Loading...
HomeMy WebLinkAboutTRAIL/COURT HILL/PHASE 3/2010Iflowkwamlikil I m 2010 �- DFc - /o 30— Sr;P_ Jai Oc -aor) (K- DCF — // cvtAe-4 P-1 20 10 (( / Z¢saI_��iah. / D= s_ I�_..�faPco��rz8�- �tu��v��z�nc� E,_.�'�✓'ec- i� =v`�1 -�� 4-o tAvzrc-4e- ('1'erlc a�rNJes 4h c�ree/r;e, _ C4 be MAU Cansrc/��n�� PYou,n /�-c. en9i?� ^��.�`rngp �o,rsu /�an�"pSeru�C�s Ca1 u.. �r Q,� 7"h ct SAC llQ R2so�u�iJ l 3/y Se C7 G- pt 7_,c azriflQ__ L3 -DutoLty- / ?r a(O /l a,- l�h (- c%.46rm_p –C�Qv� coSr_ tar u L (��s�l! Yi1eC.r_: nq —E I4. A"u }o iac2 said P)Ccri.S L?'"� - i-� -�� -t-ar Pu.%.I.iC�nJSf?ec +tdn_.. ka6- L;_sl,._o.�•.;�! sec�.r;k ci.;r2�'i�+n9 C*��.��K,_ -%o _��i��is� 0.�+?�- �"'t�- �.r�t4�- ._�y✓� �: -�1��- -.. ',_k.:nsa. ✓�; e/ aK�lLec�4 —ov r e�e;� -� eF cis -- - -- - t, - DE-c- // -4P2- /a I d'o(O 1�esolk-I-;on ii -379 of riG -5a 7rn�e�� a JveV- kGcm.al �v✓ a-F b: d5. 7`-ati,9 Q j o'F' S�f(in9 C, rpew <14-. -f�r )� d.• rtte �- �(;?��5 "Y CleYx1 � ��.6�l; s� I jS� � D '�•)Ci nq -f-r m•C. 4h�F �LHr:� TJ Y^ 1"'•2 cZi��T' J /�,jo7-ic E -/a Q,onEfeS pv- oJ- O-F Peru /; cc, - -,-Dv, Reso 1� �; a /a- 1 ly s Mayo' '40 S•ryh a hA 41-- 4�n.. 37/5(6Y-9) -- 9G- 51 roKM o-F e0n�rac4- � rinSur�nc� Pty z s 3 -v^ /3 -a9 acct, Elm 7Pr� for 4-e —I ro 15 Prepared by: Tammy Neumann, Parks & Recreation, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5210 RESOLUTION NO. 10 -515 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND MMS CONSULTANTS INC. OF IOWA CITY TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR COURT HILL TRAIL PHASE 3 OF 3 FROM SCOTT BOULEVARD EAST TO WINDSOR RIDGE. WHEREAS, the City of Iowa City was awarded a grant by the Iowa Department of Transportation to construct a trail as an extension of the Court Hill trail project; and WHEREAS, the City of Iowa City desires the services of a consulting firm to prepare preliminary and final design drawings and specification for bidding and construction of the Court Hill Trail Phase 3 of 3 from Scott Boulevard east to Windsor Ridge; and WHEREAS, the City of Iowa City has negotiated an agreement for said consulting services with MMS Consultants, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with MMS Consultants, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE. CITY OF IOWA CITY, IOWA THAT: 1. The Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and the City Clerk are hereby authorized and directed to execute the attached Consultant Agreement. Passed and approved this 7th day of December 2010. MAYOR ATTEST: CITYttERK It was moved by Wilburn and seconded by adopted, and upon roll call there were: Approved by / // / /O1z�in,t Z f�klao-.J City Attorney's Office / l 3 d I L) Dickens the Resolution be AYES: NAYS: ABSENT: X Bailey X Champion X Correia X Hayek X O'Donnell X Wilburn X Wright CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 7th day of December, 2010, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and MMS Consultants, Inc., of Iowa City, Iowa, hereinafter referred to as the Consultant. Whereas the City requests assistance with preparation of plans and specifications for Court Hill Trail — Phase 3 of 3 from Scott Boulevard east to Windsor Ridge. NOW THEREFORE, it is agreed by and between the partied hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SRRVICFS Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. All phases of services will include the necessary work for compliance with Iowa Department of Transportation (Iowa DOT) State Recreational Trails Program funding requirements. Concept Statement The Consultant, with input from City staff, shall prepare the project conceptual layout and prepare the Iowa DOT Concept Statement for Local Systems Federal - Aid projects. Design Development Phase A. Design Surveys The Consultant shall perform surveys as necessary to prepare strip topography along the project route. B. Base Map Preparation ■ Base snaps to facilitate the trail design will be prepared from the topographic survey information. The maps will be prepared along the proposed alignment and will include existing topography features, right -of -way and easement lines, buried utilities based on field locates, and above - ground surface features affected by the proposed construction. Collect field data. This includes, but is not limited to a topographic survey with all applicable features identified. Both surface and below - surface elements shall be surveyed for the project area. ■ Coordinate with Utilities. This includes making a One -Call for utility locates and including these utilities in the plan set. C. Preliminary Design Based on approved design concept plan, prepare a geometric layout plan of the proposed trail. 2. Prepare horizontal and vertical alignments to be used as the basis for final design. Identify final design constraints for phased construction and review construction phasing plan as necessary to coordinate with access and construction. 4. Prepare anticipated trail project schedule and opinion of probable construction cost. ■ Prepare preliminary plan and cost estimates for review. Three sets of this approximately 50% complete set shall be submitted 5. Prepare a report to the Iowa City engineer to analyze the amount of sedimentation in the storm basin on the east side of Scott Boulevard, 6. Prepare and submit required initial submittals to the City and Iowa DOT for preliminary design approval. ■ Recommend an appropriate method of construction to Parks and Recreation Department and Engineering Staff. ■ Review preliminary plan with Iowa Department of Transportation officials. 7. Meet with City staff representatives to review preliminary project design and obtain review comments. ■ Review preliminary plan with Parks and Recreation Department and Engineering staff. Construction Document Phase A. Final Design Determine the pavement structures including type, thickness of surfacing, subgrade design, drainage design, typical joint designs, and related pavement details. B. Typical Pavement Sections The final design typical pavement sections will be developed for the project. These sections will show the pavement section, subgrade and grading requirements. C. Final Plan and Profiles The final design and drafting of the trail plan and profiles will be prepared on base maps prepared for the project. This will include all detailed information required by the Iowa DOT and shall be in accordance with SUDAS, Chapter 8, Section 2, Table 2. 1, current edition. D. Final Design Cross- Sections Prepare the final design of the individual cross- sections for the project. Cross - sections will be developed at a maximum of 50 -foot intervals with additional cross- sections included as necessary, Cross- sections will show the existing ground as well as final grading, foreslopes, backslopes, special subgrade treatment, and other pertinent information. E. Final Design Plans Layout plans and appropriate detailed design drawings showing the project and component parts shall consist of plans, elevations, sections, and other drawings for bidding and construction purposes. Final design and drafting of trail plan and profile sheets will include complete detailed information for location of existing utilities, typical cross- sections, and individual cross - sections. Plan and profile sheets will be prepared at a 20 scale. F. Final Storm Drainage Design Final design and drafting of the storm drainage system, storm sewer inlets, manholes, culverts, ditches, and other storm drainage appurtenances on the project will be developed. The design of the storm sewer system will be based on current Iowa DOT accepted standards and Iowa City design standards. G. Erosion Control Final design and drafting of temporary and permanent erosion control measures to be provided on the project during construction will be completed. H. Signing and Pavement Markings Final design and drafting of applicable trail signing and pavement markings. I. Lighting Lighting will be designed and included. No additional trail lighting is included. J. Sitting Nodes Sitting nodes consisting of benches and appurtenances will be designed and included. Buildings and kiosks are not included. K. Final Design of Incidental Components. Prepare Construction Sequence Plan, Prepare Traffic Control Plan. Design work considered incidental to the project and not stated herein, necessary to construct a final completed project shall be the responsibility of the Consultant and no additional compensation shall be provided. L. Specifications The Iowa DOT standard specifications for highway and bridge construction will be utilized as the technical specifications for the project. The Iowa DOT standard contract documents will also be utilized for this project. Supplemental specifications and special provisions required by the project will be prepared and incorporated with the standard documents. M. Final Quantities The final bid quantities will be determined and included with the project specifications bidding form. N. Final Cost Opinion The final bid quantities will be determined and included with the project specifications bidding form. Prepare Construction Cost estimate. O. Submittals, Reviews, and Revisions Prepare and review 90% plans and specifications with Parks and Recreation Department and Engineering staff. Three sets of the 90% plans shall be submitted. Submit plans to the City and Iowa DOT per the Iowa DOT Project Development submittal dates (I.M. No. 3.005). Comments and revisions resulting from this review will be incorporated into the final plans prior to their completion. P. Final Plan and Specification Submittal Submit final plans, specifications, contract documents, and opinion of probable construction costs to the City and Iowa DOT for final approval. Prepare Construction Cost estimate. Q. Assemble Plan Documents Following final plan revisions, assemble title sheet, project quantities and references sheet, location plan, pavement detail sheets, grading plan and profile sheets, typical section and tabulation sheets, and cross- section sheets. R. Permitting Prepare and submit IDNR NPDES on behalf of the City of Iowa City Iowa DNR NPDES erosion control permit application and stormwater pollution prevention plan shall be prepared by the Consultant. Consultant shall submit for City of Iowa City work in flood plain permit. Permits beyond these are not anticipated for this project. Should additional permitting be required for this project these services may be provided as additional services. Bidding Phase Provide reproducible drawings to the Iowa DOT for utilization in their bidding procedure. The Consultant shall respond to questions as received and prepare addenda as necessary. Assist with bidding process as requested. Recommend award of project as requested. Construction Phase Consultant shall attend and participate in the preconstruction meeting with the City and Contractor prior to construction. I. Attend and present at public meetings if required. 2. Finalize plans and specifications as bid documents including erosion control and traffic control plan. The plans shall include, but be limited to the following elements: New P.C.C. Recreation Trail, Scott Boulevard Pedestrian Crossing drainage structures, predesigned Pedestrian Bridges, access road to Rita's Ranch Dog Park, slope protection and creek channel protection, removal and replacement of pavement as required, restoration of existing landscaping as required, traffic control, and both typical and special details as required and traffic signing and pavement markings. 3. Submit Final Plans to IDOT for letting. 