Loading...
HomeMy WebLinkAboutRALSTON CREEK IMPROVEMENTS/PHASE 1/2014RALSTON CREEK IMPROVEMENTS/ PHASE 1/ 2014 I _ �Or / e P 2-1 - -i s -r ' ✓L S �T O YYY) c 7� S - - ,-; e sc-f ✓0 ' — Ph 1 -% - / F o t r'rt_ o -) I D�L1S nL� Ole - i A lL , CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE RALSTON CREEK IMPROVEMENTS PROJECT — PHASE 1 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: 4;9�- rian A. Boelk, . HBK Engineering, LLC Iowa Reg. No. 16503 My license renewal date is December 31, 2014. DATE: C")� N <r �rn 4 C� f (J LJ cJ PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE RALSTON CREEK IMPROVEMENTS PROJECT — PHASE 1 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: 4;9�- rian A. Boelk, . HBK Engineering, LLC Iowa Reg. No. 16503 My license renewal date is December 31, 2014. DATE: SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICETO BIDDERS. ........................................................................................... AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)..................................................:. CCA GENERAL CONDITIONS....................................................................................... c-) CA SUPPLEMENTARY CONDITIONS........................................................................:t5C,10 �n o� w BIDDER STATUS FORM y �� w TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ........................ 02050-1 Section 02100 Site Preparation................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ......................... 02220-1 Section 02270 Slope Protection and Erosion Control ................................. 02270-1 Section 02900 Landscaping....................................................................... 02900-1 DIVISION 3 — SUPPLEMENTAL SPECIFICATIONS Section SS1 Rocked Riffle Pool.................................................................. SS1-1 Section SS2 Gabions and Rip-Rap............................................................. SS2-1 NOTICE TO BIDDERS RALSTON CREEK IMPROVEMENTS PROJECT- PHASE 1 AF -1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26th of November, 2014. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2nd of December, 2014, or at special meeting called for that purpose. The Project will involve the following: Reshaping bank slopes; installation of rip rap toe; gabion baskets, and rip rap grouting; clearing and grubbing and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC 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 M xa exceed fifteen (15) calendar days following award 0- w of the contract, or until rejection is made. Other (j1 bid bonds will be returned after the canvass and J N tabulation of bids is completed and reported to the ry City Council. LL o 6? The successful bidder will be required to furnish s ? a bond in an amount equal to one hundred o percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the AF -1 City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: May 31A, 2015 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 of Iowa City Engineering Division, 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 :L3 _-0 r O Ci -G N rn -� o w Q ia- W GD 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 to have three (3) envelopes and shall be submitted to the clerk: Envelope 1: Bid Bond Envelope 2: Proposal Envelope 3: Bidder Status Form 0 W -J Ur U L) rQ n N 0 FORM OF PROPOSAL RALSTON CREEK IMPROVEMENTS PROJECT - PHASE 1 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 s TO: City Clerk C-) City of Iowa City -ate City Hall ..<r - r,1 -V� 410 E. Washington St. -0 ca Iowa City, IA 52240 (-3 Lo The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. Item Description Unit Estimated Quantity Unit Extended Amount Div 1 Div 2 Price Div 1 Div 2 1 Mobilization LS 1 1 $ $ $ 2 Traffic Control LS 1 1 3 Clearing & Grubbing LS 1 1 4 Removals LS 1 1 5 Grading and Earthwork CY 1730 115 6 Gabion Baskets CY 0 30 7 Rip Rap Grouting SY 608 0 8 Rip Rap Toe TONS 591 155 Riffle Pools EA 1 1 Construction Access SF 2000 0 E10 Erosion Control LS 1 1 Site Restoration LS 1 1 Subtotal$ $ Total Extended Amount $ (Div 1 + Div 2) 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 � =t Wo W = �-Y CJ.�� C) U� c N FP -2 , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated __ for Project. C'3 N �-- NOW, THEREFORE, :gym s (a) If said Bid shall be rejected, or in the alternate, _ -:;;K w (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney 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 Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; Plans; Specifications and Supplementary Conditions; Notice to Bidders; Note to Bidders; Performance and Payment Bond; Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; Contract Compliance Program (Anti -Discrimination Requirements); Proposal and Bid Documents; and 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 11.1 Cl-_ _J C=) �d s r3 0 1 k. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; Plans; Specifications and Supplementary Conditions; Notice to Bidders; Note to Bidders; Performance and Payment Bond; Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; Contract Compliance Program (Anti -Discrimination Requirements); Proposal and Bid Documents; and 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 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: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgAassflcontractcompliance.doc CC -1 l �K ~ C W Q1 mgAassflcontractcompliance.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.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. a _ a wr J LL p U� s n 0 N mgAassflcontractcempliance.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 mgrtasstkontractcompliance.doc CC -3 U r. n C-) :4� N - r r M w ]e- w m mgrtasstkontractcompliance.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 someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only as`e job-related tests which do not adversely affect any particular group of people. M Mbnitat jterviews carefully. Prepare interview questions in advance to assure that they are only Uj Lb rE&to Train your interviewers on discrimination laws. Biased and subjective judgments in persi terviews can be a major source of discrimination. 44 &royfairing and selection procedures and use non -biased promotion, transfer and training Inlici"AQ increase and/or improve the diversity of your workforce representation. Companies awst4Mce sure procedures for selecting candidates for promotion, transfer and training are Ased upon a fair assessment of an employee's ability and work record. Furthermore, all Edmpanies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgrXasOwntractwmpliance.doc CC4 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. ® k= r C-) 1 c-) N VIM VIM --J rn a w ao 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 deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a speciEp occupation. ri ,__ t t ci _ yr cv 7- V C C— C:) cA o CC -6 F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such 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 N l'J O r �rn � +" ca 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. CK0E.] �o off.- W Y v= U r �4 s 0 CK0E.] GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O O n N i_ =gym -a o :j -"; Co Z w GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, 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 "Standard Specifications for Highway and amended. S-2 LIMITATIONS OF OPERATIONS. mean the Iowa Department of Transportation Bridge Construction," Series of 2012, as Add_,the iollowiT, paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except fQr's�h work as may be required to properly maintain lights and barricades, no work will pefmjt�ed on Sundays or legal holidays without specific permission of the ENGINEER. C5 J Gi O c� N SC -1 S-3 INSURANCE. 0 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. 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 Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. SC -2 C') -� �n Z� CD :XR v W w CO 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. Contractors 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. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance =>with the requirements herein provided, and on that basis to either award the contract to fthe next low bidder, or declare a default and pursue any and all remedies available to f (')the"LIJ G + " -A U� N �U O GJ Q SC -3 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified. or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 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. r S-4 SUPERVISION AND SUPERINTENDENCE. C) N Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATtQla4S: '— t - F,, 7 CONTRACTOR shall maintain a qualified and responsible person avatfeble 24,hours: (ler day, seven days per week to respond to emergencies which may occur After hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. SC -4 The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. 