Loading...
HomeMy WebLinkAboutPCC PAVEMENT REHAB PROJECT/2015PCC PAVEMENT REHAB PROJECT/ 2015 przw:-� /4-JUL-6 Or /_ �_ IiG /�- a Wil- �Lc9-/S �YYyt D � 4-�1 re2✓n�r�Ct�.cY" 7�n� ✓J ,J i J F- N O U U W O K a W J m m O x a O 2 O_ Z a J O O O O O O O a O O n O O N N n O O N N OI O O' O dJ O O n w O Miri vi Z r x W yi.. en s5 c9 w al f» e» w', vi- vi en ui w W 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 O 0 0 0 0 40j O �D N N O N O O a U1 n O N r z f/J 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O lD N o O 0 O J W N N tNp CJ ON Q O Y1 n Q F N N r O i? a t N N 0 o U O r ^ M `a lD �alsayDo216LG L -S ILL � � � a N d L O w Q m n g anuany o w ^ d a 0 t 7sjij of a6pug Jalsayeoa 'D v 0 K w v m °J y M V N c 3aajlS y3nowyie0 N Ln O W O O N N w OnI m of peon Jalsuiw)som c t N R % W W (n N (n fn fn (n J J U a a H a w J w Q I Z H a 0 a F U U a a H J w r w r a a w w U U N Z W w _ C7 Z_ N O0 U U > O _ Z K ~' ~ J g a U V dwwo 2i r N O ❑Q O V d U a J w W V w U Z O U w W J Q W O ❑ U Q o o O O g g N e w w w w w LL Q J m c h = o .q Q Q w ❑ ❑ w O O K O W a N M V N lO n w Ol w 1� C R r Z O D O 2015 im 15 PIS [L: 4� CITY GLE-RR k ifJVU rITY, IMV -1 .*1 -r - CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION ILE 2015 AN 15 PM 4: 42 CIT t' k,LERI/,, it#WA CITY. it'ti PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE PCC PAVEMENT REHABILITATION PROJECT 2015 IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Dave Panos, P.E. Project Engineer Iowa Reg. No. 15579 My license renewal date is December 31, 2016. DATE: SPECIFICATIONS TABLE OF CONTENTS FILED POfS#at4gAu ei+:42 l T Y CLER1K TITLE SHEET W A CITY, t0ft TABLE OF CONTENTS NOTICETO BIDDERS........................................................................................... AF -1 NOTETO BIDDERS .......................... ....... ............................ ................. :................ NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND ............ ......_.............................. ................................. ............................ BB -1 FORMOF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS).................................................... CC -1 GENERAL CONDITIONS....................................................................................... GC -1 SUPPLEMENTARY CONDITIONS.......................................................... ... _ SC -1 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS....................................................................................................... R-1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work.... ..... .......................................... .... 01010-1 Section 01025 Measurement and Payment .......... ...._..................... ............. 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 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 02520 Portland Cement Concrete Paving .............. o ................ ...... 02520-1 Section 02524 Curb Ramps.......................................................................... 02524-1 Section 02900 Landscaping., ............... ; ...... ... -1 ... - ........... ................. ...... 02900-1 NOTICE TO BIDDERS PCC PAVEMENT REHABILITATION PROJECT 2015 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 13`h day of August, 2015 Sealed propos- als 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 18" day of August 2015, or at special meeting called for that purpose. The Project will involve the following, 1 575 square yards of pcc street pavement removal and replacement, 65 square yards of pcc sidewalk ramp replacement, 2 manhole adjustments and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineering Department, 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 nr inte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents Bid bands of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to AF -1 FILED 2015 JUN 15 PH 4.42 CITY CLERK IOWA CITY, IM 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. The following limitations shall apply to this Project Late Start Date. September 1, 2015 Working days30 Liquidated Damages: $500.00 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 Technographics of Iowa City located at 125 S Dubuque St # 40, by bona fide bidders. A $25 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to The City of Iowa City, 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 car be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa, MARIAN K. KARR, CITY CLERK AF -2 FILE 2015 JUN Is PH 4: 42 W�JTY CLERK A CITY. tD4'!.^, NOTE TO BIDDERS j. 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 t Envelope 2: Envelope 3: Bid Bond Form of Proposal Bidder Status Form NB -1 N '' CR C C Cn M tD .r cwi FORM OF PROPOSAL PCC PAVEMENT REHABILITATION PROJECT 2015 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. o Name of Bidder Address of Bidder �^ cruet 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. SCHEDULE OF PRICES ITEM NO. ITEM UNIT TOTAL UNIT PRICE EXTENDED TOTAL 1 MANHOLE CHIMNEY SEAL EA 2 O 2 MANHOLE.4DJUSTMENf EA 200 3 REMOVAL CE PCC SIDEWALK SY 6500 4 SIDEWALK, PCC. 4' SY 35.00 SY _ 2000 5 SIOEWALK, PCC, 6" 6 DETECTABLE WARNING PANEL, CASI'IRON SF 4800 SUE"'DE REPAIR. 12" 5Y 200.00 a PORTLAND CEMENT CONCRETE POC) PARTIAL DEPTH PA SF 50.00 SY 1,574 56 9 PORTLAND CEMENT CONCRETE(PCC PATCH.8 _ 16 TRAFFIC CONTROL LS 1.00 11 MOBILIZATION LS 1,00 _ Total BID PRICE $ FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 , 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 oblicgation is 9 conditioned on the Principal submission of the accompanying bid, dated b e' for PCC Pavement Rehabilitation Project 2015. z -ri H � CJ7 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, r r W (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 day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney A FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 2015, for the PCC Pavement Rehabilitation Project 2015 ("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 2012, Iowa Department of Transportation, as amended; C. Iowa Department of Transportation Design Manual, Chapter 12: Wdewalks and Bicycle Facilities, Dated 7-17-14 __q d. Plans; C") -.<-� ""+" ut r— e. Specifications and Supplementary Conditions; Y. zt r r f. Notice to Bidders; c.s g. Note to Bidders; h. Performance and Payment Bond; i. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; J . Contract Compliance Program (Anti -Discrimination Requirements); k. Proposal and Bid Documents; and I. This Instrument. AG -1 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. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attaoment): W r 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of ATTEST: Mayor Contractor ATTEST: 2015. City Clerk (Company Official) AG -2 Approved By City Attorney's Office PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and 0 severally., �^ >� z WHEREAS, Contractor has, as of entered inN" (date) �4ro M written Agreement with Owner for the PCC Pavement Rehabilitation Project 201 WHEREAS, the Agreement requires execution of this Performance and Paymeri;Bond, to W be completed by Contractor, in accordance with plans and specifications prepared by the Iowa City Engineering Department, 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 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety. in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness ;m iff (F-rincipai)c^?-C — r- -4 C_ - =4C- cn -<E , rn (Title) cs r (Surety) (Title) (Street) (City, State, Zip) (Phone) FILED 2015 JUN 15 PM 4= 43 CITY CLERK [GWA C1TY.10WA Contract Compliance Program CITY OFIOWA 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. 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 N W CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a, The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b, The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sem.) 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' Officer? (Please print) Phone number 0 Equal Err&oymentlOpportunity „ccs c C -)—C -v M rn � Address' -. �a 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 C7 -r! cn r_ - SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation, The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone theresponsibilityof administering and promoting your company's Equal Employment Opportunity program. TMB person should have a position in your organization which emphasizes the importance of the program., r� b- 3. INSTRUCT STAFF C-) –< =tra Ln Your staff should be aware of and be required to abide by your Equal Employment�ggpprtmvty pr gr m. All employees authorized to hire, supervise, promote, or discharge employees or are ve?�l suctions should be trained and required to comply with your policy and the current equal'"mpoyr�;nt opportunity laws. x 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 majorjob 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 N L.} CJ � .G` 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. 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: 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 ail job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful solicit or require employment of any Iowa city CC -6 for any person to a a condition of 0 eaployep;�or pro - C_ -3 =4- A r F 2-3-1 F 897 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marl - tai status, national origin, race, roh- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3, The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6, A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain Instances where pres- ence of disability is a bona fide occu- pationaE qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) CC -7 �w 1_4 cn C_—i --rr Cl) c�7 r Iowa Cicy � � 4 - CC -7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 c) z+ a M .t - GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions c� S-2 Limitations of Operations m� S-3 Insurance S-4 Supervision and Superintendence ---I Cl) S-5 Concerning Subcontractors, Suppliers and Others ;C 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 Caption and Introductory Statements cn L = -_ These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, 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 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: N Type of Coverage *M c Comprehensive General Liability Each Occurrence Aggrozz Bodily Injury & Property Damage* $1,000,000 $2,005M cr Automobile Liability Combined e Limit Bodily Injury & Property Damage $1,005'pQO M Excess Liability $1,000,000 $1,06,x;000 ` r Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Ar7- *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: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction 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 F such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the CRI of such event. Q b. If Contractor's insurance is canceled or is allowed to lapse dit6irxg sO peed^ Contractor shall be required to obtain replacement insurance cagecfb ful 1 its obligation hereunder. t�+ C. If, during said period, Contractor voluntarily changes insura�e carvers or is required to obtain replacement coverage from another carrier, Cont5 for 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 Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its R-3 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 IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging se%e of this individual. , �+ S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.'