Loading...
HomeMy WebLinkAboutBRICK RECONSTRUCTION/DEWEY STREET/2012RECONSTRUCTION/ DEA,lwl-F-Y-05T-REE-ric — Kill BC;; IL -Reco, $4rIC4,6- , / IDzwer - S�-re2% /jva- Pcce I `&-F —2 3t `TuL--- / _(. 1��s�u m /a� 353 Seii ,n9 a �-A r- kec r:n Jc ur uJcuS all oZDla urt �i�ns/ 15pe� 2�;c 6n5ory 6� Cd (r�c� f (des na a� /� IJ C nlL aJ.�Lr,......j',rnc-4"nC `, � Cl y-(< _F��(j S.1�.... _. // — hv�-; � N4T {CF _� __Ikl3L1� �EAR?fvCa It rr O!- ALG -. .�a'... Pl0.rs� ,sp.�c;.i.; ccL�v'tis .Pro.QaScci ...end Con-i -rah . Girl �l.__.PS�:rria �t �i.."4u6— /a. ResQf�l.� -; v,...... %a^ 39/.. &pfrov;.rj �Ians� Sfal; -fca7;onr., Ar. n-t conika4 r 0 /� r .H u(-�t.. SoA .-�r..1.'ffi{ CDn c.�-i �?-s c'F.../r'f%t�2 `�e w.eu .7i-r�/ �r;. !! Qecons Lcc t t�Drl ., �I'i k4 eS-tcM;s�tny eiAp"4 tYT.... -L,CI Sec ,, r Ao arc / eac4 6 ;d, d_ Jr11e�l,'np C;4( C 14trti R r � cK 4�e cons trckrJi v,� ! 1) ed 2 y J4 reei-/ a201,2 ?Clr �? o-i c)- ��,- �e(�`�f� ��-C r' �z� y�rvs�✓�c,� _`` t'ct,��,v�� K-� 1.��o r�c�� 3� a -ocr- ky, C C d'. l; y �n-! , Y-P n o _ f I[ 1-7 -&p e1 71 �� /Cu.�ei..� S� �i"I'Ci = /�ecvnt��I2 cl idyl �" ✓a% eiC' �, 4 ti Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5149 RESOLUTION NO. 12 -353 RESOLUTION SETTING A PUBLIC HEARING ON AUGUST 21, 2012 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE DEWEY STREET BRICK RECONSTRUCTION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Brick Street Reconstruction account # 3849. 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 21St day of August, 2012, 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 31st day of July 20 12 MAYOR Approved by ATTEST: t -� Z CITY CLERK City Attorney's Office pwengUnaslers \setph.do 1/11 Resolution No. 19-191 Page 9 It was moved by Payne and seconded by Resolution be adopted, and upon roll call there were: AYES: x x x -x - x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Tin-ogmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE DEWEY STREET BRICK RECONSTRUCTION PROJECT 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 Dewey Street Brick Reconstruction Project in said city at 7:00 p.m. on the 215` day of August, 2012, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK ENGINEER'S ESTIMATE July 31, 2012 City Clerk City of Iowa City, Iowa Re: Dewey Street Brick Reconstruction Project Dear City Clerk: The estimate for this project is $375,000. Sincerely, Q Joshua J. Slattery, P.E. Civil Engineer PLANS, S VUK i rrt DEWEY STREET BRICK RECONSTRUCTION PROJECT IOWA CITY, IOWA DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Joshua J Slattery, P.E. Civil Engineer Iowa Reg. No. 19795 My license renewal date is December 31, 2013. DATE: APPROVED BY CITY ENGINEER — City of Iowa City S S ao• •ms's JOSHUA J. w SIATTERY I �'., 19795 $ SPECIFICATIONS TABLE OF CONTENTS Pape Number TITLE SHEET TABLE OF CONTENTS NOTICETO BIDDERS ............................................................ ............................... A AF -1 NOTETO BIDDERS ................................................................ ............................... N NB -1 FORMOF PROPOSAL ............................................................ ............................... F FP -1 BIDBOND. .................. ....... ....................................... I ...................................... . .... BB -1 FORMOF AGREEMENT ......................................................... ............................... A AG -1 PERFORMANCE AND PAYMENT BOND ............................... ............................... P PB -1 CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) .................... ............................... C CC -1 GENERALCONDITIONS ........................................................ ............................... G GC-1 SUPPLEMENTARY CONDITIONS . ................ ................... RESTRICTION ON NON - RESIDENT BIDDING ON NON- FEDERAL -AID PROJECTS........................................................................ ............................... R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work .......................... ............................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ....................... 02050 -1 Section 02100 Site Preparation ................................... ............................... 02100 -1 Section 02220 Earth Excavation, Backfill, Fill and Grading ........................ 02220 -1 Section 02515 Brick Paving ......................................... ............................... 02515 -1 Section 02520 Portland Cement Concrete Paving ....... ............................... 02520 -1 Section 02524 Curb Ramps ......................................... ............................... 02524 -1 Section 02900 Landscaping .................................. ............... .. ........ a ..... ...... 02900 -1 NOTICE TO BIDDERS DEWEY STREET BRICK RECONSTRUCTION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 12th day of September, 2012. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the le day of September, 2012, or at special meeting called for that purpose. The Project will involve the following: The reconstruction of 16,676 SF of Brick Pavement Installation which includes a 3/4" bituminous setting bed and a 7" or 9" PCC base, 1,271 SF of 7" or 9" PCC Pavement, 180 SF of 6" PCC Curb Ramp, 418 SF of 4" PCC Sidewalk, 793 SF of 6" PCC Driveway, 13,365 LF of PCC Curb & Gutter, and other work associated with brick street reconstruction. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award . of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. AF -1 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: November 16, 2012 Liquidated Damages: $250.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineer, Iowa City, Iowa, by bona fide bidders. A $20.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281 -5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB -1 FORM OF PROPOSAL DEWEY STREET BRICK RECONSTRUCTION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project, Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Mobilization LS 1 $ $ 2 Traffic Control LS 1 $ $ 3 Driveway and Sidewalk Removals SF 1,606 $ $ 4 Curb and Gutter Removals LF 987 $ $ 5 Beam Curb Removals LF 184 $ $ 6 Pavement and Curb Removals SF 1,245 $ $ 7 Brick p avement Removals SF 17,000 $ $ 8 Sub grade Repair, Class A Crushed Stone TON 100 $ $ 9 Subbase, Class A Crushed Stone, 6" SF 22,065 $ $ 10 Brick Pavement with 7" PCC Base SF 15,032 $ $ 11 Brick Pavement with 9" PCC Base SF 1,644 $ $ 12 Pavement, P.C. Concrete, 7" SF 506 $ $ 13 Pavement, P.C. Concrete, 9" SF 765 $ $ 14 Driveway, P.C. Concrete, 6" SF 793 $ $ FP -1 15 Sidewalk and Curb Ramp, P.C. Concrete, 6" SF 180 $ $ 16 Sidewalk, P.C. Concrete, 4" SF 418 $ $ 17 Curb and Gutter, P.C. Concrete, 2.0 FT. LF 1,365 $ $ 18 ADA Detectable Warning Panels Cast Iron SF 48 $ $ 19 Sodding SO 57 $ $ TOTAL EXTENDED AMOUNT $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Dewey Street Brick Reconstruction Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the.full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A. D,, 20_ Witness Witness MM day of (Seal) Principal By (Title) (Seal) Surety By Attach Power -of- Attorney (Attorney -in -fact) THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 31't day of July, 2012, for the Dewey Street Brick Reconstruction Project ('Project "), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1, The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e: Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; i. Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of CCU ATTEST: Mayor Contractor (Title) ATTEST: a 1� (Title) City Clerk (Company Official) Approved By: City Attorney's Office IUAU0] ITIM Us] MIMI101UTMI dNI =0119 QkiI ; (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and M (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS; Contractor has, as of entered into a (date) written Agreement with Owner for Dewey Street Brick Reconstruction Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient F:i. funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS r� IN THE PRESENCE OF: Witness Witness DAY OF NM (Surety) (Title) (Street) (City, State, Zip) (Phone) • • i m • • CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sue.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. ' COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential ,sources of employees and to your subcontractors asking their cooperation. The policy statement ejiould recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer ". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 2 -3.1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2 -3.1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions 2.3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member In the privileges, rights or benefits of such membership, apprenticeship or train - Ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2 -3 -1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: Iowa City CC -6 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job- related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 997 2 -3.1 F. 897 2 -3 -1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human,, which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, employ - disabled or elderly. Any such employ- ment agency, labor organization or .3 ', ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective ern- elderly on the basis of age, color, pioyee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord, a test for the presence of the antibody 95 -3697, 11 -7 -1995) to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human Immunode- ficiency virus to other persons In a specific occupation. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or Its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious Institution shall be presumed to be a bona fide occupational quaitfica- tion. (Ord. 94 -3647, 11 -8 -1994) Iowa City CC-7 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability In those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94 -3647, 11 -8 -1994) Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti- Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caotion and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC -1 S -3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval. a Certificate of Insurance, meeting the requirements specified herein, to be 'in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits, required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage" Each Occurrence Aggregate $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 'Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy. coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. SC -2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified. on C'ontractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or ,terminate this Contract, and withhold payment for work performed on the Contract. SC -3 C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S -4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the ]DOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this individual. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 191C (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State -laws regarding hazardous chemicals and right -to -know. SC -4 8-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the ]DOT STANDARD SPECIFICATIONS. S -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S -11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and will be charged at; a rate of $75 per hour. S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. SC -5 w3e11II"AHWITLIN TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 7/12 data on cityntlEngOlasterSpecsHrontend ,doe R -1 SECTION 01010 SUMMARY OF THE WORK PART1- GENERAL General description, not all inclusive. A. Base Bid Work; 1. Remove and salvage existing brick pavers. 2. Remove existing pavements, driveways, curb and gutters, curb ramps, and sidewalks. 3. Sawcutting of existing pavements, sidewalks, and curb and gutter prior to reconstruction. 4. Install 6" granular subbase, PCC base, '/4" bituminous setting bed, and re- install existing brick pavers. 5. Construct portland cement concrete pavements, driveway approaches, curb and gutters, sidewalks, curb ramps and other miscellaneous items. 6. Furnish and install reinforcing steel for the portland cement concrete base, driveways, sidewalks and curb ramps. 7. Seal all expansion joints. 8. Restore all disturbed areas with sod. 9. Provide traffic and pedestrian traffic control during all phases of project. 10. Coordinate work schedules and traffic control with City staff. 11. Other work associated with brick street reconstruction. 01010 -1 SECTION 01025 MEASUREMENT AND PAYMENT PART1- GENERAL 1.01 SUMMARY,: A, Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS: A. Work completed nuclei- the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT.• A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising fiom the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2- PRODUCTS 2.01 NONE PART 3- EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025 -1 3.02 BID ITEMS. A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL: Each unit or lump sum price stated shall constitute full payment as,herein specified for each item of work completed in accordance with the drawings and'specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and /or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or hisflier Subcontractors. Work associated with existing items on private and /or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, sheets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025 -2 B. BID ITEM DESCRIPTIONS 1. Mobilization The lump sum price for this item shall consist of preparatory work operations for all items under the contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; bonds, insurance, and permits; and for the establishment of all temporary restrooms And other onsite facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site, and all other overhead expenses so that the other work items unit costs reflect true cost to perform said item in the field. This item shall include demobilization costs. 2. Traffic Control The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including but not limited to barricades, safety fencing, drums, lights, standard signs, temporary concrete barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. 