5-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. co N y -U U � U v ti SC -5 Bidder Status Form To be completed by all bidders Part A Please answer 'Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder In Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices In Iowa during the past 3 years at the following addresses: Dates: / / to ) / Address: Ctty, State, Zip: Dates: / % to ) / Address: City, State, Zip: Dates: / / to / /__— Address: You may attach additionalsheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional "et(s) if needed. e. To be completed by all bidders hart D I cerfrfy that the statements made on this document are true and complete to the best of my knowlecEA'and I Low U#My failure to provide accurate and truthful information may be a reason to reject my bid. n Gm --JM Firm •---1— Name: Signature: Date: GOw You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 30"00102-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 0 s i> �-�o J N r� 1`- U " O 0 � 309-600102-14 CD 0 N ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C'as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subnde 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase `under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent No variance procedures are included in these rules because variance provisions are set forth in 875 --Chapter 1. o After analysis and review of this rule making, no impact on jobs has been found. — E2 These rules are intended to implement Iowa Code section 73A.21. � c -j S2 These rules shall become effective on February 12, 2014. }> T _ The following amendment is adopted. n -G tv r Adopt the following new 875—Chapter 156: t r m CHAPTErri o BIDDER PREFERENCESIN GVE15RNMENT CONTRACTING to 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and opemti l procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21 - 3A.21.'Affiliate,"when "Affiliate, " whenused with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership. with, such specified person or entity. . "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. 'Parent,"when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. Public body" means the state and any ofits political subdivisions, including a school district, public utility, or the state board of regents. Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. 'Resident bidder" means a person or entity authorized to transact business in this stale and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax P40ses; _.r orifi).,the case of a general partnership or joint venture, more than 50 percent ofthe general partners t ycrbve parties are residents of Iowa for Iowa income tax purposes; 2 Ut- U CO N C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. in the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has Sled a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its.most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k The person or entity is registered with the Iowa division of labor as a construction contractor puts uant to Iowa Code chapter 9.1 C. 156:2(4) Determining if bidder has conducted business in state. In order to determine if a bidder . . has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: . a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fond, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-1563(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a -resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own names then the public body shall allow a preference as against such bidder that is equal to the preferWe gives_ or required by the home state or foreign country of the bidder's parent. In the instance of alabWforts preference, a public body shall apply the same resident labor force preference to a public impt�vetrlent rat ---:..� i this state as would be required in the construction of a public improvement by the home statmo�r�-fo.reit country of the nonresident bidder, or the parent of a resident bidder if the parent would as a n'CT"'' nonresident bidder if such parent were to bid on the public improvement in its own name. rr1 -0 A shall not be applied to a subcontractor unless the home state or foreign c4ii of eee preference nonresident bidder to whom the contract was awarded would apply a preference to the sub ""- - cto€� CO q .. Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875--156A(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subnde 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be trade into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may bold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employce, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition ofwitesses, and require by subpoena the attendance and testimony ofwitnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or,hearing. �e. Employment ofpersonnel. The commissioner may employ qualified personnel as are necessary fir< to eafinement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the C meat sya—d-b—;Provisions of Iowa Code chapter 8A, subchapter IV. UJ _ N 4 � t—Q LL o v� s 0 N f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to Us rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments - presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the' Act has occurred, the division may sue for injunctive relief against the awarding of acontract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the finds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid bj�g e:a s b� C1 C7 N -tom — �. r M ©M _ rn 5 to e� w CO court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/141 [Published 1/8/141 Exxon's NoiE: For replacement pages for IAC, see IAC Supplement 1/8/14. 0 �¢ G W-2 J1" LL- C C:) Q n N SECTION 01010 SUMMARY OF THE WORK PART 1- GENERAL General description, not all inclusive. A. Base Bid Work: 1. Re-establish creek bank and stabilize by using earth fill, rip rap stone, and vegetation. 2. Clear and grub dead and invasive vegetation from creek bank. 3. Remove debris and blockages from creek. 4. Furnish and install gabion baskets. S. Construct rocked riffle pool. 6. Backfill, final grade, and stabilize disturbed areas. 7. Install erosion control measures. w v © O > --1 --4 C-) N r �rn v ft1 E;0 = Q w .a 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT.• A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work co leted minus 5% retainage.It is not the City's policy to a for materials and _x �P � P Y pay _c*vment stored or furnishings fabricated offsite. L i=- t�9:5% retainage will be released 31 days after the project is accepted by the City Council, e4wded no claims against the project have been filed within 30 days of project acceptance. p_ �TRRter 573 of the Code of Iowa will govern the release of retainage and resolution of E9`g.' S. o N 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot aid ramkfees, and parking tickets. The Contractor must figure these costs into their bids. TIW70ty will not waive parking fees or fines. Permits paid for by the Contractor wW issu d onlv^fcr construction vehicles, not personal vehicles. I C ry) :7 . The Contractor shall be responsible for continuous cleaning of mud agRkbrist9ff a ' in driveways, streets, sidewalks and private property, when mud and d( tre as a result of any construction activity. The cost of clean up shall be ineide-- w 01025-2 B. BID ITEMS DESCRIPTIONS 1. Mobilization The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. 2. Traffic Control The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. This bid item shall include vehicular and pedestrian warning signs, as well as any pedestrian sidewalk closures or vehicular lane closures as needed. 3. Clearing and Grubbing The lump sum price for this item includes all work required to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, com, crops, vegetation, rubbish and field fence within the limits of construction as directed by the Engineer. Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items as directed by the Engineer. 4. Removals The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. This bid items includes the removal of rip rap, broken concrete, debris, and downed vegetation causing blockages or located with the creek cross section. 5. Grading and Earthwork � . The unit prices for this item will be paid as a lump sum and includes all excavation 6 and grading necessary to re-establish banks of channel. Such items include earth fill C '• s w material, hauling, and labor and are all considered as incidental to this item. !iJ �r N ,Z5 Gabion Basket tie'r o 53r -The unit price for this item will be paid based on volume (cubic yards) for galvanized :E gabions measured from in-place lengths, widths and depths of the type of material and N thickness specified on the plans and in the specifications. Included with these items is earthwork, grading, furnishing of wire baskets and rock, assembling, tieing, staking, shaping, placing, and filling wire baskets with rock and other work incidental to this item as described in Section SS2 of the specifications. Rip Rap Grouting The unit price for this item shall be paid based on the number of square yards of rip rap and live grouting seeding as per the specifications and plans. This bid item includes all Class D rip rap associated with the slope, earth backfill material around rip rap, and seeding as specified. 01025-3 8. Rip Rap, Class E The unit price for this item will be paid based on the number of tons of Class E stone placed as shown on the plans and directed by the Engineer. Also included is subgrade preparation and shaping supply and placement of rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. 9. Rocked Riffle Pool The unit price for this bid item will be paid based on the number of rocked riffle pools constructed and installed as shown on the plans and directed by the Engineer. Included in this item is Class E revetment and any grading necessary to meet specifications and details as shown in the plans and specifications. 