4. Final Plan submittal shall include 3 hard copies of the plans; specifications, and cost estimate. It shall also include electronic submittals. Present to City Council as requested. 6. Assist with bidding process as requested. Recommend award of project as requested. The following scope items are not currently part of this agreement. If authorized under a Supplemental Agreement, the Consultant shall furnish or obtain from others the following services Printing and distribution of plans and specifications during the letting process. 2. Legal boundary surveys. 3. Property acquisition assistance. 4. Construction staking. Construction Inspection. The City of Iowa City will provide existing planimetrics, contours, aerial photography, standard specifications and standard details. They will also supply hard copies of existing water, storm sewer, sanitary sewer plats, storm detention basin plans, and road plans for the project area. II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. All Scope of Services items shall be completed within 18 months from the date this agreement is executed. Final submittal deadline shall be established per the Iowa City Council schedule but the targeted final submittal deadline is April 29, 2011. 50% Plans shall be submitted a minimum of 8 weeks prior to the final submittal deadline. 90% Plans, Specifications, and Cost Estimate shall be submitted a minimum of 4 weeks prior to the final submittal deadline. The project schedule is as follows: 1 Design Development and Construction Document Phases: November 2010 — Apri12011 Bidding Phase: July 2011 — August 2011 Construction Phase: September 2011 — May 2012 March 2012: Signing and painting May 2012: Final Review III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultants shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. I. The Consultant agrees to furnish all reports, specifications, and drawings with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep Mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5 O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES The Consultant shall be paid according to the hourly rate schedule attached and incorporated herein by this reference, with the maximum fee for each phase listed below. Billing statements and written progress reports shall be submitted monthly for payment by the City. A. Design Development and Construction Document Phases: $87,000.00, plus a maximum fee of $2,000 for the storm basin sedimentation analysis. B, Bidding Phase: $4,500.00. C. Construction Phase: $20,000.00. V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. FOR THE CITY FOR THE CONSULTANT Title Mnvnr By: AL4/�P. Cj 1 � n D. cts n �r Title: Pr ej i,�,I, l— Date: December 7, 7010 Date: AloVevn, �- 30� Zu10 ATTEST: %,�� City —Clerk 2010 Rates All Departments Work Code Description Amonnl /Hour 81 Administrative Assistant $53.00 82 Clerical $53.00 83 Clerical Support Specialist $38.00 86 Expert Witness $170.00 91 Senior Cad Technician $107.00 92 CAD Technician 1 $60.00 93 CAD Technician 11 $53.00 11 Engineer $107.00 12 Engineer II $95.00 13 Engineer 111 $83.50 14 Engineer IV $72.00 41 Engineering Technician 1 $83.00 42 Engineering Technician II $70.50 43 Engineering Technician III $63.00 44 Engineering Technician IV $54.00 51 Geologist $73.50 52 Wetland Scientist $71.50 53 SoiVWetland Technician $55.00 21 Landscape Arch 1 $107.00 22 Landscape Arch JI $90.00 23 Landscape Arch 111 $68.50 24 Landscape Arch IV $55.00 31 Land Surveyor 1 $107.00 32 Land Surveyor II $91.50 33 Land Surveyor III $80.00 34 Land Surveyor II GPS /Robotics $116.50 35 Land Surveyor I GPS /Robotics $132.00 38 Land Surveyor III GPS /Robotics $105.00 45 Research Administrative Assistant $63.00 71 Survey Chief $79.00 72 Survey Tech 1 $65.00 73 Survey Tech II $56.00 74 Survey Tech 1 GPS /Robotics $90.00 75 Survey Chief GPS /Robotics $104.00 76 Survey Tech II GPS /Robotics $81.00 Friday, January 29, 2010 Page I of I t r � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX ENGINEER'S ESTIMATE www.lcgov.org September 30, 2011 City Clerk City of Iowa City, Iowa Re: Court Hill Trail — Phase 3 Joshua J. Slattery, P.E Civil Engineer N d Dear City Clerk: A rn The estimate for this project is $516,000. �t w o r— �rn v M Sincerely, a `D 9 V Joshua J. Slattery, P.E Civil Engineer w` O w ul Z w r x U 2 L>61 h a a -- s a- s a e- s s a x a —11A g Q c z W u) ZC O O O =1 > O ` L_ 0 � _ w it E I O C J r O O V z U ai QQ~v 3OU�n ® O Z U °o�'i'o.:N n N p. LL < a i..i 0 FD O , - O F- Z } I c O ca z FL F° U �gp Z z K o of" E O C Z Z y K B. I j N OO iU - o O OTS a �T r O o a Qi 8 co LL 7 a iz ,gy a 6 $ I a 3 w 3 3 w` O w ul Z w r x U 2 L>61 h a a -- s a- s a e- s s a x a —11A g Q c z W u) ZC O O O =1 > O ` L_ 0 � _ w it E I O C J r O O V z U ai QQ~v 3OU�n ® O Z U °o�'i'o.:N n N p. LL < a i..i 0 FD O , - O F- Z } I c O ca z FL F° U �gp Z z K o of" E O C Z Z y K B. I j N OO N — N❑ N CEO�i aUV00 x0 .: Cs 3 0 U"Z o£ZOOOoz o° _ ° �a�' =� xa~!aFO3oo CL o LOZ'g jagwanON -.31V4 9NI1131 o . � QaW y a Q VIN ioZ xQ °Wo Ny-¢ ZNU F¢UV J N wWN0' WJJ6 aa�N oNw� Q¢oo qw � ywW° 1 U�U Z N ON ray Z a- 6,< 0 cz z�w� 'wv�0 o H WVz 3"¢0 0 .05 Sao �maa z O �wa is q�m E �Y ~Z OYU mw o� w� dZ QO S c� W � tom+ ry U O a�Hm3Ew N o V N �frfr o Wya_." � Oa s Sw Q ccu C O V O J U A OR a 0 IC —J I u CK gE o ego � ti _Eo. y .• d 2�m � G O h 0 �gH� $ c e a m� --NO WS u 3g _ Lf IE 4+H Z5-J6— (6V9)9 6LS-18N C959�'� Z w w 2 co w F H M C9 w cp _��, Lo a U co J_Qn � Mc ) -jOz =�o _0 �VU o w 0 O_ Sm >� a a U 0 2ag,H �o z R IF U U) O NN i•� O xa Z wi Q ULL S� L $8 M ® U h J o AMOD NOSNHOP '.,110 VMOI 30 ALIO i-: a ZC O O O j .,o O O ` `? C _ w it E Eg AE S O�ijN N N p pJC�CO m ° U y� j y D �- °o�'i'o.:N n n N NEB °a Q Q o° Z U a W'- .' y K o of" E O C Z Z y K j N OO iU - o O OTS o . � QaW y a Q VIN ioZ xQ °Wo Ny-¢ ZNU F¢UV J N wWN0' WJJ6 aa�N oNw� Q¢oo qw � ywW° 1 U�U Z N ON ray Z a- 6,< 0 cz z�w� 'wv�0 o H WVz 3"¢0 0 .05 Sao �maa z O �wa is q�m E �Y ~Z OYU mw o� w� dZ QO S c� W � tom+ ry U O a�Hm3Ew N o V N �frfr o Wya_." � Oa s Sw Q ccu C O V O J U A OR a 0 IC —J I u CK gE o ego � ti _Eo. y .• d 2�m � G O h 0 �gH� $ c e a m� --NO WS u 3g _ Lf IE 4+H Z5-J6— (6V9)9 6LS-18N C959�'� Z w w 2 co w F H M C9 w cp _��, Lo a U co J_Qn � Mc ) -jOz =�o _0 �VU o w 0 O_ Sm >� a a U 0 2ag,H �o z R IF U U) O NN i•� O xa Z wi Q ULL S� L $8 M ® U h J o AMOD NOSNHOP '.,110 VMOI 30 ALIO i-: a Z5-J6— (6V9)9 6LS-18N C959�'� Z w w 2 co w F H M C9 w cp _��, Lo a U co J_Qn � Mc ) -jOz =�o _0 �VU o w 0 O_ Sm >� a a U 0 2ag,H �o z R IF U U) O NN i•� O xa Z wi Q ULL S� L $8 M ® U h J o AMOD NOSNHOP '.,110 VMOI 30 ALIO i-: a n0 NH /4 :GL :6 .Lnz / //q 6mP "AO)- 7.009gGq \ISnnn \- 7.00- 4BSgVgqq \:9 VJ Q N RJ �N x I x �'�/ _ x _ W a— M ••• wax I� X •• rm r Q • LIS x 0•� w c5 x x N Q Z CID W LL W t- U Z N ow a w =w US U W }� }N K j 2 '✓Ll QO C Os K mwUl IK�JJ� w wVIF « p O o w C U o N UI ZI- \ \\ ° JO Qm� Ny vZ OZ dUN M 0 �¢¢i w���V �w 333 zFwz �Q�o zz ;� o �w N w tom_�o Z �v5 ZUZdwwy�W JWWW ?NWwJ U ¢ .`•-O� fn}} Q "wwoz °O oN ° °a °a °aoo�o >-Z?O °w� °w�c¢ioI rr° w w ¢u� WZZZ Q ZZaFC2.�o' wywati�SwZm�FaFaw�ww� OZZNZNHHONLV c�U }2 -w zm a ? P7 N z �O�?x WxOOmxww� 00 OOOUQ�¢awwx w dc�rcwc�w.�wawmwc� aanac�z ONO�WJN Z U Kx �¢ww¢O x x Z Z vrw3 Uww awa3w�c�c� Hm ONO �zOmz o� co �r I w w UU❑ w d' OF W I o z� aJ� w�a0 ° o U0 u. 0-1 LL J dJ�y ®� O3U" 030 ¢OQ� JOZ Q i aYi 17i f(0� I ¢ Uw o FHZ Q II ia2_ �3w�nli I N�w� < oL Njao HUH o w N I 1) zpOro wm m¢ U I xv � Q) K Q li 0000� ¢sOm D=OOJ« d xYY YY 1TFF{Y i <ww �'- � Ucm " o •• 3 0 C E °OO ° N NN >E« S d U ¢° Om CJL l° « Lpw o'rn m Comm U U bo o m E S o 1- 0- d m �o3 4° .�5 p 3L C J Ll T 12 c o � -o aL Oo a ay > -� y mom °dom U� o+o« m 3 �.o So ¢ o p u °» x U m`m C °c°n yam. m": d «E ° o;, oEZO o ooy- ° o - 1 O -O Z J Q = C O -O E5 F m o O 0 0 ` o o d > U Od -" O J d U -p O N C O N« d- O O O d O W li O m fn W a r � n L � S N O C d L o (n o ++ O N O O h- « -O < O H- � n. 2 :i - <i.2 � o p ` 3 ° ° 0 0..N+.J+ -0- EL � OO O � � O^U Q p C - -N o u 0oL v _ ° o aci E o o= L w T� o TO o oaa �d d E o m ° - « = m °� J QJ U i y m C j V h EE y « O y O C d 'O - .� N v N .0. QO�N3 d d `O ° «v d° �dh- 'o d C m 'S" c� °«m� 0 y dL 0 U O U 00 J o-p L = =- «Y�o -c :�o o r, O J O` O °O .0 L d p s S_ J j L_ O ° O I Q. �.o c m N «v °3 Z ' UW O N O tLn 0 m OQ E p d O O N O O D .. N E N K O O O W m a o �g- < F « 6OZ `9L jagwanON :31VU ON11131 Z9- J6— i 100 NV L£:£L:6 LLOZ /L /9 Bm P' AOJ- ZOOf9S9 \1SN00 \ -ZOO - £9S9 \E9S9 \ :0 O _ $8r I F- ��^ N J I � 3 I N� 6.a — — — I — °6Wa �— — — �ba �aa ��� LU rn ¢ rn -e a U U� I. '§ I bd I.. _6a O ~ 1' $' J L� � 6 �n 6� I o ♦II = ix Joz 3 a _ z° ui o o B I / d I Uew rN� � <� E U I � Fa s x E8M8 +� I Fc98.8 w ao zl Eg w w _ —_— 6 aS _ _ —_— 6 o �ow 8 - d I. c U N r I , m m�ul l6OZ '9l jagwanON :3144 ONI1131 Z9-06-- (6179)96LS -121N A1NnOO N0SNH0 ',1.1.10 VM01 dO ,1110 a a <o lao KV ZT' L:a �ZVL/s = -PAW ZOC29cauanOO� Z00 S99 95s�'C mW ZyISE' 30 Ph =1? CITY CLS w M AOW z a c a d Q G LL Q 0 W F- w W pO�Od.N OOm00000IOQOOpONNm W �OOn000N0�- OOOOOOOOO1O ❑ y� =�0 e ° °mm ° ° °mmm� °mm °mom° °fin m °o °o° °mm ao�M� = °; r —� _ N LL ❑ J yQyZ ZFZ KUU pp O�OvOOOOONOO�NO�O�O.P pObOQ � W U Sa�LOQa��00N900NN0000M0 N O 2 N L OiDw�NOOQO0O00000000Q00 p mm000c 0000.00 000 00 v e4m C mN� m yam O '' mNOQ. NNmN 00�Nw WP0m01�mONOmNPPNmmm W mnmm D 00Mp0j0 g�e$ E �eo��mmciP^ NPi° On��00N1..a- m UOq� o =w �s ma 000�ONNc cc �3 O Aa....��cg�i�v�m�P.o (oJWIUFU'Wn¢ %ON �N WAaR �- wWKKKKOKwW�UfgK¢7i O.FU. "1Q1c1 WyKU OOOSOONNWOONO00N0�0 '�-�T j. ,TT j- rq yYY �iOwwFUWWIL °mOrynO��mWlf = }oo'SW�Jro }wm} hJ � Ww�um�Wywm�Yaw %OO OOVIVO o��duuu Nb ��NOVOwOtl j4()U(J tO VJ WW �'' mw WWIIlJ °v`Vryo$ooCa 111J Ww 4J mm000mnnn�mbm�m wbmmvpw�pm�rgo °q �s Eo.viy`mN,m`,n°w,mi� NNNNNIV[N`I CNVNNNNNNNNN(V tQin Nt�Nf a00` OVNNNCOiNNNNNNN �bbbbNbYNSN tm'INNNtOV�namOVnNNNC� r� Z OOO OO aa .5 £°O VO,�OO�000OOO$OOOOOOENU BASR tN] COQ� OO ❑ � L m d°+ 3 m '°- �?m V G 'Ya � CF 2m IL IL — �c�cM: Q Ciw 0 a v t"oUm °n- o.- ir. LL�'i E- �mmcViv Smrcrc�a=`.mQ W A� _ � ❑` Vmw� Sti@ as mm� =� �a mooaa mc''lo ° = =_ =r =mm�° =°q �m22111 u� $8 0A 6 3 m LLOZ 'SL �IWa ^oN 31b'O'JNLL13l Z5 J6�64914 LL£-1TJN A1NC100 NOSNHOf �AJ.17 tlM01 �O IJJO � g m UOq� o =w �s ma c6m}am�'<j cc me_o Aa....��cg�i�v�m�P.o (oJWIUFU'Wn¢ %ON �N WAaR �- wWKKKKOKwW�UfgK¢7i O.FU. "1Q1c1 WyKU OOOSOONNWOONO00N0�0 ®hmo °mOrynO��mWlf Q�00O000`ooON�Omm�ON00 %OO OOVIVO Nb ��NOVOwOtl ma�iog °O °v`Vryo$ooCa owQ mm000mnnn�mbm�m wbmmvpw�pm�rgo °q �s Eo.viy`mN,m`,n°w,mi� NNNNNIV[N`I CNVNNNNNNNNN(V tQin Nt�Nf a00` OVNNNCOiNNNNNNN �bbbbNbYNSN tm'INNNtOV�namOVnNNNC� hN Z OOO OO aa £°O VO,�OO�000OOO$OOOOOOENU BASR tN] COQ� OO lye �Ilg 11 `r' man Fl� 12 - ---------- ---------- z 0 0 zo LU Z w > w of Of CL r- W Lu cl) < avm < o� OFL LL z jo . ). o 5 Lu 0 C) 0 0-1 EL E. Nw wog LD -------- - --- ----------- ---- ------------ ------ g;q WnD L z as Lj 3 S C� I n [OZ'gi, jeqLU@AON :21V4 ONUITI Z9-96-46t7919ILE-1bN AiNnoo NOSNHOP ',kilO VAAOl 0 O 0@000 - ---------- ---------- z 0 0 zo LU Z w > w of Of CL r- W Lu cl) < avm < o� OFL LL z jo . ). o 5 Lu 0 C) 0 0-1 EL E. Nw wog LD -------- - --- ----------- ---- ------------ ------ g;q WnD L z as Lj 3 S C� I n [OZ'gi, jeqLU@AON :21V4 ONUITI Z9-96-46t7919ILE-1bN AiNnoo NOSNHOP ',kilO VAAOl fX 1 , rY\ ' r J J ELJ 00 cn Q �F Oo N sxu p -Rc ax 7 g IV et 8 w � folk* ^ j bi wt `Ci"'�_ UNnoO area` CC�I' HMOI 30 ul0 a a< o <o 44OZ `96 jagW9AON :3-LVG SN11131 Z9- J6— (6b9)91LE -i8N NOSNHOf '.1.110 nn nV 9L:LC:nL Linz /z /R 6mp'}{nG— ZMCQCa \IGNnn \ —ZM— taco \taco \:'1 �, �m 56 ♦0.t Rpn3 W e s 1 a w co rn CO \ 1 I Q00 1 F- F — 1 � _ w coA'U T. O lCE _.