HomeMy WebLinkAboutLANDFILL CHEMICAL STORAGE BLDG REPLACEMNT/2015LANDFILL
CHEMICAL
STORAGE BUILDING
REPLACEMENT
PROJECT/
2015
)S) 5 - <�_
_
ci
19=1�layvj5 CY
�i
rE
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS - a'
ENGINEERING DIVISION Ch
cn
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRA&
FOR THE
2015 Landfill Chemical Storage Building Replacement Project
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
"
Daniel R. Scott, P.E.
Project Engineer
Iowa Reg. No. 14048
My license renewal date is December 31, 2016.
DATE:
z! PPis;,
u,
SPECIFICATIONS
TABLE OF CONTENTS
Page Numbe
TITLE SHEET
TABLE OFCONTENTS
NOTICE l[C|BIDDERS ..... .......... ....... .... ........ --'--..--..'.,'—.—'
/\F'1
NOTET(}BIDDERS ........ ............... ......... ...... '—...... ... ....... ...........................
N8-1
FORM (}FPROPOSAL ---........................ —...... —..... ................. ...................
FP -1
BIDBOND ................................. ^`—'.............. ......... ...... —...........................
—
BB -1
FORM {)FAGREEMENT ........................... ... ...... ...... .......... ...............
.......
AG -1
PERFORMANCE AND PAYMENT BOND ............... ...... ........... .................
......
PB -1
CONTRACT COMPLIANCE
(ANTl'D|SCRIM | NATION REQUIREMENTS) ................... .............................
CC -1
GENERAL CONDITIONS ........................ --........... —........ —.... ...................
GC -1
SUPPLEMENTARY CONDITIONS ....................................................... ..........
�
S �gi
RESTRICTION {}NNON-RESIDENT BIDDING ()N NON -FEDERAL -AID
PROJECTS ........ .............................................. ^_______
TECHNICAL SECTION
DIVISION 1'GENERAL REQUIREMENTS
Section 01O10Summary ofthe Work ................................ ,--.-----
~h1010-1
Section U1025Measurement and Payment ----.,.----.^---.
81025-1
Section O131OProgress and Schedules ............ —..... ... ..... ................
,
01310-1
Section 8157OTraffic Control and Construction Facilities .... ......................
01570-1
DIVISION - SITE WORK
Section O2050Demolitions, Removals and Abandonments .................
.....
02050-1
Section U35O0Chemical Storage Buik1inA...... ................... .....................
03500-1
Phutuonopho. Details and Plan Sheets ................... .....~..'..--,.'
'..
03600-1
NOTICE TO BIDDERS
2015 LANDFILL CHEMICAL STORAGE
BUILDING REPLACEMENT PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on the 12th day of May, 2015. Sealed proposals
will be opened immediately thereafter by the City
Engineer or designee. Bids submitted by fax
machine shall not be deemed a "sealed bid" for
purposes of this Project_ Proposals received after
this deadline will be returned to the bidder
unopened. Proposals will be acted upon by the
City Council at a meeting to be held in the Emma
J. Harvat Hall at 7:00 P.M. on the 19th day of May,
2015, or at special meeting called for that
purpose.
The Project will involve the following:
Removal and replacement of the landfill HHW
Chemical Storage Building.
All work is to be done in strict compliance with
the plans and specifications prepared by Iowa City
Engineering Division, 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
AF -1
c
CD
_3
Q
csi
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of two (2) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Specified Completion Date: September 30, 2015
Liquidated Damages: $300 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of City Engineer, 410 E. Washington
Street, Iowa City, Iowa, by bona fide bidders,
A $25 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 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 can be obtained from the
Iowa Department of Inspections and Appeals at
(515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa,
MARIAN K. KARR, CITY CLERK
AF -2
N
0
cn
iv
CA
cn
NOTE TO BIDDERS
The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3. Bid submittals are:
Envelope 1 Bid Bond
Envelope 2: Form of Proposal
�
ti
o
tri
cir
i
FORM OF PROPOSAL
2015 LANDFILL CHEMICAL STORAGE BUILDING REPLACEMENT PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS.
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
City Hall
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
, and , and to do all work at the prices set forth herein.
We further propose to do all "Extra Work' which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
ITEM
1
ESTIMATED
DESCRIPTION UNIT QUANTITY
HHW Chemical Storage Lump 1
Building Sum
UNIT
PRICE
TOTAL EXTENDED AMOUNT= $
EXTENDED
AMOUNT
FP -1
c
a
MD
y
m
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
�,
en
a
rn
r'
N
cn
cn
as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars
to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated
the 2015 Landfill Chemical Storage Building Replacement Project,
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
for
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall be void. Otherwise this obligation shall remain in full force and effect,
provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this
day of
A.D., 20_
(Seal)
Witness Principal
By
v (Title)
er+ �y
(Seal'•
Surety
�..
m
By
Witness
( neydn-faf '
Attach Power -of -Attorney
N
ut
cn
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and
("Contractor")
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the day of , 20_, for the 2015 Landfill Chemical Storage
Building Replacement Project ("Project'), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terns 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-g.�,.
N
a
-v
C. Plans;
a
�-
d. Specifications and Supplementary Conditions;
-s�
e. Notice to Bidders;
N
un
f. Note to Bidders;
m
g. Performance and Payment Bond;
h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects;
i. Contract Compliance Program (Anti -Discrimination Requirements);
j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail,
AG -1
3. The names of subcontractors approved by City, together with quantities, unit
prices, and extended dollar amounts, are as follows (or shown on an attachment):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of
City
ATTEST:
Mayor
Contractor
ATTEST:
20
City Clerk (Company Official)
Approved By:
City Attorney's Office
0
3
N
i ra
AG -2
Cn
0'
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 N Dollars
($ ) for the payment for which Cont r ad SumtV
hereby bind themselves, their heirs, executors, administrators, successors and s ns=�intly t
severally.ld /may
J ,�, Y{�f
N JY �l
WHEREAS, Contractor has, as of entered iii 'Fa
cn
(date) rn
written Agreement with Owner for the 2015 Landfill Chemical Storage Building Replacement
Project; and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications prepared by
the Iowa City Engineering Division, 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
am
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 two ( 2 ) years from the date of formal
acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS DAY OF
20
IN THE PRESENCE OF:
Witness
(Principal)
(Title)
(Surety)
..s
0
Witness (Title) i `^
(Street) -0 M
(City, Sta Zip)
M
m
(Phone)
IN
Contract
Compliance Program
aftill
kk��OU)AL
CITY OF IOWA CITY
N
O
C.l1
b
.T.
err
jy
Ln
CITY OF IOWA CITY
SECTION I - GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work.
This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them
to ensure that applicants seeking employment with them and their employees are treated equally
without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation,
disability, marital status, and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in
designing and implementing equal employment opportunity so that all citizens will be afforded equal
accessibility and opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if
required by another governmental agency) must abide by the requirements of the City's Contract
Compliance Program. Emergency contracts may be exempt from this provision at the discretion
of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are
subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and
consultants are made aware of the City's Contract Compliance Program reporting
responsibilities and receive the appropriate reporting forms. A notification of requirements will be
included in any request for proposal and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located
on pages CC -2 and CC -3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
mgrlassftontractcompliance. doc CC -1
n
cr.
sw
rn
mgrlassftontractcompliance. doc 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 2 THROUGH 3 OF THIS
SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE
CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
The contractor will not discriminate against any employee or applicant for employment and will
take affirmative efforts to ensure applicants and employees are treated during employment
without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender
identity, disability, marital status, and age. Such efforts shall include, but not be limited to the
following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
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 seg.) and relevant orders of the U.S. Secretary
of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment
Opportunity Officer?
(Please print)
Phone number Address
5. The undersigned agrees to display, in conspicuous places
at the work site, all posters
required
by federal and state law for the duration of the contract.