3. Driveways and Sidewalk Removals The unit price for this item will be paid based on the number of square feet of Portland Cement Concrete, driveways, sidewalks, curb ramps removed and includes all labor, material, and equipment to remove and dispose of the driveways, sidewalks and curb ramps. Removal of compacted granular material shall be considered incidental, Saw cuts and hauling and disposal of waste materials shall be incidental, All proposed saw cuts must be approved by the Engineer. Additional effort required for this purpose is considered incidental. 4. Curb and Gutter Removals The unit price for this item will be paid based on the number of linear feet Portland Cement Concrete curb and gutter removed and includes all labor, material, and equipment to remove and dispose of existing curb and gutter. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this purpose is considered incidental. 5. Beam Curb Removals The unit price for this item will be paid based on the number of linear feet of beam curb removed and includes all labor, material, and equipment to remove and dispose of existing beam curb. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer, Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. Additional effort required for this propose is considered incidental. 6. Pavement and Curb Removals The unit price for this item will be paid based on the number of square feet of Portland Cement Concrete pavement and pavement overlaid with asphalt including integral curb removed and includes all labor, material, and equipment to remove and dispose of pavement and curb. Removal of compacted granular material shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer, Additional effort required for this purpose is considered incidental. 01025 -3 7. Brick PavementRelmOvals The unit price for this item will be paid based on the number of square feet of brick pavement removed and includes all labor, material, and equipment to remove, salvage and clean existing brick pavers. Removal and disposal of existing granular base and native subgrade as required to place full brick pavement section as shown in the „ project plans shall be considered incidental. Hauling and disposal of waste materials shall be incidental. Additional effort required for this purpose is considered incidental. 8. ,Subgrade Repair, Class A Crushed Stone " The unit price for this item will be paid based on the number of tons of Class A Crashed Stone used to repair unsuitable subgrades and includes removal and disposal of unsuitable material and supply, placement and compaction of Class A Crushed Stone. Backfill shall be Class A Crushed Stone conforming to I.D.O.T. Standard Specification 4120.04 with I" maximum aggregate size. This item is to be used only at the direction of the Engineer. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. 9. Subbase, Class A Crushed Stone, 6" The unit price for this item will be paid based on the number of square feet of Class A Crushed Stone subbase constructed at the specified thickness including placement 12- inches beyond the back of curb. Subbase material shall be Class A Crushed Stone conforming to I.D.O.T. Standard Specification 4120.04 with I" maximum aggregate size. Included with this item is excavation to grade, subgrade preparation and compaction, subgrade treatments, and subbase placement and compaction to required elevations. 10. Brick Pavement with 7" PCC Base 11. Brick Pavement with 9" PCC Base The unit price paid for this item will be paid based on the number of square feet of salvaged and reinstalled brick pavers placed over new 1/4" bituminous setting bed and new PCC base as shown on the project plans and as directed by the Engineer. This item includes all labor, material, and equipment necessary for preparation and compaction of existing subbgrade, subgrade treatments, installation of PCC base, bituminous adhesion layer, bituminous setting bed, cutting and placement of existing brick pavers. Sweeping and clearing of debris prior to installation of brick and applicable sections shall be considered incidental to item. New brick pavers to replace existing pavers that are damaged and cannot be replaced due to their deteriorated condition shall be supplied by the contractor and shall be considered incidental to this item. 12. Pavement, P.C. Concrete, 7" 13. Pavement, P.C. Concrete, 9" 14. Driveway, P.C. Concrete, 6" The unit price for these items will be paid based on the number of square, feet of Portland Cement Concrete pavements and driveways constructed at the specified thicknesses and mix designs. Also included with this item are excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways, forming, supply, placement and finishing of concrete, special concrete mixes, installing dowels or tie -bars, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb, and backfilling at curb lines and driveway edges. Portland cement concrete mix shall be MOT C mix. The contractor will not be responsible for PCC samples and testing or compaction testing. Integral 6" PCC Curb shall be considered incidental to this item. 01025 -4 15. Sidewalk and Curb Ramp, P.C. Concrete, 6" 16. Sidewalk, P.C. Concrete, 4" The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are excavation to place forms and sidewalk at required elevations, supply, placement and compaction of subgrade material under sidewalk, subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, installing dowels or tie -bars, curing, jointing and joint sealing, baekfilling at form lines, and clean -up. Portland Cement Concrete mix shall be Iowa DOT C -3 mix. The contractor will not be responsible for PCC samples and testing or compaction testing. 17. Curb and Gutter, P.C. Concrete, 2.0 Ft. The unit price for these items (linear foot) shall constitute fill payment for all labor, material, and equipment to install 2.0 foot wide curb and gutter using a C -3 mix. Also included with this item are excavation to place forms at the required elevations, supply, placement, forming, and finishing of concrete, drilling and epoxying steel in place, curing, jointing and joint sealing, baekfilling at curb lines, and clean -up. The contractor will not be responsible for PCC samples and testing or compaction testing. 18. ADA Detectable Warning Panels (Cast Iron) Detectable warning panels shall consist of ADA compliant panefs. The unit price for this item will be based on the number of square feet of detectable warning panels installed. This item includes all materials, work, and equipment necessary to install detectable warning panel to ADA standards. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Woks, or equivalent. 19. Sodding. The unit price for this item will be paid based on the number of squares (I square = 100 square feet) of sod placed and includes excavation, grading and preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified in Section 02900 - Landscaping, including a one -year guarantee. Also included with this item are the stripping, stockpiling and spreading of topsoil as necessary. All disturbed areas not replaced with pavement shall be sodded unless noted on the plans or directed by the Engineer. 