=� cn Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATI Zt§ v M z� ZC Bidders shall list those persons, firms, companies or other parfr, to-Eyvhon;7 proposes/intends to enter into a subcontract regarding this project as req aired foppproval 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 [DOT 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. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued, S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: 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 BIDDER STATUS FORM ON NON -FEDERAL -AID PROJECTS. To be considered a responsible bidder for this Contract, the bidder shall submit along with Bid Bond and Form of Proposal, a separate envelope labeled BIDDER STATUS FORM which shall contain the completed form included with these specifications entitled BIDDER STATUS FORM. Note that these requirements involve all projects not funded with Federal monies. W c_ r- -=i c> 1 M x W Bidder Status Form To be completed by all bidders _ Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts 3 and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the fotlowing addresses: e.a Dates: // to _—.—/ ! Address: o 4 cn City, State, Zip: -#"t i_4 Dates: ! I to I /_ Address: City, State, Zip: ..._. _ a— �— Dates: to Address F" You may attach additionf sheet(s) if needed. City, State, Zip:' y— To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to (tie Iowa Secretary of State 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach addifionat sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my: bid. Firm Name: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-19 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you arc authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership r joint venture. More than 50 percent of the general partners orjoint venture parties are residents of Iowa for lovra income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not fled articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificafe of authority from the Iowa secretary of state, has filed its most recent bienniai report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is fled in a state other than Iowa, the limited partnership orlimited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of caneellatlor has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose cerliflcate of erganizatlon Is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authcrify to transsrt business in Iowa and the certificate has not been revoked or canceled- 0 309-6001 02-14 0 a ARJ�971 L,ASOR SERVICES DIVISION[875]°- Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21., the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules conceming preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed roles were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 1562(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder', to clarify that only office addresses, not construction worksites, most be reported; to remove a reference to perjury, and to change the deadline for submitting a statement to the public body. Paragraph 1562(2)"b" was changed by deleting the phrase "under this Act." Subrale 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by claritying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the terra "public body" replaced the term"nonresident bidder." A new role 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875 --Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CON'IRACTING 875---156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A21. "Affiloi e,"when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. . "Commissioner" means the labor commissioner appointed pursuant to lowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. "Nonresident bidder -means a person or entity that does not meet the definition of a resiud;micld'", including any affiliate of any person or entity that is a notresident bidder. yTq "Parent, " when used with respect to any specified person or crrity, means an affiba .N ol;W-� such specified person or entity directly or indirectly through one or more intermediaries. 'Public body, means the state and any of its political subdivisions, including a school di'rict, puls3 utility, or the state board of regents. ,public improvement" means a building or other construction work to be paid for in whole Orin pari by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and niahnte rmice projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. `Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable a -s to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a. resident of a particular state or country. "Subsidwry, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875--156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive- This may result in the bid being rejected by the public body. 156.2(2) Determining residency status_ a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public hnprovement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: ca. In tite case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or j oint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for lowa income tax purposes; r'I W. Cn In the case of a limited liability partnership which has filed a statement of qualifieatf thi,= C. state, the statement has not been canceled;r— d. In the case of a limited liability parmership whose statement of qualification is filed` ptate other them Iowa, the limited liability partnership has filed a statement of foreign qualification igirl owa-t7 been filed to Iowa Code section 486A.105(4t}P � and a statement of cancellation has not pursuant or limited liability limited partnership whose ce cat OF e. In the case of a limited partnership limited partnership is filed in this stare, the limited partnership or limited liability limited partruns hip haAtIn not filed a statement of termination; f. In Cite case of a limited partnersbip or a limited liability limited partnership who. certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h, In the case of a limited liability company whose certificate of organization is filed in a stale other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i_ In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution, -1 In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed itsmost recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revolted; or k The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C- 155:2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meat the following criteria for the tbree-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, teleptrone calls, acrd e-mails; acid b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fiord, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nmliusident bidder is a, resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state_ If the bidder is a subsidiary of a parent that would be a nonresident bidder if snob parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or f ereigu country of the bidder's parent In the instance of a labor force preference, a public body shall apply the same resident labor force preference to a public improvement ill this surte as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would quality as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of tine nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor- Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nomesi dent bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. I56.4(t) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subnde 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 Fast Grand Avenue, Des Moines, Iowa 50319. 156.4(2) 1'Prilten complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). the written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder, an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner 156.4(3) .availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign cormtry with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875156.6(73A) Investigations; determination of civil penalty. The commissioner or air authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. F,'ntry into place of emplo nient. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, lake or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation N or hearing. o e. Ernplolsvent ofpersonnel. The commissioner may employ qualified personnOE& are neepssary for the enforcement of Iowa Code section 73A.21. The personnel sball be emptoye�uarLo the n ent system provisions of Iowa Code chapter 8A, subchapter 1V. _.,4 w 2 dti 4Ln i 4 f 3 cv? J: Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested tecords within 10 days, the commissioner may direct, within 15 days after the end of the 10.day period, that the fiscal or financial office charged with the custody and disbur.semeot of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amotmt to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. 'I he amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination_ Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation_ The determination shall indicate whether or not the division finds a violation of the Act by the parry. If the determination indicates that the party engaged in a violation of the Act, the deterrnination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the infonuation and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file awritten request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. if the division detemincs that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of acontract, the undertaking of a public improvement, or the continuation of a public improvement. 1567(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each clay the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced it a civil action brought by the attomey general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875156.9(73A) Severability. If any mle under this chapter, any portion of anile under this chapter, or the applicability of any Wile trader this chapter to any person or circumstance is held invalid by o cj c.n ZL— C= 5 X �' r court, the remainder of these rules or the Hiles' applieabili", to other persons or circum8tance3 shall not be affected. These rules are intended to implement Iowa Code scotion 73A.21. [Piled 12/16/13; effective 2/12/141 [Published 1/S/141 EDITOR'$ NOTE_ FoT replacement pages for LkC, sec IAC Supplement 1/8/14. N d Q cn E — ww�r cn SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL A. General Description of Work, not all inclusive: 1, Furnish and set up traffic control devices. 2. Remove Portland Cement Concrete and Asphalt Cement Concrete roadways, driveways, curbs and gutters, sidewalks, sidewalk ramps and other miscellaneous items. 3. Adjust manhole castings where necessary. City will provide new manhole castings. 4. Furnish and install manhole chimney seals. 5. Construct Portland Cement Concrete and driveways, curbs and gutters, sidewalks, sidewalk curb rmaps and other miscellaneous items. 