NOTE: The City can pro2le assistance
in obtaining the necessary posters.
en
-o
rn
v
m
mg rlassticontractcomplia nce, doc 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
Phone Number
Title
Print Name Date
mg rlassticontractcomplia nce.doc CC -3
N
O_
�,MP
MP
N
Q
Y^
CM
mg rlassticontractcomplia nce.doc CC -3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and
post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the
policy to all potential sources of employees and to your subcontractors asking their cooperation. The
policy statement should recognize and accept your responsibility to provide equal employment
opportunity in all your employment practices. In regard to dissemination of this policy, this can be done,
for example, through the use of letters to all recruitment sources and subcontractors, personal contacts,
employee meetings, web page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign--spmeom the onsibility
of administering and promoting your company's Equal Employment Opportt[t;iQ pr ram #s person
should have a position in your organization which emphasizes the importanc 'o pfograr
3. INSTRUCT STAFF 1{
Your staff should be aware of and be required to abide by your Equal:;loy ent Opportunity
program. All employees authorized to hire, supervise, promote, or discharge Aploy or are involved
in such actions should be trained and required to comply with your policy and the current equal
employment opportunity laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth
recruitment will only perpetuate the current composition of your workforce. Send recruitment
sources a letter annually which reaffirms your commitment to equal employment opportunity and
requests their assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate
discriminatory barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions.
Review education and experience requirements to make sure they accurately reflect the
requirements for successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is
this information necessary to judge an applicant's ability to perform the job applied for?" Only
use job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only
job related. Train your interviewers on discrimination laws. Biased and subjective judgments in
personal interviews can be a major source of discrimination.
(h) Improve hiring and selection procedures and use non -biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are
based upon a fair assessment of an employee's ability and work record. Furthermore, all
companies should post and otherwise publicize all job promotional opportunities and
encourage all qualified employees to bid on them.
12/01
mgrlassticontractcompltance, doc 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
e+.
0
Qri
Cn
Cn
CC -5
2-3-1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or
refer for employment, or to otherwise discriminate in employment against any other person or to
discharge any employee because of age, color, creed, disability, gender identity, marital status,
national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003)
B. It shall be unlawful for any labor organization to refuse to admit to membership,
apprenticeship or training an applicant, to expel any member, or to otherwise discriminate
against any applicant for membership, apprenticeship or training or any member in the
privileges, rights or benefits of such membership, apprenticeship or training because of age,
color, creed, disability, gender identity, marital status, national origin, race, religion, sex or
sexual orientation of such applicant or member.
C. It shall be unlawful for any employer, employment agency, labor organization or the
employees or members thereof to directly or indirectly advertise or in any other manner indicate
or publicize that individuals are unwelcome, objectionable or not solicited for employment or
membership because of age, color, creed, disability, gender identity, marital status, national
origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995)
D. Employment policies relating to pregnancy 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, miscarriage, childbirth and
recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated
as such under any health or temporary disability insurance or sick leave plan available in
connection with employment or any written or unwritten employment policies and practices
involving terms and conditions of employment as applied to other temporary disabilities.
E. It shall be unlawful for any person to solicit or require as a condition of employment of any
employee or prospective employee a test for the presence of the antibody to the human
immunodeficiency virus. An agreement between an employer, employment agency, labor
organization or their employees, agents or members and an employee or prospective employee
concerning employment, pay or benefits to an employee or prospective 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 department of health and
human services, that a person with a condition related to acquired immune deficienc yndrome
poses a significant risk of transmission of the human immunodeficiency virusa,.Iothef ersc%uh
in a specific occupation. !
F. The following are exempted from the provisions of this section: y
N
(31
CC -6
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 qualifications are
related to a bona fide religious purpose. A religious qualification for instructional personnel or
an administrative officer, serving in a supervisory capacity of a bona fide religious educational
facility or religious institution shall be presumed to be a bona fide occupational qualification.
(Ord. 94-3647, 11-8-1994)
2. An employer or employment agency which chooses to offer employment or advertise for
employment to only the disabled or elderly. Any such employment or offer of employment shall
not discriminate among the disabled or elderly on the basis of age, color, creed, disability,
gender identity, marital status, national origin, race, religion, 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 employment.
4. The employment of individuals to render personal service to the person of the employer or
members of the employer's family. (Ord. 94-3647, 11-8-1994)
5. The employment 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 narrowly. (Ord. 03-
4105, 12-16-2003)
6. A state or federal program designed to benefit a specific age classification which serves a
bona fide public purpose. (Ord. 94-3647, 11-8-1994)
7. The employment on the basis of disability in those certain instances where presence of
disability 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 narrowly. (Ord. 03-4105, 12-16-2003)
8. Any employer who regularly employs less than four (4) individuals. For purposes of this
section, individuals who are members of the employer's family shall not be counted as
employees. (Ord. 08-4312, 8-11-2008)
CC -7
a
cn
r
m
�..
N
Cli
CC -7
SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY
To all employees of
This Company and its employees shall not discriminate against any employee or applicant for
employment based on his or her age, color, creed, disability, national origin, gender Identity,
marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to
decisions involving hiring, 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. Further, this Company and its employees will provide a working
environment free from such discrimination.
All employees are encouraged to refer minority and women applicants and applicants with
disabilities for employment.
The Equal Employment Opportunity Officer for the
is:
Name:
Address:
Telephone Number:
NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel
to formulate a policy which specifically meets the needs of your company.
CC -8
0
M
0
cN
CC -8
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended,
shall apply except as amended in the Supplementary Conditions.
GC -1
ti
ca
en
g
r
a�
C7
N
CA
M
GC -1
SUPPLEMENTARY CONDITIONS
xxxxxwwwxwwxx:txxwx+xxxxxxxxxwwww.wwwwxww,twx,tw:txwt,txxxwwxxwxxwwwwwwxxx.twwwxx,rxxxx.txxxwxxxwwwwtxx.tx,txxx.r:rxxxxxx
NOTE TO SPECIFIER:
See S-3 and S-12 of this section
wxwxxxxwwwxwxx.tw:txwwwwwwxxxxxxxx+wwwwxxxxx+:xi:.txwxxwwwxwxxxxxxx:txwwxxxwx:txxxwwwwwwxx:t+r:u+:txwxwwxxxx.txxxwww+wxx
S-1
S-2
S-3
S-4
S-5
S-6
S-7
S-8
S-9
S-10
S-11
S-12
ARTICLES WITHIN THIS SECTION
Definitions
Limitations of Operations
Insurance
Supervision and Superintendence
Concerning Subcontractors, Suppliers and Others
Compliance with OSHA Regulations
Employment Practices
Contract Compliance Program (Anti -Discrimination
Measurement and Payment
Taxes
Construction Stakes
Restriction on Non -Resident Bidding on Non -Federal -Aid Projects
Caption and Introductory Statements
m
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2009, as
amended.
SC -1
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:
Type of Coverage
Comprehensive General Liability
Bodily Injury & Property Damage*
Automobile Liability
Bodily Injury & Property Damage
Each Occurrence Aggregate
$1,000,000 $2,000,000
Combined Single Limit
$1,000,000
Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
*Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
•**ww*****wwwwwww«**www+;+w+*w*wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww.*+*wwwwww**www*+wwwwwwwwwwwww
NOTE TO SPECIFIER:
Verify coverage amounts with the Risk Manager, City of Iowa City,
*wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww:rww*wwwwwww**wwwwwx*.rww*wwwwww+wwwwwww
J
41
M
N
cn
in
SC -2
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
The entire amount of Contractor's liability Insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer,
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims -made" insurance coverage, then the
Contractor must comply with the following requirements.
a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
C. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self-insured
retention than the insurance which it replaces.