__ —$ �csr+eot ssn3 Wpm 8ff E < fL y ,$ < � yY Z G° I U 599 _ IA AiNnCO NOSNHOf `AlIO VMOl d0 AlIO � o <o 440Z `S4 jagwanON :DiV(l JNlll3l ZS-J6— (6t,9)9 LLE-1bN im wN ai:lc:nn. lint /z /a 5MO unc— znncaca \icnln�\ —znn— coca \coca \:-I F- < z Q J a; g n }ao lo Y e oo m F- co Q} of Or LL W Ir as w `� N« a. 8 tA } o� y ✓// a9 9.cu spa I r.l1NnOO g a � a a o a a IN NIOSNHOP 'AlIO VMOI d0.111Ory �CZ Sl 1agW@AON :3140 ONI1131 ZS-E)6--(6179)9 LLC-I' v E J LL O Q06 Z s , -. ^, '�•�' ° ""fro �� u� fiFFF Lu } ;38 so rzc J Q n o 3 lip` w H F LL O��b efiae`oze- s z�z° W „� =oP aow ssb+oz� 8s a ds�m zr) 2 X18 O -__ ."' ' <. ��b""• — _ - 58'02[. rosc.au _/ <m ao s,N 16- 4 - -- _ :tl 6 �> A1NnOO NOSNHOf 'A11O VMOI dO AlIO � rc a a <o 66OZ `g jagwanON :31VG JN11131 Z9- J6--(6b9)96L£-i2]N a ./w -� R. -� r r8 /IJJ..r.. LOZ'gL jeqW9AON:3144 E)Nl113l Z9-E)6—(6i79)S LLS-i2]N C� LLI LL cr 0� 0 CL Z < co (D Lu q) CO 0) < co � 0 F!- F- oz —M -j LL � 0 F-!ZZ oe (.) C-) F- 5 0 LLI Z.) 0 Of AiNnOO NOSNHOr'AIIO VAAOI AO.Ulo OD tgUM Qm M --- - ------------- - �-�z -------- - ---- ---- ------ .;E y /ri / %li L LOZ 'g L laqW@AON :3I40 ONLL-01 Z9-96—(6t,9)9UC-IHN -zoo -fqgg\mg\ :c LU LL 0 CL 'Z06 Z < M W 2 CO < of 0 co H —a -j LL o > L 0 Z 0 w C) 0 ir Q- I IL N no z o AiNnOO NOSNHOr'AIIO VMOI =10,kilO ■ LU LL 0 CL 'Z06 Z < M W 2 CO < of 0 co H —a -j LL o > L 0 Z 0 w C) 0 ir Q- I IL N no z o AiNnOO NOSNHOr'AIIO VMOI =10,kilO ' � Vic, \ 000,00 YI it cm o Pit ! - I it f� I 6OZ'SL j@qWaAON :31VG ONI1131 _!LE PN�3`: 13 ZS-S6--(6t79)96LC-12JN uj W -j ILL 0 co cp < U-M joz Fez 0 LL n 0 c 0 0 Zia AdNnOO NOSNHOr'Ai[O VAAOI =10 ),ilO 1 � IN II s I U a h _ 00 , Ell IN, `JL•IS UL Fli Er` LL£ -138N N NW Y J W wLL 00 oa � 06 HJ O U N uj u } �Ucc _j <Om -j OZ. �Lz �UU 0 w CL �am-- o mo � VQ � w U F� ¢ mom r/i V m ¢m �Om m m0 AlNnOO NOSNHOf 'AlIO VMOI =10.11lO a a< o ¢a =5: € �C 1 I 66OZ `q� jagwanON :31V4 JN11131 Z9-06— (6b9)9LL£ -121N �e ■ICI =5: € �C 1 I 66OZ `q� jagwanON :31V4 JN11131 Z9-06— (6b9)9LL£ -121N 1£999\ E z° m d � w 8 aw U% J J LL �a �C6 Q Z as J O a x ML g N L? X M (D w cp Q }rn L: 'IT aus J Q aOM a �Oz _a =�z 5UU 0 o w Q a a R m °o m❑ U aR Ua R N o a�¢ 9, Cpn yU� 6m m LD �3 �d Y: _ J �o 'IIIII'�IIIIIIIII�II o m 1.1NnOO NOSNHOf '1.110 VMOI -�O AdlO o Q o <o ■ICI 1£999\ E z° m d � w 8 aw U% J J LL �a �C6 Q Z as J O a x ML g N L? X M (D w cp Q }rn L: 'IT aus J Q aOM a �Oz _a =�z 5UU 0 o w Q a a R m °o m❑ U aR Ua R N o a�¢ 9, Cpn yU� 6m m LD �3 �d Y: _ J �o 'IIIII'�IIIIIIIII�II o m 1.1NnOO NOSNHOf '1.110 VMOI -�O AdlO o Q o <o =Q LU r ------------ �a — 2` co J W LL - w ' — - o --_ R. z J 1, - - f co zr czc a ra a co c. � $Z W O �dg=e 0 R �N' " yOm FNv w , ' 1 eo'vi xra to ❑ <� E 1 J',' -- -. -------- y 4 U ' I Z 1 QAREA FIN may'' % - o uNfl00 NOSNHOf `u0 bMOI -�O ul0 o a o 6OZ'9l jagW9AON:3liVG JNIll3l Z9-J6— (6t79)9 6LE-i2]N iUJ nV q L Ls :0 L L .Cc / S —P 6f-S- - ---------- ---------------- ------- ---------- - ---- E D --- ------------- --------- --------- E - -- -- ----- -eo�< --- - ------ -- -------- --- --------------- 1010 5i ---- --------- Gsi ------------- ole L LOZ 'g L jaqWGAON :3IV0 9NLLL3l Z5-E)6--(6t,9)9 LLC-DAN 0 W 5 LU D < w Q� F- LL w0 as z 11 LLI m co (5 LLI < aim < 0 F.L LL �oz �j� C F- > z o C x 0- g g N° F 0 W. �o yUm 5 -2 a 5 rT7- Wm AiNnOO NOSNHOr'AdlO VMOI Aoulo smzc L LOZ 'g L jaqWGAON :3IV0 9NLLL3l Z5-E)6--(6t,9)9 LLC-DAN 0 W 5 LU D < w Q� F- LL w0 as z 11 LLI m co (5 LLI < aim < 0 F.L LL �oz �j� C F- > z o C x 0- g g N° F 0 W. �o yUm 5 -2 a 5 rT7- Wm AiNnOO NOSNHOr'AdlO VMOI Aoulo 1ao W`✓ 9L4S :OL LLOZ /Z /9 6mp bNS- Z00£9S9 \1S N09 \ -zoo - £9S9 \£9S9 \ :o S77 30 O -'i7,, G'_-�. _... z 0 00- LL LL Q ED 4o i cU w � 2 C7 a 0 M �E:l� r ' �L� a o ,�' j� � O LU U a — - - - -- JL H. sp f / ° J I O y m Q �o m -m 6Z Q y U m U ¢ N Gom m � O O Z F O = Z - i Y ONO30i �OQ� z� wm �FO am�0att p oW °mow O' -ci �2 OCO�K7 i`50 ¢C ZO�Z ti00 WFIZ s F a�O � mH 6.O Q -C Ow ZF ~�O NO OU tidcN °d ° O ¢ �O Na d zi�zww LLO a�au s o m Qa z° a nj mza� a � a o.° °om w o o ¢ ° wi wx J U < LLa ya z maF�F� io ao5� 33N gaa burin ¢ina `3 a� Wok o� ¢ w.- a o �o¢rnzo N �o N= QoJ mza a=ooa� oo �z Szmo m sa <oF U o�¢ U °W ¢^'V 5m ap v: irnw �O� <Nr¢�o �o aUZZ �Z 1y WQOaoQ o ��_� N� pzo ago d'io o rs o °z� ~ Jzwa¢ a�Na 22 _zo _o_ swa w tea° our �_� ro 000m �LL a�J -mow ozFwi,N Q'"� �G oo iza F8 o� _w3 ow y nl�- = °p, °zzo �ws 'o J w°Z'� -ZK my wS"N o3a��m=° o� az aRa� �¢ of o a $o OF=��., ¢ °U OOa "'C a0> ZF> �ZO N� aU UO ZO�a g2 -O FOO N N °O ¢° m F Uo 0¢ as fb �v�w�a �Q �zF� �Lm o✓jp aF�u c;3wam3 O� a °w �U �°z3 �O -� °¢z op i'J� �a°� -o "off IN °m 1602 `91 JagwanoN :3144 ONIll3l Z9-96- -(6b9)91LE-IHN 11Nf100 NOSNHOf `1110 bMOI JO ADO a w a< a ° 103 WN <_L LS :CL LLOZ /Z /8 omFTJ ns- Z00£9S9 \15V03 \ -zoo - f9S9 \f9S9 \'3 L O = % 0 F O i �U ?o j Qz LLI �Q / ~ 1 ' J $ Q I ,I N li7 1 i M" W rn iav� \ I Ltr �Oz =HZ b ZUU y a \ O W I.Zi I �$ II E a86b68b 1 I ` -! mom 111 �Fm yUm 3li j i a � < s a 3 Z Z 6602 `9L jagWGAON :31t/4 ON1113l 39- 06— (6b9)9�L£-i2]N 1.1NnOO NOSNHOf '1.110 ` AAOI _�O AIIO w a< o a o • I � �I�a 1�1� I7 I4 L�CII � lid �� 4U ±��I.I a� i Sri : V V. I�•i a= a 1 I vl� �4- (C O l[OZ'S[ jeqWGAON:3iV(l E)NIL13l Z9-E)6—(6t9)g LLS-i2J N C) 0 0 < U) F- z w Z (D < C') Lu Cp < C') F- -It m O It ILL Oz > 0 LZ Ix C) 0 w C.) 0 mll 05 AiNnOO NOSNHOC dlO WAOI 30 kilO as ter. n 1111 loll I vl� �4- (C O l[OZ'S[ jeqWGAON:3iV(l E)NIL13l Z9-E)6—(6t9)g LLS-i2J N C) 0 0 < U) F- z w Z (D < C') Lu Cp < C') F- -It m O It ILL Oz > 0 LZ Ix C) 0 w C.) 0 mll 05 AiNnOO NOSNHOC dlO WAOI 30 kilO as IMMENSENESS I vl� �4- (C O l[OZ'S[ jeqWGAON:3iV(l E)NIL13l Z9-E)6—(6t9)g LLS-i2J N C) 0 0 < U) F- z w Z (D < C') Lu Cp < C') F- -It m O It ILL Oz > 0 LZ Ix C) 0 w C.) 0 mll 05 AiNnOO NOSNHOC dlO WAOI 30 kilO as iCIO M 9L:L9:OL LLCZ/Z /9 6-p,?i rs —F.=,qqg\is Non\ —?:c)n 6 291 SEP 3,u FF 3, 1 CIT"' 2: UJ 0 co ui -1 ui Z �g < Him uj cp < iHpp < F M 0 FL LL D� ............ .... . . ...... ... LL .................... oz ....................... C LZ c) C cr CL TH V 22 ........... ....................... - 29 z 5z < rn LOZ'S L jeqWOAON:]iV(l SNILLEP Z9-E)6--(6t,9)9 [LC-ibN AiNnOO NOSNHOP'),LIO VMOl JOki[O 103 M 9L:L9:0L t LOZ/VS 6mP'2] FS -N0£9 99\1SN03\ -ZOO -2999\2 999\ S 6 F It L E FJ > ?I1 sr? 30 Pi I'' ui CLEF,':'. 0 03 Of D (L LLI Z < Z (D o 0 CL z z U cr co < 01-L —Of LL O Z .......... F- 0 < zx < is I I' Wo E Of 22 CL CD < A. 5 S2 � all < ME 'M I I z 40Z '94 j@qW@AON :3iVG ON1113l Z9-S6--(6t79)94LC-i2JN A_LNn00 NOSNHOr'AilO VM01 AO k110 103 WV 9L:Lg:GL LLOZ/Z/8 L E > w (D Y co z I < F- < W LL, -j Q In < < -j C) w 0- I ca z m C) �2 a- LLI cp = }v ffi6 cc 0 FL L—L Of ............... o Z 0 Z F- F- 0 w 0 Mq 0 :1 22 SHY! $$ OZ `9l jeqLUGAON :31VC] E)NI113l Z9-E)6—(6t79)9 6LC-i2]N ,dNnOO NOSNHOr'.kilO VAAOl =]().kilO ' x iu., vvv `JL�LS �uL LLUC /c /e �m�_Nflti -c00t 959 \1SN07 \- Z00 -f9S9 \f9S9 \�`J 'I p;� y I l.: i ... O Q Z mu) : 1 �- W 0 : LL W a : V � n LJJ a A V� w I V I O ._ CO I I m M C7 w rn - j ¢ }rn v _ O O I mar - III �b II : : r-- -..v. co, _ � i Q �i co LL Of J Z ws I _ I : � O — } a oLLI U O a - r I : -- 9. I I Uv om ,St c I 7 n I II ' N Q < 3 I : n U d E E v O I I I I I - rn ;nc+. I I I I I � : wow - I I I I a- �Sa � ' b ' moM - 2 $ - - oat ' J : I : y : S I tl < N� I I NN 3 WK a mr ��OZ `gL aagwanON :3iV(l JN1113l Z9-J6— (6b9)9[L£-lbN KLNnOD NOSNHOf'AlIO VMOI 30 1110 m°yv a o <o x q LD + + Z I I n }\ 14 + LLI QCn 0 C) (D R LLJ cp 0 0 0 ID 0 0 j—'.— � ry + 0 0 1 I to IoJ �2 L C') 0 F-L 'lo to F JOz LL 0 LU NPn I 3m Nod row 0 CD -9 Z5 W. FD �4 o 4— EIg -I— o —r- 0 0 00 X o 0 0 ua PL g TZ 0 0 0 0 + LO 0 0 0 0 0 arcG 0 0 O O O O O g Z ILOZ 'g[ jaqLuaAON :31VG DNI I 1 71 39-!D6--(6t79)S;V-C-iHN kiNnOO NOSNHOr',kilO VMOI AO kUO 7,,# x 211 i S 310 U) z < LLI Z CO U) 0 10 < OFL — cr LL oz 0 Of D LLI E 14 + E 0 0 0 t 77 LIOZ '94 jaqLUGAON GiVC MI I 1 71 Z9-!D6--(6179)91L8 -iUN )jNnoo NOSNHOr 'kUO VMCI dO ),LIO 0. x CO < z 0 P: > w ca I ,— C/) 00 (-) K U) C) LLI < co oz. a z 9 F- wc)F- 0 w 0 x EL 19 wa 7:d O I O ga Uu [[OZ'qL jgqLU9AON:3iVG!DNli-L3-1 Z9-6J6--(6t79)9ILC-iHN )jNnOO NOSNHOr),-UO VMOI =10,kAO 6 FILED X J_ q Q _ 30 1- J 8 N —�"• i co g`e h ' x O z W g J Q U) I-mU) Y K U z d U ` O M O 0 s '? n� CO aU� hO OZ J O -1 Z 0 0 U o U 0 �n o 0 0 0 0 0 G n o u o W } } eOU4 ° } } —� BZ'otc } O O O O N io'�ZC a a O O d U <m " Y S S S $ g g pn' yOrn < E rn a mom + M M 0 M S F I� N N �,. O O o _ O 0 C O O + + + t� } + �K a L �' f'sLL ° O 9'SK O VaL O O O M O O 'i O n4 4 M M M M M M $$ y Z — i R R R R ^O I� IIOZ 'SL -iagwanoN :EiVG JNI1L3-1 ZS J6- -(6b9)91LE -laN 1 INnOO NOSNHOf `AIIO VMOI =40 JWO a �o Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5149 RESOLUTION NO. 11 -319 RESOLUTION SETTING A PUBLIC HEARING ON OCTOBER 18, 2011, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE COURT HILL TRAIL - PHASE THREE PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. 4 d (�) WHEREAS, funds for this project are available in the Scott Park Development and Trail account #4219. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above - mentioned project is to be held on the 18tl' day of October, 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 4th day of October _,20 11 ATTEST: 44:4a � 7e • CITY CLERK Pweng /res /wurhill- ph ase&setph.doc 9v11 MAYOR Approved . City Attorney's Office Resolution No. 11 -319 Page 2 It was moved by Wright and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: x —x x x x X x _ wpdata/glossa ry/resolubon- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright it ! Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5149 RESOLUTION NO. 11-116 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE COURT HILL TRAIL — PHASE THREE NRT- 3715(649)-- 9G -52, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, AND DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, this project will be bid by the Iowa Department of Transportation (IaDOT); and WHEREAS, bids will be accepted on November 15, 2011, at 10:00 a,m. by the IaDOT in Ames, IA; and _ WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Scott Park Development and Trail account # 4219. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above -named project shall be in the form and amount prescribed in the bidding proposal. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids by the IaDOT for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above -named project are to be received by the IaDOT in Ames, Iowa, (800 Lincoln Way, Ames, IA 50010) before 10:00 a.m. on the 15�' day of November, 2011. Thereafter the bids will be opened and announced by the IaDOT, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its regular meeting, to be held at Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 22nd day of November, 2011, or at the first meeting held thereafter. Passed and approved this 18th day of October , 20 t 1 MAYOR Approved by ATTEST: ,✓ CITY'CLERK City Attorneys Office I 1I Pw Vres/muNilllpW3 ppr repBSAM Resolution No. 11 Page 2 It was moved by champion and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossarytresoldon- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee $ dO, ILI CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 I, R rX being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper,_ time(s), on the following date(s): Legal Cle t Subscribed and sworn to before nre this day of A.D.20 IL—, Notar 11 Public c LINDAKRDTmissionNumber732619 y Commission Expires January27 2014 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE COST FOR THE COURT HILL TRAIL - PHASE THREE 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 Court Hill Trail — Phase 3 Project in said city at 7:00 p.m. on the 10th day of October, 2011, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or If said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be Inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning 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 ccamvu October 10, 2011 Printer's Fee $ CI -0 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 I, e,069a St d being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper _/ tiure(s), on the following date(s): Legal Cle Subscribed and sworn to before me this 2L day of A.D. 20--0—. Notary Public �r.,e LINDAKROTZ .A � Commission Number 732619 My Commission Expires o� January 27,201A OFFICIAL PUBLICATION NOTICE TO 131DDERS COURT HILL TRAIL — PHASE 3 NRT3715(649) -9G -52 PROJECT STATE OF IOWA — Sealed bids will be received on November 15, 2011 by the Iowa Department of Transportation at the Office of Contracts in Ames, Iowa for vari- ous items of construction and /or maintenance work. Plans, specifications and proposal forms for the work may be seen and secured at the Office of Contracts, Iowa Department of Transportation, 800 Lincoln Way, Ames, Iowa until noon on the clay previous to the letting. Mailed bids are to be sent to the Iowa Department of Transportation, Office of Contracts, 800 Lincoln Way, Ames, Iowa 50010. Staff will be available at the Office of Contracts the day previous to the letting and the day of the letting for the dropping off of bids during !, regular business hours 7:30 a.m. to 4:30 to on The Iowa Department of Transportation (DOT) uses the Bid Express website (vww bidx coml as an official depository for elec- tronic bid submittal. The Iowa DOT will ensure that this electronic bid I depository is available for a two- hour period prior to the deadline for I submission of bids. In the case of disruption of national communica- tions or loss of services by www. b'dx corn during this two -hour peri- od, the Iowa DOT will delay the deadline for bid submissions to ensure the ability of potential bid- ders to submit bids. Instructions will be communicated to potential bidders. Opening and reading of the bids will be performed at the Iowa Department of Transportation, Ames, Iowa after 10:30 A.M. on the same date such bids are scheduled to be received, unless olhanvise specified by the Iowa Department of Transportation. All proposals must be fled on the forms furnished by the Iowa Department of Transportation, Contracts Office, sealed and plain- ly marked. Proposals containing any reservations not provided for in the forms furnished will be reject- ed. The Iowa Department of Transportation reserves the right to waive technicalities and to reject any or all bids. A Proposal Guarantee not less than the amount as set forth In the proposal form shall be filed with each proposal. The Proposal Guarantee shall be in the form of a certified check or credit union cer- tified share draft, cashier's check, money order or bank draft drawn on a solvent bank or credit union. Certified checks or credit union certified share drafts shall bear an endorsement signed by a respon- sible official of such bank or credit union as to the amount certified. Cashier's checks, money orders or bank drafts shall be made payable either to the Contracting Authority or to the bidder and, where made payable to the bidder, shall contain an unqualified endorsement to the Contracting Authority signed by the bidder or the bidder's autho- rized agent. A properly completed Contractors Bid Bond (Form No. 650001), or a properly completed Contractor's Annual Bid Bond (Form No. 650043), both available from the Iowa Department of Transportation, Office of Contracts, may be used in lieu of that speci- fied above. The contracting authority will issue an exemption certificate for the purchase or use of building materials, supplies, and equipment that will be used in the perfor- mance of the construction con- tract, as provided by Iowa Code Sections 423.3 (80T Failure to execute a contract and file an acceptable Performance Bond and C, Tificate of Insurance within 30 days of the date of the approval for awarding the contract, as herein provided, will be just and sufficient cause for the denial of the award and the forfeiture of the pro- posal guarantee. The Iowa Department of Transportation (or other approved contracting authority) hereby noti- fies all bidders that It will affirma- tively ensure that in any contract entered into pursuant to this adver- tisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this Invitation and will not be discriminated against on tho grounds of race, color, or national origin In consideration for an award. On Federal Aid projects, where disadvantaged business enterprise goals have been established, the bidder is required to complete and submit form 102115 with the bid documents. On all projects without goals, the contractor must show that affirmative actions have been made to seek out and consider disadvantaged business enterpris- es as potential sub - contractors. Some of the projects may be list- ed in multiple proposals (as an individual project or as part of a combined package of projects). The Contracting Authority will determine which combination of '.. proposals produce the lowest bid for these projects. The listing of projects, and details of the project, for which bids are to be taken will be available to poten- tial bidders and suppliers three (3) weeks prior to the letting dates at the following locations: o Posted on the Internet at wv w is bidx cam • Available by calling the Office or Contracts of the Iowa Department or Transportation at 515 -239- 1414. Minimum wage rates for all Federal Aid projects have been predetermined by the Secretary of Labor and are set forth In the specifications. However, this does not apply to projects off the Federal -Aid System. All Federal Aid projects are sub- ject to the Work Hours Act of 1962, P. L. 87 -581 and Implementing regulations. By virtue of statutory authority, a preference will be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and also, a resident bidder shall be allowed a preference as against a non - resident bidder from a slate or foreign country which gives or requires a preference to bidders from that state or foreign country both on projects in which there are no Federal Funds involved. IOWA DEPARTMENT OF TRANSPORTATION OFFICE OF CONTRACTS TELEPHONE: 515- 239 -1414 PROJECT DETAIL BID ORDER NUMBER: 103 COUNTY: JOHNSON PROPOSAL ID: 52- 3715 -649 WORK TYPE: PCC SIDEWALK/ TRAIL DBE GOAL: 2.5% WORKING DAYS: 55 LATE START DATE: 2012/07123 GUARANTY: $37,500.00 PROJECTS INCLUDED: NRT- 3715(649)--9G-52 ROUTE: COURT HILL TRAIL IN THE CITY OF IOWA CITY,, BETWEEN SCOTT BLVD AND COURT STREET. Pcesan October 25, 2011 1; ._ 3 Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5142 RESOLUTION NO. 1 i_g7q RESOLUTION SETTING A NEW DATE FOR RECEIPT OF BIDS FOR THE BIDDING OF THE COURT HILL TRAIL — PHASE THREE NRT- 3715(649)- -9G -52 PROJECT, AND DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS, WHEREAS, this project will be bid by the Iowa Department of Transportation (laDOT); and 4d(2) WHEREAS, a public hearing was held and a resolution approving plans, specifications, form of contract and estimate of cost for the construction of the Court Hill Trail — Phase Three NRT- 3715(649)- -9G -52 Project, establishing amount of bid security to accompany each bid, and directing City Clerk to publish advertisement for bids and fixing time and place for receipt of bids was approved by Council at its October 180, 2011 meeting; and WHEREAS, that resolution and advertisement for bids stated that the bids were to be received by the IaDOT in Ames, Iowa on November 15, 2011; and WHEREAS, bids were not received on November 15, 2011 because the project had been withdrawn from the letting; and WHEREAS, the Department of Public Works recommends that the Council set a new date for receipt of bids. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation of the city. 2. Bids for the above -named project are to be received by the IaDOT in Ames, Iowa, (800 Lincoln Way, Ames, IA 50010) before 10:00 a.m. on the 20"' day of March, 2012. Thereafter the bids will be opened and announced by the IaDOT, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3`d day of April, 2012, or at a special meeting called for that purpose. Passed and approved this 6th day of December , 2011. !AKLv` nn MAYOR Approved by ATTEST: A %lL ca,,(J uuTU CIT RK City Attorney'sOfficeij Z,1 t/ pweng\res \crth111ph3.doc 11111 Resolution No. 11 -379 Page 2 It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: x x _ x x X X x wpdatarglossarylresoluUon- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee $ 'i�ia .9 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS- CITIZEN FED.ID #42- 0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(s): MP1QL1'� S� iOtZ. Legal CI ak Subscribed and sworn to b fore me this &4""' day of _A.D.20 Notary Public °pa•r� LiN®AMOTZ s CommissbnNumber7N61 My Commission Expires OS• January 27, 2014 OFFICIAL PUBLICATION NOTICE TO BIDDERS COURT HILL TRAIL - PHASE 3 NRT- 3715(649) -9G -52 PROJECT STATE OF IOWA - Sealed bids will be received by the Iowa Department of Transportation (DOT), Office of Contracts, 800 Lincoln Way, Ames, Iowa 50010 on March 20, 2012 at 10:00 A.M. CDT for various items of construction and maintenance work. Plans, specifications and proposal forms for the work may be seen and secured at the Office of Contracts until noon on the day previous to the letting. Mailed bids are to be sent to the Office of Contracts at the address above. Iowa DOT personnel will be available at the Office of Contracts the day prior to the letting and the day of the totting for the dropping off of bids during regular business hours 7:30 a.m. to 4:30 pm. The Iowa DOT uses the Bid Express websile (www.bidx.com) as an official depository for elec- tronic bid submittal. The Iowa DOT. will ensure that this electronic bid depository is available for a two- hour period prior to the deadline for submission of bids. In the case of disruption of national communica -. lions or loss of services by www. bldx.com during this two -hour pert od, the Iowa DOT will delay the, deadline for bid submissions to' ensure the ability of potential bid -' data to submit bids. Instructions will be communicated to potential bid- ders. Opening and reading of the bids will be performed at the Iowa Department of Transportation, Ames, Iowa after 10:30 A.M. on the same date such bids are scheduled to be received, unless otherwise specified by the Iowa DOT. All proposals must be filed on the forms furnished by the Iowa Department of Transportation, Contracts Office, sealed and plainly marked. Proposals containing any reservations not provided for in the forms furnished will be rejected. The Iowa Department of Transportation reserves the right to waive technicalities and to reject any or all bids. A Proposal Guarantee not less than the amount as set forth in the proposal form shall be filed with each proposal. The Proposal Guarantee shall be in the form of a certified check or credit union certi- fied share draft, cashler's check, money order or bank draft drawn on a solvent bank or credit union. Certified checks or credit union cedi(ied share tlraRS shall bear an endorsement signed by a responsi- ble official of such bank or credit union as to the amount certified. Cashier's checks, money orders ar bank drafts shall be made payable either to the Contracting Authority or to the bidder and, where made payable to the bidder, shall contain an unqualified endorsement to the Contracting