reasonable time period, not in excess of 20 calendar day, after the event that leads to the time request. Any request for extension due to ab Mrmal inclement weather shall have written documentation attached with' -iY;� Wgrout sticp documentation, the request shall automatically be rejected. i .-U C. Refer to General Specifications for Construction for related mattcalb tir6 extension. 1.15 EXISTING UTILITIES A. The exact location and elevation of all public utilities shall be determinecf5y the Contractor, prior to excavation Contractor shall notify UTILITY COMPANIES 48 HOURS IN ADVANCE so they may locate their utility for the contractor. It shall be the duty of the Contractor to ascertain all utilities. Existing underground utilities are not indicated on the drawings. The Owner or Engineer accepts no responsibility for improper locations or failure to show utility locations on the drawings. The Contractor shall be responsible to locate exact locations of utility crossings before any work that may come into contact with existing utilities. B. Contractor is fully responsible for repairing damage to utilities and services due to his work, which are not in direct conflict with the project work scope or were not verified visually where feasible by the Contractor. Repair for damages to Utilities /Service during construction are at no expense to the Owner. 1.16 FINAL REVIEW AND ACCEPTANCE A. Notify Engineer when installation is considered complete and ready for final review. B. Owner will accept work and make final payment to Contractor: 1. When the Engineer has certified that the project has reviewed the work of the Contractor and stated that the work is complete and in compliance with the Drawings and Specifications. 2. When Contractor has furnished the Engineer with required closeout documents specified herein. END OF SECTION 01010 SECTION 01039 PROJECT MEETINGS INDEX PARTI - GENERAL 1.1 Pre-Bid Meeting 1.2 Pre - Construction Conference 1.3 Progress Meetings PART II- PRODUCTS Not Used PART III - EXECUTION Not Used PARTI - GENERAL 1.1 PRE -BID MEETING A. Pre-bid meeting scheduled as noted in the Instructions To Bidders. B. General contractors are requested to be at the meeting. Sub - contractors with more than 30% of the work also requested to be present. Other sub - contractors, material manufacturers and suppliers are welcome to attend. C. Agenda _ 1. General review of Contract Documents and project c? n ­y 2. Schedulin g issues ° 3. Critical dates n 4. Field review of structure and sites. 5. Questions and comments -2 -� r- 1.2 PRE- CONSTRUCTION CONFERENCE w A. Engineer will schedule a conference after Notice To Proceed to Contractor. B. Attendance required: Owner, Engineer, Contractor, Contractor's foreman for the project, sub - contractor(s). C. Agenda: 1. Distribution of copies of Contract Documents 2. List of sub - contractors, progress schedule, schedule of values, any other items as requested by Engineer or Owner 3. Designation of personnel representing all parties involved 4. Discussion for procedures and processing field decisions, application for payments, Change Orders, and closeout documents 5. Scheduling 6. Use of utilities and premises by Contractor 7. Owner's requirements 8. Temporary utilities 9. Security and cleaning procedures 10. Testing requirements and procedures 11. Record documents 12. Shop drawing and submittal reviews I SECTION 01039 PROJECT MEETINGS 13. Completion date and request for time 14. List of documents for Project Closeout 15. Scheduling of observation by Engineer 16. Substantial and final inspection and acceptance 17. Any other items as required 1.3 PROGRESS MEETINGS A. The Engineer /City has the option to schedule and administer meetings from start of construction to the point where the project is substantially complete at intervals as required. B. The Engineer shall make arrangements for meetings, preside at meetings, record minutes, distribute copies of recorded minutes to participants. C. Attendance required: Job foreman, Owner, Engineer at minimum. Major sub- contractors and material suppliers that are affected by critical agenda items are also required. D. Agenda: 1. Review minutes of previous meeting 2. Review progress of project 3. Problems observed or foreseen 4. Field decisions made or that need to be made 5. Review of submittals, schedule and status of submittals 6. Review of off site fabrication and delivery schedule 7. Review progress schedule and revisions needed 8. Coordination issues 9. Review of quality and construction standards 10. Effect of any proposed changes on schedule and coordination 11. Other issues related to the Project PART II- PRODUCTS Not used 0 rn PART II_I',- EXECUTION Not usep4 -. cµ 0. LO u W c� 0 o N END OF SECTION 01039 SECTION 01045 �11111M II[►IlL7►i 1 ' :VZ7_',_ii►`[!� INDEX PARTI - GENERAL 1.1 Requirements 1.2 Submittals PART II- PRODUCTS 2.1 Materials PART III - EXECUTION 3.1 Inspection 3.2 Preparation 3.3 Performance f`J PARTI - GENERAL 1.1 REQUIREMENTS u A. Contractor shall be responsible for all cutting, fitting and patching „required t® complete the Work or to: C -) ry 1. Make its several parts ft together properly. -' -r, 2. Uncover portions of the Work to provide for installatioh-4T ll- tYtned five*. 3. Remove and replace defective work. - 4. Remove and replace work not conforming to requirements of Ct5}ltract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of non - structural surfaces for installation of piping and electrical conduit. 7. Make connections to existing structures, utilities or equipment. 1.2 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather - exposed or moisture - resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. B. Request shall include: 1. Identification of Project. 2. Description of affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of any separate contractor, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. C. Products proposed to be used. SECTION 01045 CUTTING AND PATCHING d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. PART II - PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific material involved. PART III - EXECUTION 3.1 INSPECTION A. Inspect existing conditions of Project, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of Products, or performance of work. C. Report unsatisfactory or questionable conditions to Engineer in writing; do not proceed with work until Engineer has provided further instructions. 3.2 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of Work. B. Provide devices and methods to protect other portions of Project from damage. C. Provide protection from elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. C. Restore work which has been cut or removed; install new products to provide U complete Work in accord with requirements of Contract Documents. a— , F t;work airtight to pipes, sleeves, ducts, conduit and other penetrations through cnrfaces. L1-1 Lf` = 7efinish entire surfaces as necessary to provide an even finish to match adjacent s N @shes: L- < For continuous surfaces, refinish to nearest intersection. A vi 42 For an assembly, refinish entire unit. " END OF SECTION 01045 SECTION 01340 SHOP DRAWINGS, PROJECT DATA SAMPLES INDEX PART I- GENERAL 1.1 Description 1.2 Shop Drawings 1.3 Project Data 1.4 Samples 1.5 Contractor Responsibilities 1.6 Submission Requirements 1.7 Resubmission Requirements 1.8 Distribution of Submittals After Review 1.9 Engineer's Duties PART I - GENERAL u 1.1 DESCRIPTION c -< A. This section describes the process to be used for submittal, to the- 1p;ineer, of�5 $p Drawings, project data, and samples required by Specification Secti filS. --°. r 1' 1.2 SHOP DRAWINGS A. Submit shop drawings using e-mail in Adobe Acrobat pdf format. Bluchhe or blackline prints are acceptable as long as enough copies are submitted. B. Provide Shop Drawings as complete submittals on original drawings or information prepared solely by the fabricator or supplier. C. In no instance shall the Contract Drawings be reproduced for Shop Drawing submittals. D. Sheet sizes shall not exceed the size of the Contract Drawings. E. Each print shall have blank spaces large enough to accept 4 -inch x 4 -inch review stamps of both Engineer and Contractor. F. Each print shall carry the following information, as requested by Engineer to fulfill the intent of the submittal process: 1. Project name and project number. 