6. Remove traffic control devices. B. The following is a list of Street Patching locations and approximate quantities. Rochester Street Bridge to Montrose Ave 466 SY Rochester Street 1715-1719 Rochester Court 119 SY Washington Street Westminster Street to Ravencrest Drive 990 SY 1. The Washington Street street pavement repairs will require 2 lanes of travel remain open to traffic. Coordination will be required with Helen Lemme School and Durham Bus Services to help minimize disruption of the use of school driveways during the day when school is in service. 2 Lane reduction to maintain one-way alternating traffic will be allowed on the Rochester Court, 3. The manhole repairs list and locations are shown on the next page. The total expected pcc pavement removal and replacement is 40 SY for this work and is in addition to the above listed street pavement repairs. Manhole repair locations are on Washington Street. 11/00 dromic 01010-1 r., 0 *C7 t?—C CA C.li i'y� --V Y � 1 is L'1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A, Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from 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. PART 2 -PRODUCTS 2.01 NONE PART 3 - EXECUTION `-M -p fitr 3.01 PROCEDURE: Y F cn X Payment under this contract shall occur no more than once per month for work completed by the Contractor. 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. 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 01025-I c co c3 ::4t�n 1Ln gr - PART 3 - EXECUTION `-M -p fitr 3.01 PROCEDURE: Y F cn X Payment under this contract shall occur no more than once per month for work completed by the Contractor. 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. 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 01025-I 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 the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the 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 tee, 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 debrg off adjacent driveways, streets, sidewalks and private property, when mud and debris depod there as a result of any construction activity. The cost of clean up shall be incidental. iE B. BID ITEM DESCRIPTIONS 1. Manhole Chimney Seal. _ 'o M The unit price for manhole chimney seals will be paid based on t�gi rnftr of na hole chimney seals installed and shall include all labor, equipment and a teriala*necessary for furnishing and installing an internal rubber seal along with the surface preparatif;work needed to facilitate the installation. Furnishing and installation of any necessary chimney seal extensions or adaptors to fit over oversized or different materials shall be considered incidental to this item. 2. Manhole and Casting Adjustment The unit price for this item (EACH) shall constitute full payment for all labor, material, including concrete, reinforcing steel, and equipment to adjust sanitary or storm sewer utility lid and frame to the final surface elevation. 01025 This item shall include all labor, equipment and materials including concrete grout necessary to adjust the manhole casting to final surface elevation and reconstruct a PC Concrete base. This item includes any additional work on the upper manhole section to establish a proper connection and seal between manhole and casting The project Engineer will decide when a new manhole casting is necessary to replace the existing casting. This item will include all work, equipment and materials necessary for cleaning, preparing and installation of new casting. Supply and installation of new castings with City of Iowa City logo shall be a requirement with this item with cost incidental to item. Removal of PCC Sidewalk The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to saw, remove and dispose of existing sidewalk including sidewalk curb ramps as determined by Engineer. . 4, Sidewalk, PCC, 4" 5. Sidewalk, PCC, 6" The unit price for these items (SQUARE YARD) shall be full compensation for installing Portland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items are subgrade preparation and compaction. subgrade treatments, forming, concrete placement and finishing, curing, tie bar reinforcement, and or expansion jointing, and joint sealing. 0 Iowa DOT Transportation Design Manual, Chapter 12: Sidewalks and % de �ilities (Dated 8-16-13), and Standard Road Plan MI -22 shall apply to curb ramp instal. _ Work shall also include site clean-up including rock and debris rel, aoxd urbF"n seed mix application as per section 02900. �� -D X 6. Detectable Warning Panel, Cast Iron The unit price (SQUARE FEET) for this item shall be full compensatickfor all jg 4aterials, work, and equipment necessary to install detectable warning panels to ADA stan(Wds. Warning panels shall be painted brick red in color and shall be cast iron manufactured by Neenah Foundry, East Jordan Iron Works, Dynamis (Metadome). Color shall be approved by Engineer prior to installation Subgrade Repair. The unit price for this item will be paid based on the number of (CUBIC FEET) of IDOT Class A Granular backfill rock used to repair unsuitable subgrades and includes removal and disposal of unsuitable material and supply, placement and compaction of rock. This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. The use of this item will be determined by the Engineer and dictated based on existing subbase conditions. 8. Portland Cement Concrete (PCC) Patch, Partial Depth, By Area The unit price for this item (SQUARE FEET) shall constitute full payment for all labor, material, and equipment to remove pavement, prepare patch area, furnish and place all material, construction of joints, sawing, finishing, curing and restoration of the area If field conditions warrant the need to change a partial depth patches to full pavement depth. at the direction of the Engineer, payment will be for the areas of those parts at 2 times the contract price per square foot for partial depth PCC patches. Partial depth PCC patches shall meet all requirements as set forth in the Iowa DOT Standard Specifications for Highway and Bridge Construction Section 2530 - Partial Depth Patches (not bound herein) and section 02520 - Portland Cement Concrete Paving (bound herein). 01025-3 9. Portland Cement Concrete (PCC) Patch, 8" The unit price for this item (SQUARE YARD) shall constitute full payment for all labor, material, and equipment to saw cut, remove, and dispose of concrete, and replace P.C_ Concrete to the level and thickness of abutting concrete not less than 8" thick using M-3 mix or M Mix as specified. CD Baskets (Epoxy Coated Bars) and other Steel reinforcement (Epoxy Coated Bars) including doweling will be required as an incidental item to PCC repairs and shall be in accordance with Iowa DOT Standard Road Plan PV -101. Removal and replacement of (2) intake throats, in accordance with Iowa DOT Standard Road Plans SW -510 and SW -507, as shown along in project plans will be required. Throat area replacement will be measured and paid as PCC Patch area. Curb and gutter removal and replacement as needed when removed with patch or curb ramp replacement shall be incidental to this item. Work shall also include site clean-up including rock and debris removal, and urban seed mix application as per section 02900. 10. Traffic Control The unit price for this item (LUMP SUM) shall constitute full payment for all labor, material, and equipment to install, maintain, and remove all traffic control devices for all divisions of this contract. Item shall include signage and facilities for detour and re-routing of pedestrian facilities during project as needed which may include installation of temporary non -slip walkways or ramps, dependent upon Contractors internal phasing of work. Contractor will be required to phase work areas to maintain 2 lanes of travel along Washington Street and Rochester Avenue 11. Mobilization The unit price for this item (LUMP SUM) includes all costs associated with mobilizing to and from the sites, lodging expenses, temporary restrooms, permits and all other overhead expenses. This item includes all efforts necessary for multiple mobilizations to complete the project. 01025-4 N d Uf �n `\ �� Ur r.rr 01025-4 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.09 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: The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule Is approved by the Engineer The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. ry 0 PART 3 - EXECUTION C_ 3.01 MEETINGS PRIOR TO CONSTRUCTION: n-< Cit -in A. A Pre -Bid meeting will not be held. -<,r,-, v M 07 = B. A Pre -Construction meeting will be held prior to beginning work. i�':�fi r 3.02 PROGRESS OF WORK: A. All work shall begin by September 1, 2015. Thirty (30) working days will be allowed for this project, Beyond 30 working days, the contractor will be assessed $500 per day for Liquidated Damages. Liquidated Damages Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02A until the Work is complete and ready for final payment. C. No work shall be done on home football Saturday gamedays. The Contractor is responsible for knowledge of these game days. D. No work shall be done between the hours of 1000 p m. and 7.00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. E. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times F. Construction will proceed in phases. The particular phasing sequence shall be discussed and agreed upon prior to any work beginning. 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. F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. G The Contractor will become an active partner with the City in communicating project progress and delays and providing information to concerned residents and businesses as requested. The Contractor is responsible for coordinating directly with owner(s) of private or commercial driveways that are impacted by work either directly or that may be within the work zone. H. Work will be staged to minimize the length of time parking spaces and parking revenue is lost. I. Contractor will be responsible for maintaining a safe and accessible work area for vehicles and pedestrians during times when accessibility is being provided or allowed through work area. This responsibility includes installation of temporary pavement as needed to provide a smooth and unobstructed transition in surfaces between pavements of differing elevations When accessibility is restricted to vehicles or pedestrians during closure of sidewalk or roadway facilities, Contractor shall be responsible for maintaining closure devices. t 25 cs 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be takER4_(¢sfe adrahea time. The Contractor shall work closely with the utility companies to aid :1Q ,ase rylocati to keep the project on schedule. Cyd zt: :*F �Ic _r� 0 B. The Railroads will provide all labor, materials and equipment for railrcAd facility -removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. crz The Railroads have certain time limitations on when the above mentioned work must take place It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET AND SIDEWALK CLOSINGS: A. Notify the Engineer four days in advance of street or sidewalk closings so that a press release can be issued and a plan for maintaining accessibility for pedestrians can be discussed and implemented. No street or sidewalk closure will be allowed without the Engineers approval and said notification. 