Authority signed by the bidder or the bidder's authorized agent. A properly completed Contractor's Bid Bond (Form No. 650001), or a properly completed Contractor's Annual Bid Bond (Form No. 650043), both available from the Iowa Department of 'transportation, Office of Contracts, may be used in lieu of that specified above. The contracting authority will issue an exemption certificate for the pur- chase or use of building materials, supplies, and equipment that will be used in the performance of the construction contract, as provided' by Iowa Code Sections 423.3 ( -10). Failure to execute a contract and file an acceptable Performance Bond and Certificate of Insurance within 30 days of the date of the approval for awarding the contract, as herein provided, will be just and sufficient cause for the denial of the award and the forfeiture of the pro - posal guarantee. The Iowa Department of Transportation (or other approved contracting authority) hereby noti- fies all bidders that it will affirma- tively ensure that in any contract entered into pursuant to this adver- tisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. On Federal Aid projects, where disadvantaged business enterprise goals have been established, the bidder is required to complete and submit form 102115 with the bid documents. On all projects without goals, the contractor must show that affirmative actions have been made to seek out and consider disadvantaged business enterpris- es as potential sub - contractors. Some of the projects may be listed in multiple proposals (as an indi- vidual project or as part of a com- bined package of projects). The Contracting Authority will determine which combination of proposals produce the lowest bid for these projects. The listing of projects, and details of the project, for which bids are to be taken will be available to poten- tial bidders and suppliers three (3) weeks prior to the letting dates at the following locations: -Posted on the Internet at www. ta.bidx.com -Available by calling the Office of Contracts of the Iowa Department of Transportation at 515 -239- 1414. Minimum wage rates for all Federal Aid projects have been predeter- mined by the Secretary of Labor and are set forth in the specifica- tions. However, this does not apply to projects off the Federal -Aid System. All Federal Aid projects are subject ' to the Work Hours Act of 1962, P. L. 87 -581 and Implementing regula- tions. By virtue of statutory authority, a preference will be given to products and provisions grown and coal pro- duced within the State of Iowa, and also, a resident bidder shall be alloyed 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 both on projects in which there are no Federal Funds involved. IOWA DEPARTMENT OF TRANSPORTATION OFFICE OF CONTRACTS TELEPHONE: 515- 239 -1414 PROJECT DETAIL BID ORDER NUMBER: 106 COUNTY: JOHNSON PROPOSAL ID: 52- 3715 -649 -A WORK TYPE: PCC SIDEWALIO TRAIL DBE GOAL: 5.0% WORKING DAYS: 55 LATE START DATE: 2012/07/23 GUARANTY: $37,500.00 PROJECTS INCLUDED: NRT- 3715(649)--gG-52 ROUTE: COURT HILL TRAIL IN THE CITY OF IOWA CITY, BETWEEN SCOTT BLVD AND COURT STREET 1.1151, March 5, 2012 e�l I� Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5149 RESOLUTION NO. 12 -145 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE COURT HILL TRAIL — PHASE THREE NRT- 3715(649)- -9G -52 PROJECT. WHEREAS, J & L Construction, LLC of Washington, Iowa has submitted the lowest responsible bid of $488,775.50 for construction of the above -named project; and WHEREAS, funds for this project are available in the Scott Park Development and Trail account #4219. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to J & L Construction, LLC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 3rd day of April 120 12 MAYOR Approved by ATTEST: lux W I'.,_/ - �h_ CITYCITY LCD City Attorneys Office 3I2Ce(12 It was moved by Mims and seconded by Dobbns the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Champion X Dickens X Dobbins X Hayek x Mims X Payne x Throgmorton pwenghes /awrdcon- courthilph3.doc 3112 FA96 (Form 650019) 11-05 Letting Date: March 20, 2012 Contract ID: 52- 3715 -649 -A Bid Order No.: 106 County: JOHNSON Project Engineer: CITY OF IOWA CITY �? Cost Center: 661000 Object Code: 890 DBE Commitment: $58,944.7 Contract Work Type: PCC SIDEWALK /TRAIL A� This agreement made and entered by and between the CITY OF IOWA CITY CONTRACTING AUTHORITY, AND J & L CONSTRUCTION, LLC OF WASHINGTON, IA, (0.085), CONTRACTOR It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed below, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting Authority under date of 03/15/2012 PROJECT: NRT- 3715(649)- -9G -52 COUNTY: JOHNSON WORK TYPE: PCC SIDEWALK /TRAIL ACCOUNTING ID: 29618 ROUTE: COURT HILL TRAIL LENGTH (MILES): 0 LOCATION: IN THE CITY OF IOWA CITY BETWEEN SCOTT BLVD AND COURT STREET FEDERAL AID ---------------------------------------------------- - PREDETERMINED WAGES ARE NOT IN EFFECT ---- -------------- - - - - -- The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2009 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DBE - -2012, DBE - 120320, FHWA- 1273.04, GS- 09004, SS- 09015, SS- 09016, ADDENDUMS: 20MAR106.A01 Contractor, for and in considerations of $488,775.50 payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and /or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contrac- tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Cade Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor- ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Page 1B of this Contract and assigned Proposal Notes. Time is of the essence for this contract. To accomplish the purpose herein expressed, Coats pg agt y {} and Contractor have signed this and 4. one other identical instrument as of the day of tS V By C 1t Authority Qe J ow DOT Concurrence e, I,' Contractor F696 (Form 650019) Page: 1B 11 -05 Letting Date: March 20, 2012 Contract ID: 52- 3715 -649 -A Bid Order No.: 106 It is further understood and agreed that the above work shall be commenced or completed in accordance with the following schedule: SITE NUMBER CONTRACT PERIOD /SITE DESCRIPTION CONTRACT LATE START DATE 07/23/2012 55 WORKING DAYS CONTRACT NOTES LIQUIDATED DAMAGES $1,000.00 CONTRACT SCHEDULE OF PRICES Page: 2 Vendor No.: J.085 Bid Order No.: 106 Contract ID No.: 52- 3715 -649 -A Letting Date: March 20, 2012 Primary Work Type: PCC SIDEWALK /TRAIL 10:00 A.M. Primary County: JOHNSON ------------------------------- I I Item I Unit Price I Bid Amount Line I Item Number I Quantity I - - - -- -I--- No I Item Description I and Unit I Dollars I Cts I Dollars ICts SECTION 0001 TRAIL ITEMS -- - ----------- -------- - - - - 12101- 0850001 CLEARING I I I 0010 (AND GRUBBING 1 0.3001 10,000.000001 3,000.00 1 -- (ACRE I I -------- -- ------ - - - -- -- 12102- 2710070 EXCAVATION, I 1 1 0020 (CLASS 10, ROADWAY AND 1 1,703.0001 12.750001 21,713.25 IBORROW ----- --- - -- --- - ICY I I -------- -- 12104- 2710020 EXCAVATION, I 1 1 0030 (CLASS 10, CHANNEL 1 120.0001 15.000001 1,800.00 1 ICY I I --------------- - - -- 12105- 8425015 TOPSOIL, I 1 1 0040 (STRIP, SALVAGE AND 1 938.0001 7.500001 7,035.00 (SPREAD - --- -- ICY I I ---------------- 12111- 8174100 GRANULAR I 1 1 0050 ISUBBASE 1 5,277.0001 6.250001 32,981.25 1 ISY I I ------------------------------ 12123- 7450020 SHOULDER I 1 1 0060 1FINISHING, EARTH 1 50.4001 115.000001 5,796.00 1 ISTA I I ------------------------------ 12212- 5070310 PATCHES, I I I 0070 (FULL -DEPTH REPAIR 1 66.0001 100.000001 6,600.00 1 - - -- ISY I I ------------------ - - 12212- 5070330 PATCHES BY I I I 0080 ICOUNT (REPAIR) 1 3.0001 500.000001 1,500.00 1 - - (EACH I I ----- ---- --------- ------ 12213- 6745500 REMOVAL OF I I 1 0090 (CURB 1 1.7201 725.000001 1,247.00 1 ISTA I I ------------------------------- 12301- 0685550 BRIDGE I I I 0100 1APPR0ACH PAVEMENT, AS 1 69.0001 75.000001 5,175.00 IPER PLAN ISY I I CONTRACT SCHEDULE OF PRICES Page: 3 Vendor No.: J.085 Bid Order No.: 106 Contract ID No.: 52- 3715 -649 -A Letting Date: March 20, 2012 Primary Work Type: PCC SIDEWALK /TRAIL 10:00 A.M. Primary County: JOHNSON -- --- --- I I Item I Unit Price Bid Amount Line I Item Number I Quantity I - -- ------ I-- - - ---- No ( Item Description I and -- Unit I Dollars I Cts I Dollars ICts 12301- 1083080 STANDARD OR I I ---------------------------- I 0110 ISLIP FORM PORTLAND 1 194.0001 47.500001 9,215.00 (CEMENT CONCRETE PAVEMENT,ISY I I ICLASS M, CLASS 3 I (DURABILITY, 8 IN. 1 1 1 ----------------------------------------- 12301- 4875006 MEDIAN, P.C.1 1 1 0120 [CONCRETE, 6 IN. 1 50.0001 36.250001 1,812.50 1 ISY I I -- 12315- 8275030 SURFACING, I - - - - -- 1 -- 1 0130 ]DRIVEWAY, CLASS C GRAVEL 1 30.0001 16.000001 480.00 1 ITON I I -- 12402- 2720000 EXCAVATION, 1 1 ----------------------------- 0140 (CLASS 20 1 960.0001 12.000001 11,520.00 1 ICY I I - - -- 12416- 0100012 APRONS, 1 ------------------------------ I 0150 [CONCRETE, 12 IN. DIA. 1 7.0001 825.000001 5,775.00 1 [EACH I I ------------------- 12429- 0000100 1 1 ------------ 1 ---- 0160 1PRE- ENGINEERED STEEL 1 1.0001 37,700.000001 37,700.00 ITRUSS TRAIL BRIDGE, 25 [EACH I I IFT. LENGTH I I I ----------------------------------------- 12429- 0000100 1 1 1 0170 1PRE- ENGINEERED STEEL 1 1.0001 42,500.000001 42,500.00 ITRUSS TRAIL BRIDGE, 30 (EACH I I IFT. LENGTH I I I - -- - -- 12429- 0000100 1 1 ------------------------------ 1 0180 1PRE- ENGINEERED STEEL 1 1.0001 56,500.000001 56,500.00 ITRUSS TRAIL BRIDGE, 50 (EACH I I IFT. LENGTH I I I ------------------ 12435- 0140148 MANHOLE, I 1 ---------------- 1 - - - --- 0190 [STORM SEWER, SW -401, 48 1 2.0001 1,800.000001 3,600.00 IIN. [EACH I I ------ ----- 12435- 0251224 INTAKE, I -- ------ 1 --------- --- 1 - -- 0200 ISW -512, 24 IN. 1 7.0001 1,350.000001 9,450.00 1 [EACH I 1 CONTRACT SCHEDULE OF PRICES Page: 4 Vendor No.: J.085 Bid Order No.: 106 Contract ID No.: 52- 3715 -649 -A Letting Date: March 20, 2012 Primary Work Type: PCC SIDEWALK /TRAIL 10:00 A.M. Primary County: JOHNSON - -- -- -- -------------- --- - I - - I Item I Unit Price I Bid Amount Line ( Item Number I Quantity I ------- - - I -------------- No ( Item Description I and Unit I Dollars I Cts I Dollars ICts 12435- 0254100 INTAKE, I 1 1 0210 ISW -541 1 1.0001 3,900.000001 3,900.00 1 1EACH I I 12503- 0114212 STORM SEWER I 1 1 0220 IGRAVITY MAIN, TRENCHED, 1 470.0001 26.000001 12,220.00 IREINFORCED CONCRETE PIPE ILF I I ((RCP), 2000D (CLASS III),1 112 IN. I ---- --------- ----- - - - - --- 12507- 3250005 ENGINEERING I 1 1 0230 IFABRIC 1 140.0001 2.500001 350.00 1 ISY I I 12507- 6800061 REVETMENT, I I I 0240 1CLASS E 1 57.0001 34.000001 1,938.00 1 ]TON I I 12510- 6745850 REMOVAL OF I 1 1 0250 (PAVEMENT 1 302.0001 9.500001 2,869.00 1 - ISY - - -- - - -- I I ------------------ - 12511- 0302600 1 1 1 0260 IRECREATIONAL TRAIL, 1 4,550.0001 25.500001 116,025.00 IPORTLAND CEMENT CONCRETE,ISY I 16 IN. I I -------------------------- 12511- 0302800 1 1 1 0270 (RECREATIONAL TRAIL, 1 73.0001 33.750001 2,463.75 (PORTLAND CEMENT CONCRETE,ISY I I 18 IN. I I --------------------------------- 12511- 0310100 SPECIAL I 1 I 0280 ICOMPACTION OF SUBGRADE 1 50.4001 170.000001 8,568.00 IFOR RECREATIONAL TRAIL ISTA I I I I I I -------------------------- 12511- 6745900 REMOVAL OF I 1 1 0290 ISIDEWALK 41.0001 9.500001 389.50 1 ISY I I ------------------------------------ 12511- 7526006 SIDEWALK, P.1 I 1 0300 IC. CONCRETE, 6 IN. 1 676.0001 25.500001 17,238.00 1 ISY I I CONTRACT SCHEDULE OF PRICES Page: 5 Vendor No.: J.085 Bid Order No.: 106 Contract ID No.: 52- 3715 -649 -A Letting Date: March 20, 2012 Primary Work