10. Construction Access The unit price for this item shall be paid based on the number of square yards of temporary access roads to the work site. This item includes the materials, labor and equipment need to construction and maintain access roads and haul roads in order to construct project, and shall be used to prevent tracking of sediment onto local streets. 11. Erosion Control The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. Included in this item is materials, install, construction, and maintenance of erosion control devices including filter sock, silt fence, and rolled erosion control product. 12. Site Restoration The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. This bid item includes all material and labor associated with seeding, mulching, and fertilizing all disturbed ground not associated with the rip rap grouting and rip rap areas. Seed mix shall be MOT urban mix. 0102$-4 N 0 ::Em t n M X� --4 --4 C-)-< N - { C7 .lam M W �O 0102$-4 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY. A. Prepare, submit and update as necessary a schedule of the work. B. Access to site and site restoration activities shall be closely monitored to accommodate for current and upcoming weather. C. Minimizing inconvenience, disruption and duration of disruption to the property owners involved in the respective projects is a high priority. Scheduling of work shall be planned with this in mind, and communication shall be open and fluent with the property owners at all times. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION• A. A Pre -Construction meeting will be held prior to beginning work if so desired or requested by the Contractor. Communications shall be open with property owners for those locations involving private property. 3.02 PROGRESS OF WORK.• A. The Ralston Creek hnprovements Project Phase 1 will be a Completion Date Contract. The early start date is December 8h, 2014; however, proper notice must be given to property owners or the City prior to if affected by the construction. B. Completion date is May 31", 2015. Liquidated damages/incentive = $250 per calendar day. Weekend work is allowed. C. 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. D. 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. F. c��) ap&ration activities such as pavement replacement will follow closely behind the work tnMif multiple mobilizations are necessary. N >-L3 o O `v � 01310-1 s co 3.03 COORDINATION WITH UTILITIES. A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. No street closings should be required to perform the work as specified in the plans and specifications; however, closure to the alley off of Bowery Street may be needed. All communication and accommodations shall be made in advance of such closing. B. Notify the Engineer four days in advance of traffic control changes and any possible closings so that a press release can be issued if needed. No street may be closed without the Engineer's approval and said notification. 01310-2 N O y C7 g5g M c..7 �D 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1- GENERAL 1.01 SUMMARY. A. Fumish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES. A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS. A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.• A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES. r tixcept as amended in this document, the work in this section will conform with the ¢�aflowing divisions and sections of the MOT Standard Specifications: — L Mision 11. General Requirements and Covenants. Z.) Section 1107.09. Barricades and Warning Signs. ` o v 03s N 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will fumish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES. A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer if needed. Proper advance notice shall be given to and approved by the Engineer if a driveway necessitates closure. 3.04 EXCAVATIONS. A. It is important and priority that all excavations shall be monitored and protected. Please note this is near existing structures and within private properties. 3.OS ADDITIONAL FACILITIES. A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 N O vn 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1-GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. I.02 REFERENCES: A. IDOT Standard Specifications. 1.03 6-&4LTTY�4SSUR4NCE. CJ A,- Y- osal sites shall comply with all applicable Iowa Department of Natural Resources and (1 u I }toted States Environmental Protection Agency regulations. .._. l i— ?Croply with all state and local ordinances pertaining to hauling and disposal of rubbish, k a t jc concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from , a 1 Akk on the project. Q N 1.04 SUBMITTALS: A. Locations of disposal sites. PART2-PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES. A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense; 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. N 0 2. Warning devices shall be kept operational during all non-worFwg andINon-aQt=* periods. C-) _ Y -ss —4 C -)C. Site Access Measures �' n rrt ° M 1. Pedestrian access to homes and businesses shall be maintV"at—all tifllas Temporary gravel surfaces shall be provided as directed by the lrneer.•• W 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 from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals 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. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non - shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton 02050-3 c-, Street as directed by the Engineer. r� C E IJ N Ut- }'L% o v 0 N 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. L02 REFERENCES: A. IDOT Standard Specifications. PART2-PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. o Section 2101. Clearing and Grubbing. c3 r o Division 25. Miscellaneous Construction. N Section 2519. Fence Construction. �c7 .<r- M -0 m 3.02 EXISTING TREES, SHRUBSAND VEGETATION. A. All trees, shrubs and vegetation shall remain and be �o protected liom dafllige unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTINGSTRUCTURESANDPROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. B. Utility pole coordination is the responsibility of the contractor and shall be coordinated with Mid -American Energy if needed. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 11/00 sM1ared`xngineer\specs-ii�0? I Wd. 02100-2 C7 _:r i `- ``'� e 4 _ N U� L. CO r CA s N 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1- GENERAL 1.01 SUMMARY. - A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. N rn O PART 2 - PRODUCTS ms --s 2.01 MATERIALS: < r A. Granular backfill material shall consist of Class A Crushed m Std,=Magi Stack Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGEANDDEWATERING. A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCHFYCAVATION.- A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and 02220-2 consolidated. 0 c� - Excavate trenches with vertical sides between elevation of center of pipe and x- C— W elevation 1 foot above top of pipe. ! N r Refer to plans for allowable trench widths within the pipe envelope for various r F— . }... types, sizes and classes of pipe. O Ur D.s TrPkh Excavation in Fill n N 02220-2 1. Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessa er!4 State -and local government agency forms and applications. c7 -G N G. Care of Vegetation and Property ::�� rri s M 1. Use excavating machinery and cranes of suitable type and ate wkh caci prevent injury to trees, particularly to overhanging brancAis ancoimbs and underground root systems. kr) 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractors operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the C171 water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service M C) shall be negotiated prior to commencement of the work. UJ o J7= uta. When water service is disrupted, the Contractor shall make a reasonable attempt to N Y V restore the service within two hours. o <' 4? Water service pipe shall be type k soft copper. s 0 3.05 KOC%EXCAVATION.• A. Rock excavation will be considered Class 12 Excavation as defined in MOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING.- A. AC%FILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 incites wither 2 feet of pipe nor larger than 12 inches in backfill. Do not dargenasses of backfill material into trench. --q n'< N C. Backfilling Around Structures ::i C-) —' r <r r— M v 1. Do not place backfill against or on structures until they ha) qP in su t strength to support the loads, including construction loads, t{r whichey we subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION.• A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, Proctor Density. 11/00 shared\engineerispees-u\02220.dm with Class A crushed stone compacted to 95% Standard 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1- GENERAL 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. L02 REFERENCES. A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. L03 QUALITYASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. L04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: CD Division 41. Construction Materials. K Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. L Cl- J Section 4196. Engineering Fabrics. t>y— _J _ N } V cD �s O N 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. o F O and the following IDOT Standard Road Plans: EC -101 Wood Excelsior Mat —a EC -103 Wood Excelsior Mat E3 EC -201 Silt Fence �7 W W 3.02 SCHEDULE: ° A. Silt fence or filter socks shall be installed at locations if site is to be unattended for an extended length and sediment is susceptible to leaving site. Matting shall be placed and staked in graded areas immediately following final grading. 