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 - 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," 2009 Edition, or current edition, 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. QUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:0p 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 thAAIlowing divisions and sections of the IDOT Standard Specifications: o Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. ur` Division 25. Miscellaneous Construction. Section 2528. Traffic Control.: r r c,n 01570-1 3.02 3.03 3.04 3.05 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. 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. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. EXCAVATIONS: A. All excavations shall be fenced. 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 ry 4 �C M zr_ C.7'1 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - 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. PART 2 -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.a� C'1 C PART 3 - EXECUTION crr 3.01 TECHNIQUES: �z A. Except as amended in this document, the work in this section will cori with ttkefollowing divisions and sections of the IDOT Standard Specifications U1 Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. 020~0-1 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 1. 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 under 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 during 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 ^'wn-active periods. =tcs c.rr C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maine�d at all tim"t '' Temporary gravel surfaces shall be provided as directed by the engineer Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable 0200-2 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 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 11/00 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 1. 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. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink Plowable 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 ca CC-) cn -o M Ur SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT 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 IDOT Standard Specifications: N Q Division 21. Earthwork, Subgrades and Subbases. ea Section 2101. Clearing and Grubbing. �{ Division 25. Miscellaneous Construction. cn Section 2519. Fence Construction. r M 3.02 EXISTING TREES, SHRUBS AND VEGETATION: r ;> r A. All trees, shrubs and vegetation shall remain and be protected from damaEfi 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. 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 02100-1 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 EROSION CONTROL A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 shnre8,en5lneer`spea-iiAOL OO.doc 02100-2 N a Ln SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications, 1.03 QUALITY ASSURANCE, A. Use adequate numbers 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 the work in this section. B. Quality testing', 1. Compressive Strength Tests. 2 Entrained Air 3. Slump. 4, Density Tests of Base and Subgrade. PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete shall consist of Class C mix. 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 41. Construction Materials. Sections 4101 through 4122. 0 B. Aggregate durability class for all Portland Cement Concrete paving shale Clas',A. cn i- rn -v M en 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. �a Division 23. Surface Courses. u an Section 2301. Portland Cement Concrete Pavement. 'CCn c Section 2302. Portland Cement Concrete Pavement Wirung. c Section 2310. Banded Portland Cement Concrete OverII2-< u1 ' Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. c� Section 2512. Portland Cement Concrete Curb and GutteF 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 OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 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 Minimum 35-32' F Minimum 31-25' F Below 25' F Covering One layer plastic or burlap. One layer plastic and one layer burlap or two layers burlap. 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 D. Maximum allowable concrete temperature shall be 90' F. E_ If concrete Is placed when the temperature of the concrete could exceed 90' F, 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- 02520-2 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 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) 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. 11/00 sha,ed\en,mn ,r�..... -..A02520 d,c 02520-3 N .V' c "'\ cn M V4 Zr .� 5.- C-1, SECTION 02524 CURB RAMPS PART 1 -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. City of Iowa City Design Standards. C. Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities 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 Contractor's 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. 1.06 PROJECT CONDITIONS A. Comply with ACI requirements for cold and hot -weather concrete work. B. Pre -Installation Meeting C-) cr. �E -Tj PART 2 - PRODUCTS= c7 -C trc7 — cn �-- -0 M 2.01 MATERIALS: ZE ME r 0 A. Concrete: Reference Section 2520 E "1 B. Water: Fresh, clean and potable. 02524-1 C, Tactile / Detectable Warning Surface Tile 1 Color: Brick 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. Cast iron tiles shall be Neenah, East Jordan, Dynamis or approved equal. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with Iowa DOT Design Manual, Chapter 12: Sidewalks and Bicycle Facilities and the following sections of the Americans with Disabilities Act (ADA) 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 148 or 2.0% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: 6,;7 cn A 6 -inch thick P.C.0 will be placed as indicated on project plans c B. 4 -inch thick P.C.C. will begin 4 feet off back of curb adjacent to a 6 or 8-abse ion, unless otherwise specified by the Engineer .V M 3.04 WIDTHS: F r A. Curb ramps widths may vary at the street back of curb and through the area 6f�truncated domes_ If necessary, transition width of ramps after truncated domes 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 not include the flared sides or curved sides of a curb ramp. 3.05 CURB RAMPS GEOMETRICS: 02524-2 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. B. The 6 -inch curb bordering the curb ramp will be paid separately in the Form of Proposal estimated quantities. 3.06 TEXTURED SURFACE: 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 so that the edge nearest 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 colored concrete. 3.08 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from 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 N O CII li "! Ln Z Cil 02524-3 SECTION 02900 LANDSCAPING PART 1 -GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A- listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. 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_ Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting- o_ C? cn C E7-• —1Cf _ !�" C!1 1 M M r rn 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense. fibrous and large root systems and free of insect or mechanical damage B All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: Free of branches to a point at 50% of their height. 2. Contain a minimum of six (5) well placed branches, not including the leader. D Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches ((Y) above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: 2.03 SOD: Q';K r 0 A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass;n'bd, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, sffhes, and any other harmful or deleterious matter. 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, 02900-2 Minimum Proportion Lti Lbs.1 Mix by Weight Acre 1,000 sq.ft. URBAN MIX` Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (tine 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 Q Alsike Clover ° 9% 4 :*2799 c `A commercial mix may be used upon approval of the Engineer if it contains a>=' high percentage of similar grasses, wr j 2.03 SOD: Q';K r 0 A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass;n'bd, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, sffhes, and any other harmful or deleterious matter. 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, 02900-2 2.04 LIME AND 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 ureafornn PART 3 - EXECUTION Vic? 3.01 PLANTING TREES AND SHRUBS: s A. Planting Season and Completion Date: 1. Trees: Spring — March 30 through May 15„ Fall — Sept. 18 through Nov. 18 m 2, The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D, Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 02900-3 3.02 PLANTING SOIL MIXTURE: A Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND 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 Ya -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 1Yz 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 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. 3.04 SOD: A, Install sod not more than 48 hours after cutting. Stake all sod as neOssaryLO C prevent erosion before establishment. E2 B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. ch r � res -v M C. Apply fertilizer at a rate of 450 pound per acre. r D. Remove weeds or replace loam and reestablish finish grades if there are am_ -delays in sodding. M E. Rake area to be sodded. 02900-4 F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 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. B. Maintain sod and seed areas at maximum height of 2Yz inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. 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. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E, 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. 02900-5 w L '-4CJ Cl7 1 02900-5 W e�I� CN t3 0PCC PAVEMENT REHABILITATION FILED k s 2015 zl��� I� 4:42 o m —r.= � ,K ,. OF IO1M CITY CITY OF IOWA CITY GITY CLEC; �0W,A c�Y I"?kCITY ' a ma a W z w w > � � _ � t ale /` , ` r n' / INDEX A.01 Title Sheet and Plan Certification � a aQo a %\ 1 (�j 1, f- A.02 Legend and General Information A.03 General Notes A.04 Stormwater Pollution Prevention Plan 6.01-B.02 Construction Details C.01Estimate of Quantities, Tabulations and General Information 6.01 -D1 -D .03 Plan Sheets II I i f- -BLVD ROCHESTER, _T J WASHINGTON ST ,I ROCHESTER COURT v i — Street Co rt �T� \1 a IOWA ONE CALL' DO NOt ACCEPTED FOR LETTING m I I 800-292-8989 TOLL FREE Scale CITY ENGINEER, CITY oF' wA clTv� { + Q LI J CALL BEFORE YOU DIG Muscatine, Avenue + �_ h I I J- _ �]'� \\ ..., �' ............ 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. Date: ?CO DAVE A. `.o, � - PANOS 15579 ,rr� :� * ` � •''•..........* ` . 