Type: PCC SIDEWALK /TRAIL 10:00 A.M. Primary County: JOHNSON I -- --- I Item I Unit ----------------- Price I Bid Amount Line I Item Number I Quantity I - - - -- - -I---- ---- - - -- No I Item Description I and Unit I Dollars I Cts I Dollars Cts 12511- 7526008 SIDEWALK, P.1 - -- 1 -- 1 ----- -- - - -- 0310 1C. CONCRETE, 8 IN. 1 36.0001 33.750001 1,215.00 1 ISY I I 12511- 7528101 DETECTABLE - I - -- 1 -- 1 ----- - - - - -- 0320 (WARNINGS 1 120.0001 26.000001 3,120.00 1 ISF I I 12512- 1725256 CURB AND I - ------------------- 1 1 0330 [GUTTER, P.C. CONCRETE, 2.1 223.0001 19.750001 4,404.25 15 FT. ILF I I 12518- 6910000 SAFETY ------ I ---- 1 -------------- 1 0340 1CLOSURE 1 11.0001 204.000001 2,244.00 1 (EACH I I ----------------------------------------------------- 12524- 6765010 REMOVE AND I 1 1 0350 IREINSTALL SIGN AS PER 1 5.0001 50.000001 250.00 IPLAN (EACH I I 12524- 6765015 REMOVE AND I - --- 1 - --- 1 -- -- 0360 IREINSTALL DELINEATOR 1 2.0001 40.000001 80.00 (POSTS 1EACH I I [2524- 9275100 WOOD POSTS I - ------- I ----- [ ----- 0370 1FOR TYPE A OR B SIGNS, 4 1 216.0001 9.000001 1,944.00 IIN. X 4 IN. ILF I I 12524- 9325001 TYPE A ------ I ------ 1 ---------- 1 - - -- 0380 (SIGNS, SHEET ALUMINUM 1 110.5001 18.000001 1,989.00 1 ISF I I 12527- 9263109 PAINTED - - - I - - -- - --- -- 1 -- -- -- 1 - --- 0390 (PAVEMENT MARKING, 1 6.5001 148.000001 962.00 IWATERBORNE OR ISTA I I [SOLVENT -BASED I I I 12528- 8445110 TRAFFIC I - ---- 1 ----- 1 - --- 0400 ICONTROL I ILUMP I (LUMP I [ I 2,050.00 12528- 8445113 FLAGGERS I -- ---- 1 ---- 1 ---- 0410 1 1 6..0001 315.000001 1,890.00 1 (EACH I I I Line Item Number No 1 Item Description 12533- 4980005 0420 IMOBILIZATION I 12601- 2634150 MULCHING, 0430 [WOOD CELLULOSE FIBER I 12601- 2636044 SEEDING AND 0440 (FERTILIZING (URBAN) I 12602- 0000020 SILT FENCE 0450 1 1 12602- 0000060 REMOVAL OF 0460 ISILT FENCE I 12602- 0000090 CLEAN -OUT 0470 IOF SILT FENCE I -------------------------------- 12510-6750600 REMOVAL OF I 1 1 0471 (INTAKES AND UTILITY 1 1.0001 550.000001 550.00 (ACCESSES (EACH I I SECTION 0002 MOBILIZATIONS FOR EROSION CONTROL FOR THE CONTRACT I Item I Unit Price I Bid Amount I Quantity I ---------------- I -------------- I and Unit I Dollars I Cts I Dollars ICts I (LUMP I CONTRACT SCHEDULE OF PRICES Page: 6 I 1 I 4.0001 I 1,000.000001 Vendor No.: J.085 Bid Order No.: 106 Contract IO No.: 52- 3715 -649 -A Letting Date: March 20, 2012 Primary Work Type: PCC SIDEWALK /TRAIL I 10:00 A.M. Primary County: JOHNSON I 1,770.0001 I 1.650001 I Line Item Number No 1 Item Description 12533- 4980005 0420 IMOBILIZATION I 12601- 2634150 MULCHING, 0430 [WOOD CELLULOSE FIBER I 12601- 2636044 SEEDING AND 0440 (FERTILIZING (URBAN) I 12602- 0000020 SILT FENCE 0450 1 1 12602- 0000060 REMOVAL OF 0460 ISILT FENCE I 12602- 0000090 CLEAN -OUT 0470 IOF SILT FENCE I -------------------------------- 12510-6750600 REMOVAL OF I 1 1 0471 (INTAKES AND UTILITY 1 1.0001 550.000001 550.00 (ACCESSES (EACH I I SECTION 0002 MOBILIZATIONS FOR EROSION CONTROL FOR THE CONTRACT I Item I Unit Price I Bid Amount I Quantity I ---------------- I -------------- I and Unit I Dollars I Cts I Dollars ICts I (LUMP I I (LUMP i I I I 23,500.00 I 1 I 4.0001 I 1,000.000001 4,000.00 (ACRE I I I 1 I 4.0001 I 1,000.000001 4,000.00 1ACRE I I I 1 I 1,770.0001 I 1.650001 2,920.50 ILF I I I 1 I 1,770.0001 I 0.250001 442.50 ILF I I I 1 I 706.0001 I 0.500001 353.00 ILF I I 12602- 0010010 1 1 1 0480 (MOBILIZATIONS, EROSION 1 1.0001 500.000001 500.00 ICONTROL (EACH I I ---------------- - - -- - -- 12602- 0010020 1 1 1 0490 (MOBILIZATIONS, EMERGENCY 1 1.0001 1,000.000001 1,000.00 (EROSION CONTROL (EACH I I ---------------------------------- ]TOTAL BID 488,775.50 A d d e n d u m Iowa Department of Transportation Date of Letting: March 20, 2012 Office of Contracts Date of Addendum: March 15, 2012 B.O. Proposal ID Proposal Work Type County Project Number Addendum 106 52- 3715 -649 -A PCC SIDEWALK/TRAIL JOHNSON NRT- 3715(649)- -9G -52 20MAR106.A01 Notice: Only the bid proposal holders receive this addendum and responsibility for notifying any potential subcontractors or suppliers remains with the proposal holder. Attached is a SCHEDULE OF PRICES for the following item: Line No. 0471 2510 - 6750600 REMOVAL OF INTAKES AND UTILITY ACCESSES Bid this item as instructed and submit the bid for this item with the Bid Proposal. Make the following changes to the PROPOSAL SCHEDULE OF PRICES: Change Line No. 0020 2102 - 2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW from 5,080.000 CY to 1,703.000 CY. Change Line No. 0290 2511 - 6745900 REMOVAL OF SIDEWALK from 18.000 SY to 41.000 SY. Change Line No. 0300 2511- 7526006 SIDEWALK, P.C. CONCRETE, 6 IN. from 638.000 SY to 676.000 SY. If the quantities are not changed on the proposal form, the bid amounts will be extended using the unit price times the correct quantities as shown here. The following is Estimate Reference Information for Item Code 2510 - 6750600 REMOVAL OF INTAKES AND UTILITY ACCESSES: Item is for removal of intake along Scott Boulevard. See sheet V.04. Page 1 of 11 Make the following change to Plan Sheet C.02: For Item EXCAVATION, CL 10, ROADWAY AND BORROW, replace existing Description with: Item is for all necessary earthwork to establish the trail grade as shown on the plans, including removal of two existing culverts. Estimated shrinkage is 30 %. See sheet T.01 for tabulations. No payment will be made for overhaul. Excess excavation from one division may be used in other divisions. All excess excavation material shall become the property of the Contractor and shall be removed from the site by the Contractor. Make the following change to plan sheet V.04: Replace plan sheet V.04 with attached plan sheet V.04 Make the following change to plan sheets X.1 -X.4: Replace plan sheets X.1 -X.4 with attached plan sheets X.1 -X.4 Attached, plan sheet T:01 Attached, plan sheets 5.01 -S.02 Page 2 of 11 PROPOSAL ADDENDUM - SCHEDULE OF PRICES Page: 8 Bid Order No.: 101 Proposal ID No.: 52- 3715 -649 -A Letting Date: March 20, 2012 Primary Work Type: PCC SIDEWALK /TRAIL 10:00 A.M. Primary County: JOHNSON ITEMS LISTED ON THIS PAGE ARE ADDED BY ADDENDUM 20MAR106.A01 I I Item I Unit Price I Bid Amount Line1 Item Number I Quantity I - ---- ------ ----- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars ICts ------------------------------'--------- ------ -------------- ------- -- -- Section 0001 (CONTINUED) ROADWAY ITEMS --------------------------------------------------------------------------------- 12510- 6750600 REMOVAL OF I .I 0471 (INTAKES AND UTILITY 1.0001 I (ACCESSES I EACH I I I I I Total Bid I I Page 3 of 11 59 1'Itl CC658 1102 /6 /ZI 6rp'A05- ZOOP9C9 \I SIA]N 6 I I _ O � � I I I Q F W VIA O � � I I . W O I N 1 ®F a E x \I N JQn �O? =�o Z I �UV U O Of a I 1 °8m c ginn U y e I I I � I Q � _ S vi I � I 1 12 n: a a a � 5 t s a s s p _ a I I 1 1 £° I I I I I . 1 MZ'OZ 4DIeW :31VO ONIll3l Z9- 56- (6*)9tL£-1NN A1NnOD NOSNHOf 'A1IO VMOI d0 Aim o �o ISO AY L£ -659 IM16 14I osp i106— ZOOL9SSV SNW \— Z00— E959 \C9S9 \'0 6 6 � N li IIIIi 1 1 � I i I i i N FJ W 0 U Q a U J O rn I 7 w c� m i aU� N � I J�r C OZ T =?-Z KUU � W O 0 0 a � O�$ o i� lIII + FX. you c wP3 9 V9vE 1 I � F s g36 a gtl.C,{fm H I ;.- ,v . t q P m RIt��3�»tt5aqE lzl I;lLi m N a -781 !l++ L7ae,j - G S4 f y{ h� F� �1I1: ' � „. lr . 5.n g :.i2 Yl� lI� VII zr.i .q 47,,. M z� N mm V0Z 4DJeN:31V0 ONIll31 Z9- 06-- 16*ML£ -.WN ,dNnOO NOSNHOf« ' U.O VMOI d010 go Page 5 oF 11 H I t LSD Ad SC:6411 I IOV(5/ll f 6 -P AOJ—ZON999\ISW3\ E, sill f- 11 f', k' f ii IT A If -- - - - - - - - - - - - - - - - -- - - - - - - - - - - - - 2 s? s J, fi 7 y fl fz Z� - - - - - - - - - - - - - - - if 1 1' 1 IFI I d I r I I 10 I,, I x ff 1� ff: I'd H 181 ft 8 8 3 IS L I'l - - --------- - ----- ------- I i i� 5f 11; 1. --- t -------- - 8 -1 f 1!f f - - - - ---- - - - - - - - - - - - - - - - - i - - - - - - - - - - - - - - - . . . . . . . .. - - - - - - - - - - - - - - - M 2 21 2 2 fi S 2 )dNnOO NOSNHOr'"O VMOI JO A-LIO Pa e6ofil E, m Z LOZ'OZ 4OieW :31VG EJNI1L31 3 G s z; €i g3 Y W N �5 mN o(9 ULL Nw ,OZ =}O Z 0 W O U A a r l 3 g i 3s r,� I I i I I 'm ,14800 NOSNHOf'.kilo vmoi LO 4110 " O + O W O S pY O + O a S �Y R N R O + O R A N b 2Y • : Orion. In :iu::® R A / o / x a x x x za x —A x LAU, DIU °33 + 1 I j 0 i I I 1 0 o O � DIU o 1 F C I s F 2 - x x x a 7 x 1 1 N O O N O N + + 0 R A I c 1 F F F 1 s F F :� F F F F S O + O W O S pY O + O a S �Y R N R O + O R A N b 2Y • : Orion. In :iu::® R A � o I x a x x x I LAU, DIU 1 I j 0 I 1 0 o O � DIU o 1 F I s 2 x Z103 'OZ 40nW 91VO `JNLLL31 R S pY x S �Y Fl • : Orion. In :iu::® R A FT j o I x a x x x 1 I 0 0 o O � DIU o x x x a 7 x Z103 'OZ 40nW 91VO `JNLLL31 R pY x S �Y Fl • : Orion. = :iu::® R A o 1 I Z103 'OZ 40nW 91VO `JNLLL31 Z9- 06- 46179MIT -11IN ■■■■ • : Orion. = :iu::® _110- Z9- 06- 46179MIT -11IN aN S a FY �dF I s +° .�A F� N AIM100 NOSNHOf '"O VMOI =10 All0 m 0 z O U W N N U ■■■■ = :iu::® _110- aN S a FY �dF I s +° .�A F� N AIM100 NOSNHOf '"O VMOI =10 All0 m 0 z O U W N N U 0 X y N N x a� � R O � 1 U Fq : y F g F C9 F Fy A Fq ^.y + + + + t + + 4[ UN X T _J yOyZ {-Z O U O tt a I I 11 1 V �gN R a 1 � x x B 22a$9 1 1 9 I 1 zQ a m °e 1 �\ i 1 a a ' I I x q 9 R x + i ua NP[u P Y S FI m ZIOZ '03 40JBIN :31VO ONU 13l ZS- 06-- (6b9)51LE -1HN A NnOO NOSNHO(`'AJJO VMOI dO UO m o JC � Aa JJ N V C FO jW m fn 00 00 yU Y .4 Y Y N YT m (9 A N m c[r[ 1� inr iirr O [irt _ r ` o N 1 O N N �Om �FZ SOU 4 S F A q Y a e U O K a x a l a V q' ry yN u�Obryryj V�Y �3m s 'k kg SdF ZIOZ 'OZ 40AW GM ONLL13-1 Z4- `J6-- (669MZC -MN kLNnO0 NOSNHOr )-ll0 VMOI HO kUO !Z a 7 " \ ))\ 0 0 «. \ . /, . /§\ \o . _ \F- §) �� | - - 0 ,! - - !a \ tM �r k � .\ _ « _._,mom, »06- _ 11 _ 11 mflOO wee :40 U // Page of REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General ...... ............................... 1 II. Nondiscrimination ............................. 1 III. Nonsegregated Facilities ......... ... ......... 3 IV. Payment of Predetermined Minimum Wage ......... 3 V. Statements and Payrolls ........................ 5 VI. Record of Materials, Supplies, and Labor ........... 5 VII. Subletting or Assigning the Contract ............... 5 VIII. Safety: Accident Prevention .... .... ....... 6 IX. False Statements Conceming Highway Projects ...... 6 X. Implementation of Clean Air Act and Federal Water Pollution Control Act ...................... 6 XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion ............... 6 XIL Certification Regarding Use of Contract Funds for Lobbying..... ............................... 