3.03 GEOTEXTILE. A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "U', or "T" shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals 02270-2 not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 LU aLq 02270-3 A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS.- A. UBMITTALS. A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 N O SECTION 02900 0 C7 _ Gid N p� It�i LANDSCAPING .<r M a 3-U w PART 1 - GENERAL y" w �A 1.01 SUMMARY, A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS.- A. UBMITTALS. A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART2-PRODUCTS 2.01 SEED: TR'i URBAN MIX* Kentucky Blue Grass Perennial Rygrass (fine leaf variety) Creeping Red Fescue RURAL MIX* Kentucky 31 Fescue Switchgrass (Black Well) Alfalfa (Northern Grown) Birdsfoot Trefoil (Empire) Alsike Clover Minimum Proportion LbsJ LbsJ by Weight Acre 1,000 sq.ft. 70% 122.0 2.80 10% 18.0 0.40 20% 35.0 0.80 54% 17% 11% 9% 9% 25 0.57 8 0.18 5 0.11 4 0.09 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.02 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.03 , LIME AND FERTILIZER: c� Q A. =mound agriculture limestone containing not less than 85 percent of total carbonates. Ujc. w B. v pRertilizer shall contain the following percentages by weight or as approved by Engineer: N .>-G') I --_r Nitrogen* - 15% Phosphorus - 15% Potash - 15% CD c o '*At least 50 percent of nitrogen derived from natural organic sources of ureaform. N PART 3 - EXECUTION 3.01 SEED, FERTILIZE, LIMEAND MULCH. A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to 02900-2 sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/4 -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately l'/Z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.02 SOD. A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. 0 D. Remove weeds or replace loam and reestablish finish grades if thae:are gg delays in sodding. C-) -< -i N E. Rake area to be sodded. _<tn— arn i F. Roll sod to establish smooth, uniform surface. -c w .. ca G. Water area adequately at time of sodding and continue as necess* throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one - 02900 -3 year maintenance period. .r! Yo UJ -" r U►" � V = eZ V� t; ) 02900-4 SECTION SS1 r CD ROCKED RIFFLE POOL �-< ro 8=- .<r M PART 1— GENERAL Cl) D 1.01 DESCRIPTION The work covered by this section consists of the construction of an in -stream stoned structure, as specified by the Contract Documents or as directed by the Engineer. Variable Constructed Riffles extend between the proposed toes of stream bank slopes. The structure is used to prevent and/or stop channel incision and associated bank erosion (channel bed and bank stability) and to provide stream bed diversity (habitat enhancement). The quantity of structures to be constructed will be affected by actual conditions that occur during the construction of the project. The type and quantity of this structure may be increased or decreased at the direction of the Engineer. Such variations in quantity will not be considered as alterations in the details of construction or a change in the character of the work. PART2—PRODUCTS ZO1 MATERIALS The different classes of stone used to construct the constructed riffle shall conform to their respective specifications in the "Stone Material" section. The type, size and gradation of the backfill material shall be specified by the Engineer and in accordance with the Contract Documents. PART 3 — EXECUTION 3.01 METHODS Structure installation and channel grading sequences may vary based on structure function and design. Grade control structures such as variable constructed riffles shall be installed as grading operations progress downstream. A. Stake the elevation control points shown on the plans, including the beginning and end of the proposed variable constructed riffle. The Contractor may install additional survey control, as needed, to complete the work in accordance with the Contract Documents. The riffle stakeout shall be approved by the Engineer prior to proceeding with the work. B. Place backfill at the elevation and/or depth specified on the plans. The backfill placement shall be reviewed by the Engineer prior to proceeding with the work. C. Place riffle material and on top of the backfill material to an elevation and/or depth specified on the plans. Riffle material shall be placed and graded in a manner that creates a variability including, small pools, boulder and log diversions, turbulent areas, and "high spots" across the SS1-1 entire riffle area. Transitions shall have variability, as previously described, with no abrupt Jump" (transition) between upstream and pool -glide and the riffle, and likewise no abrupt "drop" (transition) between the constructed riffle and the down -steam run -pool. In areas where the required fill depth is minimal, including the pool -glide and run -pool transitions and/or at the toe of stream bank "full' depth riffle, boulder material may be specified in lieu of backfill material. D. Bucket, rake and/or otherwise adjust placed riffle material, as needed, to create a thalweg within the Variable Constructed Riffle width, so that the finished cross section(s) of the riffle material matches the shape and dimensions shown on the riffle typical section. E. Existing and/or proposed utility crossings within the Variable Constructed Riffle area shall be protected during the placement of the backfill and/or riffle material. Utility crossings shall be incorporated into the Variable Constructed Riffle, as shown on the plans. If an existing utility crossing is present but not shown on the plans, the Engineer may adjust the Variable Constructed Riffle dimensions (length, width, and depth) and/or materials to incorporate or avoid the utility crossing. F. Finish grade the adjacent streambed, channel banks, and/or floodplain to provide a smooth even grade transition between project structure components (arms, sills, inverts, floodplain sills, etc.) and the existing and/or proposed ground surface. In locations where exposed bedrock and/or other existing feature extends to and/or within the limits of the proposed work, the variable constructed riffle installation shall be field adjusted to incorporate the bedrock/existing feature, into the finished work. The Engineer shall be contacted as soon as the presence of bedrock and/or other existing feature is field identified, to determine the appropriate method of incorporation. Site conditions may require slight deviation from the plan and shall be approved by the Engineer. 3.02 MEASUREMENT The quantity of "Variable Constructed Riffle" to be measured for payment will be the actual linear feet of structures installed and accepted by the Engineer. The payment will be considered as full compensation for all work covered by this special provision including, but not limited to installing and adjusting materials, excavation, placing backfill, maintaining the feature through acceptance, and for furnishing all materials, labor, equipment, tools and incidentals necessary to complete the work as specified in the Contract Documents, or as directed by the Engineer. If the total actual quantity of rock by weight used in construction of the Variable Constructed Riffle exceeds 110 percent of the estimated quantity of rock by weight provided by the Engineer in the Contract Documents, the quantity and unit price for the additional rock will be submitted to the City by the Contractor for approval prior to completing the work. Provide tickets to the City for additional materials incorporated into the structure. The Contractor shall be paid for the additional approved stone material in tons above the 110 percent of the total estimated quantity by weight under "Stone Material' and shall include all material, labor, equipment and related expenses. 3.03 PAYMENT ON The quantity of variable constructed riffle, measured as provided above, will be paid for at the contract unit price per linear fog4pf vymble constructed riffle installed and accepted. Payment will be full compensation for all work Conked in.this i}"1 l provision, including, but not limited to grading, installing and adjusting materials, excavation, placing biUfilFf�> ntaining the feature through acceptance, and for furnishing all materials, labor, equipment, tools atid"incidWals4ieMsary to complete the work as specified in the Contract Documents, or as directed by the Fugmeer.cv >^v r � L r o c� 0 N SSI -2 SECTION SS2 Ce1:: �7►T.: ►II :: ' PART1-GENERAL 1.1 SECTIONINCLUDES A. Gabions and related materials needed for assembly. B. Assembly of gabions. C. Installation of gabions for construction of gabion channel lining and retaining walls. D. Rip rap. E. Rip rap installation. 1.2 DESCRIPTION OF WORK A. Fumish and install gabions to lines and grades shown on the plans and as specified herein. B. Prepare foundation soil and backfill to lines and grades shown on the plans. L3 SUBMITTALS Follow the General Provisions (Requirements) and Covenants. L4 SUBSTITUTIONS L7 SPECIAL REQUIREMENTS None. 1.8 MEASUREMENTFORPAYMENT A. Gabions: Measurement shall be made for the number of cubic yards of the entire gabion structure. Total cubic yardage shall be attained by adding the volumes of each individual gabion. B. Riprap: Measurement shall be made for the number of tons of riprap placed. C. No payment shall be made for work or materials required under these specifications, contract documents, or plans, unless specifically listed as a bid item in the contract. SS2-1 N O Follow the General Provisions (Requirements) and Covenants. 