Zu
5. The City reserves the right to waive any of the insurance requirem* s her6h provided.
The City also reserves the right to reject Contractor's insurance Aompl e
with the requirements herein provided, and on that basis to either 3#ir� thq cont to
the next low bidder, or declare a default and pursue any and all r $Oes,73vail le to
the City. C b M
s
� cn
rn
SC -3
6. In the event that any of the policies of insurance or insurance coverage identified or
Contractor's Certificate of Insurance are canceled or modified, or in the event thal
Contractor incurs liability losses, either due to activities under this Contract, or due tc
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPEC IFICA JS:
Bidders shall list those persons, firms, companies or other p i tcn wh" it
proposes/intends to enter into a subcontract regarding this project as rc4WT— d4 ap al
by the City and as noted on the Form of Proposal and the Agreement. s Q
rra
If no minority business enterprises (MBE) are utilized, the CONTRAGMTOR Mall furnish
documentation of all efforts to recruit MBE's.
NOTE TO SPECIFIER:
Some contracts may need to adjust the requirement of the prime to perform 50% of
the total contract cost.
*************************************************************************************************************
SC -4
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
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 ]DOT STANDARD SPECIFICATIONS,
S-10 TAXES.
Contractors and approved subcontractors will be provided a Sales Tax Exem on Cq' ca to
purchase building materials, supplies, or equipment in the performance of the contr he fi e"
shall submit the information necessary for the certificates to be issued.
S-11 CONSTRUCTION STAKES. C'
','rp a M
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with,ollpaing:
cn
The Contractor shall be responsible for the preservation of stakes and marks`. A,ny
necessary re -staking will be at the Contractor's expense and will be charged at a rate
SC -5
of $75 per hour.
S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS.
The Contractor awarded the project together with all Subcontractors shall be required to complete
the form included with these specifications (and entitled the same as this section) and submit it to
the Engineer before work can begin on the project.
Note that these requirements involve only highway projects not funded with Federal
monies.
wwwwwxwx:txwwwwwwwwwwwwwwwwwwwwxwwwwwwwxxxxzxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxwxxxxxx.txxxxxxxxxx.rxxxxxxxxxxxx
(VOTE TO SPECIFIER:
Include S-12 only for highway projects not funded with Federal monies.
wwwxwxxxxwxxxwxxwxxwwwwwwwwwxxxxxxxwxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
SC -6
N
_O
]a
cn
v
SC -6
RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS
PROJECT NAME:
TYPE OF WORK:
DATE OF LETTING:
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
foreign country which gives or requires a preference to bidders from that state or foreign country_
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to
transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and his/her contractors and
subcontractors at the work site until the project is completed.
I hereby certify that the undersigned is a resident bidder as defined above and will remain such
from the start of the project until its completion.
COMPANY NAME
CORPORATE OFFICER:
TITLE:
DATE:
3/15
data on citynUEnglMasterSpecsllrontenddoc
R-1
a
�
r�1
�*<
O1
-0
7�T
Cn
Cn
SECTION 01010
SUMMARY OF THE WORK
PART 1- GENERAL
General description, not all inclusive.
A. Work:
1. Temporarily disconnect utilities to existing Hl4W Storage Building.
2. Remove and dispose of existing HI IW Storage Building,
3. Prepare foundation and clean drain.
4. Install new HHW Storage Building.
5. Comiect utilities to new HHW Storage Building.
6. Setup interior and exterior fixture for new H14W Storage Building.
7. Provide all warranty and manual documentation.
8. Provide traffic control during all phases of project.
9. Other work associated with prefabricated and pre-engineered 14MV Chemical Storage
Building removal and replacement.
5/02
sfiared�e�gureedspecs-ii1( Imio
01010-1
N
0
cn
A
N
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 -GENERAL
1.01 SUM179RY.-
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OFBIEASURFAIENTS:
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 he given an opportunity
to be present during measurement.
1.03 SCOPEOFPAYMENT:
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 it separate pay item is
not provided. Completion of this work is required. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate payment will be
made.
PART2-PRODUCTS
2.01 NONE
PART 3 - EXECUTION
3.01 PROCEDURE:
A. Payment under this contract shall occur no more than once per month
by the Contractor. Payment is based on an estimate of the total amour
completed minus 5% retainage. It is not the City's policy to pa,
equipment stored or furnishings fabricated off site.
0
coo
r r
Drk�compl
varl of v
mamials
3W u!
The 5% retainage will be released 31 days after the project is accepted by the City Council,
provided no claims against the project have been filed within 30 days of project acceptance.
Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of
claims.
01025-1
3.02 RID ITEMS:
A. GENERAL
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in accordance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his/her Subcontractors.
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractor's expense.
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, fonning, drying, watering and compaction of till
material, and all such work as may be required to make the grading work complete with a
uniform surface free of rock, broken concrete, tree roots, limbs and other debris is
incidental to this project unless it is listed as an item in the FORM OF PROPOSAL.
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and
parking tickets. The Contractor must figure these costs into their bid prices. The City will
not waive parking fees or fines. Permits paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deyosited there
as a result of any construction activity. The cost of clean up shall be iuccidentar—
BID ITEM DESCRIPTIONS
I. HHW Chemical Storage Building—Lump Sum.
Z
The unit prices for this item will be paid based on a lump suce. umm
payment for this item shall include all labor, materials and equyrpment �cessary to
supply, manufacture, test, store, ship, install, set-up and anchor irr—'place the
prefabricated, pre-engineered hazardous chemical storage building in accordance with
these specifications. Lump sum payment for this item shall also include all labor,
materials and equipment necessary to disconnect and re -connect the building utilities
and safety features. Lump sum payment also shall include all labor, materials and
equipment necessary to remove the existing building, maintain customer traffic access
01025-2
11/00
snnaa�engince.�specs-ino i 1)25.doc
at all times during the project, clean out the foundation sump drain pipe to the stone
sewer intake, install and set up all internal attachments, ramps and start up all safety
systems. Lump sum payment also includes all labor, materials and equipment
necessary to supply and install 3 continuous rows of 4 inch solid concrete blocks to
support and elevate the new building 4 inches. Lump sum payment shall also include
providing all shop drawings, building warrantee, manuals and specification
documentation.
01025-3
N
Cf
S
-J
SECTION 0 131
PROGRESS AND SCHEDULES
PART 1 -GENERAL
7.01 SUMiYIARY:
A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a high priority. Scheduling of work shall be
planned with this in mind.
1.02 SUBMITTALS:
A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of
the proposed work with the controlling operation identified. The schedule shall include
proposed dates and durations of street closings. Work may not begin until the schedule is
approved by the Engineer.
B. The Contractor shall submit updated construction schedules at two week intervals
throughout the project.
PART2-PRODUCTS
None.
N
Q
es.
xy
-o
PART 3 - EXECUTION
3.01 MEETINGS PRIOR TO CONSTRUCTION.
-�
M
A. A Pre -Bid meeting will 6e held on May 5, 2015.
5go 7C
;
N
B. A Pre -Construction meeting will be held prior to beginning work.
.s
3.02 PROGRESS OF WORK.
A. The specified completion date is September 30, '1015. Liquidated damages of $300 per day
will be charged on work beyond this date.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
D. Construction will proceed in phases. The particular phasing sequence is outlined in the
01310-1
project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -
phase shall be sufficiently complete to allow reopening to the public, as determined by the
Engineer.
E. Restoration activities such as pavement replacement will follow closely behind the work
even if multiple mobilizations are necessary.
The Contractor will become an active partner with the City in eonmuuricating with and
providing information to concerned residents and businesses.
G. Work will be staged to minimize the length of time parking spaces and parking revenue are
lost.
3.03 COORDINATION WITH UTILITIESAND LANDFILL:
A. The Contractor shall work closely with the utility companies and the landfill staff to keep
the project on schedule.
B. The landfill must remain open to customer traffic at all times doing this project. The
landfill hours of operation are Monday through Saturday, 7 am to 4:30 pin. No roadway
closures are allowed during open hours unless approved by Project Engineer.
C. All building removal, loading and unloading shall occur after howl or on a Sunday to
insure landfill customer traffic access unless approved by Project Engineer.
11/00
shnredlzngin;zr�spcce-ilO]i 10 doe
01310-2
N
O
n'bl
i
N
V
tJ7
zr
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PARTI-GENERAL
1.01 SUMMARY:
A. Finnish, install and maintain traffic control and construction facilities required for the
work. Remove when work is completed.