5 1-w DAVE PANGS, P.E. City of Iowa City 1 IOWA a` Iowa License No. 15579 My licensed renewal date is December 31, 2016 LOCATION MAP Pages or sheets covered by this seal: ALL SHEETS OW OF IOWA QTY ENGINEERING DINSION QTY FILE NUMBER PS -294 SHEET NUMBER A•01 CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 EDYOUNG-GAS Phone: 319-341-4457 Mobile: 319-330-1871 DICK BOCK= ELECTRIC Phone: 319-341-4468 Mobile: 319-330-0543 TELEPHONE CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 KEVIN HEEREN Phone: 319-399-7408 Mobile: 319-360-5122 CHAD SANASACK Phone: 319-356-5356 Mobile: 319-383-4109 CABLE TELEVISION MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319-621-8466 FIBER OPTICS A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-275-4014 Mobile: 770-335-8244 IOWA NETWORK SERVICES Jeff Klocko Phone: 515-240-2544 Mobile: 515-830-0445 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 UNIVERSITY OF IOWA GEORGESTUMPF Phone: 319-335-2814 UTILITY LOCATING CREW "ONE CALL' Phone 1-800-292-8989 CITY WATER DEPARTMENT ED MORENO Be 319-356-5160 CITY SEWER DEPARTMENT DAVE ELIAS a: 319-356-5170 CITY TRAFFIC ENGINEERING JOHN RESLER Phone:319-356-5180 CITY PARKS & FORESTRY ZAC HALL Phone:319-356-5107 GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. SEE SHEET A.04 FOR SPECIFIC EROSION CONTROL MEASURES NECESSARY TO PROTECT PROJECT SITE AGAINST SILTATION, EROSION AND DUST POLLUTION. PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY FOOT NAD 83 (1996 EARN) AND NAVD 88 RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL BE EITHER REMOVED, RELOCATED BY THE CITY, OR REMAIN IN PLACE AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION, 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. UTILITY NOTES GENERAL LEGEND 1. IOWA CODE 480, UNDERGROUND FACILITIES EDGE OF PAVEMENT MANHOLE O MH INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT RIGHT OF WAY (ROW) CATCH BASIN ❑ CB LESS THAN 48 HOURS BEFORE EXCAVATING, CENTERLINE CLEANOUT CG EXCLUDING WEEKENDS AND LEGALTREE, HOLIDAYS. DECIDUOUS,{.^/'1�} l� GUY WIRE FIRE FIYDRANT LT 2. WHERE EXISTING POWER POLES ARE IN TREE. CONIFEROUS CULVERT ) ..._......< CLOSE PROXIMITY TO OPEN AREAS, UTILITY HEDGErTREE COVER COMPANIES SHOULD BE CONTACTED TO DRAINAGE LINE �--- _.-- HOLD THE POLES DURING CONSTRUCTION. FENCE =. o x o.. -. GAS MAIN — — — G — — SCHEDULE ACCORDINGLY. RETAINING WALL— BURIED TELEPHONE CABLE — — T 3. UNDERGROUND FACILITIES, STRUCTURES BUILDING BURIED TELEVISION CABLE — — — TV AND UTILITIES HAVE BEEN PLOTTED FROM — — — E — AVAILABLE SURVEYS AND RECORDS, AND BACK OF CURB TO BACK OF CURB B -B BURIED ELECTRIC THEREFORE THEIR LOCATIONS MUST BE OVERHEAD ELECTRIC OE CONSIDERED APPROXIMATE ONLY. PORTLAND CEMENT CONCRETE PCC WATER MAIN — — — W__ — HOT MIX ASPHALT HMA 4. IT IS POSSIBLE THERE MAY BE OTHER MAJLBOX Me FIBER OPTIC CABLE '`—'FO UNDERGROUND FACILITIES, THE EXISTENCE SANITARY SEWER -• — SAN — OF WHICH IS PRESENTLY NOT KNOWN OR SIDEWALK SW — ST— — SHOWN. NO CLAIMS FOR ADDITIONAL WATER METER vvrn STORM SEWER COMPENSATION WILL BE ALLOWED TO THE LIGHT POLE 0.._LP CONTRACTOR FOR ANY INTERFERENCE OR DUCTILE IRON PIPE DIP UTILITY BOXES DELAY CAUSED BY SUCH WORK. REINFORCED CONCRETE PIPE RCP OT SIGNS o 7 WATER VALVE WV 5. WHERE PUBLIC AND PRIVATE UTILITY GAS VALVE GV FIXTURES ARE SHOWN AS EXISTING ON THE POWER POLE a PP PLANS OR ENCOUNTERED WITHIN THE WATER SHUT OFF *& CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: t+ PROJECT LEGEND • Notify the owners of those utilities prior to the beginning of any construction. • Coordinate operations with utikles MANHOLE ADJUSTMENTS O • Afford access to these facilities for necessary modification of services. WATER VALVE ADJUSTMENTS O • Determine existence and exact location of underground milites and avoid damage ^' G"s thereto. PROPOSED FULL DEPTH PCC PATCHING rly • Prior to beginning construction, provide labor and equipment necessary to determine the C ; exact location and elevation of all utility PROPOSED PARTIAL y in to DEPTH PCC PATCHING C-4 ay crossings which may result conflicts proposed improvements. `moi tJi /may t m C 1 tv City File No. PS -294 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY PCC PAVEMENT REHABILITATION PROJECT 2015 SHEET NO. A.02 i 01-20-84 203-1 ''..... Plan and profile sheets included In the project are for the purpose VZC of alignment, location and specific directions for the work to be performed under this contract Irrelevant data on these sheets is r„yi not to be considered a part of this contract. 232-10 01-20-84 204-2 All holes resulting from operatans of the contractor, including removal of guardrail posts, fence posts, utility poles, a foundation studies, shall be filled and consolidated to finished grade as directed by the engineer to prevent future settlement The valds shall be flied as 241-1 soon as practical — preferably the day created and not later than the folkn iig day. Any potion of the right—of—way or project limits (including borrow areas and operation sites) disturbed by any such operations shall be restored to an acceptable condition. This oper— ation shall be considered incidental to other bid Items in project. 10-02-01 213-1 It shall be the contractors responsibility to provide waste areas 251-1 or disposal sites fa excess material (excavated material or broken concrete) which is not desirable to be incorporated into the wok Involved on this project. These areas shall not Impact wetlands or 'Waters Of The U.S.' No payment for overhaul will be allowed for material hauled to these sites. No material shall be placed within the right—of—way, unless specifically stated in the plans or approved by the engineer. 01-09-90 213-2 The contractors attention is directed to the following consideration 251-3 in regard to removal and replacement of topsoil in borrow areas: Quantities estimated for topsoil are colmlated an the basis of a uniform removal of topsoil to a depth of 12 inches. The material removed is to be spread uniformly to a minimum depth of 8 inches 261-2 over the brow area upon completion of excavation work 10-27-98 213-4 The contractor shall apply necessary moisture to the construction line as required by Section 479.47 of the Code of Iowa. area and haul roads to prevent the spread of dust. Refer to Article The contractor shall exercise all due caution when waking in the 1107.07 of the current Standard Specifications far additional details. vicinity of pipelines carrying combustible a toxic materials which are 07-16-91 213-6 The backfilling end associated embankment construction shall be seats the bast Information available at the time of plan preparation. completed within 14 working days after the curing period has expired 09-21-99 for culvert extension. BEFORE YOU DIG: The immediate embankment shall be placed to provide 8:1 slopes IOWA 1—CALL# 1-800-292-8989 away from the culvert tap. 01-20-84 221-3 Estimated quantity for new concrete pavement includes dl integral curb, all street returns and special areas of repairs to connecting pavements. 01-20-84 221-4 In order to avoid any unnecessary surface breaks or premature spoiling, the contractor is cautioned to exercise extreme care when performing any of the necessary saw cutting operations for the proposed pavement removal. 01-20-84 222-2 To obtain the correct form grades at low points where intakes are located, the contractor must exercise extreme care when paving full width pavements. This may require pouring one half of the pave— ment at a time or other methods approved by the engineer. 01-20-84 232-5 The contractor shall not disturb desirable grass areas and desirable trees outside the construction limits. The contractor will not be permitted to park or service vehicles and equipment or use thew areas for storage of materials. Storage, parking and service aea(s) will be subject to the approval of the resident engineer. 09-02—D4 IOWA CITY The City of Iowa City shall be responsible for the construction staking. 06-07-94 232-8 The tap sok (6) inches of the disturbed areas shall be free of rock VZC and debris and shall be suitable for the establishment of vegeta— tion, subject to the approval of the Engineer. r„yi 10-28-97 232-10 The contractor is expected to have materials, equipment, and labor '... available an a daily basis to install and maintain erosion control features on the project This may Involve seeding, silt fence, rock ditch checks, silt basins, or silt dikes. 01-20-84 241-1 Road contractor is to use due caution in working over and around all tie Imes. Breaks in the tile line due to the contractors care— lessnew are to be replaced at his expense without cost to the State of Iowa. Any tie Ines broken or disturbed by our cut lines will be replaced as drected by the engineer in charge of construction and at the State of lowds expense. 01-19-88 251-1 The contractor shall be responsible to maintain access to Individual properties during construction. Relocated amen shall be completed to individual properties prior to removal of existing access If the permanent access cannot be completed prior to removal of the existing access, the contractor shall provide and maintain an alternate access. Tempaory Granular Surfacing will be paid for as a contract item or by extra work 06-22-84 251-3 A plan for stage construction of local accesses which are required '.... to remain open to trof8c during construction shall be submitted by ''. the contractor for approval by the engineer. 01-20-84 261-2 Before performing earthwork, tiling, a excavation within three hundred feet of an existing pipeline, the contractor shall notify the pipeline company and the pipeline company shall mark the Imation of the pipe— line as required by Section 479.47 of the Code of Iowa. The contractor shall exercise all due caution when waking in the vicinity of pipelines carrying combustible a toxic materials which are present on this project. Pipeline location shown on the pians repre— seats the bast Information available at the time of plan preparation. 09-21-99 262-3 BEFORE YOU DIG: IOWA 1—CALL# 1-800-292-8989 03-26-04 IOWA CITY Contractor shall provide Certified Plant Inspection for Portland Cement Concrete and HMA paving, per IDOT SpecifabUma. 03-26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland Cement Concrete paving, per [DOT Standard Specifications 03-26-04 IOWA CITY The contractor is required to exercise all necessary caution in construction operations directly adjacent to the project and utilize methods of construction to prevent damage to the surrounding buildings. The contractor Is responsible for pre— and post— construction damage surveys for properties directly adjacent to the project including evaluating and documenting any damages. Any damages as a result of construction activities shall be corrected at the controctors expense. City File No. PS -294 O O Z J w Z Lu 0 DESIGN TEAM: CiTY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I PGG PAVEMENT REHABILITATION PROJECT 2015 I SHEET NO. A.03 I � J I cin VZC i"y r„yi £r fn7 rV City File No. PS -294 O O Z J w Z Lu 0 DESIGN TEAM: CiTY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I PGG PAVEMENT REHABILITATION PROJECT 2015 I SHEET NO. A.03 I � J I POLLUTION PREVENTION PLAN All contractor's subcontractors shall conduct their operations in a manner that 4. Inspection and Maintenance minimizes erosion and prevents sediments from leaving the project site. The prime The contractor is required to maintain an temporary erosion control measures in proper working order, including contractor shall be responsible for compliance and implementation of the pollution cleaning, repairing, or replacing them throughout the contract period. The following inspection and maintenance 3. Paints. Pain Solvents and Cleaning Solvents prevention plan (PPP) and loco( ordinances for their entre contract practices will be used to maintain erosion and sediment controls and stabilization measures. . Excess paints and solvents shall not be discharged into the storm sewer system. The contractor shall refer to the manufacture instructions and federal regulations on the proper disposal This responsibility shall be further shared with subcontractors whose work is a 1. Inspection and Maintenance Procedures A. All control measures will be inspected at east once every seven (7) calendar days and following any techniques. 