1.5 DELIVERY, STORAGE, AND HANDLING D Ci'C —) N � 1 r Follow the General Provisions (Requirements) and Covenants. � C7 r rn rn _ 1.6 SCHEDULINGAND CONFLICTS w Follow the General Provisions (Requirements) and Covenants. �A L7 SPECIAL REQUIREMENTS None. 1.8 MEASUREMENTFORPAYMENT A. Gabions: Measurement shall be made for the number of cubic yards of the entire gabion structure. Total cubic yardage shall be attained by adding the volumes of each individual gabion. B. Riprap: Measurement shall be made for the number of tons of riprap placed. C. No payment shall be made for work or materials required under these specifications, contract documents, or plans, unless specifically listed as a bid item in the contract. SS2-1 PART2-PRODUCTS 2.1 MATERIALS A. Baskets: 1. Rectangular baskets having hexagonal triple twist steel wire mesh; galvanized steel wire; zinc coating. Federal Specifications QQ-W461g being 11 1/4 gage mesh and 9 gage selvage rod. 2. Approved brands are Bekaert, Maccaferri, Terra Aqua or an approved equal. B. Lacing Wire: Galvanized steel wire, 13 gage, with a minimum galvanized coating of 0.80 ounces per square foot. C. Vertical Diaphragms: 1. Conform to requirements of basket wire. 2. Place on 3 foot centers and attach to base of baskets. D. Connecting Wire: L Use as per manufacturer's specification and recommendation. 2. Connecting wire shall be used on 3 foot baskets. E. Fill Stone: 1. Conform to Iowa DOT Articles 4130.01 and 4130.05, gradation number 34. 2. Well -graded broken limestone, dolomite, or quartzite in a nominal 6 inch mixture. F. Filter Fabric: Composed of a non -woven material, conforming to Iowa DOT Article 4196.0 1, B. G. Porous Backfill: Conform to Iowa DOT Section 4131. H. Rip Rap: SS2-2 1. Conform to Iowa DOT Section 4130, Class D or E Revetment with the following gradation: Stone Size %Larerg Than 250 lbs. 0 M 90 lbs. 50-100 x y: 51bs. 90-100 J 1/2" Sieve 95-100 e� v t-- 2. Consist of sound and durable limestone, dolomite, or quartzite in _.. cCt >_ accordance with AASHTO T 96. o L 3. Broken concrete or rubble is not acceptable. 0 N SS2-2 PART 3 - EXECUTION 3.1 BEDDINGANDBACKFILL A. Bedding: B. Backfill: 1. The gabions shall be placed on a firm unyielding subgrade foundation. In fill areas construct and compact to a minimum of 95% of maximum Standard Proctor Density ASTM D 698. 2. The base at where the gabions shall be placed shall be level and at the proper elevation. 3. If an unsuitable foundation exists, remove and replace with suitable materials and compact to not less than a minimum of 95% of maximum Standard Proctor Density ASTM D 698. Before installing the baskets, reshape the bank to a slope of at least 1.5 feet of horizontal distance for each foot of vertical drop. 2. Place and compact porous backfill and earth backfill as shown on detailed plates to not less than a minimum of 95% of maximum Standard Proctor Density ASTM D 698. CD r C. Filter Fabric: — 1. Overlap a minimum of 6 inches. C, 2. Use where shown on detail plates. 3.2 ASSEMBLY w tiA A. Unfold gabion, flatten all kinks and bends. B. Erect sides, ends, and diaphragms with creases in proper positions and all tops of sides being level. C. Lace four comers of gabion, followed by edges of diaphragms. D. Lace gabion with alternating single and double loops no more than 6 inches apart. 3.3 INSTALLATION A. Gabion Installations (Refer to Figure 9050.1): 1. Place Filter Fabric (Refer to Section 9050, 3.01, Q and assembled gabion units in the proper location as shown on plans. 2. Wire each unit securely to the adjacent units along the top and vertical edges 3. After a row of gabions has been wired together, stretch before filling to achieve better alignment and finish. 4. Fill baskets by methods recommended by manufacturer. Maintain rectangular pattern as each basket is filled. SS2-3 3.03 ci LU %t INSTALLATION (Contin ued) 5. Place outer layer of fill stone by hand to provide a square appearance. For retaining walls, place larger stone to simulate natural occurring ledge rock. 6. Empty gabions placed on top of a completed row must be wired to the filled gabions at front and back and lapped so end joints do not coincide. When the upper section only partially overlaps the lower section, the wiring shall be done along the point where the front edge of the empty section meets the filled section, and where the back edge of the filled section meets the base of the empty section. 7. Close and lace gabion basket lids by methods recommended by the manufacturer. Maintain level top to provide an even surface for next course. S. Place porous backfill and earth backfill as shown on detailed plates on the lower sections. 9. For upper sections, overlap as per detailed plates, and wire the point where the front edge of the upper section meets the lower section and where the back edge of the lower section meets the base of the upper section. 10. Place porous backfill and earth backfill on the upper sections. B. 'Rip Rap Installation: 1. Prepare subgrade to cross-section as shown on the plans. 2. Place rip rap on 4 inch thick stone filter. ss2a F Prepared by: Jason Reichert, Public Works/ Engineering, 410 E. Washington St., Iowa City, IA 62240,(319)356-5416 RESOLUTION NO. 14-300 RESOLUTION SETTING A PUBLIC HEARING ON NOVEMBER 4, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE RALSTON CREEK IMPROVEMENTS PROJECT - PHASE 1, 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 04/13 Flooding - Storm Water account # M3627. 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 4th day of November, 2014, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 21st day of October 20 14 t7EvME Approved by ATTEST:a.�» CITY CtERK City Attorney's Office pwengVnasters\setph.doc 1111 Resolution No. Page 2 14-300 It was moved by Mims and seconded by Resolution be adopted, and upon roll call there were: Dickens the AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE RALSTON CREEK IMPROVEMENTS PROJECT— PHASE 1 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Ralston Creek Improvements Project— Phase 1 in said city at 7:00 p.m. on the November 4, 2014, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE TO BIDDERS RALSTON CREEK IMPROVEMENTS PROJECT — PHASE 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26th of November, 2014. 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 2nd of December, 2014, or at special meeting called for that purpose. The Project will involve the following: Reshaping bank slopes; installation of rip rap toe; gabion baskets, and rip rap grouting; clearing and grubbing and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and AF -1 save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: May 31st, 2015 The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City of Iowa City Engineering Division, 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 quanti- ties, 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 -QT - 6 Prepared by: Jason Reichert, Public Works / Engineering, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 RESOLUTION NO. 14-312 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE RALSTON CREEK IMPROVEMENTS PROJECT - PHASE 1, 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 04/13 Flooding - Stormwater account # M3627. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 P.M. on the 26th day of November, 2014. 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 2nd day of December, 2014, or at a special meeting called for that purpose. Passed and approved this 4th day of November _'20 14 MAYOR Approved by ATTEST:.�o� CITY ULERK City Attorney's Office pwengVnastemVesappp&sdoc 10114 Resolution No. ]Page 2 14-312 It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton 3 A �L! ) Prepared by: Jason Reichart, Public Works/ Engineering, 410 E. Washington St., Iowa City, IA 52240,(319)356-5416 RESOLUTION NO. 14-332 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE RALSTON CREEK IMPROVEMENTS PROJECT - PHASE1PROJECT. WHEREAS, Carter and Associates, Inc. of Coralville, Iowa has submitted the lowest responsible bid of $113,115.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the 04/13 Flooding - Stormwater account # M3627. 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 Carter and Associates, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 2nd day of December 120 14 MAYOR ATTEST: aats�li tl CITY CLERK 7pjoved b Jv-1-1V City Attorney's Office It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES X X X X X X X pweng"aslers\awrdcon.doc 12/14 NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee $I - CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 11 being duly sworn, say that (am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper_ time(s), on the following date(s): Legal Clerk Subscribed an worn to before Ine,this vv A. day qf 2. Notary is ADAM JAMES KAHLER s Commission Number 785381 My Commission Expires 08/04/2917 OFFICIAL PUBLICATION NOTICE TO BIDDERS RALSTON CREEK IMPROVEMENTS PROJECT - PHASE 1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26th of November, 2014. Sealed proposals will be opened immediately there -.after 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 2nd of December, 2014, or at special meeting called for that purpose. The Project will involve the following: Reshaping bank slopes; installation of rip rap toe; gabion baskets, and rip rep grouting; clearing and grubbing and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC 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 falls to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the -City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the previsions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: May 31st, 2015 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 of Iowa City Engineering Division, Iowa City, Iowa, by bona fide bidders. A S25 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 rcmaaanea November 5, 2014 FORM OF AGREEMENT THIS AGREEMENT is made and %entered into by and between the City of Iowa City, Iowa ("City"), and i9,VQ Ale. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the /$//TH day of it/o;5> ,FAe 4' , 20/Z, for the Jrk.TMV G', hfe A1?XW6f49U7-S Project ('Project'),and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Plans; c d. Specifications and Supplementary Conditions; >y rn W e. Notice to Bidders; n� — c7 r =gy m M m rn f. Note to Bidders; c _ ko g. Performance and Payment Bond; r cn 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): Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this ,Y1 ST day of _AMM51,5e , 20 /y . Ci Mayor ATTEST: AG -2 Contractor Approved By: 04&' AL.v l#444— City Attorney's Office C� r— rn W FORM OF PROPOSAL RALSTON CREEK IMPROVEMENTS PROJECT - PHASE 1 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 Biddr TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda ! , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. Item Description Unit Estimated Quantity Div 1 Div 2 Unit Price Extended Amount Div 1 Div 2 1 Mobilization LS 1 1 $/-500.00 $ O.OD $1506.OD 2 Traffic Control LS 1 1 5-0.80 M.00 7570.00 3 Clearing & Grubbing LS 1 1 /500•00 1,60e. iv 154y.00 4 Removals LS 1 1 IAO.00 /bm-m 1406 -op 5 Grading and Earthwork CY 1730 115 .00 gaea.00 60 6 Gabion Baskets CY 0 8 uaco — .00 7 Rip Rap Grouting SY 608 0 71.X p 8 Rip Rap, Class E TONS 445 130 BD 75.tV 71S,9.60 9 Rocked Riffle Pools EA 1 1 00 •00 /00D.06 x.00 10 1 Construction Access SF 1000 0 .60 11 Erosion Control LS 1 1 /170-1V / 00.80 ad0.0D 12 Site Restoration LS 1 1 000• 30190.00 3AW 00 Subtotal$ Onlaog T /S-0- 00 Total Extended Amount $ (Div 1 + Div 2) +` =r _n .<� ¢ M �o ut W 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:C�--- Printed Name: Title: �—^fJ WAr lT Address: 5?5 )/�.JTCBr- /.*~/.(.e /o Phone: .Sy ' 6ysV/ Yd Contact: G' leli (i 12'r6e 0+ C-) ,<r- M , ca -Z v� 77 > C11 w FP -2 Bond No. 2195012 PERFORMANCE AND PAYMENT BOND Carter and Associates, Inc., 395 Westcor Drive, Coralville, IA 52241-2895 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Company (insert The legal title of the Surety) a New Hampshire Corporation , 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 One Hundred Thirteen Thousand One Hundred Fifteen & no/100 Dollars ($---113,115.00--- ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of December31, 2014 entered into a Ralston Cre4q%rovements written Agreement with Owner for Project - Phase 1 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 Giry Engineer 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, indefaultunderlhe Agreement, the Owner having performed Owner's obligations thereunder, thi &wety may - y promptly remedy the default, or shall promptly. c'> -G `;' 1. Complete the Project in accordance with the terms and con �� r Agreement, or d!H0� o1Athe Ir -n zC 1-0 2. Obtain a bid or bids for submission to Owner for completing tfie roj@-0 in 7_ 7 accordance with the terms and conditions of the Agreement; and upon Bete Inn na- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient Gni funds to pay the cost of completion, fess the balance of the Contract Price, but not exceeding the amount set forth In the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the Improvements covered by this bond in good repair for a period of five ( 5 ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 2015 SIGNED AND SEALED THIS 12th DAY OF January IN THE PRESENCE OF: dAl "� nne Crowner Witness PB -2 Carter and Associates, Inc. �Q (Principal) By: ef514AVIr (Title) Dione R. Young (TiA rney-it Holmes Murphy & Associates, Inc.1�=� rn (Street) —ice r West Des Moines, IA 50266-1321,7---,r TM (City, State, Zip) z-^ crt 515-223-6800 w (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M DEIMERLY SHIRLEY S BARTENHAGEN CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN; LACEY CRAMELIT and DIONE R. YOUNG JOINTLY OR Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 0 of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with �regard to my bond, undertaking or contract of surety to which it is attached." `�Q XNUTY7, /z . s: c p. BY - SEAL =d: = .nu Rfi•. .m_ Savev P.Avtlersom Smivr Vla Pneh A.M-. S,d.lt,ler.att .,.. race Compnny 22'•SEAL W°•L 1973 G:p` ASmiar Vitt Pmltlenl of Norah American SPeAally lmvnna Compevy Ol 1 By r.b ..... ....�j D.,Id M. Layman, Vice Pnsidentor Washlnxton lmeaelionnl lreurann Compnny Nmu N' aM.P.,Adewof Nm"h Ammicnn Specially [.un Company Cj C/l IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurpnclom havae�tged their official seals to 6e hereunto affixed, and Were presents to be signed by thew authorized officers this25 day of = an r l 2013 C7 I �� North American Specialty Insurance Company H n F- WashingtonlnternationallnsuranceCompany I s l A State of Illinois c County of Cook ss: � On Wis 25th day of January , 201.3 before me, a NotaryPublicpersonally appeared Steven P. Anderson , SenimWice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vim President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. n F 9EAL"koww �0— AjnA SKLENS Al !PXOc,SlateofIDinois Donna D.Sklens,NotaryPublic ion Expires 10/062015 I, Jeffmv Goldber¢ the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 12th day of January , 20 15 . Jdtyry Guldberg Via Prrsidal a Assign Sareluy of Waddng Inlanananal Inaurm,aCompanya Nonh Aemian SpxWjy tlourence Co, NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R YOUNG JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9's of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." gttAl1TY1,11Z/y�� a 6;bP0li,Ir.G i 9'�F,'DRPOR,VSL t•.y? By a 3' tliSEAL !Mg Steven P. Andenov, 3ndor Vim PreAdeot of Wnhlvgtoe letenatlooal laeunece Compaey Raa SEitL 'fie 3 taya py oR` & Senior Vice PreddentofNarth Amerinn Spmlaay lnnrance CompeerrA •Oi By DMd M.Laymen,Vim President.] wmMnglen lnmmatimm lnmmnce Company & Vice President ofNonh Americen Speclaity Insuonee Company N O IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Comr6ft have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this25th day of lamiq 2013 North American Specialty Insurance Company �� t —Ic s Washington International Insurance Company � State of Illinoisa - a County of Cook ss: tf5 On this 25th day of January .2013 , before me, a Notary Public personally appeared Steven P. Anderson`, Senior tN a President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OPF7CW,S- I DONNAD. SK LENS Notary. Public. State of Urinals Donna D. Sklens, Notary Public 1dY Coouniuion Erpirts 10A6/2015 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 26th day of November , 20 14 . Jaffrey Goldberg, Vice Pmidenl & Anivunt S.etacyof We"" Inamance Comp & Nonh American Specidry lnsunnce Compeny Carter and Associates, Inc. as Principal, and North American Specialty Insurance Crompany 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 —Ten Percent of Amount of Bid— Dollars:.{$---10°i ): to pay said sum as herein provided. We as. PrIncipaFand Surety further promise:and.declare that these obligations shall bind our heirs, executors, administrators, and successors .jbjntiy and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated November 26, 2014 for Ralston Creek Improvements Project - Phase 1Project.. NOW, THEREFORE;. (a) If'said Bid: shalf be rejected; or in the alternate,. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract In the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this. obligation shall be void.. Otherwise this obligation shall remaln in full force and effect, provided thatthe: liability of the Surety for anyand all claims hereunder shall, in no event, exceed the amount of the:obligation :stated herein. By virtue of statutory, authority, the full. amount ofthis bid bond shall be forfeited to the Owner in the event that the Principal fails to execute.the contract and provide the bond, a$ provided in the Project specifications oras required by law. The Surely, for value received, hereby stipulates and agrees that the obiig'atlons of said Surety and its bond shall in no way be Impaired or affected by any extension of the timE[7#ithin which the Owner, may eiccept such Bid or may execute Stich contract documents, ;;iro said SUrety does hereby waive notice.cf any such time extenslon. =n m The.Principal. and the Surety hereto execute this bid bond this . 