2. Date of submittal and review of party 3. Names of: a. Engineer b. Contractor C. Subcontractor (if applicable) C. Manufacturer 4. Identification of product or material. 5. Field dimensions, clearly stated. 6. Applicable standards such as ASTM or Federal Specifications. SECTION 01340 SHOP DRAWINGS, PROJECT DATA SAMPLES 7. Identification of any deviations from Contract Documents. G. The following are related items that may be specifically requested by the Engineer. 1. Relation to adjacent structure or materials. 2. Project Manual Section number. 3. Reference to construction drawings by drawing number or detail. 1.3 PROJECT DATA A. Manufacturer's standard schematic drawings. 1. Modify drawings to delete information which is not applicable to project. 2. Supplement standard information to provide additional information applicable to project. B. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustration, and other standard descriptive data. 1. Clearly, mark each copy to identify pertinent materials, products, and models. 2. Show dimensions and clearances required. 3.._- Show performance characteristics and capabilities. S mki'' S ASV ��vsical examples to illustrate materials, equipment or workman ship, and to i -6Uablish standards by which completed work is judged. p 9 I& office samples: of sufficient size and quantity to clearly illustrate: Functional characteristics of product or material, with integrally related parts o and attachment devices. N 2. Full range of color samples. 1.5 CONTRACTOR RESPONSIBILITIES A. Review Shop Drawings, Project Data, Samples prior to submission. B. Verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers similar data. C. Coordinate each submittal with requirements of work and of Contract Documents. D. Contractor's responsibility for errors and omissions in submittals is not relieved by Engineer's review of submittals. E. Contractor's responsibility for deviation in submittals from requirements of Contract Documents is not relieved by Engineer's review of submittals unless Engineer gives written acceptance of specific deviations. F. Notify Engineer, in writing at time of submission, of deviations in submittals from requirements of the Contract Documents. SECTION 01340 SHOP DRAWINGS, PROJECT DATA SAMPLES G. Begin no work which requires submittals until return submittals with Engineer's stamp and initials or signature indicating review. H. After Engineer's review, distribute copies. 1.6 SUBMISSION REQUIREMENTS A. Schedule submissions at least 14 days before dates reviewed submittals will be needed. B. if submitting printed copies, submit number of copies of Shop Drawings, Project Datum, and Samples which Contractor required for distribution plus three 3 copies which will be retained by Engineer. C. Submit number of Samples required in each of Specification Sections. D. Accompany submittals with transmittal letter, containing: 1. Date 2. Project title and number 3. Contractors name and address. 4. The number of each Shop Drawings, Project Datum, and Sample submitted. 5. Notification of deviations from Contract Documents. 6. Other pertinent data. N E. Submittals shall include, if applicable: _ 1. Date and revision dates. (7) 2. Project title and number. 3. The names of : r -� a. Engineer c� q b. Contractor —:71 cr �:: C. Subcontractor d. Supplier �- c >> e. Manufacturer f. Separate detailer when pertinent. 4. Identification of project material. 5. Relation to adjacent structure materials. 6. Field dimensions, clearly identified as such. 7. Specification Section clearly number. 8. Applicable standards, such as ASTM or Federal Specification. 9. A space for Engineer's stamp. 10. Identification of deviations from Contract Documents. 11. Contractor's stamp, initialed or signed, certifying the review of submittal, verification of the field measurements, and compliance with Contract Documents. 3 SECTION 01340 SHOP DRAWINGS, PROJECT DATA SAMPLES 1.7 RESUBMISSION REQUIREMENTS A. Shop Drawings 1. Revise initial drawings as required and resubmit as specified for initial submittal. 2. Indicate on drawings any changes which have been made other than those required by the Engineer. B. Project Data and Samples: Submit new datum and samples as required for initial submittal. 1.8 DISTRIBUTION OF SUBMITTALS AFTER REVIEW A. Distribute copies of Shop Drawings and Project Datum which carry Engineer's stamp. B. Distribute samples as directed. 1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness. B. Review for: 1. Design concept of project. 2. Information given in Contract Documents. C. Review of separate items does not constitute review of an assembly in which it functions. 11, Affix stamp and initials or signature certifying the review of submittal. Return submittals to Contractor for distribution. k"-�• END SECTION 01340 q -A U �- L u o N 4 SECTION 02000 SITE WORK INDEX PART 1— GENERAL 1.1 Demolition 1.2 Protection 1.3 Site Repair 1.4 Clean-up and Damage Repair PART 1- GENERAL 1.1 DEMOLITION A. This section includes removal and disposal of the existing materials required to be removed and other material as required. 1.2 PROTECTION A. Protection shall be provided for, but not necessarily limited to, the following: 1. Lawn area and adjacent structures. 2. Structure walls, windows, etc. 3. Equipment. 4. B. Protection shall be defined as the minimum requirements necessary to- ensure that when the project is completed, the Owners property will be<left iii the se condition as it was when the project started. 1.3 SITE REPAIR A. Repair or replace any damaged adjacent components. B. Restore areas and items to their original condition prior to construction. r c� 1.4 CLEAN -UP AND DAMAGE REPAIR A. Any existing items, structures, or areas damaged during the course of the construction shall be repaired and restored to a condition equal to or better than it was prior to commencement of work. END OF SECTION 02000 SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR INDEX PART1- GENERAL 1.1 Related Documents 1.2 Scope 1.3 Submittals 1.4 Quality Assurance 1.5 Storage of Materials 1.6 Testing PART2- PRODUCTS 2.1 Form Materials 2.2 Concrete Materials 2.3 Related Materials 2.4 Proportioning and Design of Mixes 2.5 Concrete Mixing PART 3 - EXECUTION 3.1 Forms 3.2 Preparation of Form Surfaces 3.3 Re -Use of Forms 3.4 Joints 3.5 Concrete Placement 3.6 Curing 3.7 Construction Tolerances 3.8 Repair and Patching of Concrete 3.9 Surface Finishes 3.10 Floor Finishes _ r- •<rn l N cn 0 ry T co PART1- GENERAL 1.1 RELATED DOCUMENTS A. The other Contract Documents complement the requirements of this Section. The General Requirements apply to the work of this Section. 1.2 SCOPE A. Provide labor, materials, equipment and supervision necessary to furnish and install: cast -in -place structural lightweight concrete and related accessory items. B. Installation of anchorage and erection items furnished by other Sections for installation by this Section. C. Curing and finishing of concrete. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR 1.3 SUBMITTALS A. Materials List: 1. Submit a complete list of all materials proposed to be furnished and installed under this portion of the Work showing manufacturer's name and catalog number of all items such as admixtures and membranes and the name and address of the ready -mix concrete supplier. B. Delivery Tickets: 1. With each load of ready -mix concrete delivered to the site, ready -mix concrete supplier shall provide duplicate delivery tickets, one for Contractor and one for Engineer. Delivery tickets shall contain the following information: a. Date. b. Name of ready -mix supplier. C. Contractor. d. Job name. C. Job location. rn f. Type and brand of cement. _ g. Class and specified cement content in bags per cubic yard of C'� concrete. DO ° J?: h. Quantity of water per bag of cement (water - cement ratio). l ci C-3 � i. Truck number. a I- <r j. Time dispatched. LL, k. Amount of concrete in load in cubic yards delivered. n 1. Admixtures in concrete, if any. m. Aggregate weights. n. Signature of responsible party representing ready mix supplier. o. Record of all water added at the site. P. Time truck is unloaded. C. Mix Design 1. Submit for approval mix designs for each class of concrete a minimum of 15 days prior to start of work. Include the following: a. gradation of fine and course aggregates b. proportions of all ingredients C. water cement ratio d. slump e. air content f. 28 day strength g. chloride ion content h. shrinkage (when applicable) i. admixtures used and their dosage z SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR 1.4 QUALITY ASSURANCE A. Codes and Standards: 1. Where provisions of pertinent codes and standards conflict with this Section, the requirements of this Section shall govern. 2. In addition to complying with all pertinent codes and regulations, comply with all pertinent recommendations of "Standard Practice for Selecting Proportions for Structural Lightweight Concrete" (ACI 211.1); "Specifications for Structural Concrete for Buildings" (ACI 301), "Guide for Concrete Floor and Slab Construction" (ACI 302), "Placing Concrete by Pumping Methods" (ACI 304.2); "Hot Weather Concreting" (ACI 305), Cold Weather Concreting" (ACI 306), and "Building Code Requirements for Reinforced Concrete" (ACI 318). 3. Obtain and have available at the site at least one copy of the referenced standards throughout the construction period. 1.5 STORAGE OF MATERIALS A. Cement: Store in accordance with ACI 318. B. Aggregates: Each gradation and type shall be stockpiled separately. Storage shall minimize segregation and prevent contamination. 1.6 TESTING A. Submit trial mixes of concrete required to the Testing Laboratory-fortesting prior -to the start of concrete work. Tests will be made for compressive sW;t i�th,rslumpia ai air entrainment. B. Notify Engineer and Testing Laboratory at least 24 hours in advance of concrete pours. r C. Routine field testing will be the duty of the Engineer. Contractor may, affds option and expense, engage a separate Testing Laboratory for his own information and guidance. D. Tests will be performed per requirements of Chapter 16 of ACI 301 except as noted below. Briefly, the Engineer will perform in the following areas of testing, if deemed required by Engineer: 1. Will have the authority to reject concrete not meeting the requirements of the approved design mix. 2. Confirm Contractor's conformance with material requirements of this Section including verification of the design mixes. 3. Conduct strength, slump, air - entrainment and density tests on the following basis: a. One test for each 50 cubic yards or fraction thereof for each mix design placed in any one day with no less than four cylinders representing a given mix design. In addition, slump test shall be conducted as required. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR 4. Sample the concrete at the point of discharge from the pump. Allow higher slump and air content for concrete going into the pump to compensate for potential loss during pumping. E. Contractor shall be responsible for assisting the Engineer as follows: 1. Deliver to Testing Laboratory representative material samples upon request; deliver proposed design mix data along with written request for review. 2. Advise Engineer of intended dates of pour 24 hours in advance of the operation to allow reasonable assignment of personnel. 3. Furnish casual labor as necessary to obtain and handle samples and tests at the site. 4. Provide adequate storage facilities for site storage of test cylinders. F. Test evaluations will be performed in compliance with ACI 301, Chapter 17 for Ultimate Strength concrete. G. If strength tests do not indicate attainment of strengths specified, Contractor shall make such additional tests as required by Engineer to determine the strength of the concrete in place. In the event that such tests and subsequent analysis do not verify that the work in place is within contract conformance, the Engineer shall require such remedial or replacement measures as are deemed necessary. Contractor shall bear all costs in connection with the added testing, engineering determination and remedial work. iT PART 2". PRODUCTS .1 FORM . TERIALS UA l Cli�o�rms may be of wood, plywood, concrete- form -grade hardboard, metal or other `ceptable material, which will produce smooth, true surfaces. Bw�- ! . Prbvide lumber dressed on at least 2 edges and one side for tight fit. W, Metal forms shall have smooth surfaces free from any pattern, irregularities, dents and sags. D. � Provide commercial formulation form- coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compound. 2.2 CONCRETE MATERIALS A. Portland Cement: Type 1, ASTM C -150. B. Aggregate: Lightweight (expanded shale, clay or slate) aggregate produced by the rotary kiln method shall comply with ASTM -C330. The following is an option al gradation. Provide actual gradation to Engineer for approval. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR ASTM C Percent Retained Percent Passing 330- . 4 x Sieve Siev e 4 Typical Gradation 1/2" x No. 4 Specification* Typical Gradation 1/2" x No. 4 Specification* 3/4" 0 0 100 100 1/2" 9 0 -10 91 90 -100 3/8" 35 20 -60 65 40 -80 No.4 96 80 -100 4 0 -20 No.8 99 90 -100 1 0 -10 C. Water: Clear and free from injurious amount of oil, acid, alkali, organic matter or other deleterious substances. Shall comply with ACI 318. D. Admixtures; 1. Air - entraining: As Mixed -ASTM C-260,6% plus or minus 1 %. At point of placement - 5% plus or minus 1% 2. High -Range Water Reducing Admixtures (Superplasticizer): ASW C494, Type F or G 3. Water Reducing & Retarding Admixture: ASTM C494, Type1D 9 4. Non - Chloride Accelerating Admixture: ASTM /C494, Tyig-o _tc-� CJ 2.3 RELATED MATERIALS A. Concrete Repair Compound: "Sonopatch" as produced by Sonnebo"! Buldding ' Products Division; "Embeco 411 Mortar" as produced by Master Builders.or equivalent. B. Bonding Agent: Two- component epoxy compound such as "Sikadur Hi -Mod" as produced by Sika Chemical Corporation; "Supercrete Bonder TE 2001" as produced by Technical Sealants and Adhesives; or equivalent. C. Joint Filler shall be polyethylene, closed -cell expansion joint filler. Sonnoflex F by Sonneborn. D. Joint Sealant shall be a one - component, urethane elastomeric material conforming to Federal Specifications TT -S- 00230 -C, Type 11, Class A. E. Curing membrane shall be a spray applied silicate base compound for surface application; "Sonosil" as manufactured by Sonnebom; W.R. Meadows "Cure Hard" or approved equivalent conforming to ASTM C309 for water retention. F. Latex leveling compound: 1. Latex leveling compound, thickness featheredge to 1/4 "thick. a. TAMMS "Floorstone Supreme mixed with "Las-Tex Supreme b. Architect approved equivalent 2. Latex leveling compound, thickness 1/4" and greater. a. TAMMS "Floorstone Supreme" mixed with equal parts of sand; b. Architect approved equilvalent. SECTION 03313 STRUCTURAL. LIGHTWEIGHT CONCRETE & REPAIR G. Protection Board: 0.75" thick extruded polystyrene - Compressive strength : 25 psi. H. Expansion Joint: Closed cell polyethylene foam. Density -2 pcf, Water absorption 0.01% 2.4 PROPORTIONING AND DESIGN OF MIXES A. Proportion mixes by the laboratory trial batch method using materials to be employed on the project required, complying with ACI. Comply with the following: 1. 