4. Concrete Wastes source of potential pollution as defined In the PPP. storm event of 5° or greater. • Concrete trucks will be allowed to washout or discharge excess concrete in specifically B. All measures will be maintained In good working order. If a repair Is necessary, twill be initiated within designated areas which will be required to minimize contact between the concrete and 24 hours of the report. storm water discharge from the stn. 1Site Description C. Any built up sediment will be removed from silt fence when it has reached one-half the fence. • The hardened product farm the concrete washout areas will be disposed of as other . olllon s Pollution Prevention Plan (PPP)is for the construction of the PGG Pavement Rehabilitation Project D. Silt fence and silt socks will be inspected for depth o{sedimant, tear, etc ,to see of the fabric is securely non -hazardous waste materials or may be broken up and used on the site for other appropriated uses. 2015 in Iowa City, Iowa. Construction activities includes HMA overlay paving and crack and seating. afence posts,and to sea that the fence are securely fastened in the ground. h to th ttacee 5. Solid and Construction Wastes E Site shall be inspected daily (preferably at days end) and swept if necessary. . All trash and construction debris shall be deposited in a contrast that will be emptied as This PPP covers approximately 0.20 acres with an estimated 0.20 acres being disturbed. F. Temporary and permanent seeding and planting will be inspected for bare spots, washouts, and healthy necessary. No conslruclionwaste material will be buried on site. The dumpsters must be put in Refer the project plans for locations of typical slopes, ditch grades, and major and non-structural grmvth. G. A maintenance inspection report will be made after each inspection and recorded on the inspection four a location where the contact with storm water discharge is minimized. N 6. Sanitary Wastes controls. A co of these tans will be on file at the project engineers office. Runoff from this protest will clow, is Runoff m t PY P P I 9 P 1 provided by the engineer. H. The contractor inspections. toconductof responsibleforknowledgeable e� • A portable restroom facility shall be located onsite at all times ass an a ed equal is into various storm sewers, ditches, streams and drainage file systems that flow into the Iowa River. fined principles an 'Qualified ' is defined as a person knowledgeable in the principles and practices of erosion and allowed. Wastes shall be collected and disposed of in a rom�i6 emmplia�e with local state federal *tee 2. Controls sediment controls who Possesses the skills to assess conditions at the construction sire that could add regulations. This facility shall be located in an ar an with stormi discharge is minimal. l[ The Contractor lsubcontractor shall be responsible for implementation and management control measures for Impact storm water quality and to assess the effectiveness of any sediment and erosion central 7. Rural Agricultural Activities the followingerosion and storm water management control measures Nat are s ecific to this site. g P measures selected to control the quality of storm water discharges from the construction activity. rrr���+++yyy�w • RunoUform agricultural land use can potentially contain chaRs 1 lutlinail'e djdd.1- GR This work shall be done in accordance with Section of The Gid Iowa City Specifications and Section 2 Materials Management Plan pesticides, fungicides and fertilizers." i '�"kw � e work is 2602 of the Iowa D.Q.T. Standard Specification. if the work involved is not applicable to any contract items, the Site sources of pollution generated as a result of this work related to silts and sediment which maybe A. Spill Prevention and Response Procedures ft"k M work shall be paid for according to Article 1109.03 paragraph 6, of Ne Iowa Department of Transportation Standards Specifications. transported as aresult ofa storm event. However, this BWPPP gravidas conveyance for other(non-project^^x*. related) operations. These over operations have storm water runoff, the regulation of which is beyond the The contractor is responsible for training all personnel in the proper handtrT"'rjIeanupw spilled la. and control of this SWPPP No spilled hazardous materials or wastes will be allowed' come into cont .Q storm ter rime Ii I. Permanent Stabilization Practices contact does occur,thestorm water discharge all llio containedonsite un° a�ppropriatemeasuresin local to 5'e ire ha A. Permanent sending and planting of all unpaved areas by shall be completed after final The following is a list of materials or substance expected to be present onsile during construction. regulations ore ns and cled of rdoussubstance- compA. The financewllh all mnticetlerilll statebe and anup, The follaving practices will be followed for spillpreveMions and cleanup: r'ti#. the grading is complete. Seed shall be sown at only times Of the year when tempereWre, moisture and L Concrete 2. Detergents 1. In atldilion to the good housekeeping and material management practices discussed in the previous climateconditionswi 11 promote the germination and plant growth 3, Paints sections of the plan, the following Practices will be done to minimize the potential for hazardous material B. Preserve vegetation in areas not needed for construction. 4. Tar spill and to reduce the risk of the spill coming in contact with storm water. 5. Soil Stabilization Additives •Manufacturer's recommended methods for spill cleanup will be clearly posted and Brie personnel 2. Temporary Stabilization Practices 6. P.toliers will be trained regarding these procedures and the location of the information and cleanup A. Tdeuse fence, temporary seetlln mulching and hal control p y g' g P T. Petroleum Based Additives supplies. ment and sediment and erosion If construction activity is not planned to occur in a disturbed areafor at least 2l isplanned cur iiia disturbed e 6. Cleaning Solvents • Materials and Equipment necessary for spill control, containment and cleanup will be provided stabilized with temporary seeding or mulching no later than 14 days form the g. Wood on sire in material storage area. Equipment and materials will include but not be limited to lastst consconsaareasshalibe ltruction activity. 10 Solids and Construction brooms, dust pans, mops, rags, gloves, gaggles, kitty litter, sand, sawdust; and plastic and metal B. Mulching exposed areas. . 11. Wastes containers. C. Filter socks shall be used for protection of inlets and used as ditch checks along temporary and 12. Pesticides permanent drainage ditches. 13. Plaster 2. In event of a spill the following procedures will be followed. D. At areas where runoff can move offsite, silt fence shall be laced along the perimeter of areas to be P 9 P 14. Asphalt • All spills wi l l be cleaned up Immediately after discovery, distributed prior to beginning grading, excavation or Goering and graoperation 15. Antifreeze Coolant •The spill area will be kept well ventilated and personnel will wear appropriated protective clothing 3. Sequence of Implementation practices 16, GasolineNlesel Fueis/Kerosere to prevent injury with the hazardous substance. . Spill of toxic or hazardous material will be reported to the appropriate stale or local govemmereb temporary cons and designate staging area. A. Construct eonngand 17. Hydraulic sive tls 18. Glue Adhesive agency and to the project manager and engineer, regardless of the size of spill. Spills of t mporary Baths B. Install perimeter silt fencing and temporary sediment basins. P 9 P Y 1g. Curing Com pounds amounts that exceed reportable queniitles o4 cedain substance specifically mentioned in federal C. clearing and operations Theseo take lace intFso areas Begin g grubbing p p Y p 20. Waste from constmction equipment washing must and fionsxceeds immediately reported to the EPA other govemme14 agencies where expected 1 days of couldonl where 21 daysofcompletion place vbe .Itthe spill exceedsereportable quantity, the SWPPP must be modified within 14 days after the If the must be after lIsexpectedtotake D. grading resp temporarily not shall begin Contra1days no late than 14 days lst cstructioinganaroathatwill no be disrupted for at least 21 days no later then t4 days from the last construction acin th odisrupted B. Material Management Practices The following Is a Ilsl of material management practices that will be of event mush been • of events must be included. The motlfilcatlon shall include: a description of the release; the data E- Installation of underground utilities- InieOoutlet protection at all locations specified In the plan shall he used onsite to minimize the risk of spills or other accidental exposure of materials and substances to M the release; and installed. storm water runoff. 1. Good Housekeeping •explanation OF why the spill happened, a description of procedure 1. prevent future spills endlor F. Finalize pavement gatle preparation • An effort wi 11 be mala stow onsite only enough Products required to complete thejob• release from happening; and a G. ail curb and and inlets and manholes as specified in the plans. •All materials stored parent re appropriate in a nentnderOrderly manneeforot description of response procedures should a spill or release occur again. Remove I ongutter, aro H. Remove inlet preparation around all inlet and manhole structures and carry cal final paving containers. If possible products shall be kept under a roof or otlter enclosure. s shall er anti urs, • The site superintendent will be responsible for the day-to-day site operations and will be the spill operations, pe 1. Prepare Final backFill, grading, and Beetling operations.. radia • Materialtnwill be kept in their original containers with the originals label. Prevention cleanup coordinator. He or she will designate at least three other sire personnel cap will receive spill z J, Once all paving and permanent stabilization of the side is established, remove sift fencing and other denufacMe m •Substances will not t>e mixed with oriel recommended the manufacture, preventions and cleanup training. temporary stabilization. • Whenever possible, all of product will be used before disposing of the container. be used up f • These individuals will each become responsible for a Particular phase of prevention and cleanup. IL • ManWaGure's recommendations for proper use and disposal will be followed n The nam as of these 3. Other Control • The job site superintendent will be responsible for daily inspection to ensure 1 P P Y P ginger use and . Individuals wi l l be posted in the material storage area and in the office trailer. 0 disposal of materials. s. Non -Storm Discharge Contractor disposal of unused construction materials and construction material shell applicable 1. Hazardous Products • Products will be kept theiroriginal containers with the original manufactures label. The following is a list of non -storm water discharges allowed by the Iowa Department of Natural Resources and may r Z l laws iso federal, state and local regulations. In the event of a conflict with other governmental laws rules and d • The original labels and material safety data will be kept far each of the materials as they occur at the job site under the condition that no pollutants will be allowed to come into contract with Ne wafer prior to a W regulations,, the more restrictive laws, rules or regulations shall apply During the course ch construction, it's 9 PP Y 9 contain Important product information. after its discharged from the site. > ltl possible That situations will arise where unknown materials will be encountered. When such situations arise, a •Disposal of any excess product will be done inamanner that follows all manufactures Cc the ill be handled according to all federal, stats and local regulations in effect a[the time . Thefollowing is alist methods for proper disposal. 