1.02 REI%ERENCES:
A. MOT Standard Specifications.
B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform
Traffic Control Devices for Streets and Highways," 1988 Edition, as revised.
C. Traffic Control Notes on project plans.
1.03 SUBMITTALS:
0
A. Submit a traffic control plan
to
for all activities requiring traffie�'oiRirot spec fcally
addressed by the project plans.
Z; ++-
PART 2 -PRODUCTS
M
3
2.01 MATERIALS:
1D cn
A. Traffic control devices may be
new or used, but must meet the requirements of the IDOT
Standard Specifications.
B. All construction fence shall be
new and securely fastened to approved posts and installed as
directed by the Engineer.
2.02 EQUIPMENT:
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
01570-1
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS:
A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead
of scheduled work. The Contractor is responsible for installation and maintenance of the
signs 48 hours in advance of when the vehicles must be removed.
3.03 MAINTENANCE OF FACILITIF,S:
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.
3.04 EXCAVATIONS:
A. All excavations shall be fenced.
3.05 ADDITIONAL FACILITIES:
A. All signs, barricades and fences within and beyond the project area deemed appropriate by
the Engineer shall be the responsibility of the Contractor.
11/00
eharead\eneineer\speos-i1015]4doc
01570-2
N
O
CJS
b r�
N
SECTION 02050
DEMOLITIONS, REMOVALS AND ABANDONMENTS
PARTI-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. IDO'1' 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.
0
1.04 SUBMITTALS:�-�
A. Locations of disposal sites."
PART2-PRODUCTS
M
N
2.01 MATERIALS:
u1
.,s
A, Granular backfill material shall consist of Class A Crushed
Stone, MOT Standard
Specification Section 4120.04 and Section 4109, Gradation No. 11.
B. Explosives shall not be used for demolition.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
Division 24. Structures.
Section 2401. Removal of Existing Structures.
02050-1
Division 25. Miscellaneous Constriction
Section 2510. Removal of Old Pavement.
Section 2511. Removal and Construction of Portland Cement Concrete Side-
walks.
Section 2515. Removal and Construction of Paved Driveways.
Section 2516. Removal and Constlrction of Retaining Walls and Steps.
3.02 INSPECTION. -
A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to
revise demolition limits if required by the nature of construction.
3.03 PROCEDURES:
A. Utilities
Notify all corporations, companies, individuals and state or local authorities
owning pipelines, water lines, gas mains, buried and overhead electric facilities,
telephone, cable television, fiber optic, and other public or private utilities shown
on the drawings or otherwise known or discovered to be in the project area.
2. When active utilities are encountered, promptly take necessary measures to support
and protect said utilities and maintain them in service.
3. If active utilities are damaged or interrupted as a result of work on the project, take
appropriate measures to restore service immediately. Restoration of utility services
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. Thd9ontractor shall
cooperate with these efforts in every reasonable way anOAhall nWbe euli4d to
additional compensation for delays resulting from such relesR`ns my `i
��4 .r
B. Site Protection Measures �+
Y 1',
1. Refer to Traffic Control Sheets for details.
N
2. Barricade and fence open excavations or depressions result7g fromunzork 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 non-active
periods.
C. Site Access Measures
Pedestrian access to homes and businesses shall be maintained at all times.
Temporary gravel surfaces shall be provided as directed by the Engineer.
02050-2
2. 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
material resulting fiom demolitions and removals shall be hauled to and disposed
of at a Contractor -furnished site approved by the Engineer or to the landfill. The
Contractor shall pay the current tipping fee at the landfill.
3.04 DEMOLITIONAND REMO6'ALS:
A. Pavement and Sidewalk Removals
1. Removal shall be to the limits noted on the plans or as directed by the Engineer.
2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete
pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or
aggregate surfaces is not considered pavement removal.
3. Sawcuts shall be approved by the Engineer.
4. Removal operations shall conform to construction phasing noted on the plans or as
directed by the Engineer.
B. Sewer Abandonment and Removal
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 Rector 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 901/l) Standard Proctor Density,
3. Sewers to be abandoned, but not removed, shall be filled with -,in approved non -
shrink [towable 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.
11/00
shared...... eertspm,-;;102050. doe
02050-3
en
Q0
Cn
+J
SECTION 03500
HAZARDOUS CHEMICAL STORAGE BUILDING
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Prefabricated Fire Rated Hazardous Material Storage Building
1.2. SUBMITTALS
A. Submit shopdrawings prepared underthe direct supervision of a professional engineer
registered in the State of Iowa.
B. Submit certified report of hydrostatic leak test for spill containment sump.
C. Submit one Owner's manual with operation and maintenance instructions with two year
warranty on all building components and appliances.
D. Submit certification that the Hazardous Material Storage Building meets all federal and
state requirements for operation in the State of Iowa. Provide certification that the
Hazardous Material Storage Building meets the requirements of the Iowa Department
of Natural Resources.
1.3 DESCRIPTION
A. The Hazardous Material Storage Building shall be afactory-built, relocatable chemical
storage and containment structure. The pre-engineered building shall be designed as
separate, detached structure intended for the storage and dispensing of
flammable/combustible liquids and hazardous materials as defined by the US
Environmental Protection Agency and the National Fire Protection AssociatiorGjThis
building shall be Factory Mutual Approved and Classified by Underwri - 's Lavatory
for this purpose, 2;
1.4 WARRANTY r
A. Submit manufacturer's standard warranty for:3 ! ■,
1. Materials and workmanship: 2 years. 5 N 0
2. Panel finish: 5 years.
3. Weather tightness: 5 years. V" N
1.5 QUALITY ASSURANCE
A. Regulatory Requirements: The Design of the prefabricated hazmat buildings with
incorporated equipment shall comply with the Referenced codes and standards above.
B. Supplier Qualifications
1. Experience. The Supplier shall provide and demonstrate evidence of their experience and
knowledge of the responsible containment of hazardous flammable materials with more than 10
continuous years in the Hazmat storage business.
2. Financial Stability. The Supplier shall provide assurance of their financial stability
IOWA CITY. WASHINGTON STREET AND NORTH PEDESTRIAN MALL f HHASE 2
Field Investigation of Existing Vaults
Team Representation
Josh Slattery, Civil Engineer, Public Works, Tel 319/356.5149, Josh-Slattery@iowa-city.org
Ron Amelon or Steve Noack, MMS Consultants, Inc. 319/351.8282, S.noack@mmsconsulfants.net
Brad Hill, Raker Rhodes Engineering, 319/333.7850 x206, bhill@rakerrhodes.com
Outline of Objectives
Visual Inspection at the Sidewalk
• Review Condition of Vault Lid
• Document any Evidence of Tripping Hazards
• Verify Use
• Other
2. Visual Inspection in the Vault
• Document Condition and Extent of Cracking for each of the
following
=4
Slab on Grade
Cn
Walls
Vault Lid
Document Construction Type
• Review Waterproofing and Document Evidence of Moisture
• Document any Utilities and Type
• Verify Use
N
• Other
.,f
3. Confirm Structural Slab beneath Sidewalk Slab
4. Photographs of Each Vault Condition
5, Other Observations per Field Investigation
6. Schedule: Complete Field Investigation and Forward Summary of Findings to Genus by April
15
(UFNUS LANDSCAPF ARCHITECTS I SCHUIER SHOOK I BALMOND SH,D1O IMMS CONSULTANTS I KJJW I RAKER RHODES I TERRACON I MGCOMAS LAC IF,'A
with a favorable Dunn & Bradstreet listing.