28 -day compressive strength of moist cured laboratory samples as noted on plans for areas. 2. Theoretical Mix Design - Provide actual design to Engineer for approval prior to construction 5000 psi 110 pef Calculated Equilibrium Density 3. If a superplasticizer admixture is specified allowable slump may be increased. Submit for review by Engineer. B. Submit written reports to the Engineer of proposed mix for concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Engineer. Bulk Loose Dry Batch Absolu Density; of Volume, Weight, Weight, Specific Volum Material lb/cu it cu ft pounds pounds Gravity (2) cu f Portland Cement 94.00 6.26 588 588 3.15 2.99 Fly Ash (Type C) 75.00 1.67 125 125 2.70 0.74 Buildex Coarse Agg @ 35.6% Moist. 55.00 17.50 710 963 1.52 10.15 Concrete Sand @ 3.0% Moist. 107.00 11.25 1204 1240 2.62 7.36 Added Water 27.0 gallons 62.40 3.60 - 225 1.00 3.60 Moisture on Sand 62.40 - - - 1.00 0.58 Air Entrainment @ 7.0% 0.00 1.91 (As Needed For 7.0 %) - 1.91 (Normal Mid -Range Water Reducing Admix - - - Dose) - n Totals: AgIregate Only 28.75 17.51 'potals: AIFMate(igls`_, 3141 27.35 ^_ L r J F Fresh Concrete Density, before pumping, lb /cu ft: 1 14.9 c1 F Fresh Concrete Density, after pumping, lb/cu ft: 116.4 NU Estimated 28 Day Density Loss, lb/cu ft: 3.5 U • Estimated Air Dry Density @ 28 Days, lb /cu ft: 112.9 Estimated Air Dry Density @ 56 Days, lb/cu ft: 111.9 P N Calculated Per ASTM C 567 -05a Procedures: Calculated Oven Dry Density, lb/cu ft: 101.3 Calculated Equilibrium (Air Dry) Density, Ib /cuit: 104.3 As Mixed At Point of Placement Slump: 5" -7" 3" - 5" Air entrainment 6% 5% 3. If a superplasticizer admixture is specified allowable slump may be increased. Submit for review by Engineer. B. Submit written reports to the Engineer of proposed mix for concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Engineer. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR C. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the Engineer before using in the work. D. Use air - entraining admixture in all concrete. 2.5 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ASTM C94, and as herein specified. B. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 11/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMS A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the conctte structure. Construct formwork so concrete members and structures; are of-sorrect size, shape, alignment, elevation and position. _ ( i B. Design formwork to be readily removable without impact, shock —Omage to cast -in -place concrete surfaces and adjacent materials. =_; r, r`) C. Chamfer exposed corners and edges using wood, metal, PVC or ra1i14 chamfers strips fabricated to produce uniform smooth lines and tight edge jolt D. Form Ties 1. Factory- fabricated, adjustable - length, removable or snap offinetal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. 2. For concrete that will be exposed, provide ties so portion remaining within concrete after removal is at least 1 1/2" inside concrete. 3. Unless otherwise shown, provide form ties which will not leave holes larger than I " diameter in concrete surface. H. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Re- tighten forms after concrete placement if required to eliminate mortar leaks. 3.2 PREPARATION OF FORM SURFACES A. Coat the contact surfaces of forms with a form- coating compound before reinforcement is placed. B. Thin form - coating compounds only with thinning agent of type, and in amount, and under conditions of the form- coating compound manufacturer's directions. Do not allow excess form - coating material to accumulate in the forms or to come into contact with concrete surfaces against which fiesh concrete will be placed. Apply in compliance with manufacturer's instructions. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR C. Coat steel forms with non - staining, rust- preventative form oil or otherwise protect against rusting. Rust - stained steel formwork is not acceptable. 3.3 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, de- laminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Engineer. 3.4 �IQINTS A} Control Joints in Slabs C r 1. Provide control joints as indicated on the drawings, as necessary to LLI a w,, least impair the strength of the slab or as otherwise directed by the Engineer. >- ES 2. Saw -cut control joints to depth of 1/4 of slab thickness. LL w � c E3am-- 3. Cut as soon as possible after placing concrete. .. _ c; 4. Clean joint slot and fill with approved sealant. Expansion Joints 1. Provide where slabs abut walls, curbs and penetration pans and where otherwise shown on the plans. 2. Install 1/2" thick joint filler the full depth of the slab set with the top of the cut -out joint material 1/4" below the surface of the concrete. Fill remainder of joint with approved joint sealant compound. 3.5 CONCRETE PLACEMENT A. Pre - Placement Inspection: Before placing concrete, inspect and complete the formwork installation and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, where form coatings are not used. B. General 1. Pumping contractor shall have minimum 5 years experience. 2. Make arrangements for two ready -mix trucks to unload simultaneously. 3. Coordinate communication with plant and trucks when placement delays occur. 4. Specify to ready -mix supplier number of cubic yards needed per hour not number of truckloads. 5. Coordinate with ready -mix supplier as to how the concrete quantity will be delivered 6. Verify pump line is properly lubricated before operations. 7. Maintain continuous placement of concrete. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR 8. Keep the same pump and operator throughout duration of the project. 9. Use a pump with piston size as close as possible to the line size to maintain the most optimal performance and least slump loss. C. Comply with ACI 304 and as herein specified. 1. Concrete shall be placed continuously and as rapidly as practicable and shall be in place no later than ninety minutes after the addition of mixing water. No retempering of concrete shall be allowed. Concrete which has taken initial set shall not be deposited in the work. If a section cannot be placed continuously, provide construction joints as herein specified 2. Concrete shall be placed only when weather conditions and the Contractor's available equipment and labor will permit proper finishing and curing. Engineer shall determine whether conditions are acceptable. 3. A pre job field trial is recommended. The actual job site pumping equipment and mix design shall be used. Simulate as close as possible for the trial, distance and height to be used at the actual site. 4. Pre - wetting of the aggregate as recommended by the manufacturer shall be done. 5. Pumping equipment shall use the largest line size available. Avoid rapid line size reduction from the pump to the lines. Operating pressure shall be as low as functionally possible. Maximize the amount of steel line (minmum 5 inch diameter) and minimize the number of elbows, redut�rs and - rubber hose of the pump system. v 6. Contractor and pumper must be aware that during pumpin&mlain -- adjustments of the mix design may be required. — r> r o � gg 7. Free fall of concrete shall be limited to three feet. Where;p' a T. emeAt corlstf s s of several layers, place each layer while preceding layer iS 5fi11 plastic to avoid cold joints. Control rate of placement so as not to exceed structural capacity of forms. D) 8. No aluminum equipment shall be allowed in contact with the concrete. All equipment shall be maintained in clean, serviceable condition, and checked for reliability before beginning concrete placement. 9. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the recommended practices of ACI 309, to suit the type of concrete and project conditions. 10. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the placed layer of concrete and at least 6" into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR 11. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 12. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 13. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or derbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. D. Cold Weather Placing 1. Protect concrete work from physical damage or reduced strength which could be caused by fiost, fieezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 2. The use of set accelerators will not be allowed except with the Engineer's cr specific permission. If the use of an accelerator is permitted, it shall be a product without calcium chloride. When air temperature has fallen to or is expected to fall below 40 degrees F., u y. uniformly heat all water and aggregates before mixing as required to obtain a uconcrete mixture temperature of not less than 50 degrees F. and not more than 80 degrees F. at point of placement. Maintain the concrete at a (L i) temperature of 50 -55 degrees F. for at least the first three (3) days and above -' freezing for the next three (3) days. The temperature of the air surrounding N the concrete shall be gradually reduced to the outside air at a rate not exceeding 25 degrees in 24 hours. 4. Do not use frozen materials or materials containing ice or snow. Do not place concrete on fiozen subgrade or on subgrade containing frozen materials. 5. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless specifically accepted in writing by the Engineer. E. Hot Weather Placing 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. and above 75 degrees F. insofar as practicable. Mixing water may be chilled or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated as part of the total amount of mixing water. 3. Do not use retarding admixtures unless specifically accepted in mix designs. 4. Contractor shall use evaporation retardants, loggers and/or wind breaks when conditions warrant. W11 SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR 3.6 CURING A. All concrete shall be cured in a manner which will prevent loss of moisture from the concrete surface and keep the concrete in a continuously moist condition for at least seven (7) days. B. Formed Concrete: If forms are removed sooner than seven (7) days after placement of concrete, curing shall be continued until at least seven (7) days have elapsed by application of membrane curing compound of type specified or as otherwise approved by the Engineer. Apply in accordance with the manufacturer's instructions. C. Slabs: Curing shall begin immediately upon completion of specified finishing operations. Methods of curing may be by continuously covering with damp burlap, or lapped curing paper, or membrane curing compound of types specified and compatible with the finish which will be applied to the slab. 3.7 CONSTRUCTION TOLERANCES A. Contractor is responsible for setting and maintaining concrete formwork so as to insure erection of completed work within tolerances necessary to accommodate the installation of other rough and finish materials. Any remedial work necessary for correcting excessive tolerances is the responsibility of the Contractor and shall be done at no additional cost to the Owner. N B. In addition, erected work that exceeds following specified tolerance IimiVeshall be remedied or removed and replaced at no additional cost to the Owner.,. ,o C. Variations listed below, in established lines, grades and dimensions of com' plete concrete work are maximum permissible: N -tt^ 3.8 REPAIR AND PATCHING OF CONCRETE — i D - ,. A. Concrete work not in accordance with the specifications, not formed �s shown on the drawings, out of alignment or level, or showing a defective surface, sfCall be removed and completely replaced if directed by the Engineer. Slight imperfections in appearance of the structure may be patched, provided the permission of the Engineer is obtained prior to patching. B. Block -outs and areas where patching is required shall be cleaned of all dust, dirt, grease, laitance and loose or spalling concrete and be given a brush applied coat of epoxy bonding agent. The compound shall be mixed in accordance with the manufacturer's instructions. The patching mortar shall be freshly mixed and shall be composed of the same materials and proportions as were used for the original concrete, including the admixture, except that the coarse aggregate shall be omitted and fine aggregate substituted therefor. The placing of mortar shall begin immediately after the bonding compound is applied and shall be completed within the manufacturers recommended time. I SECTION 03313 STRUCTURAL LIGHTWEIGHT CONCRETE & REPAIR The Bonding Compound must be sticky to the touch during placing of mortar. The patching shall be finished to match adjoining concrete and cured and protected as specified for concrete. C. Repair of defective concrete, performance of required patching and/or filling of holes shall be performed and completed as soon as possible. Exposed concrete shall be repaired immediately upon stripping of forms. 3.9 SURFACE FINISH A. Surfaces of all exposed vertical concrete shall be smooth, of uniform color, texture and appearance. Construction joints shall be true to line. 3.10 FINISH A. Broom Finish: Trowel exterior horizontal slabs, walks and platforms to a smooth uniform finish using a steel trowel. After troweling, drag a brush, hair broom, or burlap sack lightly over the surface with parallel strokes perpendicular to traffic to produce a slightly textured finish. END OF SECTION 03313 12 rn Y c -_ C`' N (� }r F v> c� 0 N 12 SECTION 07600 FLASHING AND SHEET METAL INDEX PARTI - GENERAL 1.1 DESCRIPTION OF WORK 1.2 SUBMITTALS 1.3 GUARANTEE PART II- PRODUCTS 2.1 SHEET METAL 2.2 FASTENERS PART III - EXECUTION 3.1 INSPECTION 3.2 PREPARATION 3.3 INSTALLATION 3.4 SHOP OR FIELD FABRICATED METAL o 3.5 GRAVEL STOPS, FASCIA, COUNTER - FLASHING a 3.6 WORKMANSHIP 3.7 GUTTERS AND DOWNSPOUTS 3.8 WORKMANSHIP ' ..fir_ ry 3.9 REPAIRING �`� 3.10 CLEANING PART 1- GENERAL `"' 1.1 DESCRIPTION OF WORK A. The types and extent of flashing and sheet metal work includes but is not limited to: 1. Downspouts. 1.2 SUBMITTALS A. Shop Drawings (As requested): 1. Submit shop drawings as requested by Engineer or Owner for downspout, and connection insert.. 2. Drawings to show joints, types and locations of fasteners and special shapes. B. Samples (As requested): 1. Show pattern, finish, color and thickness of materials not receiving paint. C. Manufacturer's literature for prefinished materials, if requested by Engineer. 1.3 GUARANTEE A. Contractor shall guarantee materials and workmanship against defects or leaks for two years starting on the date of final acceptance by Owner. B. Pre - finished metal shall have a 20 -year warranty against chalking, fading, and rusting. C. Submit all warranties at time of project closeout. PART 2- PRODUCTS 2.1 SHEET METAL A. Galvanized Iron: 1. Flat type min. 1 lb. per square foot. 2. FS QQ- S -775A, Class 4 rating. B. Prefinished Galvanized Metal: I. Galvanized 24 ga. with Kynar 500 coating 2. Acceptable Manufacturers: a. Vincent Metals - "Colorklad" 7 b. Peterson Aluminum Co. - "Pac- Clad" C. Firestoen — "Una- Clad" �—� d. Approved Equivalent Properties N iJf y a. Finish face shall have a removable material film for protection w during shipping and fabrication and installation. �•� v, b. Color to be selected by Engineer and Owner. c, 4. Warranty a. Manufacturer shall provide a written 20 year labor and materials, non - prorated warranty covering chalking, fade, and film integrity. b. Material shall not show a color change greater than 5 NBS color units per ASTM D -2244 or chalking in excess of 8 units per ASTM D -659. If either occurs, during the 20 year period, material shall be replaced under terms of the warranty. 