1. Water from the fire fighting activities and fire hydrants flushings. Q. ofother control measures that contrectonsubcontractor shall be responsible for implementing. 2. Water used to clean vehicles. Z G Product Specific Practices' The following is a list of potential sources of pollution and specific practices l0 3. Portable water sources including water main flushings, irrigation drainage and routine building wash downs excluding 0 1. Off-site vehicle tracking A. The contractor shall reduce vehide tracking of sediments offsite. The paved streets adjacent to the reduce pollutants discharge from materials Or sources expected to be present onsite during constrocQon. detergents. 4. Air conditioning condensation. F_ � construction site shall be inspected daily and cleaned as necessary to remove only excess mud, did 5. Foundation or fasting drains where flows have been exposed to solvents J or rock tracked from the site. 1. Petroleum Storage Tanks 6. Pavement sash waters where spill or leeks or hazardous material has no attuned. 0- D. Street sweeper shall be available to dean streets as needed at inspector's discretion. • All onsite vehicles shall be inspected and monitored for leaks and receive preventative 0- C. Dump trucks haul in material feint the sire shall beproperlycovered with tarpaulin 9 rp maintenance to reduce the change of leakage. • Steps will taken the contractor eliminate contaminates from storage tanks from the wart of proboom An initial Storm Water Pollution Prevention Planring thecontractoris only and. W D. Inspections and Maintenance Procedures. ground l storage entering ground soil. Any petroleum Bandage tanks kept onsite will be boated wiN an normal business This A copy of this plan is available for review during normal business hours. This plan is provided as a reference only and is provid d omen ~ impervious surface between the tank and the ground. not intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall 2 Fertilizers be solely responsible for • Fertilizers shall be applied in minimal amounts as recommended by the manufacture. It The implementation, and monitoring of the initial plan. It shall be worked into the soil as to minimize the contact with storm water diamonds, 2 2. Marking modifications to the initial plan as needed s to the initial p Q 3. Compliance with all NP DES or storm water discharge statutes,rules.regulations, or ordinance applicable to the ste. F- City File No. PS -294 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY PCG PAVEMENT REHABILITATION PROJECT 2015 1 SHEET N0. A.04 Sack o Driveway radius (R): Resider lcl: 10 foot mirlmum, 15 foot maximum. Commercial and industrial: As specified in the contract documents. 2D transition the curb height to 0 inches at end of tape -radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. (h) Sidewalk thickness through driveway to match thickness of driveway. �\ V Center reinforcing bar vertically in the pavement. © Match thickness of adjacent roadway, 8 inches minimum. pProvide 'E' joint at back of curb unless ' B' joint is specified. ® For alleys, invert the pavement crown 2% towa.,c center of alley. TYPE A. 1i FLARES 18" 112" TYPI_CAL_SECTION W. curb 6" to 2" DEAL A I IF n MITI nnuu CONCRETE DRIVEWAY. TYPE A DETAIL B File No. PS -294 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA I I JOHNSON COUNTY I PCC PAVEMENT REHABILITATION PROJECT 2015 1 SHEET NO. B.01 I I I Sloped curb Back of curb 7 )P Gutter Zine �5f6` max. Normal slope , evel line Roadway pavement Detail A Curb romp Length varies See Detail A 6" min. J2 3 max 5% . 8.3% max. cross slope Pavement �— 12" 18" " Sealed expansion joint E) 1Q PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE LANDING AND THE STANDARD SIDEWALK. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS SHORTER THAN 15 FEET. (D LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. UNLESS CURB RAMP IS ALIGNED PERPENDICULAR TO THE STREET RADIUS, PROVIDE AN AREA OF SPECIAL SHAPING AT THE BOTTOM OF THE RAMP TO PROVIDE A SMOOTH TRANSITION TO THE GUTTERLINE. 2% MAXIMUM SLOPE IN ANY DIRECTION. G/ expansion joint Detail B (Curb Return) Possiil e -0' min. Ler ® C1" min. IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. iD PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE LANDING AND THE STANDARD SIDEWALK. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS SHORTER THAN 15 FEET. U2 INSTALL A 24 INCH WIDE (MIN.) STRIP OF DETECTABLE WARNINGS AT THE BACK OF CURB. EXTEND THE DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF THE RAMP. O PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE BELOW THE DETECTABLE WARNING PANEL. ® LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION. KEY Rigid Tie joint (RT) W = SIDEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMENTS. Doweled J¢" S5 -I* Sealed expansion .RAMP =�� = DETECTABLE WARNING ........... joint (ED) = LANDING TYPICAL SECTION -CURB RAMP SCALE: NONE / DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) Qm Doweled Yz" expansion joint _. 0 i expansion joint s AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES INTO ey "Of A f EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO ISTING SLAB (#5 BAR IF PAVEMENT IS B' THICK OR THICKER,BAR IE_ PAVEMENT IS LESS THAN 8" THICK). RT Joint 1-10- expansion 0 aCURB RAMP FOR SIDEWALK SCALE: NONE DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA x JOINT TYPE AS INDICATED ON PLAN SHEETS E = 14" EXPANSION JOINT (NO DOWELS; NO TIE BARS) ED = Yz" DOWELED EXPANSION JOINT (INCLUDES #4 SMOOTH DOWELS AND EXPANSION CAPS — 18" WITH 12" CENTERS RT = RIGID TIE JOINT (INCLUDES #4 TIE BARS — 18" WITH 12" CENTERS Detail 8 JOHNSON COUNTY 7.5 3"R DRILL AND EPDXY 4.5" GROUT REBAR INTO 3"R EXISTING CONCRETE 34" MAX. LIP CURB+. e EXISTING STREET AT SIDEWALK ! 6 e I d a. MATCH THICKNESS OF ADJACENT ROADWAY, 6" MIN. Y"� M, NIN. 6" MIN, CROSS-SECTION VIEW BACK 0� ' k � � `GUTTER LINE d 1O DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT THIRTY (30) INCH CENTERS. O2 AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES INTO ey EXISTING CONCRETE, AT NINE (9) INCHES FROM BACK OF CURB.= EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO ISTING SLAB (#5 BAR IF PAVEMENT IS B' THICK OR THICKER,BAR IE_ PAVEMENT IS LESS THAN 8" THICK). ' PLAN VIEW Ln O PCC CURB & GUTTER REP = F SCALE: NONE x?" N expansion joint IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. 1� PERPENDICULAR RAMP: MAXIMUM RUNNING SLOPE OF 8.3%. MAXIMUM CROSS SLOPE OF 2%. AT MID—BLOCK CROSSINGS, CROSS SLOPE MAY EXCEED 2% TO MATCH ROADWAY GRADE. 02 LANDING: MAXIMUM SLOPE OF 2% IN ANY DIRECTION NJ PERPENDICULAR RAMP SCALE: NONE PCC PAVEMENT REHABILITATION PROJECT 2015 City File No. PS -294 SHEET NO. B.02 J t5 0 Z O F Cn Z 0 0 STANDARD ROAD PLANS 1054 10 -1s -o7 ihefdhvAnOSYandard Road Rensslmll M onsideredapplrahle N mnshucimwakontlispmject 1oa1c DATE NUMBER DATE NUMBER DATE PR -102 PV 0421"TC-213 ESTIMATED QUANTITIES TC -233 10-21-14 --PR-TO-3 04-1&13 TC -251 0417-12 - 5 TG252 1x20-15 MODIFIED TG41810.21Oq-1712iP1513PV-101 Washington Street Rochester Ave t Rochester Courcc 1U21-04 Wb07 11i-21-14 v m � m r.s ITEM ITEM UNIT m 0 QUANTITIES cr how 0 11 MOBILIZATION LS 1.00 C7 u1 1 MANHOLE CHIMNEY SEAL EA 2 - 2.00 :q- –v irT 2 MANHOLE ADJUSTMENT EA 2 2.00 ca - 3 REMOVAL OF PCC SIDEWALK SY 65 - - 65.00 F' hJ 4 SIDEWALK, PCC, 4" SY 35 - 35.00 5 SIDEWALK, PCC, 6" SY 20 20.00 6 DETECTABLE WARNING PANEL, CAST IRON SF 48 - - 48.06 7 SUBGRADE REPAIR, 12" SY 100 $0 20 200.06 8 PORTLAND CEMENT CONCRETE (PCC) PARTIAL DEPTH PATC SF 50 50.00 11 9 PORTLAND CEMENT CONCRETE (PGC) PATCH, 8" SY 990.22 465.78 118.56 1,574.56 10 TRAFFIC CONTROL LS 1.0 Z O cc cc O w Z_ J w Z w C4 z Z Q z Z O g ca m I<— c6 rn w E_ F Z O LL O w 1= rn Lu City File No. PS -294 DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION STATE OF IOWA JOHNSON COUNTY PCC PAVEMENT REHABILITATION PROJECT 2015 SHEET NO. C.01 STANDARD ROAD PLANS 1054 10 -1s -o7 ihefdhvAnOSYandard Road Rensslmll M onsideredapplrahle N mnshucimwakontlispmject NUMBER DATE NUMBER DATE NUMBER DATE PR -102 PV 0421"TC-213 D415-14 TC -233 10-21-14 --PR-TO-3 04-1&13 TC -251 0417-12 - 5 TG252 1x20-15 TG41810.21Oq-1712iP1513PV-101 0421- 04.16-13 S 1U21-04 Wb07 11i-21-14 0 11 MOBILIZATION LS 1.00 STANDARD ROAD PLANS 1054 10 -1s -o7 ihefdhvAnOSYandard Road Rensslmll M onsideredapplrahle N mnshucimwakontlispmject NUMBER DATE NUMBER DATE NUMBER DATE PR -102 PV 0421"TC-213 D415-14 TC -233 10-21-14 --PR-TO-3 04-1&13 TC -251 0417-12 - 5 TG252 1x20-15 TG41810.21Oq-1712iP1513PV-101 0421- 04.16-13 S 1U21-04 Wb07 11i-21-14 t _'III��I1i�lii�111lllllllllllllllllflli�lll��11 _ __.� _ r n. : s c F or AM I t2 74 s Lr' _:3s '• 1 ii f.N II J re q YY ry� �A,,, - w. r(�111NlIIINIII!l11111!! 111,11!1 ! � � .�ipgiss aie., I�w �,c lMIA M3 0 flop Ile t n 4 _g, 14 Em mm EM MINE /fill" Prepared by: Dave Pari Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 RESOLUTION NO. 15-213 RESOLUTION SETTING A PUBLIC HEARING ON JULY 27, 2015 ON PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PCC PAVEMENT REHABILITATION PROJECT 2015, 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 Pavement Rehabilitation account # S3824. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY. IOWA: 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 27" day of July 2015, 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 16th day of June 20 15 MAYOR //JJ Approved by ATTEST: CI LERK City Attorney's Office S:\ENG PMResolutions\Projecl Resolutions\Setting Public Hearing\2015 PCC Patching Projetll5et Public Hearing Project -2015 PCC Patching. do, Resolation No. Page 2 15-213 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYR'S: MAY'S: ABSENT: the Botchway Dickens Dobyns Hayek Mims Payne Throgmorton Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 RESOLUTION NO. 15-246 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE PCC PAVEMENT REHABILITATION PROJECT 2015, 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. WHEREAS, funds for this project are available in the Pavement Rehabilitation account # 53824. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract, and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the office of the City Clerk at the City Hall, before 2:30 pm on the 13th day of August, 2015. At that time, the bids will be opened by the City Engineer or his designee, and thereupon refered to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of August, 2015, or at a later date and/or time as determined by the Director of Public Works or designee. Passed and approved this 27th day of .Tule , 2015. ATTEST: . -*,1 ) City CTerk Mayor Approved by: r t6 City Attorney's Office Lr !