Business Organization
1. The Supplier shall provide complete control over the design and manufacturing capabilities by
employing its own
a) Manufacturing operation to provide raw material and commercial component purchasing,
inventory and production.
b) Production planners
c) Mechanical Engineering Personnel
d) Electrical Engineering Personnel
e) Direct labor personnel, and
2. The Supplier will have local manufacturer's representatives who are familiar with the
products, their specification, and their installation. Representative will be available for onsite
assistance during all portions of the project,
D. Business References
1. Upon request The Supplier shall provide a listing of a minimum of 5 satisfied customers,
banking references, and their vendors to allow an objective assessment of Supplier's performance.
E. Product Liability Insurance
1. The Supplier shall provide proof of complete product liability insurance as a requirement of
Insurance Risk Management.
F. Factory Inspection, Testing, and Certification
1. The supplier shall test for wiring dielectric strength per NEC Article 550 Mobile Homes,
Manufactured Homes, and Mobile Home Parks, Section 550.17 (A) Testing. "Dielectric Strength
Test"
2. The supplier shall test for wiring continuity per NEC Article 550 Mobile Homes, Manufactured
Homes, and Mobile Home Parks, Section 550.17 (B) Testing. "Continuity and Operational Tests and
Polarity Checks".
1.6 DELIVERY, STORAGE, HANDLING AND INSTALLATION COORDINATION
A. Order Acknowledgments
1. The Supplier shall provide an acknowledgment of order indicating credit approval and delivery
date of building, within 5 days of receipt of purchase order.
2. Included with the acknowledgment is a certified print of the building and selling policy
containing general terms and conditions of sale, and delivery information.
B. Shipping Acknowledgments
1. The Supplier shall provide notification of the intention to ship the building at least 48 hours
before actually shipping the product to provide adequate time for delivery arrangements to be made,
for preparation for customer site receiving, and for off-loading and setting in place.
C. Storage:
1. Store finished products at supplier's facility or on transportation vehicle until ready for
shipment at no additional cost to owner.
D. Contractor shall coordinate installation such that the facility hours of operation are not
hindered. Landfill facility hours are Mon -Sat, 7 am to 4:30 pm. The facility must remain open during
the installation of the new storage building and all customer traffic must have access around the
building foundation location because this is the only exit from the facility. Contractor shall make
arrangements to install the new building after facility hours of operation or on a Sunday,
PART 2 PRODUCTS
2.1 MANUFACTURERS
c3+
r
5oilm
IV
v
2,2
A. Acceptable manufacturers:
1. Haz-Stor Company (847) 381-8081
2. Ideal Environmental Products (800 )844-6988
3. U.S Chemical (800)233.1480
4, Haz-Mat Containment Corp (800) 943-6510
5. Safety Storage, Inc (800) 776-3786
S. Project Engineer approved equivalent
MATERIALS
A. All materials used shall be new and free form defects, The materials shall conform to the standards
specified herein and be labeled as required. Materials shall be installed in accordance with the UL
Design Standards and FM Approved fastening pattern to ensure compliance with these
specifications and the third party certifications contained herein.
B. This fire rated p ref a b r i ca t e d structure shall have nominal dimensions of 14' X 28' X 9'
high.
C. The building shall be designed and constructed in accordance with the results of
professional structural analysis and good engineering practices to satisfy the loads and
specifications listed in this section.
D. Loads
The building shall be designed
conform the specifications and
a, Roof Live Load (snow)
b. Wind Live Load
c. Floor Live Load
d. Seismic Load
e. Explosion Resistance
and fabricated with all structural components which
load capacities listed herein below.
40 psf
30psf(110 mph)
250 psf
Zone 4
100 psf ( walls & roof)
E, Components: Framing Members - American Iron & Steel Institute, Cold -formed Steel Design
Manual
Structural Steel -American Institute of Steel Construction
1. Studs and Runners - ASTM A446
2. Shape & Plates - ASTM A36
3. Tubes - ASTM A500B
G. Code Compliance -The building shall be designed and constructed in strict conformance with
the codes and
standards listed in this section.
UL
U490 Classified Wall Structures w/ DLC construction
FM
Class 6049 -Flammable and Combustible Liquid Storage Buildings
NFC
National Fire Code
IBC
International Building Code Current Edition
US EPA
40 Cl
OSHA
29 CFR 1910
NFPA 30
Current Edition Flammable and Combustible Liquids Code
NFPA 704
Current Edition Standard System for the Identification of the
Hazards of Materials
ASCE 7
Minimum Design Loads For Buildings And Other Structures
o
�;
en
v
r
rn
r
rVft
perry
i V' 1
ASTM A -500B Structural Steel Tube
UL
UL Listed Electrical Components
NEC
National Electrical Code (NFPA 70)
DLC
Damage Limiting Construction (FM 1-44)
DOT
49 CFR
H. Wall Systems - The walls shall be four hour bi-directional fire rated construction in accordance
with UL Design U490. The interior gypsum board shall be fire resistant Type C and the exterior
sheathing shall be fire resistant, Type X. All gypsum joints shall be taped and mudded. The
walls shall be finished with 14 gage galvannealed steel sheathing inside and out prior to
painting. The galvannealed siding shall be heat treated to produce an iron -zinc alloy that is
devoid of spangles. The wall system shall be designed to withstand the loads specified.
L Fire Rated Service Doors - the building shall be equipped with two (2) sets of double doors
which shall measure 60" wide X 80" high. Doors and frame shall be UL Labeled and have a
3 hour fire resistance rating. The doors shall be equipped with a lockable, three point latching
device, automatic closer, and UL Listed fuse link hold open device for the active door. The
doors shall be equipped with DOT placard holders.
J. Ceiling/Roof Construction -The roof construction shall be UL Classified with a ClassA Flame
maintain their integrity under fire conditions.
K. Explosion Relief Construction - The walls and roof assembly shall be reinforced to withstand
an internal pressure of 100 psf. The explosion relieving panels (deflagration vents) shall be
designed to relieve pressure at 20 psf and secured with FM Approved safety cables. The
explosion relief panels shall be mounted on the back wall and shall be protected on the
interior with security bars to prevent intrusion. The size of the relief opening shall be
calculated on the basis of 1 square foot per 50 cu ft of interior storage area.
L. Secondary Spill Containment Sump - The building shall be designed with an integral spill
containment sump located beneath the floor deck. The floor shall be elevated to prevent
stored containers from coming in contact with spilled materials in the secondary containment
sump. The sump shall contain spills equaling 30% of the buildings rated storage capacity.
The sump shall be constructed of 10 gage plate steel reinforced with structural grade tubing
and function as the foundation and support for the building. The sump shall be seam
welded, leak tested, and factory -certified for liquid tightness. It shall be epoxy coated for
corrosion and chemical resistance prior to shipment.
M. Floor System
1. Floor Supports - The floor support system shall be fabricated with structural grade
steel and tubing designed to withstand the loads specified.
2. Floor Deck- The floor deck shall be 1-1/8" thick APA rated plywood laid in removable
sections for easy access to the spill containment sump. Place a 6" wide X T' thick steel
bar grating across each door threshold with the perimeter of the building having a V
wide gap to allow spills to flow into the containment sump.
Building Hold Down Brackets- the building shall be equipped with four (4) hold down
brackets for wind uplifUoverturning and seismic load anchoring.