26th. duty of ,.l i Carter and Associates. Inc. tnn rrmeail Iff By ly le._, - - . •— (Title) Attach oy r— M 77 Prepared by: Jason Reichert, Special Projects Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5416 RESOLUTION NO. 16-5 RESOLUTION ACCEPTING THE WORK FOR THE RALSTON CREEK IMPROVEMENTS - PHASE 1 PROJECT WHEREAS, the Engineering Division has recommended that the work for the Ralston Creek Improvements - Phase 1 Project, as included in a contract between the City of Iowa City and Carter and Associates, Inc. of Coralville, Iowa, dated November 14, 2014, 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 04/13 Flooding - Stormwater account # M3627: and WHEREAS, the final contract price is $118,187.25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 5th day of January 20 16 *V FJP�Fj M OR Approved by Gi City Attorney's Office �� It was moved by Dickens and seconded by sotchway the Resolution be adopted, and upon roll call there were: AYES: Pweng/masters/acptwork.doc 12115 NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton 01-05 3d(5 All JOHNSON COUNTY RALSTON CREEK STABILIZATION PROJECT CITY OF IOWA CITY PROJECT MANAGER: Ralston Creek Improvements Pro0 ject � OWA ONE CALL 1-800-292-8989 www.iowoonecall.com SITE LOCATION MAP PAGE NO. SHEET INDEX 1 COVER SHEET 2 NOTES 3 TABULATION SHEET 4 DETAILS 5 TYPICAL CROSS SECTIONS 6 PLAN VIEW 1 7 PLAN VIEW 2 8 9 10 Phase 1 1 heeeby ""'i that this ergbeermg �6thzN`d—,""t fns peep...d oy n oe under ny defect Personal undrv.an and that 1 n o di fr ESSIp aeensea Professional Engineer der the lass of the State of I..o. i ""•.! h%. s.gaed: Dole: ORIAN A. 16503 "e � 16503 ,,< IBWA �� I bra Resedreewalarts mm.,,.m Rr 11—sed renewal date is oewmh.. 3Lzatg Pages a red dy this seat. 91 N 13-407 II hbk ENGINEERING Med ..S. lows, lownsaao NiONE: f319)ll6]55] I Myd OEPAR. OF ,O32$ RvulsrRnnox eros oosm:e CITY OF IOWA CITY TITLE Ralston Creek Improvements Project 11 REVISIONS II ESW LBN 6,1B .easa-Mu�R: 13-407 I u� IO 8-3014 I r,TS OF 7 N GENERAL NOTES: ESTIMATE REFERENCE INFORMATION: LEGEND: 1. WHERE PUBLIC Al PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE 1. MOBILIZATION PLANS OR ENCOUNTERED DURING CONSTRUCTION, IT SHALL BE THE RESPONSIBILITY CONSTRUCTION THAT IS NOT CALLED OUT FOR THIS ITEM SHALL INCLUDE ALL WORK REQUIRED FOR PHASING OF MEASUREMENT AND PAYMENT UNDER OTHER >�•� THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRI PROCEEDING. CUT BANK G. BADLY CUT BANK xxxxx 13-407 THE CONTRACTOR SHALL AFFORD ACCESS TO THESE UTILITIES FOR NECESSARY ITEMS OF WORK. PAYMENT SHALL ALSO INCLUDE ANY NECESSARY TRAFFIC CONTROL SIGNAGE CREEK BLOCKAGE MODIFICATIONS AND/OR RELOCATIONS. UNDERGROUND FIXTURES, STRUCTURES AND FOR PEDESTRIAN AND VEHICLE WARNINGS. ,. EXISTING RIP -RAP UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDSITHEREFORE, PROPOSED RIP -RAP THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE 2. TRAFFIC CONTROL MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THIS BID ITEM SHALL INCLUDE ANY OR ALL NECESSARY WARNING SIGNS FOR PEDESTRIAN AND PROPOSED RIP -RAP (FEMA) 0 0 0 CO THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT VEHICULAR TRAFFIC IF IMPACTED BY CONSTRUCTION VEHICLES OR SITE ACCESS. ITEM SHALL PROP. CONSTRUCTION ENTRANCE ® ^Uj �Y _.-. INCLUDE SIDEWALK CLOSURE SIGNS AND VEHICULAR TRAFFIC LANE CLOSURE SIGNS IF DEEMED EXISTING WATER LINE LOCATION, AND TO AVOID DAMAGE TO THEM. NO CLAIMS FOR ADDITIONAL n 1 COMPENSATION WILL BE ALLOWED FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH NECESSARY AND APPROVED PRIOR TO BY ENGINEER. EXISTING SANITARY SEWER WORK. EXISTING STORM SEWER 1��7 3. CLEARING AND GRUBBING EXISTING DRAINAGE — -- �r ! r ' tl CLEARING AND GRUBBING SHALL INCLUDE THE REMOVAL OF ALL VEGETATIOWORGANIC MATTER rTl 2. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO PROPOSED PROJECT AREA AND ALL TREES, INCLUDING STUMPS, WITHIN THE LIMITS SHOWN ON THE PLAN SHEETS. TRIMMING p � F­1IOWA ONE CALL, 29, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, FEMA FLOODWAY EXCLUDING WEEKKENDEND AND LS AND LEGAL HOLIDAYS. OF TREES TO FACILITATE CONSTRUCTION WILL ONLY BE ALLOWED WITH APPROVAL OF THE —__— _ T ENGINEER AND WILL BE CONSIDERED INCIDENTAL TO THIS ITEM. MATERIAL GENERATED FROM EXISTING PROPERTY LINE 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES CLEARING AND GRUBBING MUST BETAKEN OFF SITE, OR DISPOSED OF IN ANOTHER APPROVED ZONING BOUNDARY OUTSIDE THE CONSTRUCTION LIMITS RESULTING FROM NEGLIGENCE. MANNER. CLEARING AND GRUBBING SHALL OCCUR ONLY BETWEEN THE DATES OF OCTOBER 1 TO CITY CORPORATE LIMITS MARCH 31. PROPOSED CENTERLINE 4. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE ROAD CENTERLINE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT q REMOVALS CONTOURS — PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL THIS BID ITEM SHALL INCLUDE ALL NECESSARY REMOVALS, INCLUDING BUT NOT LIMITED TO, EXISTING BUILDING FOOTPRINT PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE EXISTING RIP RAP, BROKEN CONCRETE DEBRIS, AND DOWNED VEGETATION WITHIN THE CREEK OR SHRUB OR ROOT SYSTEM. CROSS-SECTION. EXISTING ELECTRIC EXISTING GAS PIPELINE - 5. THE CONTRACTOR SHALL PREPARE A DETAILED SCHEDULE OF WORK WHICH SHALL BE 5. GRADING AND EARTHWORK SUBMITTED AT THE PRE -CONSTRUCTION CONFERENCE. THE SCHEDULE SHALL SHOW THIS ITEM INCLUDES ALL EXCAVATION AND GRADING NECESSARY TO RE-ESTABLISH BANKS OF ANTICIPATED EQUIPMENT AND MATERIAL DELIVERIES AND COMPLETION OF MAJOR TASKS CHANNEL, PROVIDE FILL AS NEEDED, AND FINAL GRADE FOR SEEDING. � IN THE PROJECT. �� 6. GASION BASKETS CONTACTS 6. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND THIS WORK CONSISTS OF FURNISHING, ASSEMBLING, AND INSTALLING ROCK -FILLED WIRE -MESH SPECIFICATIONS (SODAS). GABION BASKETS. INCLUDES ALL EXCAVATION AND PREPARATORY WORK AS WELL AS The following ability companies may have racemes in proximity tone ACCESSORIES. GABIONS ARE AT LEAST 12 INCHES IN HEIGHT. I ENGINEERING ne..3anrsT 7. RIP -RAP GROUTING GAS B ELECTRIC MID AMERICAN ENERGY 00. RIP -RAP AREAS ARE TO BE SEEDED AS PART OF THE LIVE GROUTING BID ITEM. ALL ROCK SHALL BE 1630 LowerMusaalne R4. a : EMBEDDED TO MATCH THE FINAL GRADE OF THE BANK. NO ENGINEERING FABRIC SHALL BE GAS non Vimen 1. city, Iowa 5z2aD 1oewmany nnywa o GAS SITE PREPARATION AND REMOVAL: INSTALLED PRIOR TO PLACEMENT OF THE RIP -RAP. THIS BID ITEM INCLUDES ALL MATERIAL At. DON MASTON INCLUDING RIP RAP STONE AND SEED. RIP RAP SHALL BE CLASS E. once3191 moneemealfo,wei kill 319n1 8747 1. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE WASTE AREAS OR ELECTRIC DISPOSAL SITES FOR EXCESS MATERIALS (EXCAVATED MATERIALS) WHICH ARE NOT SEEDING SHALL BE APPLIED AT THE RATE OF 32 LBS/ACRE OF THE FOLLOWING MIX: Ann. DICK BOCK DESIRABLE TO BE INCORPORATED INTO THE WORK INCLUDED IN THIS PROJECT. NO Once: 319 9 414 45 8 PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. NO WHISPER BLUE FESCUE 6 LBS/ACRE kill 3181330-0593 MATERIAL SHALL BE PLACED WITHIN THE RIGHT-OF-WAY UNLESS SPECIFICALLY STATED IN RHINO HARD FESCUE 6 LBS/ACRE TELEPHONE Ann. VAUGHN DOUGHERTY THE PLANS OR APPROVED BY THE ENGINEER. QUATTRO SHEEPS FESCUE 6 LBS/ACRE QVIEST COMMUNICATIONS BLAZE LITTLE BLUE STEM 6LBS/ACRE 6153m Ave, S.E. 2. DURING REMOVAL AND CONSTRUCTION, CONTRACTOR SHALL USE ALL MEANS NECESSARY BUTTE SIDE OATS GRAMA 4 LBS/ACRE roan er a 31699&]NT3b1 CITY OF IOWA CITY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL BLUE GRAMA 4 LBS/ACRE Pellet 31914310009 MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS OR APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 8. RIP -RAP, CLASS E CABLE TELEVISION AM: TIM EAGER°°•-1Oti RIP -RAP SHALL CONFORM TO IOWA DOT SECTION 4130 AND BE USED FOR INSTALLATION OF ALL MEowCOM 519 Seuth9ate Avenue 3. THE CONTRACTOR IS EXPECTED TO HAVE MATERIALS, EQUIPMENT, AND LABOR AVAILABLE RIP -RAP EMBANKMENT REVETMENT. THIS BID ITEM INCLUDES ALL RIP RAP NOT INCLUDED IN THE Iowa City, Iowa 52290 ON A DAILY BASIS TO INSTALL AND MAINTAIN EROSION CONTROL FEATURES ON THE LIVE GROUTING AND GA13ION BASKET BID ITEMS. Pnone:3191351-0408,¢39 PROJECT. THIS MAY INVOLVE SEEDING, SILT FENCE, AND INTAKE PROTECTION. Cell 319954,3679 9. ROCKED RIFFLE POOL FIBER OPTICS A T B T:vJ. MCDERMOTT 4. CLEARING AND GRUBBING SHALL TAKE INTO CONSIDERATION INPUT FROM THE CITY OF THIS WORK CONSISTS OF THE CONSTRUCTION AND MAINTENANCE OF PHYSICAL BARRIERS PLACED 1425 Oak Slreel IOWA CITY AND PROPERTY OWNERS, COORDINATION AND COMMUNICATION SHALL BE IN AND ALONG THE STREAM AT LOCATIONS DESIGNATED ON THE PLANS TO PROVIDE GRADE Kansas CIty,Mo641o6 CONSIDERED AS PART OF THIS BID ITEM. CONTROL. THE QUANTITY OF CONSTRUCTED RIFFLES TO BE INSTALLED WILL BE AFFECTED BY THE Phone: 8161391-5077 ACTUAL CONDITIONS THAT OCCUR DURING THE CONSTRUCTION OF THE PROJECT. THE QUANTITY OueMCammunivalionS: VAUGHN DOUGHERTY OF CONSTRUCTED RIFFLES MAY BE INCREASED, DECREASED, OR ELIMINATED ENTIRELY AS 802 QUARRY ROAD TMX, DIRECTED. SUCH VARIATIONS IN QUANTITY WILL NOT BE CONSIDERED AS ALTERATIONS IN THE CORALVIUE, IA 52241 DETAILS OF CONSTRUCTION ORA CHANGE IN THE CHARACTER OF THE WORK. Phone' 3IM99-7187 NOTES Cell: 31914349009 SITE RESTORATION: 10. CONSTRUCTION ACCESS Cit a 319GMy 16TER DIVISKIN 1. MAINTAIN AND WATER ALL LANDSCAPING PER SPECIFICATION SECTION 02900. REPLACE THIS ITEMS COVERS THE CONSTRUCTION OF TEMPORARY ACCESS ROADS TO THE INDIVIDUAL PnIV.G Iowa GEORGE ANY PLANTS OR SODDING AS NECESSARY DURING THE MAINTENANCE PERIOD. WORK SITES. IT INCLUDES THE FURNISHING OF ALL MATERIALS, LABOR AND EQUIPMENT NEEDED Phone 3195 GEORGE STUMPF REVISIONS TO CONSTRUCT THE ACCESS ROADS, MAINTAIN THEM DURING CONSTRUCTION AND ELIMINATE Phone: 3t993s-2810 - aey BeTE 1kPSc9lrllaV 2. WHERE ADEQUATE EXISTING TOPSOIL IS PRESENT, ADDITIONAL PLACEMEN MAY THEM FOLLOWING CONSTRUCTION. IT ALSO INCLUDES THE MAINTENANCE OF EXISTING � — • REQUIRED AS DETERMINED BY THE ENGINEER. HAULROADS AND ACCESS ROADS USED AS CONSTRUCTION ACCESS WHERE APPLICABLE. UTILITY LOCATING CREW 'ONE CALL' w Phone: 140OQ92-6969 v 3. TREE ROOTS i" AND LARGER SHALL BE CUT/PRUNED WITH A CLEAN EDGE USING A SAW 11. EROSION CONTROL CITY VNTER DEPARTMENT Ann:CHRIS PARMK OR CHAINSAW. DO NOT SEAL WITH ANY SUBSTANCE. FURNISH ALL MATERIALS, INSTALL, CONSTRUCT, MAINTAIN, AND REMOVE SPECIFIED EROSION Phone: 3197358,0455 - CONTROL DEVICES AT LOCATIONS SHOWN ON THE PLANS, OR WHERE SPECIFIED BY THE DESIGN — -- KI 4. ALL DAMAGE TO EXISTING TREES REQUIRES CLEAN TRIMMING AFTER WORK IS PROFESSIONAL, IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. COMPLETE THE REQUIRED crrY STREETS DlvlsloN PhoneAnn HN S5S 84 Phone: ]1995&5984 - COMPLETED IN THE AREA. CONSTRUCTION WORK ON THIS PROJECT, WHILE MINIMIZING SOIL EROSION AND CONTROLLING --------- WATER POLLUTION. MAINTAIN THESE FEATURES AS SPECIFIED, FROM INITIAL CONSTRUCTION CITY WASTEWATER DIVISION Ann: PAUL DRI3IVENG4 11 -'-' ---- STAGES TO FINAL COMPLETION OF THE PROJECT. CONFORM TO LOCAL, STATE, AND FEDERAL Phone: 319M87.6104 REGULATIONS REGARDING SOIL EROSION AND SEDIMENT CONTROL. Crrc TRAFFIC ENGINEERING Ann:OW IRVIN mwn ts® wonn Phone: 31 SQ56-5192 ESW LBBrt BAB 12, SITE RESTORATION THIS ITEM IS FOR SITE RESTORATION OF ALL DISTURBED AREAS NOT ALREADY ACCOUNTED FOR CRY PARKS BFORESTHY Ann: ZAC MALL .