2.2 FASTENERS A. Nail heads and screws for continuous hook strips to be minimum of 3/16 inch. B. Fasteners shall be corrosion resistant steel or treated for corrosion resistance. C. Fasteners for exterior side of metal coping shall be No. 10 (5 mm) galvanized screws. D. All exposed fasteners shall be neoprene washered. PART 3- EXECUTION 3.1 INSPECTION A. Verify that substrates are smooth and clean to the extent needed for sheet metal work. B. Do not start sheet metal work until conditions are satisfactory for installation. 3.2 PREPARATION A. Before installing sheet metal, verify shapes and dimensions of surface to be covered. 3.3 INSTALLATION A. General: 1. Install work watertight, without waves, warps, buckles, fastening stress or distortion, allowing for expansion and contraction. 2. Hem exposed edges. 3. Fabricate all items in maximum lengths specified and per industry standards. Joints shall be held to a minimum. No section of visible sheet metal shall be longer than 10 feet. 3.4 SHOP OR FIELD FABRICATED METAL A. Fabrication shall be in accordance with SMACNA and acceptable sheet metal practice. B. All accessories or other items essential to the completeness of the normal sheet metal installation, whether specifically specified or not, shall be provided and installed as required. 3.5 DOWNSPOUTS A. Downspouts to be a minimum 3" x 4" rectangular unless otherwise noted. Terminate within 8 inches of the drainage surface (if not connected to storm sewer). A 45 degree bend shall beat the bottom 8" of the downspout. Exterior lip of downspout to be 1/4" wide. B. End joints for downspouts shall be lapped in the direction of water flow. 3.6 WORKMANSHIP A. Work shall be accurately formed to sizes, shapes and dimensions in&ate d detailed. B. All angles and lines shall be in true alignment. < i C. All work shall be straight, sharp and erected plumb and leve r) ev !P1 proper alone without bulges or waves. 3.7 REPAIRING s A. Repair or replace any damaged work due to construction operation with new work. B. Any installation deemed as poor workmanship shall be removed and replaced or corrected to satisfaction of Owner and Engineer. 3.8 CLEANING A. Leave work clean and free of stains, scraps and debris. B. Any construction materials that are on any new or existing exposed sheet metal shall be removed or the metal removed and replaced. END OF SECTION 07600 INDEX PART I- GENERAL 1.1 WORK OF THIS SECTION 1.2 REFERENCE 1.3 SUBMITTALS 1.4 DELIVERY AND STORAGE 1.5 WARRANTY PART II- PRODUCTS 2.1 MATERIAL PART III - EXECUTION 3.1 APPLICATION PART I - GENERAL 1.1 WORK OF THIS SECTION 1.2 1.3 1.4 A. Sealants REFERENCE A. ASTM C920 B. ASTM C1193 SECTION 07900 SEALANTS 0 Standard Specification for Elastomeric Joint Sealauis•; Standard Guide for Use of Elastomeric Joint Sealali> ---, 6 0 m 0 -f ITI - -�: f SUBMITTALS A. Samples, if requested by Engineer: 1. Submit samples of full range of colors of each type sealant for selection. B. Product data, if requested by Engineer: 1. Submit manufacturers descriptive literature for each material. C. Location identification, as requested by Engineer: 1. Submit list of locations for each type of material DELIVERY & STORAGE A. Deliver materials to job site in the manufacturer's original containers. Containers shall contain following information: 1. Name of supplier and material 2. Specification number or formula, lot number 3. Instructions for mixing, application, curing time and storage 4. Shelf life B. Store and install backer and sealant tape to prevent deformation of the material. SECTION 07900 SEALANTS 1.5 WARRANTY A. Contractor shall provide a two year maintenance warranty on all labor and materials furnished under this specification. The warranty will be delivered to the Owner prior to time of project close out. Warranty work performed during two year period shall be at no cost to Owner or Engineer. B. Defective work covered by the warranty shall include 1. Moisture infiltration through sealant 2. Hardening and cracking of sealant 3. Crumbling, melting or shrinkage of sealant 4. Excess flow or staining of adjacent building components PART II - PRODUCTS 2.1 MATERIAL 60 min. max ASTM D5329 (1)(2) A. Polyurethane, Two - Component Sealant 15 psi max. ASTM D5893 I. Sealant shall meet or exceed the requirements of ASTM C920. max ASTM D 412 Die C (1) 2. Approved manufacturers: 25 psi max. ASTM C 661 (1) 40-80 a. Sonolastic NP 2 (Horizontal and vertical applications) 1.20-1.40 :r b. Sikaflex 2c SL (Horizontal applications) L2 C. Sikaflex 2c NS (Vertical applications) i >1 d. Approved equivalent cli Properties : Withstand movement to 25% extension and 25% compression. o » n_ I Gun - grade, non- sagging ! �4ilicone, cold applied, two component, self - leveling, low modulus silicone 1 =' Approved manufacturers: a. Wabo Silicone Seal b. Dow CorningOD FC Parking Structure Sealant C. Approved equivalent 2. Properties MDCED PROPERTIES Leveling Tack Free Time Joint Elongation Joint Modulus, 100% extension Cure Evaluation Ultimate Elongation Stress at 150% Elongation Shore Hardness, 00 Specific Gravity TEST METHOD REQUIREMENT ASTM C639 self levels ASTM C679 60 min. max ASTM D5329 (1)(2) 600% min. ASTM D5329 (1)(2) 15 psi max. ASTM D5893 Pass @ 4hr max ASTM D 412 Die C (1) 1000% min. ASTM D 412 Die C (1) 25 psi max. ASTM C 661 (1) 40-80 ASTM D 792 (1) 1.20-1.40 Note: (1) Specimens cured at 77 t 3 °F. and 50:L 5% R.H. for 7 days. (2) Specimens size is %2" wide by %2" deep by 2" long. C. Primer: As recommended by sealant manufacturer. D. Color: Submit color selection to Owner and Consultant for verification of color. SECTION 07900 SEALANTS PART III - EXECUTION 3.1 APPLICATION A. General: Follow requirements of ASTM C1193 1. No sealant shall be applied on damp, wet or frosty surfaces. Apply only when temperature is between 40"F and 80"F. 2. Where the possibility of primer or sealant staining of adjacent areas or materials exists, joints shall be masked prior to application. Masking tape shall not be removed before joints have been tooled and initial cure of sealant has taken place. Work stained due to failure of proper masking precautions will not be accepted. B. Cleaning: 1. Painted surfaces: Follow manufacturers recommended cleaning procedures prior to primer or sealant application. 2. Metals, unpainted: a. Galvanized steel: Clean and degrease with xylene or toluene. C. Back -up (backer rod) Material C/) tl 1. Verify the compatibility of back -up material with sealant be�ore installgion. 2. Use back -up material 1/2" wider than width of joint so timtsuffiNi nt pr re is exerted by material to provide substantial resistance to dislacnentg 3. Provide double layer as required of backer rod for joints Wider thin 2'/a, l inches. D. Release Agent 1. Provide release agent or bond - breaker strip in joint to be sealed on top of back -up material to prevent adhesion of sealant to the back -up material per manufacturer's recommendations. E. Preparation of Joint Surfaces 1. Examine joint sizes and conditions to establish correct depth -to -width relationship for installation of back -up materials and sealants. 