O. Ventilation -The building shall be ventilated with through the wall openings (vents) positioned
to provide for maximum potential air flow. Each vent opening shall be protected with a UL
N
G
yr
E!1
its
i
ro
Classified 3 hour fire damper with a fusible link assembly to maintain the fire resistance rating
of the walls,
Interior and exterior lighting -the building shall be equipped with four interior explosion proof
lights with protective metal guards. The fixtures shall be factory sealed LED type of
equivalent 150 watts each and UL Listed for Class 1, Division 1 Hazardous Locations. The
lights shall be controlled by a UL Listed, Class 1, Div- 1 factory sealed tumbler switch rated
for 20 amps, 120/277 vac and mounted on the building exterior. One exterior L E D 1 5 0
w a t t e q u i v a I e n t light shall be provided with photocell activation for security
Q- Mechanical ventilation - The building shall be equipped with an explosion proof mechanical
ventilation system. It shall use a continuous duty ball bearing, completely enclosed motor
which shall be UL Listed for Class 1, Div. 1 hazardous locations. The explosion proof motor
shall be 116 hp and 1725 rpm. The ventilator fan shall use direct drive, propeller type non -
sparking plastic blades. The fan shall provide 350 cfm of air movement and be controlled by
a UL Listed, factory sealed tumbler switch mounted on the building exterior. The switch shall
be rated for 20 amps, 120/277 vac,
R. Fire Suppression System — the building shall be equipped with an automatic dry chemical fire
suppression system designed for detection and suppression of a fire within the building and all
compartments. The system shall be self-contained and require no external connections. The unit
shall include fusable links which identify internal room temperatures in excess of 212 degree F and
signal the fire suppression system to operate. An audible alarm will be emitted upon
activation of the dry chemical system,
S Explosion Proof Heating - The building shall be equipped with one UL Listed, Class 1,
Division 1 convection type heater for climate control. The heater shall be rated for 3600 watts
(25,000 BTUs) and be controlled by an adjustable thermostat. The thermostat shall be UL
Listed for hazardous locations and be rated for 15 amps, 240 volts.
T. Air Conditioning - The building shall be equipped with an explosion proof room air conditioner
which shall be UL Listed for Class 1, Division 2, hazardous locations. The unit shall be rated
for 1865 watts {14,000 BTUs) and have a built-in thermostat and control. The unit shall re-
circulate interior room air with the 350 cfm fan.
U, Thermal Insulation -The building shall be provided with R-11 rated insulation in all exterior
walls, ceiling assembly and walls of the spill containment sump. The fiberglass insulation
shall be placed between the vertical wall studs, ceiling joists and sump walls.
V. Loading Ramp - the building shall be equipped with two prefabricated steel loading ramps;
one for each service door. The ramp shall be designed to fit flush against the door threshold
and have overall dimensions of 60" wide X 72" long. It shall have a minimum 2,000
#capacity and facilitate movement of materials by hand truck. A nonskid, factory finish
shall be applied to the ramp's surface to improve worker safety.
W. Electrical Specifications
1 Each building shall be supplied
Division 1 or 2 locations for the
liquids and hazardous materials
Code. The internal electrical sysl
dedicated hardwired loads, This
with internal electrical systems meeting Class 1,
storage and dispensing of Group C or D flammable
as defined by NFPA 30 and the National Electric
em shall consist of branch circuits which supply
specification covers the electrical design,Ud
o_
84 er+
ro
Cn r
—o M
cJ
construction from and including the distribution to the branch circuit termination.
2. We a therproofEnclosure -The distribution panel shall be UL Listed for use as
service entrance equipment and be rated as NEMA type 3 R. The panel shall be
marked "suitable for service equipment only" and be rated for 120/240 vac, single
phase, 60 hz service and include a 100 amp main breaker.
3. Breakers - Circuits rated 240 vac shall be protected with a two pole companion trip or
hand -tied paired breakers. Circuits rated 20 vac shall be protected with a single pole
type breaker.
4. Conduit and Fittings -All conduitshall be threaded intermediate metal conduit
(IMC). All threaded joints in boxes & fittings shall be made up with at least 5 full
threads and have a 3/4 inch perfoot taper. Unions, elbows, pull boxes and fittings
shall be UL Listed for hazardous locations,
5. Seal -offs - Seal -offs shall be UL Listed for hazardous locations and be located
in each conduit run entering a sparking device such as switches, relays and
thermostats. The seal off shall be located no more than 18 inches from the
enclosure but may b elocated on either side of the building walls. No fittings
shall be permitted between the walls and the seal off nor shal splices or tape
be permitted in seal offs.
6. Static Grounding — To minimize static sparking hazards, the building shall be
equipped with a static grounding connection and bonding system. This
system shall consist of interior grounding angles bonded to the metal frame of
the building and an interior grounding lug bonded to the building base. The
building shall be equipped with an 8 foot copper grounding rod with 10'-0" of No.
6 copper connector for field installation.
X. Equipment and Appliances
1. Adjustable Shelving - galvanized metal shelving measuring 15" deep shall be affixed to
one interior wall in 3 tiers, for small container storage. Each tier shall measure 10'-0".
PART 3- EXECUTION
3.11NSTALLATION
A. Temporarily disconnect all utility connections to existing HHW storage building and prepare for
new building connections.
B. Removal and disposal of existing HHW Storage Building.
C. Clean out existing building foundation sump drain pipe to storm sewer intake.
D. Supply, placement and installation of 3 solid rows of 4 inch think solid concrete blocks beneath
new building in foundation sump to raise the new building above the sump 4 inches.
E. Supply of prefabricated storage building in strict accordance with these product
specifications.
F. Delivery, off-loading, placement, and installation at the designated site.
N
CJ.
G. Shimming and anchoring of the building to ensure level, secure installatiors', �++
-ro
H. Final connection of incoming power service and commissioning of the unit # ur;P
C r
rpt v M
A a
_J
satisfactory operation of all appliances and attachments.
I. Prepare and provide to owner all As Built layout drawing, electric schematic, appliance sheets,
warrantee and owner's manuals.
J Anchor new building to ground or foundation.
K. UL Classification Label affixed to the building.
END OF SECTION 13600
N
0
�
r
r
7C
O
C.A
j
Photographs, Details and Plan Sheets
N
0
A
7a"
Cl1
or -
n
0
,z
o�
D
n
D
m
r:
lli—igm- — i
U /
O
1
S
w ALF MOON AV
AVE ~
IVY
I
JAMES AVE 1AUFC AVE
rn
I HURT AVE
AVE
MAIER AVE
Iy'
I'
l�
t
KITTY LEE R,D j
7D
O
rrt
r � �
s
F-
> D
F F O
� Z
Q
e
J
VAOI
�
6s a wa 9- Hav slez
(1311
4
aoxrnBLe euu u+nG
POWER
mr-)
INFORMATION
SICK I \ C5
1 zl
I �I
L:,2 N C} ,y LAN DVLtA- A,4> i I \a nen v� Atn Izuru\r.LF P
62 R �XIIU( L11A(+ �rTb�t.L%
2Iz:YCL4R(6
P
q S I ry filNlll[At(o. $LTli N
'%ui<4�
�7 tX7, %E LiaL AVL'r 2 D' SIDEWALK
�ol�P CITY, 'J SZz
1�a `L- l' LOAM a _
LL} ;1. I i r kuwonTlo.-+S„mir
L' ni:tD L . PRA}" vlP
L i._L' i- L ` I t' _72sttl L `t 'L -L, i L. 1. •
8 x L L -IL.
tt
L,
u'KIST OF S`NU' Vl q ''n ' t ar In ITt t
12?
iW4K iNYRKI _
I 33'
1
„ L, L 7..,1"I.., L, l..
1, 1
b r
5' R �
5'
0
LEGEND
nomh
20
A}5l W4 CURB S%I STING
BVIIAING FAB
CURB
4� tvlSna.C,
ox
SIDEWALK EXISTING PCC
PAVEMENT
50' R
728.12 FINISH PAVEMENT (jt('tSYlu(y
FORM GRADE
L
'CL- 1 8 3P 7 L.
L'r LL
L.\\
2 Ry I f
24' R f • 10' R
I q...,,..,,,•••
_ZL
IL _-_-- _ _ _-_ -
5• R���� e I e �-t0' R
NOTES
L DIMENSION ME TO BACK Or CURD UNLESS OTHERWISE NOTED.