01025 -5 SECTION 01310 PROGRESS AND SCHEDULES PART1- GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high Priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre - Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shalt include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2- PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION. A. No Pre -Bid meeting will be held. B. A Pre - Construction meeting will be held prior to beginning work. C. An additional Pre - Construction meeting with neighborhood residents will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. This contract shall be completed by November 16, 2012. Liquidated damages of $250.00 per clay will be charged for every calendar day past the specified completion date mentioned above. B. No work shall be done between the hours of 10:00 p.nr. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting fieshly poured concrete. 01310 -1 C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub - phase, the existing phase or sub - phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that utility conflicts may occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 01310 -2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1- GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2- PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3- EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 -1 Division 25, Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570 -2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1- GENERAL 1.01 SUMMARY.- A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1, 02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No, 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050 -1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side - walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02' INSPECTION. A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately, Restoration of utility services tinder these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities, The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Refer to Traffic Control Sheets for details. 2. Barricade and fence open excavations or depressions resulting from work curing non - working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non- working and non- active periods. C. Site Access Measures Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. 02050 -2 D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor- furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal I. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 02050 -3 SECTION 02100 SITE PREPARATION PART1- GENERAL 1.01 SUMMARY.• A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. [DOT Standard Specifications, PART 2- PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction, Section 2519. Fence Construction, 3.02 EXISTING TREES, SHRUBS AND VEGETATION.- A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and /or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100 -1 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3,04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSIONCONTROL: A. Comply with Iowa City Code. 02100 -2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING , PART1- GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, ship, salvage and spread. 1.02 REFERENCES: A. [DOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use.. PART2- PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, [DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications; Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220 -1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and /or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 EXCAVATION.• A. Protection 1. Barricade and fence open excavations or depressions resulting frorn,work during ' non - working hours and when not working in immediate area. B. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. C. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the [DOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. D. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to 02220 -2 prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. . All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots P or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and /or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfllled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. E. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. hi any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead of- galvanized piping with new 1 -inch or larger copper water service pipe from the 02220 -3 water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCICEXCAVATION. A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 3.06 BACKFILLING: A. General 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations I. Begin backfilling as soon as practicable and proceed until complete 1 Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around 02220 -4 sh "ucture. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZEDL'XCAVATION., A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 02220 -5 SECTION 02515 BRICK PAVING PART1- GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrade, specified base and adhesive bedding layer. B. Furnish labor, materials, tools and equipment to shape, cut, place, compact and: apply joint fill for specified brick pavers. I.02 REFERENCES: A. American Society of Testing Materials: 1. C902 Standard Specification for Pedestrian and Light Traffic Paving Brick.,' _ 2. C1272 Standard Specification for Heavy Vehicular Paving Brick. 3. C1028 Standard Test Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull -Meter Method. 4. C136 Method for Sieve Analysis for Fine and Coarse Aggregate. 5. C67 Method of Sampling and Testing Brick and Structural Clay Tile. 6. C33 Specification for Concrete Aggregates. 7. C144 -89 Standard Specification for Aggregate for Masonry Mortar. 8. E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester. B. Brick Institute of America (BIA) Design and Installation Guide. 1.03 QUALITYASSURANCE: A. Installation: Performed only by skilled workers with satisfactory record of performance on landscaping or paving projects of comparable size and quality. Skilled paver installers will be employed for all paving work. 1.04 SUBMITTALS: A. Submit samples of brick paving units to be used to replace damaged existing bricks to ensure color and dimensions match. B. Submit material certificates for setting bed. 02515 -1 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver specified pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. Unload payer's at job'site in such a manner that no damage occurs to the product and in a location approved by the Engineer. B. Sand will be covered with waterproof covering to prevent exposure and /or removal by rain or wind. The covering shall be secured in place. C. Damaged pavers, as determined by the Engineer, will be replaced at the Contractor's expense. 1.06 ENVIRONMENTAL CONDITIONS: A. Do not install setting bed and /or pavers during heavy rain or snowfall. B. Do not install frozen materials. PART2- PRODUCTS 2.01 MANUFACTURED UNITS: A. All bricks that are to be removed, and remain in good condition, shall be salvaged and used as replacement brick pavers. Any questions regarding condition of bricks to be salvaged shall be directed to the Engineer. B. If existing pavers cannot be replaced due to deteriorated condition, Contractor shall provide brick pavers as necessary to replace them. No additional payment will be made to Contractor for the purchase, pickup, transport, and installation of new brick pavers. 