2. Clean bonding joint surfaces of harmful matter substances including dust, rust, oil, grease and other matter that may impair work. 3. Do not apply sealants to joint surfaces treated with sealer, curing compound, water repellent or other coatings, unless tests have been performed to ensure compatibility of materials. Remove coatings as required 4. Ensure joint surfaces are dry and fiost -free. 5. Prepare surfaces in accordance with manufacturer's directions. F. Back -up Material 1. Apply bond breaker tape where required to by manufacturer's instructions. 2. Install joint filler to achieve correct joint depth and shape. G. Priming 1. Where necessary to prevent staining, mask adjacent surfaces prior to priming and sealing. 2. Prime sides of joints in accordance with sealant manufacturer's instructions immediately prior to seating. 3 SECTION 07900 SEALANTS H. Sealant Application: 1. Apply materials in accordance with the manufacturer's recommendations. Take care to produce beads of proper width and depth; to tool as recommended by the manufacturer, and to immediately remove surplus sealant. 2. Apply materials only within manufacturer's specified application life period. If inspection indicates that application life is expired or if the prescribed application period has elapsed, remainder of sealant shall be discarded. END OF SECTION 07900 3. Mix materials in strict accordance with sealant manufacturer's instructions. 4. Apply sealant in continuous beads. 5. Apply sealant using gun to proper size nozzle. 6. Use sufficient pressure to fill voids and joints solidly. 7. Form surface of sealant with full bead, smooth, and free from ridges, wrinkles, sags, air pockets, and embedded impurities. 8. Tool exposed surfaces to give slightly concave shape. 9. Remove excess compound promptly as work progresses and on completion. or, 10. Sealant depth should be a minimum of 3/8 in. The width -to depth ratio of the sealant should ideally be 2.0, but may vary between 1.0 and 3.0. CD -Z -11. Special precautions may be required at very large or narrow joints. u i r -j�= Manufacturer's specifications should be followed for specific sealants. Backer rods and bond breakers should be used to shape the c� F sealant and prevent bonding at the sealant bottom. Joint preparation is critical in sealant performance. Joints must be -- clean and free of defects such as spalls and damaged areas. Grind, N clean and prime concrete surfaces coming in contact with sealants. 14. Grind all surfaces which have the potential to create a joint failure such as sharp edges exposed to wheel pressure. 15. Curing: Cure sealants in accordance with sealant manufacturer's instructions. 16. Do not cover up sealants until proper curing has taken place, G. Clean Up: Any adjacent surface to sealant material that is smeared or has excess material on, shall be cleaned by the Contractor at no additional cost to the Owner. END OF SECTION 07900 SECTION 07900 SEALANTS H. Sealant Application: 1. Apply materials in accordance with the manufacturer's recommendations. Take care to produce beads of proper width and depth; to tool as recommended by the manufacturer, and to immediately remove surplus sealant. 2. Apply materials only within manufacturer's specified application life period. If inspection indicates that application life is expired or if the prescribed application period has elapsed, remainder of sealant shall be discarded. 3. Mix materials in strict accordance with sealant manufacturer's instructions. 4. Apply sealant in continuous beads. 5. Apply sealant using gun to proper size nozzle. 6. Use sufficient pressure to fill voids and joints solidly. 7. Form surface of sealant with full bead, smooth, and free fromlidgeg .., wrinkles, sags, air pockets, and embedded impurities. 8. Tool exposed surfaces to give slightly concave shape. 9. Remove excess compound promptly as work progresses'aiid oW y completion. 10. Sealant depth should be a minimum of 3/8 in. The width -to; depth ratio of the sealant should ideally be 2.0, but may vary between 1.0 Ord 3.0. 11. Special precautions may be required at very large or narrow joints. Manufacturer's specifications should be followed for specific sealants. 12. Backer rods and bond breakers should be used to shape the sealant and prevent bonding at the sealant bottom. 13. Joint preparation is critical in sealant performance. Joints must be clean and free of defects such as spalls and damaged areas. Grind, clean and prime concrete surfaces coming in contact with sealants. 14. Grind all surfaces which have the potential to create a joint failure such as sharp edges exposed to wheel pressure. 15. Curing: Cure sealants in accordance with sealant manufacturer's instructions. 16. Do not cover up sealants until proper curing has taken place, G. Clean Up: Any adjacent surface to sealant material that is smeared or has excess material on, shall be cleaned by the Contractor at no additional cost to the Owner. END OF SECTION 07900 v ayo ZZZZ- L44 -6[i - OMOI •splOOa Jopao, 133HS 31111 N lqZ alms `anq puO141�ON £94 VI `�1iO VMOI `sawva 133a15 3nOnena 0 0 Z a aMO'P_ 6uuaaul6u3 fA Td NVMS /33NnVHO '133815 1V118VO y Y9f -B NON cNnlcinlN - S._ " moos S211tld3?J dWVH 9NNNVd L LO7. 2011 SE? -2 ^^CITY C' — E Eo e_ c � E P £ E E E E of E E a - __ a.,K3�rya cn In a- W Li < <� U 2ui� U 75 Q cf) Q O U _ (C a wpo , � Lu amw _Z Y Qn w �_ � CY m � o s;0H _� � -- ow - °oovoas r O a- Q ro � o mo=no ni.�s N U a - __ a.,K3�rya cn In s ZZZZ- LbY -6lf - oMO� 'Sp!d Da JDpa� 581tld3a ON3 1S3M dWtla 15 1011dVO w IpZ a }!ns 'any pu o�y}ION M VI 'u[� VMO� 'SdWVa 133a1s 3no na n0 Z 601J08u'Bul PA J $ NVMS A30NnVHO '133a1S 1V11dVO FSHIVd3i1 U q ux.wp L 11-0£ -8 ^., e =, sNOisin3a �; dWVd ON] 1 iiVd tIOZ SP -2 ': j CITY C': -E, <z y - a ZO 7, w r - Jp �r U COyC ¢ U�U < V O 2 h Z 0 O ryl Z ¢v cQ tr do a xr. � � o w - a �- <� w _ z a�3� I c— - [r I `_, xy _ R3 %� \I' ZZZZ— L44 -6t£ — D*01 `S"doa J °pa SN[Vd3N aN3 1SV3 dWVN 1S WlldVO N IOZ a}mS 'aeq pUII Z £94 nl `Ally VMOI 'SdNVN 133N1S 3nonana m N o Z ux,ap 6uuaauIBU] fA V NVMS ),30NnVHO '133NIS lVlldVO ll -O£ -8 OZ- IZMIV.17N aWVF7 nNNAV,I LLnz p N UI— -- O ut m ~ F O O sLL o�x 4Q� jCW pY u1 JZ GLC .. z Za — J a 6 CW c� wg i U ZC YN 5J L'n LS K co_ CY z Za Z NI KC ^s2 J�Z � o o v 0 a 1tlM o 0 z � v 1 OU mC 00 u ¢F d n w Fpa ZIL J WIC LS v 6 L U C Z U 1 K 3 i� ei 7 Y 3 K U O ai °F> ¢mm �aJ SCJ �OL �O 6 co_ CY Za NI KC ^s2 J�Z a 1tlM o o v � v mC 00 ¢F Fpa ZIL WIC C _ r s V v 6 L U C Z U 1 K 3 i� ei 7 Y 3 K U O ai °F> ¢mm �aJ SCJ �OL �O 6 FR. LLI d N L c N Lo J� C1 � r� UO :— L4Y -61£ — Dmol 'Spidoa 3opaO SH1Vd3U dYM NVMS A3ONnvHo LOZ spS 'any puojq+ £94 Yl 'Ailo IIMOI 'Sdwva 133a1S 3noneno 6uu9aui6ug PA I v NtlMS A39NnvH0 '13381S lylWV3 c2 �s z� �U V� p3 `O da �S o � d'x V� uW O a w< 0 rl I o G 0 �z< z o �yJ V 6 � I I J 3 O HINON o Fz2 rS NC Z � s0 w$ _ .L4 dw �Q c2 �s z� �U V� p3 `O da �S o � d'x V� uW O a w< 0 rl I o G 0 �z< z o �yJ V 6 � I I J 3 O HINON o Fz2 NC Z � s0 CZj ON EU� xO O_ OF LJC T. 2 ^7 �O UJ Z_W 9�O G {I Z- OC Vo L'J h \ V" JT c5 fi5 I I rO Vy K @p VF Cm� T ~ IW/1 ai Ji Z U� ZZ Ln _ �YV y3 WZ 5> c2 �s z� �U V� p3 `O da �S o � d'x V� uW O a w< 0 rl I o G 0 �z< z o �yJ V 6 � I I J 3 O HINON o - V-612 -_'-1DPO m_,m ' / \ Bulpeoul U] !w\ \[ \ -M) \§ )\ )\) \\ }3 }j )\ &E )� a� )§ ( \ §� e, §(_� \\\/ 5)qb )k !m 2 \([ ; [ )]] z� d ) I ! )f� |! ƒ(q; \ |j d ) ` k ! k! ; §§ /§ - u ZZZZ— L4Y -6l£ — DMCI `6"doy Iopa� IN a {m5 ,anV PIU,N �4 29q 6uuaam6u3 p� STV130 81V638 YI `A110 VMo1 `som :i3ais 3nonena ffi NVMS ),33NnVH3 '133815 7V118VO c?IIH.J7?! ,.IWH?I '"INI�NH.I L Ln7 N y - _ Z -- q uMOI ll-D£ -8 3NON W e! tl m ilia H §HNJR� M; y 3 5 p �i o 4'g1 ° am w k w� R "1.,9w g s 3 Zvi k LL3� 3G � 5wxk i e - 7 cn o' J 43 a g, Lf � "I TH 3 5 J e Be / Sc ee uwC's is =e _ 77 "g H a °- [:+ a Hi 6- _ c 9v b9 LF�F. L 313� c- � I dge s� S93 gc pL Cr 9 �i d`z ru C RI sE 5 ry- _� g3 � eta 5^ L. ., H_s g 0 V a 0 ya �N 0 a= u^ as �w In y - _ 1.0 L LI wY NS:.JF- 1 � L §r' \\ Y C_ 3� � o �Z c �w W e! tl m ilia H §HNJR� M; y 3 5 p �i o 4'g1 ° am w k w� R "1.,9w g s 3 Zvi k LL3� 3G � 5wxk i e - 7 cn o' J 43 a g, Lf � "I TH 3 5 J e Be / Sc ee uwC's is =e _ 77 "g H a °- [:+ a Hi 6- _ c 9v b9 LF�F. L 313� c- � I dge s� S93 gc pL Cr 9 �i d`z ru C RI sE 5 ry- _� g3 � eta 5^ L. ., H_s g 0 V a 0 ya �N 0 a= u^ as �w uj 2' 2 ? - LL a o ` \, \ : \� l 6 ,- r� ; j I ,\ IR m, a, Vo ~° aisu_ \tea / _ » uj 2' 2 ? - LL ( \ \� \ � � / / I ,\ 9 } \(\ \ } NI .