2 ALL SPOT ELEVATIONS ARE(;WMTI VEMENT FORM GRADES.
^o
�
2 0'tV R
•sij
r?AStt AJP 2AKL &AI(,OIAIA 41NCller ADou
L°
!L4ll�
HI
t�&'"A4ILI ��
4. (LZrAR cxAr 5CI SIAWP lD9A`lPPIPC7
1�yp 1,
8
�i
C
CJf
'O
444
� l `L7
n
Ig %L `1 M1O
45' R
l
h i_-L�lt-i. a'v
n
�
29.0' 1YP
o �
i
�
i
00
•
DRAWN Bn TJS—"—'—'
_
1`
JOB DATE: 312000 N0. �OATE BY RENSION DESCRIPi10V
APPROVED BKH JOB NUMBER. 723480 —�-
CAD DATE: March 08, 2000 953:03 am. _
PLE: 723480\Dwv^..DWC (-5VAi05)"--y—Howard
'—"—" niayInWA
PICONSULTING
CITYI anlnclLLCAD
R. Green Company
f2-CPLAC4lACruT Przoi(cyIOWA
ENGINEERS
CIYIOWA 2D gl,
NOTES
L DIMENSION ME TO BACK Or CURD UNLESS OTHERWISE NOTED.
2 ALL SPOT ELEVATIONS ARE(;WMTI VEMENT FORM GRADES.
3. IW4rrt«.. RMf'CINUOI+r IZnI`�F GG 4 M.GA
$oWD CGMCKWWT CWCK5 "[a $upyaLT (�Q1(LAlN<
r?AStt AJP 2AKL &AI(,OIAIA 41NCller ADou
L°
rVV0Dµ7toN 5tU wP AeL;-A.
4. (LZrAR cxAr 5CI SIAWP lD9A`lPPIPC7
To L-XIj.TT1(A S7oeM SLo Ok INYA".
C
CJf
'O
444
00
SHEET' N0.
7- P.C.C. 6X16TtalG
SPOT ELEVATIONS AND PAVEMENT INFORMATION C-01
M
I-- ------------- f1
-- -------------
I r----I—I' fel
-
FRONT
RIGHT
20 09 05
4
18
41Q 1/B
PLAN NOTES
PLAN
(REF)
BACK
07
19
ITEM DESCRIPTION
01 D.O.T. FLIP CHART (2)
02 NFPA 704 RATING SIGN (2)
03 CRANE UFT TUBE (3)
04 TUBE BASE CONSTRUCTION
05 STATIC GROUND CONNECTION
06 HOLD DOWN ANGLE (4)
07 EXPLOSION RELIEF PANEL (4)
08 ELECTRICAL DISTRIBUTION PANEL
09 LIGHT/FAN SWITCH LOCATED ON EXTERIOR (2)
10 VENTILATION MAKE-UP AIR WITH RAIN SHROUD
11 MECHANICAL VENTILATOR
12 INTERIOR LIGHT (4)
13 26K BTU HEATER
14 ENCLOSURE FOR HEATER CONTACTS
15 19K BTU AIR CONDITIONER
16 DRY CHEMICAL SYSTEM MECHANICAL AUTOMAN
17 DRY CHEMICAL SYSTEM MANUAL PULL STATION
18 DRY CHEMICAL SYSTEM ALARM BELL ,
19 DRY CHEMICAL SYSTEM AGENT TANK
20 ENCLOSURE FOR DRY CHEMICAL SYSTEM DRY CONTACTS
21 PLYWOOD FLOORING
22 . STEEL GRATING ACROSS WALL TRENCHES
23 EXPLOSION PROOF EXTERIOR LIGHT
24 R11 INSULATION IN WALLS AND CEILING
25 STEEL LOADING RAMP (2)
26 STEEL SHELVING (6 0 15" X 60")
NOT SHOWN - STATIC GROUNDING ROD (SHIPPED INSIDE BUILDING)
- HOLD OPEN FUSE LINK (2) (ONE PER ACTIVE LEAF)
- 5 GAL PORTABLE EYEWASH
- 'IOWA" BE STAMPED PRINTS
DESIGN NOTES
DESIGN LIVE LOADS
ROOF40PSF
WIND 30 PSF
FLOOR 250 PSF
SEISMIC ZONE 4
SUMP CAPACITY — 1400 GALLONS
ELECTRICAL NOTES
CRANGE
CHANGED PER WS wm mum
AMDE IMO CE mm PRNT
NG A/C PER CUSTOMER REQUEST
155
138
IM 3/4 "Ffml
Li
10 1
1421
IOWA CITY LANDFILL RECY.
IOWA CITY, IA
P.O. NO. MCC6555
B/L NO. C103589
SERIAL NO. 4241
CERTIFIED PRINT
THIS CERTIFIES THAT THIS BUILDING WILL BE MANUFACTURED
IN ACCORDANCE WITH THE INFORMATION SHOWN ON THIS PRINT,
THIS PRINT IS FOR CONFIRMATION OF YOUR ORDER AND
ILLUSTRATES THE APPROXIMATE LOCATION OF THE FACTORY
INSTALLED EQUIPMENT AND APPLIANCES.
ALL DIMENSIONS SHOWN ON THIS PRINT ARE FOR
YOUR REFERENCE. TOLERANCES ARE tt" AND t1/2'
UNLESS OTHERWISE NOTED.
RENEWED BY
DATE
0x(5720(, IIA[U>IP6 ro(Z Tt,r- AIIOIN ONLY
ALL INTERIOR ELECTRICAL APPLIANCES AND COMPONENTS ARE CLASS 1, DIVISION 2, GROUP D.
ALL EXTERIOR ELECTRICAL APPLIANCES AND COMPONENTS ARE UL LISTED FOR EXTERIOR USE.
1:50
ER1234 4 -HOUR FIRE RATED
34002E
o e¢oncs m xa-sioa mw
Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240. (319)356-5144
RESOLUTION NO, 15-104
RESOLUTION SETTING A PUBLIC HEARING ON April 21, 2015, ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE CONSTRUCTION OF THE 2015 LANDFILL CHEMICAL STORAGE
BUILDING REPLACEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH
NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO
PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION.
WHEREAS,funds for this project are available in the Landfill account # L3325.
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 210 day of April,
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.
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 7th day of April _,20 15
MAYOR
Approved by
ATTEST: �ir� J r , Z �
t5. .,/ ,
CITY CLERK City Attorney's Office
pwenglmasters\setph. doc
1111
Reso9u4ouae No.
Fage 2
15-104
It was moved by Payne and seconded by_ Mims _the
Resolution be adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Botch -way
X Dickens
x Dobyns
x Hayek
x Mims
x Payne
x Tlu ogmorton
Prepared by'. Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
RESOLUTION NO. 15-121
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF COW
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2015
LANDFILL CHEMICAL STORAGE BUILDING REPLACEMENT PROJECT,
ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID,
DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING
TIME AND PLACE FOR RECEIPT OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held;
and
WHEREAS, funds for this project are available in the Landfill account # L3325.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The 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 3:00 p.m. on the 12" day of May,
2015. At that time, the bids will be opened by the City Engineer or his designee, and
thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said
bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City,
Iowa, at 7:00 p.m. on the 19t day of May, 2015, or at a special meeting called for that
purpose.
Passed and approved this 21st day of April , 20 15
MAYOR I
!/ �
Approved by
ATTEST: I 4L2,t,4J �JIL�u✓hti2n rniP� diva
CITY CLERK City Attorney's/ jfl�e
pwenglmasterstres appp&s.doc 3115 1
Resolution No.
Page 2
15-121
It was moved by Dobyns and seconded by Botchway the
Resolution be adopted, and upon roll call there were:
AYES: I`1A3Z5: .Q1€STN p :
x Botchway
x Dickens
x Dobyns
x Hayek
x Minis
x Payne
x Throgmorton
Printer's Fee
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS -CITIZEN
FED.ID#42-0330670
being duly sworn, say thatA am
the legal clerk of the IOWA CITY
PRESS-CITIZEN,a newspaper
published in said county, and
that a notice, a printed copy of
which is hereto attached, was
published in said paper I
time(s), on the following date(s):
y-114 - l5
Legal Clerk
Subscribed and Orn to
before a this i day of
A.D. 0�.