�- Resolution No. Page 2 15-246 it was moved by Payne and seconded by Botchway _ the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens X Dobyns x Hayek x Mims % Payne % Throgmorton wpp 01p`T'T Tp&gg - 2 Z 0= 14 F- ¢ 0 o c° m ra n o U m. 1 m E V U T E� m u o m 0 o m Q N Z GwGolr wo �Qw �o°"cmiE°-i0,�-a °o «3a m«EcVw moaw O SAO- O3¢ o�,MKO''in-we cw v; °w om mow" - -Y D no Q iQOO22LL OW Zoom, C�mCC�:=f1' C O-(� 00 EVm `S' � O LL p rn-� 6%m v s- Omm o h E+E U Q wa Q a .a"a m - and -1-m a- E TUg- m �U¢yWZ�oW�Z �«ammNc-o mn=�EEm j- QA °"m& m`o amQU d 7 6 0 U 6 F O> a U -- m186, °8 C O o c IS O m W" 6 a m u m= m ' E a f R° > '" n¢Q w O.NUp64W�XQ ¢¢ -Y mmS«« .t-ma°'«K9Om« mmam rn wm Q_ LLyLLWOjF(J �I [mij3a�mmhN �=3:r-Y=U NC��i.1sloasyl-7Y O ON us, ��'-rD o°mo°r'mo m'm Wo «�`°=«Em om'yommcm s uLL_ U�'2 `2 Qy �u.OZ=a3 aN«m.�oVmoUm .. an-- °-o vm«o 'o 3Q R¢- _! ¢O 0 02Moo cE v- n%cyroy- m O f. F uo m ° Um m0 m `m�'�cEo°UOQ Oz p LLw ¢gi OOOw� m2`�E$CU]2��Emq�--m'-T'Tm "UHad«(Jt�mO. O.a w2mmUn ncU oS mUom u.E VV Y U d 0 0 CD N W = r a Y M r - c o V1 E N W it C c E -��0 Q Eis� c 1044 NOTICE TO BIDDERS PCC PAVEMENT REHABILITATION PROJECT 2015 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 13'h day of August, 2015. Sealed propos- als 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 August 2015, or at special meeting called for that purpose. The Project will involve the following: 1 575 square yards of pcc street pavement removal and replacement, 65 square yards of pcc sidewalk ramp replacement, 2 manhole adjustments and other associated work. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineering Department, 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 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 AF -1 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: Late Start Date: September 1, 2015 Working days: 30 Liquidated Damages: $500.00 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 Rapids Reproductions/Technographics of Iowa City located at 415 Highland Ave Suite 100, by bona fide bidders. A $25.00 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 Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $10.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 Printer's Fee $ S ) . l� CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID442.0330690 1 Jam CiUS10 being duly sworn, say that I ar the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ Legal Clerk Subscribed and sworn to re me this —hilday of .D. 20)-1:7 . ADAM JAMES KAHLER X ^� Commission Number 785381 My Commission Expires 08/04/2017 OFFICIAL PUBLICATION late Start Date: September 1, 2015 NOTICE TO BIDDERS PCC PAVEMENT working days: 30 Damages $500.00 per REHABILITATION PROJECT day y 2015 Sealed proposals will be received The plans, specifications and pro- the City Clerk of the Iowa posed contract documents may be examined at the office of the City Ci P.M.ityof City, tows, until P.M. on the Clerk. Copies of said plans and August, Sealed 13th day of August, specifications and form of proposal proposals will be opened Immedl- opened I blanks may be secured at ately thereafter by the City Engineer or designee. Bids submitted by fax Rapids Reproductions/ machine shall not be deemed a Technographics of Iowa City locat- ed at 415 Highland Ave Suite 100, -'sealed bid" for purposes of this by bona fide bidders. A 4�S ch Project. Proposals received after this deadline will be returned to the refundable fee is required for each ed. Proposals will be set of plans and specifications pm - to bidders or other interested acted upon by the City Council at a acted upon by meeting to held i. the Emma J. persons. persons. The fee shall be in the Hall at 7:00 P.M. on the 1 Bth at form of a check, made payable to Technigraphics. The fee will be da of special day of August or returned if the plans are returned in r meeting called for that purpose. for unmarked and reusable condition The Project will involve the follow- within 15 days of Council Award. A Ingo 1.575 square yards separate and nonrefundable $1000 shipping and handling fee street pavement removal l aand nd will apply to plans that are sent replacement, 0.5 square yards of through postal mal. pec sidewalk ramp replace- Prospective bidders are advised ment. 2 manhole adjustments and other associated work. that the City of Iowa City desires to All work be done strict employ minority contractors and subcontractors on City projects. A compliance wth the plans and with listing of minority contractors can specifications prepared by the be obtained from the Iowa Iowa City Engineering Department, Department of Economic of Iowa City, Iowa, which have Development at (515) 242-4721 heretofore been approved by the and the Iowa Department of City Council, and are on fila for Transportation Contracts Office at public examination in the Office of (515) 239-1422. the City Clerk. Each proposal shall be completedon Bidders shall list on the Form of a m furnished by the 'sealety d Proposal the names of parsons, fines, companies or other parties must b must be accompanied in a sealed envelope, separate from the one with whom the bidder Intends to containing the proposal, a bid subcontract. This list shall include the Type of work and approximate bond executed by a corporation subcontract amount(s), d to contract as a surety authorized re The Contractor awarded the con - n the State 10% of the bidIowa, in the sum of . The bid security tract shall submit a list on the Form shall be made payable to the of Agreement of the proposed sub - TREASURER OF THE CITY OF contractors, together with quanti- ties, unit prices and extended dol - IOWA CITU, IOWA, and shall be lar amounts. to the City of Iowa City er By virtue of statutory authority, the eveted the event the successful bidder preference must be given to rod - P tails t0 enter into a contract within ten (10) calendar days of the City oats and provisions grown and Council's award of the contract coal produced within the State of Iowa, and to Iowa domestic labor, and post bond satisfactory to the Clay ensuring the to the extent lawfullyrequired ctanfaithful aims- of the contract and muired, under Iowa Statutes. Theq Iowa rousemance of said Project, if required, reciprocal resident bidder refer- ence law applies to this Project. pursuant the provisions this pursu The City reserves the right to t t notice and the other contract dost Bid bonds of the lowest reject any or all proposals, and also two o. wo or more bidders may be reserves the right to waive tachnl- cali ies and irregularities. retained fora period of not to Published upon order of the Ci ry exceed fifteen (of calender days Council of Iowa City Iowa. following award of the contract, or MARIAN K. KARR, CITY CLERK until until rejection Is made, Other bid bonds will bereturned after the canvass and tabulation of bids is AUGUST 3, 2015 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. The following limitations shall apply to this Project: Prepared by: Dave Panos, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 RESOLUTION NO. 15-2 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE PCC PAVEMENT REHABILITATION PROJECT 2015. WHEREAS, Midwest Concrete Inc. of Peosta, Iowa has submitted the lowest responsible bid of $138,724.20 for construction of the above-named project; and WHEREAS, funds for this project are available in the Pavement Rehabilitation Fund account # 53824. 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 Midwest Concrete 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 August _,20 15 MAYOR ATTEST: -; x Gi� CITY CLERK Approved by City Attorney's Office It was moved by _ Payne and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES X X X X X X X Qwenglmaslemlawrdco n.doc 8115 NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton d FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Midwest Concrete Inc ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 15 day of June, 2015, for the PCC Pavement Rehabilitation Project 2015 ('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 3; b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended, C. Iowa Department of Transportation Design Manual, Chapter 12: Sidewalks and Bicycle Facilities, Dated 7-17-14 d. Plans; e, Specifications and Supplementary Conditions;' f. Notice to Bidders,— �x.3 g. Note to Bidders; 4--1 c s h. Performance and Payment Bond; r M cn i. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; j. Contract Compliance Program (Anti -Discrimination Requirements); k. Proposal and Bid Documents, and AG -1 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. 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): l (ff Line ' I r4 4'� c n b l �-1 �bc 0 4, Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this a 1 day of r 04- 2015. r a CCS Contractor ca r✓ �< '• rnBy By Sri% w 73 „F C33 (Title) Pr <S r6(L„ 4 Mayor ATTEST: City Clerk AG -2 ATTEST: (JPSS i' C na �S (Title) 04,LR 01;,na (Company Official) Approved By City Attorney's Office FORM OF PROPOSAL PCC PAVEMENT REHABILITATION PROJECT 2015 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 kI(a WQ.S�" \�,ofuck W_ Address of Bidder Koffio (I 1 uytu VAC ( *- �� kcS � P� t5Iuu y TO: City Clerk City of Iowa City ITEM NO. City Hall �Iy 410 E. Washington St. c a Iowa City, IA 52240 ' MANHOLE CHIMNEY SEAL EA The undersigned bidder submits herewith bid security in: -Dip -emouff.I.of $ Vl- o{ -h) }c -t b: A in accordance with the terms set forth in the " Projkj; Spe�tficat ." w The undersigned bidder, having examined and determined the scope of e 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 Ni ,\ Vo, , and No • , 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 lumo sums to be aareed upon in writino orior to startinn such wnrk_ SCHEDULE OF PRICES ITEM NO. ITEM UNIT TOTAL UNIT PRICES EXTENDED TOTAL 1 MANHOLE CHIMNEY SEAL EA 2D0 A __ •`-'N-} IIW1 •VP�t. 2 MANHOLE ADJUSTMENT FA 2.00 I`�:JU I I V O V Uto �V 3 REMOVAL OF PCC SIDEWALK SY 65 OD ISl:R0 C��wtO 4 SIDEWALK, PCC, 4" SY 35.G _ 1'\0 t 00,/L10 ClILIO 5 SIDEWALK, PCC, 6- SY 2D.00_Y1]_��1\\•IV\\111i��,, 6 DETECTABLF WARNING PANEL, CAST IRON SF 48.00 V � V V t L Lko 10 7 SUBGRADE REPAIR, 12" SY 200.00 iJ 8 PORTLAND CEMENT CONCRETE PCC PARTIAL DEPTH PA SF 50,00 9 PORTLAND CEMENT CONCRETE PCC PATCH, 8" SY 1,574,56 i l I�%I I•./\11`LI , 10 TRAFFIC CONTROL LS 1.00 ���v� �<�C 1IOC1,I0,I, /, n� �100c 00 11 MOBILIZATION LS 1 D 10�1`3 Total BID PRICE FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract. are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: H kAwe-8 � 6\y -- Signature: RM11 C6-� J Printed Name: C-UGV\ LOcJC� Title: R L� C�LJ Address: ��j �G�� ���Y� L Phone: -'--u�) `J� Li 9 �:" Contact: J N b GCf � C E7 FP -2 0, Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5415 RESOLUTION NO. 15-377 RESOLUTION ACCEPTING THE WORK FOR THE PCC PAVEMENT REHABILITATION PROJECT 2015 WHEREAS, the Engineering Division has recommended that the work for construction of the PCC Pavement Rehabilitation Project 2015, as included in a contract between the City of Iowa City and Midwest Concrete, Inc. of Peosta, Iowa, dated August 18, 2015, 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 Pavement Rehabilitation account # S3824; and WHEREAS, the final contract price is $222,553.50. 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 15th day of December _,20 15 ATTEST )71at4akJ -)� - CIT ERK MAYOR Approved by AAiGJ' �z41,�tw-p-- City Attorney's Office L.Li t-4 It was moved by Mims and seconded by Dobyns the Resolution be adopted, and upon roll call there were: AYES: 014 Pwenglmasrers/acpt ork.doc 12/15 NAYS: ABSENT. Botchway Dickens Dobyns Hayek Mims Payne Throgmorton 12-15-'- 4d(11)