� \�) a( I \ � \ 2 ,�} ( \ \� \ � 9 NI .� \�) \ ,�} /! 2 ) ( \ \� \ � - ■ .� \ ,�} /! 2 - ■ Prepared by: Chris O'Brien, Director of Transportation Services, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5156 RESOLUTION NO. 11 -97 RESOLUTION SETTING A PUBLIC HEARING ON TUESDAY, SEPTEMBER 20, 2011, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2011 PARKING RAMP REPAIR PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: .3d039 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 20th day of September, 2011, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of September , 20 _LL. ATTEST: /uy- -2 % Y - 9V/ CITY�RK pwengVnasterslsetph.00c 9199 � -�4 MAYOR Approved by 4Z_ / City Attorney's Office Resolution No. _ Page 7 It was moved by Bailey and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x X x —x— x x wpdata/glossarylresolubon -lo. doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Publish 9/15 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR 2011 PARKING RAMP REPAIRS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2011 Parking Ramp Repairs Project in said City at 7:00 p.m. on the 20th day of September, 2011, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE TO BIDDERS 2011 PARKING RAMP REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 11th day of October, 2011. 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 18th day of October, 2011, or at a special meeting called for that purpose. The Project will involve the following: The removal and repair of caulk joints in three City parking structures. Minor concrete removal and repair will also be part of the project. All work is to be done in strict compliance with the plans and specifications prepared by V.J. 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 two (2) years from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 26, 2011 Completion Date: April 20, 2011 Liquidated Damages: $450.00 plus $18.00 /parking stall per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of V.J. Engineering, located at 2570 Holiday Road, Coralville, Iowa, 319 - 338 -4939, by bona fide bidders. 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 Pweng/ -2011 pkg ramprepair - notobid.doc Prepared by: Chris O'Brien, Transportation Services, 410 E. Washington St., Iowa Cily, IA 52240 (319) 356 -5156 RESOLUTION NO. 11 -312 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE 2011 PARKING RAMP REPAIR PROJECT, 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 and form of contract for the above -named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. Bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 2:00 p.m. on the 11th day of October, 2011, or at a later date and /or time as determined by the Director of Transportation Services or designee, with notice of said later date and /or time to be published as required by law. Thereafter the bids will be opened by the City Clerk or designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of October, 2011, or at a later date and /or time as determined by the Director of Transportation Services or designee, with notice of said later date and /or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 20th day of Sept /embbee1(r' �% 120 11 V V V c /V A MAYOR Approved by ATTEST: CITftLERK City Attorney's Office pwengtreslResApproving plans- Parking Ramp Repair Project2011 Resolution No. 11 -312 Page 2 It was moved by trims and seconded by champion the Resolution be adopted, and upon roll call there were: AYES: x x x —x — x x x wpdata/glossa ry(resoldon- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright L15 Prepared by: Kuml Morris, Engineering Division, 41Q E. Washington St., Iowa City, IA 52240 (319)356 -5044 RESOLUTION NO. 11 -338 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2011 PARKNG RAMP REPAIRS PROJECT. WHEREAS, Western Waterproofing Co., Inc. of West Des Moines, Iowa, has submitted the lowest responsible bid of $107,000.00 for construction of the above -named project; and WHEREAS, funds for this project are available in the Capitol Street Ramp account #7100 - 510400. 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 Western Waterproofing Co., Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Director of Transportation Services is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this . 18th day of October _'20 11 ATTEST: A/-!'ti ' e d CITY�ERK A MAYOR Approved by City Attorney's Office It was moved by Mims and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: X X —X- -X —X - -X X pwengVes /capitolstramp- awrdcon.doc 10/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee $ r CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 JW I, 9.0kM being duly sworn, say that I ani 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 _(_ time(s), on the following date(s): Legal 'lc Subscribed and sworn to bef�th's _9041-day of A.D. 20-LL—. s5z � Notary Public � *to k LINDAKROT2 Commis on Number 73261 ° My Commission Upkas Jan 27, 2018 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2011 PARKING RAMP REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 11th day of October, 2011. 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. Hawat Hall at 7:00 P.M. on the 18th day of October, 2011, or at a spe- cial meeting called for that pur- pose. The Project will Involve the follow- ing: The removal and repair of caulk joints in three City parking struc- tures. Minor concrete removal and repair will also be part of the proj- ect. All work is to be done In strict compliance with the plans and specifications prepared by V.J. 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 falls 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 two (2) years from and after Its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 26, 2011 Completion Date: April 20, 2011 Liquidated Damages: $450.00 plus $18.00 /parking stall per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of V.J. Engineering, located at 2570 Holiday Road, Coralville, Iowa, 319 - 338 -4939, by bona fide bidders. Prospective bidders are advised that the City of Iowa City desires to employ minority, contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239 -1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder Intends to subcontract. This list shall Include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extend- ed 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, lowa- MARIAN K. KARR, CITY CLERK September 26, 2011 -�Iroo y s(9) Prepared by: Chris O'Brien, Transportation Services, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5156 RESOLUTION NO. 12 -471 RESOLUTION ACCEPTING THE WORK FOR THE 2011 PARKING RAMP REPAIRS PROJECT WHEREAS, the Transportation Services Department has recommended that the work performed by Western Waterproofing Co. Inc. of West Des Moines, IA be accepted; and WHEREAS, the final contract price is $113,037.50. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT said work is hereby accepted by the City of Iowa City, Iowa. Passed and approved this 13th day of November —,20 12 MAYOR ATTEST: CITY tLERK Approved by City Attorney's Office It was moved by Chamoion and seconded by Dobvns the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Champion _x Dickens x Dobyns x_ Hayek x Mims X Payne x Throgmorton