++oa 13407 WITH OTHER BID ITEMS. THIS INCLUDES SEEDING THE CHANNEL SIDE SLOPES BEYOND THE SIDE Phone: 3191358,5197 13407 SLOPES AS SHOWN ON THE PLANS WITH TYPICAL URBAN SEED MIX. ALL MATERIALS INCLUDING 10-&7014 MULCH, WATERING, AND MAINTENANCE SHALL BE IN ACCORDANCE WITH OF THE SPECIFICATIONS. PERMANENT SEEDING SHALL BE COMPETED WITHIN THE ALLOWABLE DATES FOLLOWING NTS COMPLETION OF CONSTRUCTION ACTIVITIES. DORMANT SEEDING MAYBE ALLOWED FROM NOVEMBER 1ST -MARCH IST WITH APPROVAL OF THE ENGINEER. 2 OF: 7 ��n���'N''' 13-407 NOTE: RIP RAP TONNAGE PROVIDED FOR REFERENCE ONLY. MEASUREMENTS OF PAYMENT FOR BID ITEM BASED ON NUMBER OF RIFFLE POOLS INSTALLED. o r z- 2 CD C-) � t .✓Y.I C7 Ci <r M _ t"rt C7 � G) : 1 DIVISION 1 FUNDED BY CITY OF IOWA CITY STORMWATER UTILITY FUND. _ SEE SHEET 6 FOR LOCATIONS. DIVISION 2 FUNDED BY FEMA. SEE SHEET 7 FOR LOCATIONS AND DETAILS. hbk NOTE: RIP RAP TONNAGE PROVIDED FOR REFERENCE ONLY AND INCLUDES BOTH ENGINEERING BID ITEMS #7 8 #8. 1. 4 43s CITY OF IOWA CITY INSTALLED AND REMOVED. raE: TABULATIONS REVISIONS D DAM DE9C4IPnOP By AND INSTALLED. ES' `LBB BABm M"m• 13.407 Li407 10.84014 NTS 3 OF: 7 RIFFLE POOL LOCATIONS LOCATION (STN) DESCRIPTION RIP RAP (TON) SITE ACCESS BANK STABILIZATION LOCATION (STN) DESCRIPTION LOCATION (STN) DESCRIPTION 108+00-106+q0 ROCKED RIFFLE 57 TOTAL FEMA 51 SITE ACCESS BANK STABILIZATION LOCATION (STN) DESCRIPTION LOCATION (STN) DESCRIPTION RIP RAP (TON) 100+18 - 100+3g L FEMA 25 100+18 - 100+3g R FEMA 25 101+54 - 103+00 R Mobilization 183 103+g1 - 104+81 R 1 725 103+97 - 707+34 L Traffic Control 421 105+38 - 707+36 R 1 246 706+86 - 109+16 L Clearing and Gmbbirp 63 109+gq-77p+14R FEMA 25 TOTAL Removals 1773 SITE ACCESS GABION BASKETS LOCATION (STN) DESCRIPTION RIP RAP (TON) 703+85 - 703+85 R BETWEEN LOTS 43fi 8 502 69 106+60-106+80R BETWEEN LOTS 5208604 69 TOTAL 738 NOTE: RIP RAP TONNAGE PROVIDED FOR REFERENCE ONLY. MEASUREMENTS OF PAYMENT FOR BID ITEM BASED ON SQUARE FOOTAGE OF CONSTRUCTION ACCESS GABION BASKETS TABULATION OF QUANTITIES LOCATION (STN) DESCRIPTION RIP RAP (TON) 98+31 - 98+fib R FEMA 22 109+34 - 109+qe L FEMA 8 TOTAL Mobilization 30 NOTE: RIP RAP TONNAGE PROVIDED FOR REFERENCE ONLY. MEASUREMENTS OF PAYMENT FOR BID ITEM BASED ON CUBIC YARDS OF GABION BASKETS CONSTRUCTS TABULATION OF QUANTITIES Item No. Description Unit Division 7 Division 2 1 Mobilization LS 1 7 2 Traffic Control LS 1 t 3 Clearing and Gmbbirp LS 1 i 4 Removals LS 7 1 5 Gradi and EaMvork CY 1730 115 6 Gabion Baskets CY 0 30 7 Rip Ra Grouting BY 608 0 8 RIP Rap, Class E TONS 445 75 8 Rocked Riffle Pool EA 1 0 t0 Coretiuctian Access SF 2000 0 t1 Erosion Control LS 1 1 t2 $ItB Restoration LS 1 1 pun fc 7 Z � MT -7 7- nai��)Lc ENm.M1gpmt _ _ �A" _ ebM. Clvr�' CM'M59EC1W OUTLET PROTECTION 1O Entrance length: 50 bb be minimum(30 feet for single half, residerl sspeciaedinlheconteaQdocumen,s. Length dentrance may be increasmifaedlmeMtrack.oMa rs. 4 CONSTRUCTION ACCESS LwptlWlnal Sial _ _�� � . EDGEVP Ecf,eAp XCbe �fll M Lorp1iW01naI5M ^-•'�" (//y t_/'�anile L OINALSLOT '� JJ (a'n mw..nmor¢p.drgl �rF lapu xreeve of n1n Unet Fax Stagger idea 6'. Com"ched Sol �aJ =--4 Backfill Flux i STAPLE CHECK E Iretlll3 fH ✓ a 1. mwmtar. Mer 1] .' o nru.� ANCHOR SLOT max imencesnedish END LW .ROLLED EROSION CONTROL PRODUCT IN CHANNEL ConsWct'JAmok"d ead .noon an FtlMtlualaeNm\-aftrMekrtel o,eock er n«m. ismake, 0wi / OlolraSea aea 12- Place berm orFlLTEA BERM air G� /Sy peepentllcular Wto elope. a $Pg - h as Pre. to Le Fraleded Pl-AN VIEW OF SLOPE (roteemmeMend¢lope.... 0 - PM¢e eeamenal Hoer Stake, matedalor ¢oil wbnPo Ne eeam i d beentl Me prauntl. 0" FYI Material Weer. Fyne , Ws SECTION NEW AT STNEEF ,kc, c..r tented dmp FtreetJ FILTER SOCK 5 FILTER SOCK ANCHOR TRENCH (tT min. anchor ....) TAmE, M. Mrya Mn. enNws zt 3h� „ 3 SyC OI Seard.rA,. Marcum.—.s heen.T.WrtM1rttommenMa ercXonng paXem anG inXrrum sheenNTWe 1. 3ROLLED EROSION CONTROL PRODUCT ON SLOPES r E;n —t r 'y r f- EHp3RICE n3' m. ww¢rwe¢inm �mad.rm,mq�� ¢ w �.e, face. 6 SILT FENCE INSTALLATION 13-407 Www.®HMOVYee 'red hbk ENGINEERING w. sure m e:rmemadam ACnM.am&YroFtalee r .arl.3v.n. an. warm CITY OFIOWA CITY DETAILS LESW LBBr l3 -4W 17407 10-0-2014 NTS moa, 4 OF: 7 i N STABILIZE HATH - NATNESEEDOR VEGETATION ��-40/ TOP OF BANK REMOVE DOWN TREES LIVE GROUTING AS ERODED AND CUT BANKS ¢.i SPECIFIED AND SHO� IN DETAIL C7 C-) o --i C-) PLACE RIP -RAP (I` m ATTOETO m STABILIZE SANK !`'g EXISTING BANK EROSION EXISTING BANK EROSION —= o RALSTON CREEK RALSTON CREEK FILL & GRADE AS NECESSARY FALLEN TREES CLEAR ANY DEBRIS OR +" nxccoN BLOCKAGE IN WATERWAY BLOCKAGES SHOWN ON PIANS OR ENCOUNTERED DURING CONSTRUCTION TOE IN RIP -RAP TO PROTECT FROM UNDERCUTTING I INSTALL RIFFLE POOLS �� AS NOTED IN PLANS K ENGINEERING A EXISTING CROSS SECTION B PROPOSED CROSS SECTION CITY OF IOWA CITY BACKFILL VOIDS HATH SOIL AND OVERFILL 8"-12" � FLOW o � 11 C 4 20 RE -VEGETATE WITH A VE NATNE VEGETATION _ NATIVE OR FLOOD PLAIN -� /V V SEED MIXTURE RIP RAP GROUTING BID ITEM #7 O O O O O TITLE: INSTAL- REVETMENT OLASS E REVETMENT O _ _ TYPICAL CROSS SECTIONS o INSTALL CLASS E REVETMENT TOE -IN CLASS - E REVETMENT - REVISIONS Ill 11 mnoN ux :, O FAR FILTER IN RIP RAPTOE GRADE FILTERFABRFI TO BIDITEMO LIEU OF FILTER O ALLOW ROOT PENETRATION NOTE: 1. LARGEST STONES PLACED NEAR CREST AND ON DOWNSTREAM FACE AND MUST BE WELL -CHOKED -- °ESW 2. UPSTREAM FACE IS IN COMPRESSION LBB' BABry 13.407 ME G+ SOIL -CHOKED RIP RAP p ENGINEERED ROCKED RIFFLE ,0 2014 NTS 75 01: O i; %! 1 FILL SCOUR HOLE WITH RIP -RAP I SEE SHEET —Jj i - SEE SHEET 7 025 421 PROTECT FENCE - TREE -'(PROTECTTREE�----6" 143,' 435 / 501 -�-- 1\ 4 ' INSTALL RIP -RAP SEE DETAILS O -- — — — - SHEET 5 RI J • 5 to it . • u_• .. . :._.v'd A+® HPROTECT EXISTING FES FE, INSTALL CONSTRUCTION PROTECT ------- FENCE AROUND FES TERRACED GARDEN i 428 F i 406 ala 416 422LU 1 I - o t � I I - _ 621,-� r 523 _ 603 607 613 617 j t ,� 515 519 i SEE SHEET 7 r APPROXIMATE ROCK RIFFLE LOCATION PROTECT AND STABILIZE ❑ OUTLETS II J _ L INSTALL RIP-RAPCLEAR, PROTECT, AND W SEE DETAILS SHEET 5 STABILIZE OUTLET Q - - W _ ! Z W I REMOVE TREE BLOCKAGE Z AND CLEAR WATERWAY W I U rl PROTECT TREE I \t r W - --- ,'--- / 614 II i�� EXISTING RIP -RAP t t _ I 608 I t Q24�111. 516 I t 510 516 436 / I 502 I 1 I I SEE SHEET 7 r NOTES: 1. CONTRACTOR SHALL COORDINATE SCHEDULE AND LOCATION OF CONSTRUCTION ACCESS WITH CITY AND PROPERTY OWNERS. 2. LARGE TREE IN REAR PROPERTY AT 604 GRANT SHALL BE PROTECTED AND CONSIDERED CRITICAL. 3. FILTER SOCK OR SILT FENCE SHALL BE INSTALLED ALONG TOE OF DISTURBED BANKS. 4. ROLLED EROSION CONTROL PRODUCT (MATTING) SHALL BE USED ON ALL DISTURBED AREAS NOT RECEIVING RIP RAP AND WITH A SLOPE GREATER THAN 4:1. 5. CONSTRUCTION ACCESS AVAILABLE AT COURT STREET AND MUSCATINE AVENUE INTERSECTION AND OFF CENTER AVENUE. II 13-407 I �t m r7 hbk ENGINEERING �ow..ru•.m..re or��. � (M-0 i CITY OF IOWA CITY PLAN VIEW MUSCATINE - CENTER oEsw 6 OF: 7 I I I F- El '\ �i�illl I ' \III i W r 1 fll W / W `\ \\`\`1\111 ff I I L / INSTALL GABION fIw«ro _ I J BASKETS SEE �. �� 1 \ E DETAIL I Z SE I 1 a 5T— REMOVE DEBRIS FROM BELOW \ BRIDGE AND RESTORE STREAM O BED WITH EXISTING RI \ \ \ \I CENTER STREET INSTALL �I 111111 (IIII 1� ^\\\ RIP-RAPlilll1ll'I ` 1 \ it \`\ ( •-___� `;111�1�11 I II IIII I I I I I I 45' 2' 1 2 2' I I ' I I 11 II 111 111 NOTES: 1. IF RIP -RAP ONLY PLACED ON STREAM BANK 2' KEY TRENCH SHALL BE DUG AT •� TOE OF BANK TO HOLD RIP -RAP BASE t \ GABION DETAILS RIP -RAP DETAILS ` li 1' CLASS'E' RIP -RAP i l 1 COURT STREET Cod O UO Q NOTE: ALL WORK ASSOCIATED WITH FEMA LOCATIONS AS SHOWN ON SHEET 7 SHALL BE PAID FOR UNDER DIVISION 2. ' \ 1 I Lill 1 1 , / \ j I I \l 1\111 !1\1 ! INSTALL GABION I.\ BASKETS 1�\ FILL SCOUR HOLE WITH RIP -RAP nl\ Inl I IIvy II11 H I K 1W4 II 13-407 I hbk ENGINEERING nwue.la;s�aes�ur� ve�rae�re.�nonrvo.aasnw� C� r�4 CITY OFIOWA CITY PLAN VIEW FEMA LOCATIONS ESW LBB 13M 1390'1 ----�I 1".2014 1"_50 7 OF: 7 1 2- II No 1 II O r CD c-) N - ��,"' .�r C W 1 I X_ nl\ Inl I IIvy II11 H I K 1W4 II 13-407 I hbk ENGINEERING nwue.la;s�aes�ur� ve�rae�re.�nonrvo.aasnw� C� r�4 CITY OFIOWA CITY PLAN VIEW FEMA LOCATIONS ESW LBB 13M 1390'1 ----�I 1".2014 1"_50 7 OF: 7