2.02 P.C.C. BASE: A. Base will consist of 7" PCC, Class C at Dewey Street and Brown Street and 9" PCC, Class C at Governor Street. Reference Section 02520 2.03 BITUMINOUS SETTING BED AND JOINT MATERIAL: A. Asphalt Cement: Conform to ASTM Design D 3381; viscosity grade A.C.10 or A.C.20. B. Fine Aggregate: Clean, hard sand with durable particles and free form adherent coating, lumps of clay, alkali salts, and organic matter; uniformly graded from "coarse" to "fine" and all passing the No. 4 sieve and meeting the gradation requirements when tested in accordance with the standard method of test for sieve for screen analysis and coarse aggregate ASTM Designation C0136 -81. C. Dried fine aggregate combined with hot asphalt cement and heated to approximately 300 degrees F at an asphalt plant. D. Approximate proportion of materials will be seven (7) percent asphalt cement and ninety- 02515 -2 three (93) percent fine aggregate. Each ton will be apportioned by weight in the approximate ration of 145 lb. asphalt to 1,855 lb, sand. E. The Contractor will determine the exact proportions to produce the best possible mixture for construction for the bituminous setting bed to meet the construction requirements. 2.04 NEOPRENE- MODIFIEDASPHALTADHESIVE A. Mastic (asphalt adhesive): I. Solids(base): 75 +1% 2. Lbs. /Gal.: 8-8.5 lb. 3. Solvent: Varsol (over 100 degrees F Flash). B. Base (2% Neoprene, 10% Fibers, 88% Asphalt): I . Melting point — ASTM D -36; 200 degrees F minimum. 2. Penetration — 77 degrees F, 100 grain load, 5 second (.l m.m.): 23 -27. 3. Ductility — ASTM D -1 13 -44 at 25 degrees C; 5 crn/per minute: 125 cm minute. 2.05 JOINT SAND The type of sand used for joints is often called concrete sand. Sands vary regionally. Contact paver installers local to the project and confirm sand(s) successfully used in similar applications. A. Joint sand will be clean, non - plastic, free from deleterious or foreign matter. The sand will be natural or manufactured from crushed rock. Grading of samples will be done according to ASTM C136. The particles will be sharp and conform to the grading requirements of ASTM C33 as shown in Table 1, Table 1 Grading Requirements for Joint Sand Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 80 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (600 um) 25 to 60 No. 50 (300 um) 10 to 30 No. 100 (150 um) 2 to 10 B. Sand shall be mixed with Portland cement at a ratio of 6 parts sand to 1 part Portland Cement. PART 3- EXECUTION 3.01 PREPARATIONFOR PAVERS PLACED ONPC.C.: A. Inspect P.C.C. base to ensure surface is clean and built in conformance with the plans. B. Verify elevation difference between P.C.C. base and adjacent finish surface to ensure brick 02515 -3 pavers can be installed flush with bordering pavement. C. Prime with emulsified asphalt (RS -I or CRS- I ). 3.02 PLACING BITUMINOUS SETTING BED A. Install the setting bed over the base surface, place 3 /a" deep control bars directly over' the base. If grade must be adjusted, set wood chocks under depth control bars to proper grad. Set two bars parallel to each other, approximately eleven (11) feet apart to serve as guides for striking board (12' long x 2" x 6" board). The depth of control bars must be set carefully to bring pavers, when laid, to proper grade. B. Place bit ruinous bed between parallel depth control bars. Pull this bed with the striking board over bars several times. I. After each pass, low porous spots must be showered with fresh bituminous material to produce as smooth, firm and an even setting bed. 2. As soon as this initial panel is completed, advance the first bar to the next position, in readiness for striking the next panel. 3. Carefully ffiI up any depressions that remain after removing the depth control bars and wood chocks. C. The setting bed shall be rolled with a 600 pound, walk- behind, power roller to a nominal depth of /n" while still hot. The thickness will be adjusted so that when the brick pavers are placed, the top surface of the pavers will be at the required finished grade. D. After the setting bed has cooled, a coating of two (2) percent neoprene- modified asphalt adhesive shall be applied by mopping or squeegeeing or troweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the trowel shall be serrated with serrations not o exceed one - sixteenth (1/16) of an inch. 3.03 INSTALLATION OF PAVERS: A. After the modified asphalt adhesive is applied, carefully place the pavers by hand in straight courses with hand tightjoints and uniform top surface. B. Good alignment must be kept and the pattern shall be as shown on the plans. C. All pavers will be cut with a masonry saw. Dust control may be required at the discretion of the Engineer. 3.04 JOINT TREATMENT.- A. Hand tight joints shall be a maximum of Ya" or as spacer bars allow. B. Sweep a dry mixture of sand /cement joint fill into brick paver joints. F. Fog brick paving. 02515 -4 3.05 CLEAN -UP: A. L Sweep excess sand /cement mixture from surfaces and remove from site. Remove all excess materials and debris from site. 02515 -5 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, him and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor,. materials, tools and equipment to form, place, reinforce, finish, joint and core Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. L02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate members of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper perfonnance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART2- PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 4l. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520 -1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301, Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OP PAVEMENT: ° A. Curing compound shall be applied immediately following finishing of the concrete,'' including back of cub. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 °F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35 -32° F One layer plastic or burlap. Minimum 31 -25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520 -2 D. Maximum allowable concrete temperature shall be 90° K E. If concrete is placed when the temperature of the concrete could exceed 90° P, the Contractor shall employ effective means, such as precooling of aggregates and /or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the streets) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 02520 -3 SECTION 02524 PART1- GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (I IA -4) C. Iowa DOT Design Manual — Chapter 11 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractors expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot- weather concrete work. B. Pre - Installation Meeting 025241 4 A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (I IA -4) C. Iowa DOT Design Manual — Chapter 11 D. ASTM C309 — Liquid Membrane Forming Compounds for Curing Concrete. E. Figures section of specifications. 1.03 QUALITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractors expense. 1.04 SUBMITTALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot- weather concrete work. B. Pre - Installation Meeting 025241 PART2- PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Cast -In -Place Tactile /Detectable Warning Surface Tile 1. Color: Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max. 3. Warning panels shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, Dynamis or equivalent. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT Design Manual — Chapter 11, Iowa DOT ADA. Curb Ramp Compliance (Alterations) — (I IA-4) and the following sections of the Americans with Disabilities Act (ADA) B Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights -of -Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. Thickness will vary to match the existing pavement thickness at back of curb and transition from the existing pavement thickness to 6 -inch thick P.C.C. beyond 12 inches from back of 02524 -2 curb to end of ramp panel. See drawing details for more specific thickness locations. 3.04 WIDTHS. A. Curb ramps widths will be 4 feet,unless otherwise necessary to match existing sidewalk for continuity. The minimum allowable width for curb ramps is 4 feet. Four -foot or matching widths are clear widths and do » of include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer. 3.05 CURE RAMPS GEOMETRICS. A. Different curb ramp types are shown in the plans. This project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best- fit ". Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. 3.06 TEXTURED SURTACE. A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located perpendicular to the sidewalk with the edge nearest to the street is at the back of curb line. 3.07 INSPECTION A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of concrete. 3.08 LOCATIONS, A. Curb ramps are to be located directly across a street, alley or driveway fiom another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.09 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520, B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 02524 -3 SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY.- A. Plantings (seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. . The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGEAND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. PART2- PRODUCTS 2.01 SEED: Mix Minimum Proportion by Weight Lbs./ Acre Lbs./ 1,000 sq.ft. URBAN MIX'S Kentucky Blue Gass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 MA commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 02900 -1 Z 02 SOD: =R i' A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect,pests,weeds and other, grasses, stones, and any other haimfi l or deleterious matter. is B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIMEAND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3- EXECUTION 3.01 SEED, FERTILIZE, LIMEAND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed.at rate of 175 pounds per acre on calm day, by mechanical means. Sow one -half of seed in one direction, and other one -half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/ -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro - seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1' /z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the 02900 -2 3.04 3.05 contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G: Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. SOD: A. histall sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E, Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout two week maintenance period. As many as 7 waterings will be required during the two week maintenance period. H. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - year maintenance period. MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, Weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings for a period of two Weeks. B. Maintain sod and seed areas at maximum height of 2% inches by mowing at least three times. Weed thoroughly once and maintain for four weeks. Reseed and refertilize With original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. All plantings shall be guaranteed for a period of one year after by City Engineer acceptance of the project. D. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900 -3 _o N N 0 0 0 CJ E � s a mss`° E9Y m N xst ° N 5�= o E s.w s r a o �Ea a ui = i= z° v ¢ U LU cr- co III o w� C ti a o q oz ^- Tom` LU N Ljji �+-- -i LAM-H-1S 210N 213A00 ui L I� Lij o Ih�_ ✓� /��� I U E rt, l i 'ne Bi6A'CTIPLIf/G hMO'aa]lOW[aWS UHE�lidua�Cl0.'tl i'�U8 /a:naC�usntlelmp\9N:15 w�meea�ouvuc' S. �o' �rvzo�» rs�e iaw�nuoa :q+e.�.w�aau�cnvebn�raus f N N C Z_ q � u h •- o' -- - h 0 wQ f~' �m h rNil F z 6 u C E m Q U V d r i 1 ❑ N U Z z o - j2 � CO z w _ V v m 0 a` ° ° o ° m 5 o t 5 Y� io S� m - �s a zz €oLL o�� `- Gruel. �- J�� _ ' = __ s G C7 a Z i - g € p r wo ,Z 11_ 1. oU, .� �.�� a� .... �_ __ '.,tea _�a� ZN oN U E Z E _ _ F- w�meea�ouvuc' S. �o' �rvzo�» rs�e iaw�nuoa :q+e.�.w�aau�cnvebn�raus \ _ \° \ \_ \ \ : -\r >> LLJ : \ wl IE Et - \ \ : / ! 2 \(, ui !\ ! » » q ._ D ,\} cn } \ _ \ r � J«c/ � w� xz.saxz:zrc;x e��aa�w:�mxrcsxes�:eu�a.axcm wxs µ.•m,;,xss.�.rexrn��ur:s ra mG zo O Z w.a W e ;z a r o w 'c J , > z _ C — v � z U a� m n � � ° rr °oz L' u r z r a J z 9f1'— JII Y U � Q F � w KZ �� ACC _ 0 LU �I w zc U L, III >= 'iw. Z W z Z a_ O zy oy UJ c L,I— ' WZ U U Zo Ir J N ~o U = U z� Hin m 3 � LU c HE C_ `C o I i iam 'Ozac xzzz q xe z > Es i w� xz.saxz:zrc;x e��aa�w:�mxrcsxes�:eu�a.axcm wxs µ.•m,;,xss.�.rexrn��ur:s \\ � x» x I \\ \\ \ \ 0 , 2 , d «\ \ - LL, \ \ /( ` 2\ }\ \ � � cc \ - - \ « ^ §\ !d - : e» ° 22 9J` - } \ \ / \ G / T.,� E\ \ / Wo »` 2 g j j; § ^ y§ w ; \ = LU , .a . 2 Ir § - - ® / 0 \ / -2� e >m w ok Y� a� w� w o� � mU W m a 20 w U W ¢ 0 w J —ll _ I ' I I I I it L i I r� r— I �- I � I I , I ; it Y I a m o 0 �i rI W� N II �I �I I,IW 10, Irs lcltl9 X] 1S NMOa9 -•� „ -.- a Pic: � «K-- - -...— ------ - - - - -- , I I,I — I as °III �1 I il�nla A'v�i3n0 bIII-'x til „� is llwwns I , ,II , , , I I ' I I, �F ,y ,J „ iw , , , I I l II „ „ „ m N a iJ 'o E c c 3 a s .. s5 P �z Z WZ W Zo Z> wo 0 r� /I Q-; ea xrm:_z:exn2ru. >ueie gamma s av�+m�a�xume,o� wue Wwc�w'us�nwe�mn \srks a mx �U U� Z oa w w a «YQ w w2 Zd zw wm ww w w> w wZ w0 z. 0 00 am zz Yrc �I a as U� Bz �?¢ wl Um m� mw �., v io io aU mK m2 ze: ll I I � � K Tw I' ' ?i' 7 Abld3,3 brtF 'X3 1S iinvgnS Ty —_ I ' o II � I x d I _ _ I. Ix I I We L6kJ .210Z'l/L'GM�BCU�+xaJ\yaumgC@I yolR Aama[tldtllS�WdlcgUUi,S i �i c pff l v� I N a ❑NVDIVO I O L I I I II INI = i I I 'I c ,i I � o a u I ¢ rn Z o 10 III f L_ _�__ UJ a O _ II Z _ o O -� W O ON �sl s � - I We L6kJ .210Z'l/L'GM�BCU�+xaJ\yaumgC@I yolR Aama[tldtllS�WdlcgUUi,S i �i c pff l v� a ❑NVDIVO I L We L6kJ .210Z'l/L'GM�BCU�+xaJ\yaumgC@I yolR Aama[tldtllS�WdlcgUUi,S U r_ Z > LJ 3T w a �!3 y 2 ai v La 0 - i _yl it Ij I I i m'� Tw m m 3 c m o m U m rn o m o a a ° a �I i R LQ 0 Z Fr WZ W ZO 6N Z> W0 a-. a; ti W] R£S.[ Z[pZJ[fi /. Lxp'upli 15 �'NO'J's yaa =A hi ti!'m'w:WS�AYtlICtl]'9A3 \:5 wee[.LS[i[[2'V['6r: plyµp�TtleY!Aa"NS VCprivauwe!Ay ryyrd FJ'ae0!:iLS�l:IflY]�vli3 \5 a o < N3IHJ nG t k 1S1IWWf1S'N Y _ t > zQ ¢_- ¢ U LLI , U z � aZ c v m a Y E o m U 151IWWns'N � C � O III N I Z I (I% N y � O ^ Is- moo -�� L w d �- v a z a�= =z 0 o w zl = J x a Z Y E 1 - pU 0�0 g u a 2> _ fT u 3 o _� 0 V 0 3 z z o z v W Q J III,, 3O 0 3 ¢ R W Izn O wo O 0 3 z a U n I of I \ 3 i n ♦ d 1 r a wee[.LS[i[[2'V['6r: plyµp�TtleY!Aa"NS VCprivauwe!Ay ryyrd FJ'ae0!:iLS�l:IflY]�vli3 \5 WG[I P:, Zi¢ 2 sue nTO O W su'C'- v'Y''a4wou 'y III'^ia� , y — J` - N3IH7 no C J is 1iWWns -N C - F C W Y d � E p U Ea L i-s lIWWns•N_ S � 30 u m Doi �oll �' z U y c y i 3 K U p \ \\ is p � ti p o ° Iool;- h o I aoc _ zz ` � I is 80N83AOD fz�l z *\\ ti i � Ld 1 �, moo, w 1 ego ho xx °am m WO N V Z N m Z C II I — / is sv3m WG[I P:, Zi¢ 2 sue nTO O W su'C'- v'Y''a4wou 'y III'^ia� , Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5149 RESOLUTION NO. 12 -391 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE DEWEY STREET BRICK RECONSTRUCTION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, 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 Brick Street Reconstruction account # 3849. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 12 in day of September, 2012. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of September, 2012, or at a special meeting called for that purpose. Passed and approved this 21st day of August 20 12 A � 4 . MAYOR Approved by ATTEST:�% c) A.Au� ka_�V, CITY GLERK City Attorney's Office prrengVnastersVes appp &s.doc 8112 Resolution No. Page 2 It was moved by Dickens and seconded by Resolution be adopted, and upon roll call there were: AYES: x x x x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton NOTICE TO BIDDERS DEWEY STREET BRICK RECONSTRUCTION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 12th day of September, 2012. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 18th day of September, 2012, or at special meeting called for that purpose. The Project will involve the following: The reconstruction of 16,676 SF of Brick Pavement Installation which includes a '/4" bituminous setting bed and a 7" or 9" PCC base, 1,271 SF of 7" or 9" PCC Pavement, 180 SF of 6" PCC Curb Ramp, 418 SF of 4" PCC Sidewalk, 793 SF of 6" PCC Driveway, 13,365 LF of PCC Curb & Gutter, and other work associated with brick street reconstruction. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: November 16, 2012 Liquidated Damages: $250.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of the Iowa City Engineer, Iowa City, Iowa, by bona fide bidders. A $20.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281 -5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 I, 90&'64 5,V)A*' Z- being duly sworn, say that I am the legal cleric of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper tinue(s), on the following date(s): Legal C1 •k Subscribed and sworn to bef re me this day of AAA.D. 20_ld� GK Notary Public o *up GIN ®AKROTZ Comrt15 R NJimber 732619 a "ARyCommissonExpifos om* January 27, -2014_ OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE DEWEY STREET BRICK RECONSTRUCTION PROJECT 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 Dewey Street Brick Reconstruction Project in said city at 7:00 p.m. on the 21st day of August, 2012, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street In said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk In the City Hall in Iowa City, Iowa, and may be Inspected by any Interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments 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 p._„ August 7, 2012 _PI'oJ 3d(1) Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5149 RESOLUTION NO, 12 -418 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE DEWEY STREET BRICK RECONSTRUCTION PROJECT. WHEREAS, Jasper Construction Services of Newton, Inc., Iowa has submitted the lowest responsible bid of $410,295.00 for construction of the above -named project; and WHEREAS, funds for this project are available in the Brick Street Reconstruction account # 3849. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above -named project is hereby awarded to Jasper Construction Services, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 18th day of September , 20 12 A�dV \ MAYOR // / Approved by ATTEST: A ,&i�� 9, �/ . i✓!/ CI LERK City Attorney's Office q �1l,i2 It was moved by Champion and seconded by adopted, and upon roll call there were: AYES: x x X_ pwengVnasters�awrdwn.do Dickens the Resolution be NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims X Payne Throgmorton y 2 0 WRF Bond NoIAC120828 ORMANCE AND PAYMENT BOND . Jasper Construction Services, Inc., 928 North 19th Avenue East, Newton, IA 50208 , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) (insert the legal title of the Surety) 2100 Fleur Drive, Des Moines, IA 50321 -1158 , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Four Hundred Ten Thousand Two Hundred Ninety Five and No/100 Dollars (g 410 295.00 ) for the payment for which. Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, joi',pity and severally. WHEREAS, Contractor has, as of 2012 , entered into a (date) written Agreement with Owner for Dewey Street Brick Reconstruction Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. ** City of Iowa City NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient Ibl funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surely, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are. a part of this bond to the same extent as If It were expressly set out herein. SIGNED AND SEALED THIS DAY OF 2012 IN THE PRESENCE OF: Jasper Construction Services, Inc. (Prin ipal) N /I L VISL✓ (Yln� h� V.l . Witn s (Title) NA L L. , 1 Witness Cindy Bennett Merchants Bonding Company (Mutual) ,( // /� (Surety) /�fA7 l li(/�yh/ (Title) Anne Crovmer, Attorney -in -fact Holmes Murphy & Associates, Inc. P.O. Box 9207, Des Moines, IA 50306 -9207 (Street) Im Des Moines, IA 50306 -9207 (City, State, Zip) (515) 223 -6800 (Phone) MERCHANTS BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint, individually, Jay D. Freiernmth, Brian M. Deimerly, Cindy Bennett, Craig E. Hansen, Anne Crowner, Tim McCulloh, Stacy Venn, Jody Decker, Jacqueline M. Devine, Kevin J. Knutson, Laure Guisinger, Shirley S. Bartenhagen, Lacey Crmnblit of Des Moines and State of Iowa their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 20th day of March , 2012 . :'••Ag' .V�tu ORA2:.'• 2003 .� STATE OF IOWA COUNTY OF POLK ss. ',,,,�•� " " "� " " "t \NG COdjo, V �.f• :i'• 1933 : c; MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By /"r-7 President On this 20th day of March , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. ,�yr. MARANDA GREENWALT r1 Ls> Commission lion Ex Tres My Commission Expires °W" October 20, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. _. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of , 2012 . POA 0014 (11/11) „mhn,,, 5107�,�� °•,% . ...., � hA, ^:tea •h;2 ,�: 2003 ,� ;y, 1933 rc' . •• ••.a4 ;may• •ao:' 0 "' •• . .. Secretary OP ID: CB CERTIFICATE ®F LIABILITY INSURANCE DAT Y) 09126 /12 09/26/12 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 Phone: 641- 275 -9041 WOythaler Insurance Corp. P.O. Box 486 Fax: 641 - 275.9038 201 1 st Ave W Newton, IA 50208 Lenny Woythaler CONTACT PHONE FAX ac No Ext: aC No: E-MAIL ADDRESS: PRODUCER CUSTOMER IDp: JASPE -2 INSURER(S) AFFORDING COVERAGE NAICW INSURED Jasper Construction Services 928 N. 19th Avenue E. Newton, IA 50208 INSURER A: Cincinnati Insurance Company 10677 INSURER B: INSURERC: INSURER D : EACH OCCURRENCE INSURER E: PREMISES �(Ea o=ffence INSURER F : • COVERAGES CERTIFICATE NUMBER: 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 R TYPE OF INSURANCE R POLICY NUMBER MM�DY EFF IPO�pY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,06 PREMISES �(Ea o=ffence $ 100,00 • X COMMERCALGENERALLIAeILITY X EPP 0112690 01101112 01101113 CLAIMS -MADE IX OCCUR MED EXP Wynne perecn) $ 6,00 