Notary Pill
ADAM JAMES KAHLER
Commission Number 785381
My Commission Expires
08/0412017
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING
ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT AND
ESTIMATED COST FOR THE
2015 LANDFILL CHEMICAL
STORAGE BUILDING
REPLACEMENT PROJECT IN
THE CITY OF IOWA CITU, IOWA
TO ALL TAXPAYERS OF THE CITv
OF IOWA CITY, IOWA. AND TC
OTHER INTERESTED PERSONS -
Public notice Is hereby given that
the City Council of the City of Iowa
City, Iowa, wilt conduct a public
hearing on plans, specifications,
form of contract and estimated
cost for the construction of the
2015 Landfill Chemical Storage
Building Replacement Project in
said city at 7:00 p,m, on the 21st
day of April, 2015, said meeting to
be held in the Emma J. Harvat Hall
in the City Hall, 410 E, Washington
Street In said city, or If said meeting
is cancelled, at the next meeting of
the City Council thereafter as post-
ed by the City Clerk,
Said plans, specifications, form of
contract and estimated cost are
now on Main the office of the City
Clerk In the City Hall in Iowa City,
Iowa, and may be inspected by any
interested persons.
Any interested persons may
appear at said meeting of the City
Council for the purpose of making
objections to and comments con-
cerning said plans, specifications,
contract or the cost of making said
improvement.
This notice is given by order of
the City Council of the City of lows
City, Iowa and as provided by law.
MARIAN K. KARR, CITY CLERK
APRIL 14, 2015
l
NOTICE TO BIDDERS
2015 LANDFILL CHEMICAL STORAGE BUILDING REPLACEMENT PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the
12th day of May, 2015. Sealed proposals will be opened immediately thereafter by the City Engineer or
designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project.
Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon
by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of May,
2015, or at special meeting called for that purpose.
The Project will involve the following:
Removal and replacement of the landfill Hi Chemical Storage Building.
All work is to be done in strict compliance with the plans and specifications prepared by Iowa City
Engineering Division, 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 maintenance of said Project, if required, pursuant to the provisions of this
notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a
period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made.
Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish a bond in an amount equal to one hundred percent
(100°/x) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from
all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall
also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its com-
pletion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Completion Date: September 30, 2015
Liquidated Damages: $300 per day
The plans, specifications and proposed contract documents may be examined at the office of the City
Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of
City Engineer, 410 E. Washington Street, Iowa City, Iowa, by bona fide bidders.
A $25 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 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 can be obtained from the Iowa Department
of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office
at (515) 239-1422.
Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract
amount(s).
The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa
Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities
and irregularities.
Published upon order of the City Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
Printer's Fee $A23i_,_(QO
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS -CITIZEN
FEDAD442-0330670
being duly sworn, say that a
the legal clerk of the IOWA y
PRESS -CITIZEN, a newspaper
published in said county, and
that a notice, a printed copy of
which is hereto attached, was
published in said paper
time(s)i onthefollowing date(s):
Legal Clerk
Subscribed and sworn to
before me this _day of
Nota uilk
ADAM JAMES KAHLER
g'g Commission Number 785381
41.1 My Commission Expires
08/04/2017
OFFICIAL PUBLICATION
NOTICE TO BIDDERS\ 2015
LANDFILL CHEMICAL STORAGE
BUILDING REPLACEMENT
PROJECT
Sealed proposals will be received
by the City Clerk of the City of Iowa
City: Iowa, until 300 P.M, on the
12th day of May 2015. Sealed
Proposals will be opened immedi-
ately thereafter by the City Engineer
or designee. Bids submitted by fax
machine shall not be deemed a
"sealed bid" for purposes of this
Project, Proposals received after
this deadline will be returned to the
bidder unopened Proposals will
be acted upon by the City Counctl
at a meeting to be held in the
Emma J, Harvat Hall at 7:00 PM.
on the 19th day of May, 2015, or at
special meeting called for that pur-
pose
The Project will Involve the follow -
Ing:
Removal and replacement of the
landfill HHW Chemical Storage
Building,
All work is io be done in strict com-
pliance with the plans and specifi-
cations prepared by Iowa City
Engineering Division, 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 perfor-
mance of the contract and mainte-
nance of said Project, 6 required,
pursuant to the provisions of this
notice and the other contract doc-
uments. 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 per-
cent (100%) of the contract price,
said bond to be issued by a
responsible surety approved by the
City, and shall guarantee the
Prompt payment of all materials
and labor, and also protect and
save harmless the City from all
claims and damages of any kind
caused directly or indirectly by the
Operation of the contract, and shall
also guarantee the maintenance of
the improvement for a period of
two (2) year(s) from and after its
completion and formal acceptance
by the City Council.
The following limitations shall
apply to this Project.
Specified Completion Date:
September 30, 2015
Liquidated Damages: $300 per day
The plans, specifications and pro-
posed contract documents may he
examined at the office of the City
Clerk. Copies of said plans and
specifications and form of pmposal
blanks may be secured at the
Office of City Engineer, 410 E.
Washington Street, Iowa City,
Iowa, by bona fide bidders,
A $25 refundable fee is required for
each set of plans and specifica-
tions provided to bidders or other
Interested persons. The fee shall
be in the form of a check, made
payable to 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 minorrty contractors can
be obtained from the Iowa
Department of Inspections and
Appeals at (515) 281-5796 and the
Iowa Department of Transportation
Contracts Office at (515) 239-1422.
Bidders shall list on the Farm of
Proposal the names of persons,
firms, companies or other parties
with whom the bidder intends to
subcontract. This list shall Include
the type of work and approximate
subcontract amount(s).
The Contractor awarded the con-
tact shall submit a list on the Form
of Agreement of the proposed sub-
contractors, together with
quant) -ties, unit prices and
extended dollar amounts.
By virtue of statutory authority,
Preference must be given to prod-
ucts and provisions grown and
coal produced within the State of
Iowa, and to Iowa domestic labor,
to the extent lawfully required
under Iowa Statutes. The Iowa
reciprocal resident bidder prefer-
ence law applies to this Project.
The City reserves the right to reject
any or all proposals, and also
reserves the right to waive techni-
calities and Irregularities,
Published upon order of the City
Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
Pcawoo.wes Apnl 27, 2015
ATFMTrm
3d(4)
i
Prepared by. Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144
RESOLUTION NO. 15-158
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE 2015 LANDFILL CHEMICAL STORAGE BUILDING
REPLACEMENT PROJECT.
WHEREAS, Selzer Werderitsch Associates of Iowa City has submitted the lowest responsible bid
of $139,600.00 for construction of the above-named project, and
WHEREAS, funds for this project are available in the Landfill account # L3325.
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 Selzer
Werderitsch Associates, 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 19th day of May , 20 15
qv ,
MAYOR
A proved by
ATTEST,:..
CI'7"LERK City Attorney's Office 5 (�31r _,5 -
It
It was moved by Payne and seconded by Botchway the Resolution be
adopted, and upon roll call there were
AYES
X
pwengUma Ste rslawrdcon doc
NAYS: ABSENT:
Botchway
Dickens
Dobyns
Hayek
Mims
Payne
Throgmorton
Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
RESOLUTION NO. 15-346
RESOLUTION ACCEPTING THE WORK FOR THE 2015 LANDFILL CHEMICAL STORAGE
BUILDING REPLACEMENT PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the 2014 Landfill
Chemical Storage Building Replacement Project, as included in a contract between the City of Iowa City and
Selzer Werderitsch Associates of Iowa City, Iowa, dated May 19, 2015, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City
Engineer's office, and
WHEREAS, funds for this project are available in the Landfill Chemical Storage Building Replacement
account # 1-3325, and
WHEREAS, the final contract price is $140,329.36.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA,
THAT:
Passed and approved this 10th day of November 20 15
ATTEST Q�c.t, 4� . -✓
CITY CLERK
MAYOR
Approved by
ty Attorney�Office
It was moved by Payne and seconded by Botchway the Resolution be adopted,
and upon roll call there were:
AYES
n
Pweng/masters/acptwork. doc
10/15
NAYS:
ABSENT:
Botchway
Dickens
Dobyns
Hayek
Mims
Payne
Throgmorton
4d(4)