8 ATTACHMENTS A. Employment Preference for Appalachian Contracts (Included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractors own organization and with the assistance of workers under the contractor's immediate superinten- dence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the laborstandards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause Include disputes between the contractor (orany of its subcontractors) and the contracting agency, the DOL, or the contractors employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment Preference for Appalachian contracts, when applicable, as specified in Attachment A, or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. IL NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- y (EEO) requirements not to discriminate and to take affirmative lion to assure equal opportunity as set forth under laws, executive lers, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) d orders of the Secretary of Labor as modified by the provisions :scribed herein, and Imposed pursuant to 23 U.S.C. 140 shall istitute the EEO and specific affirmative action standards for the itraclors project activities underthis contract. The Equal Opportu- uCnnstnmtionCnnfmctSoecifications set forth under 4l CFR60- U.S.C. 12101 et se .) set forth under 28 CFK 35 and 29 ( are incorporated by reference in this contract. In the execul contract, the contractor agrees to comply with the following a. The contractor will work with the Stale highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall Include: 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 apprentice- ship, preapprenticeship, and /or on- the -job training: 2. EEO Officer: The contractorwill designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility forand must be capable ofeffectivelyadminlsledng and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, orwho recommend such action, orwho are substantially Involved in such action, will be made fully cognizant of, and will Implement, the contractors EEO policy and contractual responsibili- ties to provide EEO In each grade and classification of employment. To ensure lhatthe above agreementwill be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, atwhich time the contractors EEO policy and its Implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough Indoctrination by the EEO Officer, covering all major aspects of the contractors EEO obligations within thirty days following their reporting for duty with the contractor. G. All personnel who are engaged in direct recruitment for the project will be Instructed by the EEO Officer in the contractors procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractors EEO policy will be placed In areas readily accessible to employees, applicants for employment and potential employees. e. The contractors EEO policy and the procedures to imple- ment such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed Form FHWA -1273 (Rev. 3 -94) Page i in publications having a large circulation among minority groups in the area from which the project workforce would normally be derived. a. The contractorwill, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will Identify sources of potential minority group employees, and establish with such Identified sources procedures whereby minority group applicants may be referred to the contractor for employment consider- ation. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he Is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractorwill encourage his present employees to refer minority group applicants for employment. Information and proce- dures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not Indicate discriminatory treatment of project site personnel. b. The contractorwill periodically evaluate the spread ofwages paid within each classification to determine any evidence ofdiscrimi- natory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimina- tion. Where evidence Is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall Include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reasonable time. If the Investigation indicates that the discrimination may affect Parsons other than the complainant, such corrective action shall nclude such other persons. Upon completion of each investigation, the contractor will Inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistentwiththe contractor's workforce requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on -the -job training programs for the geographical area of contract performance. Where feasible, 25 percentofapprentices ortrainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, thissubparagraph will be superseded as Indicated In the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply forsuch training and promo- tion. 7. Unions: If the contractor relies to whole or in part upon unions as a source of employees, the contractorwill use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will Include the procedures set forth below: a. The contractor will use best efforts to develop, in coopera- tion with the unions, joint training programs aimed toward qualifying more minority group members and women for membership In the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor Is to obtain Information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such Information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such Information. d. In the event the union Is unable to provide the contractor with a reasonable Flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procure- ment of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractorwill use his best efforts to ensure subcontrac- tor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for Inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non - minority, group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made In locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made In securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA Paa.2 Form FHWA -1273 (Rev. 3 -94) each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This Information Is to be reported on Form FHWA -1391. If on -the job training is being required by special provision, the contractor will be required to collect and report training data. 111. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construc- tion contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification Is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed orworking upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor(hereinafter'4he wage determinatlon' which Is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcon- tractors and such laborers and mechanics. The wage determination (Including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs Incurred for more than a weekly period (but not less often than quarter ry) under Titans. funds. or orocrams. which cover the particular weep 4fication of work actually performed, without regard to as provided In paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classifica- tion, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classifica- tion requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, Including any bona fide fringe benefits, bears a reasonable relationship to thewage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, ion, Washington, D.C. 20210. The Wage and Hour or, or an authorized representative, will approve, modify, ve every additional classification action within 30 days of so advise the contracting officer orwill notify the contract - rithin the 30 -day period that additional time Is necessary. d. In the event the contractor or subcontractors, as appropri- ate, the laborers or mechanics to be employed in the additional classification or their representatives, and the centracfing officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, oran authorized representative, will issuea determina- tion within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary e. The wage rate(Includinggfringe benefits where appropriate) determined pursuant to paragraph 2c or2d of this Section IV shall be paid to all workers performing work In the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Wheneverthe minimum wage rate prescribed in the contract for a class of laborers or mechanics Includes a fringe benefit which Is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated In the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside In a separate account assets for the meeting of obligations under the plan Form FHWA -1273 (Rev. 3 -94) Page3 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed In his/herfirst 90 days of probationary employ- ment as an apprentice In such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training are State apprenticeship agency (where appropriate) to be eligible for probationary employ- ment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed In the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which Its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified In the registered program for the apprentice's level of progress, expressed as a percentage of the joumeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the eventthe Bureau ofApprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, with- draws approval of an apprenticeship program, the contractor or subcontractorwill no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees unfit an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered In a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees tojourneyman- level employe the job site shall not be greater than permitted under thf approved by the Employment and Training Administration. employee listed on the payroll at a trainee rate who is not refit on the wage determination for the classification of work rformed. In addition, any trainee performing work on the excess of the ratio permitted under the registered program rid not less than the applicable wage rate on the wage ion for the work actually performed. (3) Every trainee must be paid at not less than the rate specified In the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there Is an apprenticeship program associ- ated with the corresponding journeyman -level wage reform thewage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Adminislra- lion withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification Is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth In Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determina- tion for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon Its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, Including apprentices, trainees, and helpers, employed by the contractor or any subcontrac- for the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or partof the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described In paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and - one -half times his/her basic rate of pay for all hours worked In excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth In paragraph 7 above, the contractor and any subcontractor responsible thereofshall be liable to the affected employee for his/her unpaid wages.. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employyed in violation of the clause set forth in paragraph 7, in the sum of S10 for each calendar day on which such employee was required or permit- ted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: Page 4 Form FH WA -1273 (Rev. 3 -94) The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account ofwork performed by the contractor or subcontractor under any such contract or any other Federal contract with the same firms, contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CPR 3): The contractor shall comply with the Copeland Regulations ofthe Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the dale of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guardsworking atthe site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (Including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described In Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hhours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation Indicating whether the employee does, or does not, normally reside In the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant td Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or program described In Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits Is enforceable, that the plan or program Is financially responsible, that the plan or program ad, and show the cost anticipated or the actual cost Incurred In IIng benefits. Contractors or subcontractors employing micas or trainees under approved programs shall maintain i evidence of the registration of apprentices and trainees, and and wage rates prescribed in the applicable programs. G. Each contractor and subcontractor shall furnish, each week ich any contract work is performed, to the SHA resident 4 and 5, to be may be submitted In any form desired. Optional Form VVH -347 is available for this purpose and may be purchased from the Superin- tendent of Documents (Federal stock number 029 - 005 - 0014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "State- ment of Compliance," signed by the contractor or subcontractor or his/her agant who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such Information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e- The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. I. The falsification of any of the above certifications may subject the contractor to civil orcriminal prosecution under 16 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for Inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the Installation of protective devices at railroad grade crossings, those which are constructed on a force account ordlrect laborbasis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained In Form FHWA 47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and Incorporated in thework, and also ofthe quantities of those spec materials and supplies listed on Form FHWA -47, and in the units shown on Form FHWA -47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together with the data required In paragraph 11a relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere In the contract) of the total original contract price, excluding any specialty items designated byy the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract pprice before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to Include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of Form FHWA -1273 (Rev. 3 -94) Page 5 a subcontractor, assignee, or agent of the prime contractor. b. 'Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, orequipment not ordinarily available In the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph i of Section VII is computed Includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work In accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines Is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract Is evidenced in venting and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equippment and take any other needed actions as it determines, or as the BHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters Into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surround- ings or under conditions which are unsanitary, hazardous or danger- ous to his/her health or safely, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matterof compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS r to assure high quality and durable construction in confor- approved plans and specifications and a high degree of on statements and representations made by enaineers. functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, ormisrepresentatlon with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: 'Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether person, association, firm, or corporation, knowingly makes any false state- ment, false representation, orfalse report as lathe character, quality, quantity, orcost ofthe material used or to be used, or the quantity or quality of the work perfomred or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation,, or Whoeverknmvingly makes any false statement, false representa- tion, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoeverknowinglymakesanyfalse statementorfalse representa- tion as to material fact in any statement certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supple- mented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is orwill be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seer ., as amended by Pub.L. 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 at se ., as amended by Pub.L. 92 -500), Executive Order 11738, and regu ations in implementation thereof (40 CFR 15) Is not listed, on the dale of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compllance with all the requirements of Section 114 of the Clean AirAct and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is underconsideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X In every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant Is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter Into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later deter- mined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this Page 6 Form FH WA -1273 (Rev. 3 -94) transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that Its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction; "'participant," "person," "primary covered transaction; "'principal," "propose l," and "vol unitedly excluded," as used In this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12540. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, It shall not knowingly enter Into any lower tier covered transac- tion with a person who is debarred, suspended, declared Ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering Into this transaction. g. The prospective primary participant further agrees by submitting this proposal that twill Include the clause titled "Cedifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicita- tions for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, orvoluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which It determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" ( Nonprocurement List) which Is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order. to render in good faith the certification required by this clause. The knowledge and Information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under pare graph f of these Instmctlons, if a participant in a covered transaction knowingly enters Into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, orvolunlarfy excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtain- ing, attempting to.obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, then, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally orciviliy charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph lb of this certification; and d. Have not within a 3 -year period preceding this applica- tion /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification -LowerTlerCoveredTransac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more- 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If It is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the depart- ment, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide Immedi- ate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms " covered transaction;' "debarred," "suspended," "Ineligible primary covered transaction," "participant," "principal," "proposal," and "voluntadly excluded;' as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance In obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered Into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared Ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that Itwill include this clause tiged "Certifica- tion Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, In all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that Is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and Form FHWA -1273 (Rev. 3 -94) Pa9e7 frequency bywhich it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to otherremedies available to the Federal Government, the department oragency with which this transaction originated may pursue available remedies, Including suspension and /or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or volun- tadly excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant Is unable to certify to any of the statements in this codification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Memberof Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying' in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering Into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 foreach such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose. accordingly. Page 6 Form FH WA -1273 (Rev. 3 -94) A� °� CERTIFICATE OF LIABILITY INSURANCE 4/10/2012 Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Julie Vincent NAME: PHONE (515) 967 -0489 �� Net (515196'1 -2165 Insurance Station E-MAIL ulie. vincent@insurancestationinc.com ADORESS:j 116 2nd St BE PO BOX 219 INSURERS AFFORDING COVERAGE NAIC # INSURERA:Secura EACH OCCURRENCE Altoona IA 50009 INSURED INSURER e : INSURER C: 0-CP- 009277420 -1 /000 J & L Construction LLC INSURER D: PREMISES Eaoccunem 1971 Lexington Blvd INSURER E : $ 51000 PERSONAL B ADV INJURY INSURER F: Washington IA 52353 -9296 1 COVERAGES CERTIFICATENUMBERMASTER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE ADDL Im S BR 3M POLICY NUMBER POLICY EFF MMIDDA'YYY POLICY EXP MMIDDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 0-CP- 009277420 -1 /000 /3/2011 /3/2012 PREMISES Eaoccunem $ 100,000 MED EXP(Any one person) $ 51000 PERSONAL B ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ 4,000,000 X POLICY PRO- LOG JECT $ AUTOMOBILE LIABILITY OMBBIINEDI SINGLE LIMIT 1,000,000 X BODILY INJURY (Par person) S A ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS 0-CP- 009277420 -1 /000 /3/2011 /3/2012 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED AUTOS NON -OWNED AUTOS Undennsured motorist $ 1 000 000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5 5,000,000 AGGREGATE $ A EXCESS LIAB CLAIMS -MADE DED RETENTION$ $ O -CP- 009277420 -1 /000 /3/2011 /3/2012 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETORIPARTNEWEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N/A 0-CP- 009277420 -1 /000 /3/2011 /3/2012 ­ STATU- 0TH - M !i EL EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE 5 1,000 000 If yea, descme under DESCRIPTION OF OPERATIONS Belem E. L. DISEASE - POLICY LIMIT S 1,000,000 Property /Tools DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space is required) The City of Iowa City, Iowa is listed as Additional Insured. Project Name: Court Hill Trail - Phase 3 IDOT Project # NRT- 3715(649) -9G -52 Bid Order #106 - Johnson Co. Contract ID: 52- 3715 -649 -A City of Iowa City 410 E Washington St. Iowa City, IA 52240 -1826 ACORD 25 (2010/05) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Vincent /SHAN INSn26 r?ntnnstm Th. Ar f)Pn nom. and Innn .r. roniet.,.d morbe of Ar:r)Pn CORPORATION. All rights reserved. �c . oaJ 2d(2) Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5149 RESOLUTION NO. 13 -249 RESOLUTION ACCEPTING THE WORK FOR THE COURT HILL TRAIL - PHASE THREE NRT- 3715(649)- -9G -52 PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Court Hill Trail - Phase Three NRT- 3715(649)- -9G -52 Project, as included in a contract between the City of Iowa City and J & L Construction, LLC of Washington, Iowa, dated April 20, 2012, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Scott Park Development & Trail account # 4219; and WHEREAS, the final contract price is $489,355.76. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of August 20 13 ATTEST � jJ w) CITY CLERK &V ` n MAYOR Approved by City Attorney's Office y�75�(3 It was moved by Champion and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: x x x Y x x x Pweng /masters /acptwork.doc 7/13 NAYS: F.1119clus Champion Dickens Dobyns Hayek Mims Payne Throgmorton