PERSONAL SADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,00 X POLICY PRO LOC $ • AUTOMOBILE X LIABILITY NY A AUTO EPA 0112690 01/01112 01/01/13 COMBINED SINGLE LIMIT lea accident) $ 1,000,00 BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY I NJURY(Per accident) $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Peractldent) tlenl) S $ NON OWNED AUTOS $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 9,000,00 AGGREGATE $ 9,000,00 • EXCESS LIAB CLAIMS -MADE EPP 011 26 90 01/01/72 01101113 DEDUCTIBLE $ IS RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTNEY YIN OFFICERktEMBER EXCLUDED? (Mammary in NH) NIA 01/01/12 01/01/13 X ACSTATU- TH- TORY LIMITS ER E.L. EACH ACCIDENT $ 100,00 E.L. DISEASE - EAEMPLOYE S 100,00 If yes, descnbe Under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT S 500,00 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Dewey Street Reconstruction Project Certificate holder is named as an additional insured for general liability , but only where required by contract. IOWAC -1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Iowa City ACCORDANCE WITH THE POLICY PROVISIONS. 410 E. Washington IOWA City, IA 52240.1826 AUTHORIZED REPRESENTATIVE ©1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED ^ID #42 - 0330670 I, �u✓ day being duly shorn, say that I am the legal cleric of the IOWA CITY PRESS- CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper tinic(�s), on the following date(s): fK Vl e,ii,f T 2-`7, i-p 17_ Office of the Iowa City Engineer, deemed a "sealed bid" for pur- poses of this Project. Proposals Legal C] lc Subscribed and sworn to bef 'e me this lay of A.D. 20_/,�_. required for each set of plans and Notary Public specifications provided to bidders p rracq ICROTZ Commission LINDA NuNY73261 7:00 P.M. on the 18th day of September, 2012, or at special made payable to the TREASURER s ' My Commission Expires The Project will Involve the follow- IOWA. Prospective bidders are advised ing: The reconstruction of 16,676 SF January 27, 2014 of Brick Pavement Installation which Includes a W- bituminous subcontractors on City projects. A - OFFICIAL PUBLICATION The following limitations shall NOTICE TO BIDDERS apply to this Project: Specified Completion Date: DEWEY STREET BRICK RECONSTRUCTION PROJECT November i6, 2012 Liquidated Damages: $250.00 per Seated proposals will be received day by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the The plans, specifications and pro - 12th day of September, 2012. posed contract documents may be examined at the office of the City Sealed proposals will be opened immediately thereafter by the City Clerk. Copies of said plans and Engineer or designee. Bids sub- specifications and form of proposal blanks may be secured at the milled by fax machine shall not be - Office of the Iowa City Engineer, deemed a "sealed bid" for pur- poses of this Project. Proposals Iowa City, Iowa, by bona fide bid - received after this deadline will be - ders. A $20.00 refundable fee Is returned to the bidder unopened. required for each set of plans and Proposals will be acted upon by the City Council at a meeting to be specifications provided to bidders held in the Emma J. Harvat Hall at or other interested persons. The fee shall be in the form of a check, 7:00 P.M. on the 18th day of September, 2012, or at special made payable to the TREASURER meeting called for that purpose. OF THE CITY OF IOWA CITY, The Project will Involve the follow- IOWA. Prospective bidders are advised ing: The reconstruction of 16,676 SF that the City of Iowa City desires to employ minority contractors and of Brick Pavement Installation which Includes a W- bituminous subcontractors on City projects. A setting bed and a 7" or 9" PCC listing of minority contractors can be obtained from the Iowa base, 1,271 SF of 7" or 9" PCC Pavement, 180 SF of 6" PCC Department of Inspections and Curb Ramp, 418 SF of 4" PCC Appeals at (515) 281 -5796 and the Iowa Department of Transportation Sidewalk, 793 SF of 6" PCC Driveway, 13,365 LF of PCC Curb Contracts Office at (515) 239 -1422. & Gutter, and other work associ- Bidders shall list on the Form of Proposal the names of persons, ated with brick street reconstmc- firms, companies or other parties tion. All work is to be done In strict with whom the bidder Intends to subcontract, This list shall include compliance with the plans and specifications prepared by the the type of work and approximate Iowa City Engineer's Office, of Iowa subcontract amount(s). The Contractor awarded the con - City, Iowa, which have heretofore been approved by the City Council, tract shall submit a list on the Form and are on file for public exami- of Agreement of the proposed subcontractors, together with nation In the Office of the City quantities, unit prices and extend - Clerk. Each proposal shall be completed ed dollar amounts. By virtue of statutory authority, on a form furnished by the City and must be accompanied in a sealed preference must be given to prod - envelope, separate from the one ucts and provisions grown and coal produced within the State of containing the proposal, by a bid bond executed a corporation Iowa, and to Iowa domestic labor, authorized to contract as a surety to the extent lawfully required under Iowa Statutes. The Iowa in the State of Iowa, in the sum of 10% of the bid. The bid security reciprocal resident bidder prefer - shall be made payable to the once law applies to this Project. The City reserves the right to TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be reject any or all proposals, and also forfeited to the City of Iowa City in reserves the right to waive techni- calilies and irregularities. the event the successful bidder fails to enter Into a contract within Published upon order of the City ten (10) calendar days of the City Council of Iowa City, Iowa. Council's award of the contract and post bond satisfactory to the MARIAN K. KARR. CITY CLERK City ensuring the faithful perfor- mance of the contract and mainte- nance of said Project, if required, ( - pursuant to the provisions of this - notice and the other contract documents. Bid bonds of the low- est two or more bidders may be retained for or period of not to - - - -- - -- - exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids Is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years) from and after Its completion and formal acceptance by the City Council. I/d() Prepared by: Josh Slattery, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5149 RESOLUTION NO. 13 -280 RESOLUTION ACCEPTING THE WORK FOR THE DEWEY STREET BRICK RECONSTRUCTION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Dewey Street Brick Reconstruction Project, as included in a contract between the City of Iowa City and Jasper Construction Services, Inc. of Newton, Iowa dated September 26, 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 Brick Street Reconstruction account # 3849; and WHEREAS, the final contract price is $399,468.42. 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 17th day of September , 20-3_. 9A, MAYOR Approved by ATTEST: 2",d CIT'rCLERK Ci y Attorney's Office �ItO 113 It was moved by Throemorton and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: x x x x x x Pwenglma sterslacptwork.do 9/13 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton