Loading...
HomeMy WebLinkAboutWILLOW CREEK STREAMBANK STABILIZATION/2014WILLOW CREEK STREAMBANK STABILIZATION/2014 L 1 - - I - Q -I O 5 - ut i - 1 2S * 14 - ;�5 ari S- -1 / Ilea r.'rl S - -I a n tea_ o� cz IQo /c Prepared by Jason Reichert, Public Works/ Engineering, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 RESOLUTION NO. 14-217 RESOLUTION SETTING A PUBLIC HEARING ON AUGUST 19, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WILLOW CREEK STREAMBANK RESTORATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the 04/13 Flooding - Stormwater 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 19th day of August, 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 15th day of July 20 14 MAYOR Approved by ATTEST: %itii✓��a�� �C,c. CITY CLERK City Attorney's Office pwenglmasterslsetph.doc 1/11 Resclu lon No. 14-217 Page 2 It was moved by Thro morton and seconded by Dobvns the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: % Botchway % Dickens % Dobyns % Hayek % Millis x Payne % Throgmorton July 15, 2014 ENGINEER'S ESTIMATE OF COST City Clerk City of Iowa City, Iowa Re: Willow Creek Streambank Restoration Project Dear City Clerk: The estimated cost of this project is $202,741.00. Sincerely, Ronald R. Knoche, PE City Engineer � r � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (3 19) 356-5000 (3 19) 356-5009 rAX www.lcgov.org N D ,.y V 2_ n L c r3—C — <M f'R e.ry /1 w o� CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE WILLOW CREEK STREAMBANK RESTORATION PROJECT IOWA CITY, IOWA JULY 15, 2014 �1 C) 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: DATE: /[�- -7�IS�I Ronald R. Knoche, P.E. City Engineer Iowa Reg. No. 15570 My license renewal date is December 31, 2014. SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS .................................. NOTICE TO BIDDERS .................................... NOTE TO BIDDERS ....................................... FORM OF PROPOSAL ................................... BID BOND ....................................................... FORM OF AGREEMENT ................................ PERFORMANCE AND PAYMENT BOND...... CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS). GENERAL CONDITIONS ................................ SUPPLEMENTARY CONDITIONS ................. BIDDER STATUS FORM TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......... Section 01025 Measurement and Payment Section 01310 Progress and Schedules ..... DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals, and Abandonments.. Section 02100 Site Preparation ............................................. Section 02220 Earth Excavation, Backfill, Fill and Grading.... Section 02270 Slope Protection and Erosion Control ............. Section 02510 Asphalt Cement Concrete Pavement ............. Section 02520 Portland Cement Concrete Paving ................. Section 02700 Sewers........................................................... Section 02900 Landscaping................................................... TC -1 Pape Number .................... CC -1 .................... GC -1 N SC -1 a........ ... C „_15 C-) =an cn .......... 01010-1 ............... 01025-1 ............... 01310-1 ..02050-1 ..02100-1 ..02220-1 ..02270-1 .02510-1 ..02520-1 ..02700-1 ..02900-1 NOTICE TO BIDDERS WILLOW CREEK STREAMBANK RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 3rd day of September, 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 16th day of September, 2014, or at special meeting called for that purpose. The Project will involve the following: Bank stabilization improvements including clearing and grubbing of brush and small trees, reshaping stream banks and installing rip -rap. Remove, store, and replace one 50 ft pedestrian bridge. Install new storm sewer drainage structure and storm sewer. Remove and dispose of debris and repair damaged sidewalks and trails. All work is to be done in strict compliance with the plans and specifica- tions prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. There will be a mandatory Pre -Bid Meeting on Tuesday, August 26, 2014 at 10:00 A.M. local time, at the Engineering Conference Room, City Hall, 410 East Washington Street, Iowa City, Iowa 52240. 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 AF -1 N 0 CD r n—C =,n Z r r— M om r17 Mir !•� N v 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 one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 1, 2014 Specified Completion Date: May 15, 2015 Liquidated Damages: $100 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Engineering, 410 East Washington Street, Iowa City, Iowa, by bona fide bidders. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 N 0 C� r <' -v �v -a NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal Envelope 3: Bidder Status Form N O 1� C CA r=gy m -0 M y N -1 FORM OF PROPOSAL WILLOW CREEK STREAMBANK RESTORATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Cit Hall _ C� C ®' Y =i c cn y �1 410 E. Washington St. o � = Iowa City, IA 52240 = C..? � rU 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. 7 PCC Sidewalk, 4', SY 14 Remove and Replace FP -1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Mobilization LS 1 $ $ 2 Clearing and Grubbing LS 1 3 Class 10 Excavation, LS 1 Bank Shaping 4 Granular Backfill, TONS 75 IDOT Class A 5 Stone Revetment, TONS 1850 [DOT Class E 6 HMA Trail, 10', SY 80 Remove and Replace 7 PCC Sidewalk, 4', SY 14 Remove and Replace FP -1 8 Storm Sewer, 15" RCP LF 50 Gasket Joints 9 Flared End Section with EA 1 Apron Guard, 15" RCP �rn 10 Storm Area Intake, EA 1 IDOT SW -512 W Z11 11 Remove and Replace, LS 1 50' Pedestrian Bridge 12 Erosion Control LS 1 13 Site Restoration LS 1 TOTAL EXTENDED AMOUNT = $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. N C� FP -2 �rn W Z11 N FP -2 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 -3 N J;� -� t C r- r— m ox 3 u , 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 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20 Witness Witness KM day of N O PrincipalBy c -) u, (: itle) C M Surety - w By w (Attorney-in-fact) Attach Power-of-Attomey 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 WILLOW CREEK STREAMBANK RESTORATION 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; N C. Plans,r `� _O c d. Specifications and Supplementary Conditions;— � �n e. Notice to Bidders;�r i = M f. Note to Bidders; ` N g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of By ATTEST: Mayor City Clerk AG -2 N O t —20cn Contractor .- a ® w By N T (Title) ATTEST: (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assns, jointly and severally. o C-) Ln WHEREAS, Contractor has, as of entereg; a� rn (date) written Agreement with Owner for *roiect; and WHEREAS, the Agreement requires execution of this Performance and Payniaint Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year(s) 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 0 Agreement for whose benefit this bond is given. The provisions of Chapter 573, Co dg of Iowa are a part of this bond to the same extent as if it were expressly set out herein. -+cs SIGNED AND SEALED THIS DAY OF -<r -v M, 20_ ? w _t IN THE PRESENCE OF: Witness Witness 7eb7 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program O �C- c'7—G —o c-" -<r- M o� y CITY OF IOWA CITY N O t r AL s w N �1 r SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mg rtassNcontractcempliance.doc CC -1 N O_ � r --t r - N I mg rtassNcontractcempliance.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. v o_ c7 r Cn L � �n :<v m M mg AassticontractwmpIiance.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 mgAassHcontractcompliance.doc CC -3 0 O —t r C= ® y r— �C-,) -0 M o �r }y�g r N cxr mgAassHcontractcompliance.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. 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 prsgram. This person should have a position in your organization which emphasizes the importance of the Vogram. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equa6*ploygrent(oportunity program. All employees authorized to hire, supervise, promote, or discharge'b;@oyess orpl involved in such actions should be trained and required to comply with your polirttnd�ple cunt equal employment opportunity laws. a cc 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgAassAcontractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O_ s V t L "-< —1A - CIi r rn C:) caa co 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. 034105, 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 deficienWyndrome poses a significant risk of transmission of the human immunodeficiency virus6o othem:persons in a specific occupation. F. The following are exempted from the provisions of this section: cn fir— m -0 rn o:K � CC -6 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95- 3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) g N _O r .C7 �1 CC= •� r m o� ZC-5; = w N 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. 0 O r C C-) :4 Ul Y �<r' M M is Ca q✓ Na Cb CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O c B �(7 M -n v M C:) � �- w GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION Article or Paragraph Page Number & Title Number S-1 Definitions SC -1 S-2 Limitations of Operations SC -2 S-3 Insurance SC -2 S-4 Supervision and Superintendence SC -4 S-5 Concerning Subcontractors, Suppliers and Others SC -4 S-6 Compliance with OSHA Regulations SC -4 S-7 Employment Practices SC -5 S-8 Contract Compliance Program (Anti -Discrimination Requirements) SC -5 S-9 Measurement and Payment SC -5 S-10 Taxes SC -5 S-11 Construction Stakes SC -5 S-12 Work During an Emergency SC -5 S-13 Utilities SC -5 S-14 Waste Sites SC -6 S-15 Maintenance and Control of Traffic SC -6 S-16 Minor Work and Incidental Items of Construction SC -6 S-17 Working Days SC -6 S-18 Contractor Payment SC -6 S-19 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects SC -6 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," Serie�_gf 2012, as amended and other provisions of the Contract Documents. All provisions...whichEare not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS.rn �— =1 ADD to or CHANGE the following definitions within 1101.03 of the i6riAN D SPECIFICATIONS. �= Cl) - N "ENGINEER" shall mean the Director of Public Works for the City of Iowa City,Clbwa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. SC -1 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Tvoe of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,0 Automobile Liability ombadSirdre Limit Bodily Injury & Property Damage j��40,(Wb -71 Excess Liability $1,000,000 $ X6 0, r Worker's Compensation Insurance as required by Chapter 85, Code of Iovrig M *Property Damage liability insurance must provide explosion, collaps -anW and ound coverage when determined by City to be applicable. ry m The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. SC -2 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 Contractors 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 Contractors insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractors 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 Contractors liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractors operations or activities under this Contract, or terminate thisqontract, and withhold payment for work performed on the Contract. -5 o r n L 7. In the event that any of the policies or insurance coverage ide ooConttors Certificate of Insurance are canceled or modified, the City may 0i% di ti tether suspend Contractors operations or activities under this Contr r�ermithis Contract, and withhold payment for work performed on the Contra dvfti N SC -3 w, 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. S4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD 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 required4pr approval by the City and as noted on the Form of Proposal and the Agreement. F U If no minority business enterprises (MBE) are utilized, the CONTRACTOR gMall fumish documentation of all efforts to recruit MBE's. -C - rn S-6 COMPLIANCE WITH OSHA REGULATIONS. rn 3 o ca Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: N c0 The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, mental condition is such that his/her employment selves or others employed on the project. SC -4 shall employ any person whose physical or will endanger the health and safety of them - 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. 5-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and markt/Any necessary re -staking will be at the Contractor's expense and will be chattedat-F rate, of $75 per hour. =C c v � r— S-12 WORK DURING AN EMERGENCY. 2n U r rte, The Contractor shall perform any work and shall furnish and install anyg�teriaan Q uipment necessary during an emergency endangering life or property. In all cases the:G6ntra&1& sha notify the Engineer of the emergency as soon as practical, but shall not wait for instructions beVre proceeding to properly protect both life and property. S-13 UTILITIES. The Contractor is responsible for the field location of all utilities by qualified utility representatives prior to the start of construction and as required throughout the duration of the project. If a utility is encountered during construction, the utility shall be protected. If a utility is damaged by the Contractor during construction, the utility shall be repaired by the Contractor at no cost to the City. The Contractor shall expose all utilities at the request of the Engineer for purposes of investigation. This work shall be considered incidental to the project and no additional compensation will be allowed thereof. SC -5 S-14 WASTE SITES. All waste material shall be hauled to a site of the Contractor's choice with the Engineer's approval. Cost of disposal at the City Sanitary Landfill will be at the current rate per ton at the time of the contract; the Contractor may establish a charge account with the City which shall be paid prior to project acceptance. Disposal cost shall be included in the contract cost and no extra compensation will be allowed thereof. S-16 MAINTENANCE AND CONTROL OF TRAFFIC. All signs and barricades within and beyond the project area deemed appropriate by the Engineer will be the responsibility of the Contractor. The signs and barricades shall meet the requirements of Article 1107.09 of the "Standard Specifications" except as herein modified. Generator -operated traffic control devices cannot be operated in or near residential neighborhoods overnight. All work must be properly barricaded to eliminate hazards to pedestrians. Properly constructed and lighted barricades shall be provided by the Contractor as needed to protect his work from traffic. "NO PARKING" signs will be furnished by the City to facilitate removal of parked cars ahead of the scheduled work. 24-hour maintenance of all traffic control devices is the responsibility of the Contractor. S-16 MINOR WORK AND INCIDENTAL ITEMS OF CONSTRUCTION. Any minor work not specifically mentioned in the specifications, but obviously necessary for the proper completion of the work shall be considered as being a part of and included in the contract and shall be executed in the proper manner and the Contractor shall not be entitled to extra or additional compensation for the same. There are items of construction noted in the specifications which shall be considered "incidental" to the contract or a particular bid item. In all cases thereof, no extra compensation will be allowed for the necessary labor, equipment, materials, etc. required to complete the "incidental" items of construction. S-17 WORKING DAYS. This project has a start date of October 1, 2014. Specified completion date is May 15, 2014. S-18 CONTRACTOR PAYMENT. Payment under this contract shall occur no more than once per month for work completed by the contractor. Payment is based on an estimate of the total amount and value of work completed. It is not the City's policy to pay for materials and equipment stored at the site. N O S-19 BIDDER STATUS FORM. r The Contractor awarded the project together with all Subcontractors shall ber '$d'Fo co e the form included with these specifications (and entitled the same as this sect nca bm it to the Engineer before work can begin on the project. :<r n --0M o� w N 7/14 data on atynt/Eng/MaslerSpecsltrontend doc SC -6 QS 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: p r r Dates: / / to ! / Address: — r— — City, State, Zip: cn r Dates: / / to ! / Address: rn City, State, Zip: w N Dates: / / to / / Address: CO 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 sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my. bid. Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6W1 02-14 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you 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. N O t •rte"' n i._- Y—i r �� r— -0 M M 3 309.600102-14 �.�C C.d x' N OD 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 Hiles 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. Subrule 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 `7c" 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." c A new rule 875-156.9(73A) containing a severability clause was added. © r The principal reason for adoption of this amendment is to implement legislative inter$4ftval—fice procedures are included in these rules because variance provisions are set forth in 875 --- thapler It-- t—Atter Afteranalysis and review of this Wile making, no impact on jobs has been found. n-< — These rules are intended to implement Iowa Code section 73A.21. —tt i February 12, 2014. :<m These rules shall become effective on S The following amendment is adopted. O� w Adopt the following new 875—Chapter 156: y N CHAPTER 156 a BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. . "Commissioner" means the labor commissioner appointed pursuant to 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 of its 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 state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable 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 purposes; S t b. In the case of a general partnership or joint venture, more than 50 percent of the gergAia'partt� orjoint venture parties are residents of Iowa for Iowa income tax purposes; m—, r— "-< 2 r m IV 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 filed 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; r. 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 pursuant 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 fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the 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 name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor f K preference, a public body shall apply the same resident labor force preference to a public im vemen� this state as would be required in the construction of a public improvement by the home st praforol�r �+A a 1 country of the nonresident bidder, or the parent of a resident bidder if the parent wouldjprfy i nonresident bidder if such parent were to bid on the public improvement in its own name. n-< — A preference shall not be applied to a subcontractor unless the home state or foreign cWgft ofMb 1 nonresident bidder to whom the contract was awarded would apply a preference to the subctoso rn 3 Q W N 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 made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold bearings and investigate charges of violations of the Act. b. Envy 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 employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony ofwimesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investiggn or hearing. CD r e. Employment ofpersonnel. The commissioner may employ qualified personnel ace for the enforcement of Iowa Code section 73A.21. The personnel shall be employed p�Qajtt tithe 8A, IV. r merit system provisions of Iowa Code chapter subchapter �C'7 t11 :fir -o r^ m a 4 �;x to 7' 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 finsocial 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 this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the 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 a contract, 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). Ile 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 funds 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 c ter, or the applicability of any rule under this chapter to any person or circumstance is hdO inval y a O s L r � -117 c -n t M 'gym -v -.. w t7 .. N 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 2/12/14] [Published 1/8/141 EDrMR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14, N O r C=-- T® J, r� n 2 �I t.7 -<M '@ •may G �a �' N SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove all debris, vegetation, and trees 6" diameter or less at various sites; as shown on plans. 2. Reshape creek bed and banks to grades shown on plans and install Class E stone rip -rap at various sites; as shown on plans. 3. Remove and store pedestrian bridge at West Side Drive and backfill abutment with Class A granular material. Replace pedestrian bridge after creek shaping and Class E rip -rap has been completed. 4. Remove and replace 10' HMA trail and 4' PCC sidewalk at various sites; as shown on plans. 5. Install concrete storm sewer intake structure, RCP storm sewer pipe, and RCP flared end section at the Willow Creek Trail site. 6. Install and maintain erosion control through duration of construction and restoration activities at various sites. 7. Grade and seed all areas disturbed by construction activities. 07/14 ENG\REICHART12013 Flooding\FEMA PW G18 Sites\01025_ Measurement and Payment doc 01010-1 N O r� ti. L— (� C cn �n �m a M o� w N SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. o PART 2 - PRODUCTS o r 2.01 NONE =�c> rn M PART 3 - EXECUTION Gm a w .. 3.01 PROCEDURE: N A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or 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 unlQss specifically noted as "REMOVE" or "CLEAR AND GRUB" on the ject &ns and as otherwise directed by the Engineer. The prices for those itgwh.4 mafflave any impact on existing trees and shrubs shall include coni*T4ation for special precautionary measures required to prevent injury or damageQ0-6aidTg0e, SFMub or root system. _ r rn =ern = The prices for those items which involve grading or excn shall i de compensation for top soil removal and replacement (unless it isiisted �3 an item in the FORM OF PROPOSAL), disposal of surplus excavated matert"�'I, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off 01025-2 adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS 1. Mobilization (LS) The unit price for this item (LUMP SUM) shall include all costs associated with preparatory work and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; bonds and insurance; permits and all other overhead expenses. This item shall also include all efforts necessary for multiple mobilizations and demobilization. 2. Clearing and Grubbing (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, and materials to cut, remove and dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, vegetation, and rubbish within the limits of construction and as directed by the Engineer. Also includes backfilling of holes made during grubbing activities and removal and clean-up of all material from site. Removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items shall be considered incidental. 3. Class 10 Excavation, Bank Shaping (LS) The unit price for this item (LUMPS SUM) shall constitute full payment for furnishing all equipment, labor, and materials to excavate, fill, and compact the stream bed and banks to grades shown on the plans and directed by the Engineer. 4. Granular Backfill, IDOT Class A (TONS) The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to place specified stone to thicknesses and grades shown on the plans and directed by the Engineer. Also includes subgrade preparation and shaping, placement and compaction of rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. 5. Stone Revetment, IDOT Class E (TONS) The unit price for this item (TONS) shall constitute full payment for furnishing all equipment, labor, and materials to place specified stone to thicknesses and grades shown on the plans and directed by the Engineer. Also includes subgrade preparation and shaping, placement and compaction of rock, and provisions to keep rock from being contaminated with soil during subsequent construction activities. No engineering fabric shall be installed prior to the installation of revetment. CDr D=a r G m -o o� w N 6 ri 01025-3 6. HMA Trail, 10', Remove and Replace (SY) The unit price for this item (SQUARE YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to remove and replace Asphalt Cement Concrete pavements to specified widths, thicknesses and mix designs. Also includes sawcuts and removal of existing pavement, subgrade compaction, preparation, and treatments; supply, placement, and compaction of asphalt, and backfilling. Damage to pavements caused by careless actions of the contractor shall be repaired at the Contractors expense. 7. PCC Sidewalk, 4', Remove and Replace (SY) The unit price for this item (SQUARE YARDS) shall constitute full payment for furnishing all equipment, labor, and materials to remove and replace Portland Cement Concrete pavements to specified widths, thicknesses and mix designs. Also includes sawcuts and removal of existing pavement; subgrade compaction, preparation, and treatments; forming, finishing, curing, jointing and joint sealing; and backfilling. Damage to pavements caused by careless actions of the contractor shall be repaired at the Contractors expense. 8. Storm Sewer, 15" RCP, Gasket Joints (LF) The unit price for this item (LINEAR FEET) shall constitute full payment for furnishing all equipment, labor, and materials to install reinforced concrete pipe with gasketed joints. Also includes excavation, pipe bedding and backfill, and trench compaction. Granular backfill material shall be used in trenches under or within 5 feet of pavement or as otherwise indicated or specified on the plans and by the Engineer. Measurement and payment for pipe installed shall be based on length measured to the center of structures and shall exclude manholes, intakes, and flared end sections. Excavation of unsuitable material and dewatering shall be considered incidental. 9. Flared End Section with Apron Guard, 15" RCP (EA) The unit price for this item (EACH) shall constitute full payment for furnishing all equipment, labor, and materials to install reinforced concrete flared end sections. Also includes excavation, shaping of subgrade, hardware and guards. The last two (2) pipe joints before the flared end section shall be tied and is incidental to this item. 10. Storm Area Intake, IDOT SW -512 (EA) The unit price for this item (EACH) shall constitute full payment for furnishing all equipment, labor, and materials to install concrete area intake manholes. Also includes excavation; connections to sewers; base, poured inverts, risers, and adjusting rings; castings, and supply, placement and compaction of specified backfill. N Q 11. Remove and Replace, 50' Pedestrian Bridge (LS) The unit price for this item (LUMP SUM) shall include all ci sfs'as�&iateddgth preparatory work and operations to remove, store, aN-replace the -50' pedestrian bridge at West Side Drive. Method of removatgmt Mapp d by Engineer prior to work. The bridge may be stored on tmgge df bridge shall not interfere with vehicle traffic or construction aA-d f ities Dame to the bridge or abutments caused by careless actions of the contractor shall be repaired at the Contractors expense. 01025-4 12. Erosion Control (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing, installing, maintaining, monitoring, and removing all erosion control devices indicated on the plans or as directed by the Engineer. Also includes maintenance and removal upon establishment of ground cover. This item also includes keeping the Storm Water Pollution Prevention Plan current. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 13. Site Restoration (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, and materials to seed and restore the project site. This item shall include preparation of seed bed, application of seed, fertilizer, mulch, and water, and all upkeep as specified. No distinction in unit price shall be made for various seed mixtures specified. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 07/14 ENGXREICHARTV2013 FloodhVTEMA PW G18 SHest01025_Measurement and Payment.doc 01025-5 N O *C-)670 r • 1 3 3> N 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2-PRODUCTS 3.02 PROGRESS OF WORK: A. The specified start date is Wednesday, October 1, 2014. The Specified Completion Date is May 15, 2015. Liquidated damages of $100 a day will be charged every day past the completion date that work is not complete. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be 01310-1 N O None. CD r r PART 3 - EXECUTION n c r_ cn t 3.01 MEETINGS PRIOR TO CONSTRUCTION: rn o Cn A. A Pre -Bid meeting will be held on Tuesday, August 26, 2014.E r' N B. A Pre -Construction meeting will be held prior to beginning work. •n 3.02 PROGRESS OF WORK: A. The specified start date is Wednesday, October 1, 2014. The Specified Completion Date is May 15, 2015. Liquidated damages of $100 a day will be charged every day past the completion date that work is not complete. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be 01310-1 maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many 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. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 07/14 ENG\REICRART2013 Flooding\FEMA PW G18 Sites101025 Measurement and Payment.doc N O O j� Lam% L �■q9 i cn .<M c.� tD 01310-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART1-GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. �ig2_ CD 1.04 SUBMITTALS: A. Locations of disposal sites. fir` -fl PART 2 - PRODUCTS rn C3:;u 0 N 2.01 MATERIALS: k' 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: 02050-1 Division 24. Structures. Section 2401. Removal of Existing Structures. Division 25. Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services 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 effodR in every reasonable way and shall not be entitled to additionalcR cation-fo delays resulting from such relocations. y=, _ C-) ui — B. Site Protection Measures —+� �m v M a 1. Refer to Traffic Control Sheets for details. � N 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. 02050-2 C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 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 1. 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 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing notes! on the plans or as directed by the Engineer. C n B. Sewer Abandonment and Removal ��.n� ut g-y-� 1. Removal shall be at the locations and to the limits noted ot1�e ptNs or'aW9�' directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class 4c3rushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non -shrink Plowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 11/00 shareMenginee pecs-M02050.0oc 02050-3 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART1-GENERAL 1.01 SUMMARY., A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: 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. 1.04 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: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion atone. N o Section 4169. Erosion Control Materials. =' Section 4196. Engineering Fabrics.Cn _ r �rn � m ox s :> Na cP 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. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated completion of grading. Wood excelsior mat shall areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation on the plans Iiimmedi teely upon be placed and staked in seeded 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", 1", 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 02270-2 N O t �r� m � on the plans Iiimmedi teely upon be placed and staked in seeded 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", 1", 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 02270-2 a line approximately 2 inches in from the edge of the placed geotextile at intervals 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 tom 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. 11/00 shareMengineer�specs-M02270.doc 02270-3 tv O_ t G C--) -� n �� ro � G9 - N SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. N O C. Seal Coat. r 5� c =a c r 1.02 REFERENCES: A. IDOT Standard Specifications.? a� CA) B. IDOT Supplement Specification 01014. �3 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Specification 01014, section 04 Quality Control Program. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. 02510-1 Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. o Section 2203. Hot Mix Asphalt Bases. o Section 2212. Base Repair. r Section 2213. Base Widening. c _ ^�— :::in cn Division 23. Surface Courses. <f-,! R SS -01014 Hot Mix Asphalt Mixtures. ^ w 77. Section 2307. Bituminous Seal Coat. = Section 2316. Pavement Smoothness r" Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.04 PAVEMENT MILLING A. All existing asphalt pavement shall be milled to the elevation of the original pavement across the full width of the pavement. R Except as noted herein, all asphalt millings remain the property of the City and will be delivered to the Iowa City Landfill located on Hebl Ave.. 1. Pavement millings needed to construct temporary fillets shall be placed at all vertical edges to facilitate traffic. 02510-2 C. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to place the leveling course immediately following milling and cleaning. D. A header joint shall be milled at full paving width at transitions where new Hot Mix Asphalt Paving abuts an existing Portland Cement Concrete Paving. The PCC paving shall be milled at a depth of no less than two (2) inches over a paving length of 8 feet. This milling shall be considered incidental to the Cleaning and Preparation of Base item. 3.05 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.06 AGGREGATES ^� _o r A. Type. c 5 it r- 1. Type B aggregates shall be used in base mixtures. cn 1r M 2. Type A aggregates shall be used in intermediate and surfa'93ixttmes. W B. Gradation. N „a 1. A''/z-inch mix shall be used on all streets and all divisions of this project. 3.07 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down, such as in the areas of full -depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to '/a' below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer, however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting, bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.08 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 02510-3 3.09 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.10 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary, compacting subbase, placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.11 HOT MIX ASPHALT PLACEMENT A. Lifts 1. Division 1 - A 1'/" depth intermediate course followed by a 1'/z" depth surface course. 2. Division 2 - A 2" depth base course followed by a 2" depth surface course. 3. Division 3 - A 3" depth surface course. B. Compaction 1. Class 1 B compaction shall be used on all streets and divisions of this project. 3.12 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be %" Gradation 21. Bituminous material shall be MC -3000. Primer shall be MC -70. 3.13 PAVEMENT SMOOTHNESS: A. Pavement Smoothness shall meet the requirements of Section 2316 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. The pavement smoothness shall be determined by Schedule B of the Pavement Charts. Profilograph testing and evaluation will be preformed by the Owner. The Section 2316.08 for Payment shall not apply to this project, there will be no smoothness incentive payment. o r r— e�-< cn -aM r �_ rn ry 02510-4 "' SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 0 2. Entrained Air.r c s F- 3. 3. Slump. cn r— M 4. Density Tests of Base and Subgrade.rD PART 2 - PRODUCTS' N 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. 0 Division 25. Miscellaneous Construction. - c - Section 2512. Portland Cement Concrete Curb anAtGutt*. Section 2515. Removal and Construction of Paved&iv%mys. 6 Section 2517. Concrete Header Slab.rn Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches._ w N 3.02 CURING AND PROTECTION OF PAVEMENT: `O A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 11/00 sheredWgineehspecs-i1102520.doc 02520-3 N O_ � t �r m N t0 SECTION 02700 SEWERS N �+� o L 71 PART 1 - GENERAL — `— cn 1.01 SUMMARY: 1r o M A. Construction of piping and structures for the collection and frans"ssion bf wastewater and storm water. v 1.02 REFERENCES: A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers 1. ASTM C76, latest edition, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, latest edition, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C361, latest edition, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. B. Reinforced Concrete Arch Pipe - For Storm Sewers ASTM C506, latest edition, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. C. Vitrified Clay Pipe 1. ASTM C700, latest edition, Standard Specification for Vitrified -Clay Pipe, Extra Strength, Standard Strength, and Perforated. 2. ASTM C425, latest edition, Standard Specification for Compression Joints for Vitrified -Clay Pipe and Fittings. D. Ductile Iron Pipe 1. ANSI/AWWA-A21.5/C151, latest edition, Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. 2. ANSI/AWWA- A21.50/C150, latest edition, Thickness Design of Ductile - Iron Pipe. 3. ANSI/AWWA-A21.53/C153, latest edition, Ductile -Iron Compact Fittings, 3 in. through 16 in., for Water and Other Liquids. 4. ANSI/AWWA-A21.11/C111, latest edition, Rubber -Gasket Joints for Ductile -Iron Pipe and Gray -Iron Pressure Pipe and Fittings. 02700-1 5. ANSI/AWWA-A21.4/C104, latest edition, Cement -Mortar Lining for Ductile - Iron Pipe and Fittings for Water. E. Poly Vinyl Chloride (PVC) Pipe – For Sanitary Sewer Service Lines 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2729, latest edition, PVC Sewer Pipe and Fittings 4. ASTM D3034, latest edition, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 5. ASTM D3212, latest edition, Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals F. PVC Truss Pipe – For Sanitary Sewers 1. ASTM D1784, latest edition, Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds 2. ASTM D2321, latest edition, Recommended Practiice for Underground Installation of Flexible Thermoplastic Sewer Pipe. 3. ASTM D2680, latest edition, Standard Specification for Acrylonitrile - Butadiene -Styrene (ABS) and Poly(Vinyl Chloride) (PVC) Composite Sewer Piping 4. ASTM F477, latest edition, Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe G. Manholes 11 0 1. ASTM C478, latest edition, Standard Specificatior�r Precast Reinforced Concrete Manhole Sections. � `A H. Intake Structures �—cn a� .<r o 1. IDOT Standard Specifications. om co 2. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. All products will meet or exceed the minimum standards specified in the applicable references listed in the previous subsection. 02700-2 B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor and replaced with new. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS: A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. Vitrified -Clay Pipe: Submit shop drawings of gasket installation and joint assembly. C. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. _ o E3 C PART 2 -PRODUCTS r T 2.01 MATERIALS: c n 2 A. Reinforced Concrete Pipe - For Sanitary and Storm Sewers �rT1 M 1. Joints: All joints will be confined O-ring gasket meeting ASTV C443 or ASTM C361, as specified. All pipe 36 -inch diameter and smalldwill have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. 2. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76 or Class C25 as defined in ASTM C361. 3. Pipe Strength: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76 or as defined in ASTM C361. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. 02700-3 B. Reinforced Concrete Pipe - For Storm Sewers 1. Joints a. Circular pipe: All joints will be confined O-ring or profile gasket meeting ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe larger than 36 -inch diameter may have tongue and groove joints. b. Arch pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M196-75, Type "B". Wrap exterior of each joint with engineering fabric. 2. Wall Thickness a. Circular pipe: Minimum wall thickness will be B -wall as defined in ASTM C76. b. Arch pipe: Minimum wall thickness as defined for in ASTM C506. 3. Pipe Strength a. Circular pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III as defined in ASTM C76. b. Arch pipe: Pipe strength shall be as specified on the plans. If not specified, the minimum pipe strength shall be Class III A as defined in ASTM C506. 4. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. 5. Lift holes are not allowed. 6. Minimum Bedding — Type B per ASTM C 12 with compacted granular material to the springline of the pipe. C. Vitrified Clay Pipe 1. Joints: Shop drawing of gasket installation and joint assembly, subject to approval of the Engineer. 2. All pipe shall be "extra strength" as defined by ASTM C700. 3. Minimum Bedding — Type B per ASTM C12 with compacteggranular material to the springline of the pipe. - r n C �Y f D. Ductile Iron Pipe= cr 1. Joints: Use push on joints unless otherwise specified on t'ns� rn 2. Thickness: Unless otherwise indicated or specified, use Clas*52. w :n 02700-4 3. Lining and Coating: a. Inside of pipe and fittings: Double thickness cement lining and bituminous seal coat conforming to ANSI A21.4. b. Outside of pipe and fittings: Standard bituminous coating conforming to appropriate ANSI. 4. Minimum Bedding — Type 5 per ANSI/AWWA C150/A21.50 with compacted granular material to the springline of the pipe. E. PVC Truss Pipe — For Sanitary Sewers All PVC truss pipe shall be made of PVC compound having a minimum cell classification of 12454 as defined in ASTM D1784, 2. Joints: Gaskets shall comply with all requirements in ASTM F477 and F913. Joint shall meet the requirements of ASTM D 2680 and ASTM D3212. 3. Pipe shall have a minimum pipe stiffness of 200 psi at 5% deflection. 4. Minimum Bedding — Crushed stone encasement to the top of the pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. F. Poly Vinyl Chloride (PVC) Pipe — For Sanitary Sewer Service Lines 1. All PVC pipe shall be manufactured in accordance with ASTM D3034. 2. Joints: ASTM D3212 gasketed. 3. All 4" and 6" services shall be SDR 23.5. 4. Minimum Bedding — Crushed stone encasement to 6" above pipe. The minimum bedding depth shall be as specified on the plans. If not specified, the minimum bedding depth shall be 4" below the pipe. G. Corrugated Plastic Pipe for Subsurface Drainage Corrugated PVC with a smooth interior wall shall meet the standards of ASTM F949 and be constructed of resins meeting the requirements of ASTM D1784, cell class 124548. 2. Corrugated HDPE with a smooth interior wall shall meet the standards of AASHTO M-252 and M-294. 0 3. Minimum Bedding — Drainable stone encasement to 6"_ abov"ipe. 'ern v y> 02700-5 Nw H. Manholes 1. Joints: All joints will be confined O-ring or profile gasket meeting ASTM C443. 2. No lift holes through the entire wall. 3. Mark date of manufacture. 4. Inverts: Precast and cast -in-place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. 5. All manholes are 4 -foot diameter unless noted otherwise. 6. Manhole frame and lid to be Neenah R-1670, self-sealing, East Jordan 1117, self-sealing or approved equal. If in paved area, casting shall also be non -rocking. 7. Manholes in paving shall have an interior Cretex chimney seal (or approved equal) that spans from the casting to the cone section. I. Bedding: 1. Granular bedding material shall consist of porous backfill material, IDOT Standard Specification Section 4131 and Section 4109, Gradati4; No. 29. = c _Tu PART 3 - EXECUTION_ 3.01 INSTALLATION OF PIPE: --i C') a A. Receiving, Storage, and Handling r, 1. Inspect all materials upon arrival and before installation. Remove and replace defective sections. 2. Handle pipe with care at all times. Protect pipe joints from injury while handling and storing. No deformed, chipped, gouged, cracked, or otherwise impaired pipe / pipe joints will be allowed. 3. The Engineer or Engineer's Representative may mark materials on job site which are found to be defective. The Contractor shall remove all unsuitable and/or unapproved materials from the site and replace with approved materials at no additional cost. B. Alignment and Grade 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Driving down to grade by striking or with excessive force from excavating 02700-6 C. FBI E. Le :A equipment is not allowed. 3. Blocking the pipe to grade with wood, stones or other materials is not allowed. Bedding Support on compacted granular bedding material using the type of bedding specified on the plans. If no bedding is specified, use the minimum bedding specified in Part 2 of these specifications. 2. Place bedding material to ensure alongside the length of the pipe. Compact with pneumatic equipment. that there are no voids under or Slice with shovel to remove voids. 3. Hand shape bell holes so that only pipe barrel receives bearing pressure. Connections 1. A-LOK shall be used for all sanitary sewer connections to manholes unless approved by the Engineer. 2. Subdrains shall be connected to storm sewer intakes and manholes using IDOT standard intake outlet detail RF -19C. CMP outlet shall be used unless approved by the Engineer. Jointing 1. Clean and lubricate all joints prior to assembly 2. Install gaskets and join per manufacturer's recommendations. 0 Protect pipe and gasket when completing joints. 3. Suitable couplings shall be used for jointing dissimilar mdBrlils. r— M Backfill as specified in Section 02220. or �. ca Clean pipeline upon completion. ry to Tolerances Any deviation in a sewer pipes section more than 1/8 inch per foot of pipe diameter from the horizontal or vertical alignment, as established by the Engineer, will not be allowed; and all sewer laid incorrectly, as determined by the Engineer, must be relaid at the Contractor's expense. This tolerance in grade will be allowed only if the sewer is designed at a slope sufficient to prevent backfall when its limits are reached. Under -no condition will a sewer be accepted when one or more pipe lengths have been installed without "fall". 2. The completed sewer must be laid so nearly in a perfect line that an ordinary electric lantern held at center of the sewer at a manhole may be wholly visible to the eye at the level of the sewer at the next manhole. 02700-7 3. Sags and reverse slope on gravity pipe is prohibited. Remove and relay pipe to proper grade. 3.02 TESTING OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. B. Leakage Tests: Perform leakage tests on all sanitary sewers as follows: Perform after completion of backfill. 2. Perform after groundwater has returned to normal level. 3. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurement as necessary. Groundwater elevation from observation wells or excavations are subject to acceptance by the Engineer. a. If groundwater is more than two foot above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test. b. If groundwater is less than two foot above top of pipe at upper end, conduct exfiltration or low-pressure air tests. C. If pipe is larger than 27 -inch, air test is not allowed. 4. Exfiltration or infiltration test performed on sections of approved length (maximum Y: -mile for sewers) and before connection to buildings. Low- pressure air tests performed on manhole -to -manhole sections of pipeline. 5. Low-pressure air test: a. Equipment (1) Designed for testing sewers using low-pressure air. (2) Provide air regulator or safety valve so air presQe does not exceed 8 psig.CD n c (3) All air through single control panel. n.4 b. Procedure <r— - co (1) Perform from manhole -to -manhole after backfill. w (2) Place pneumatic plugs: (a) sealing length: equal to or greater than pipe diameter, (b) capable of resisting internal test pressure without external bracing or blocking. (3) Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure 02700-8 A exerted by groundwater above pipe invert. (4) Limit internal pressure in sealed line below 8 psig. (5) Allow two minutes minimum for air pressure to stabilize. Disconnect low-pressure air hose from control panel. (6) Acceptable Test Result: (a) Minimum time for pressure to drop from 3.5 to 2.5 psig greater than maximum pressure exerted by ground water above pipe invert. Pipe diameter Time in in inches Minutes 4 2.0 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 18 8.5 21 10.0 24 11.5 27 13.0 (b) Minimum allowable time for sewers with more than one size of pipe: based on largest diameter reduced by 0.5 min. (c) If groundwater level at time of testing is above the sewer, air pressure shall be increased 0.43 psig for each foot the groundwater is above the flow line of the pipe. C. If pressure drop exceeds 1.0 psig during the test pviocf-3he test shall be considered to have failed. Locate and Fe'pajr leaks aFP retest as required. cn ° rn Infiltration Test a. Dewater and conduct test for at least 24 hours. ca 0 b. Locate and repair leaks, and retest as required. C. Allowable infiltration, including manholes, fittings, and connections: maximum 200 gallons per inch diameter per mile per 24 hours. 02700-9 Exfiltration Test a. Subject sewers to internal pressure by: (1) plugging the inlet of the upstream and downstream manholes, (2) filling sewer and upstream manhole with clean water until the water elevation in the manhole is two feet above top of sewer, or two feet above the existing ground water in the trench, whichever is the higher elevation. b. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage. C. Rate of leakage from sewer: Determined by the amount of water required to maintain the initial water elevation for one hour from the start of the test. d. Allowable exfltration same as allowable infiltration. If the average head above the section being tested exceeds two feet above top of pipe, then the allowable exfiltration can be increased by 5% for each additional foot of head. e. Modification to this test only as approved by the Engineer. f. Locate and repair leaks and retest as required. C. Deflection Tests: Perform deflection tests on all PVC truss sewers as follows: The mandrel (go/no-go) device shall be cylindrical in shape and constructed with nine (9) evenly spaced arms or prongs. The mandrel dimension shall be 95% of the flexible pipe's published ASTM average inside diameter. Allowances for pipe wall thickness or ovality (from shipment, heat, shipping loads, poor production, etc.) shall not be deducted from the ASTM average inside diameter, but shall be counted as part of the 5% allowance. The contact length of the mandrel's arms shall equal or exceed the nominal diameter of the sewer to be inspected. Critical mandrel dimensions shall carry a tolerance of t .001". Proving rings shall be available. 2. The mandrel inspection shall be conducted no earlier than 30 days after reaching final trench backfill grade provided, in the opinion of ge Engineer, sufficient water densification or rainfall has occurred to_tborougmy settle the soil throughout the entire trench depth. Short-term (felted 3D- days after installation) deflection shall not exceed 5% of the pipes,av6fage irrde diameter. The mandrel shall be hand pulled by the Cor*actofr�hrough all sewer lines. Any sections of the sewer not passing the'Indrel testa�ll be uncovered and the Contractor shall replace ar�dr Fec=pact -the embedment backfill material to the satisfaction of the= j�rtgineer. These repaired sections shall be retested with the go/no-go mandrel untibpassing. 3. The Engineer shall be responsible for approving the mandrel. Proving rings may be used to assist in this. Drawings of the mandrel with complete dimensioning shall be furnished by the Contractor to the Engineer for each 02700-10 diameter and type of flexible pipe. 3.03 CONSTRUCTION AND INSTALLATION OF MANHOLES, MANHOLE BOXES AND INTAKE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install O-ring or profile gasket in joints between sections conforming to manufacturer's standard. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grading rings in full bed and joint of mortar without subsequent grouting, flushing or filling; bond thoroughly. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. Grading rings plus the frame height shall not exceed 24 inches. N P G. Set frames in full bed of RAM-NEK or equal to fill and me watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. o rn I. Clean manhole upon completion. rn J. Inspect for visible leaks after groundwater has returned to normal IMI. Repair leaks. 3.04 MAINTENANCE OF FLOW: A. Storm Sewers: At the end of each working day, the Contractor shall reestablish the full capacity of any drainage system affected by construction. Diversion of storm water into the sanitary sewer system is not allowed. B. Sanitary Sewers: The Contractor shall at all times maintain full capacity in the sanitary sewer system and protect the system from storm water. C. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. The Contractor shall provide the Police Department and the Supervisor of the Iowa City Wastewater Treatment Plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. Diversion of sanitary sewage to storm sewers or waterways is not allowed. 3.05 CONFLICTS A. Provide temporary support for existing water, gas, telephone, power or other 02700-11 utilities or services that cross the trench. B. Compact backfill under the existing utility crossing as specified in Section 02200. C. Separate gravity sewers from water mains by horizontal distance of at least 10 feet unless: 1. Top of sewer is at least 18 inches below the bottom of the water main. 2. Sewer is placed in separate trench or in same trench on bench of undisturbed earth with at least three feet separation form the water main. D. Use water main materials for gravity sewers with less than 10 feet of horizontal distance and top of the sewer less than 18 inches below the bottom of the water main; maintain a linear separation of at least two feet. E. Where gravity sewer crosses over water main or service or where the top of sewer is less than 18 inches below the bottom of the water main or service, the following requirements shall apply: 1. The sewer may not be placed closer than 6 inches below a water main or 18 inches above a water main. The separation distance shall be the maximum feasible in all cases. 2. Use 20 -foot length of water main material as specified for gravity sewer centered on the water main. Both joints shall be located as far from the water main as possible. 3. The sewer and the water main must be adequately supported and have watertight joints. 4. Backfill trench with low permeability soil for the 20 -foot length centered on the crossing. F. Sanitary sewer force mains and water mains shall be separated by a horizontal distance of at least 10 feet unless: 1. The force main is constructed of water main material meeting a minimum pressure rating of 200 psi. 2. The force main is laid at least four linear feet from the water main. 05/14 shared*ngimeOspew-ii\02700 dm 02700-12 SECTION 02900 U r LANDSCAPING =� s PART1-GENERAL 1.01 SUMMARY: w c-+ A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. 02900-1 PART2-PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: 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 02900-2 Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. URBAN MIX' Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX" Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 QA8 Alfalfa (Northern Grown) 11% 5 (5 ff1 Birdsfoot Trefoil (Empire) 9% 4 - 0�09 Alsike Clover 9% 4 _ 0:Q9 Ln 'A commercial mix may be used upon approval of the Engineer if it-y`bntainss ^� a high percentage of similar grasses. - c� 2.03 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 02900-2 not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - 15% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION r 3.01 PLANTING TREES AND SHRUBS: 7-< A. Planting Season and Completion Date: rn cn -O 1. Trees: Spring — March 30 through May 15 Fall — Sept. 18 through Nov. 18 - wo 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished 02900-3 grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. N O 3.03 SEED, FERTILIZE, LIME AND MULCH: r .• IS `c A. Apply lime by mechanical means at rate of 3,000 pounds per aftr-� B. Apply fertilizer at rate of 450 pounds per acre. -o C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grabs if 4W delays in seeding lawn areas allow weeds to grow on surface of loam Wwashed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/.-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/2 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. 02900-4 G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. N E. Rake area to be sodded. o t n F. Roll sod to establish smooth, uniform surface. >� Cil G. Water area adequately at time of sodding and continue as qgcessap� thr40glout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and R49ust 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/2 inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900-5 Johnson County, Iowa CD c CITY OF IOV CITY Lit DEPARTMENT of PUBLIC WORKSr Willow Creek Streambank Restoration Project Location Map ON IOWA CITY GINEERING �y ��� uuuououuo•i ouuouu.uuui rns r Index Title Sheet 1 General Notes 2 Construction Details 3-4 Lower City Park Plan 5 Benton Street Plan 6 Willow Creek Park Plan 7 West Side Drive Pedestrian Bridge Plan 8 River Street Plan 9 t,� .• x"117 RONALD R. KNOCHE '•• *�,v�� Iowa License No. 15570 My licensed renewal date is December 31. 1I Zo1 �1 ,/ Pages or sheets covered by this sea[: I hereby certify that this engineering document was prepared by me or ersonal lowsnd that ESSIpiq,,� licensedrProfeslrect sionalPEngineers underslon the the State of Iowa. . Q •, �' Signed: Date: .' RONALD R .";�� KNOCHE z; %`.✓� 15570 ice_ R w 711511`/ t,� .• x"117 RONALD R. KNOCHE '•• *�,v�� Iowa License No. 15570 My licensed renewal date is December 31. 1I Zo1 �1 ,/ Pages or sheets covered by this sea[: CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 EDYOUNG-GAS Phone: 319-341-4457 Mobile: 319-330-1871 DICK BOCK - ELECTRIC Phone: 319-341.4468 Mobile: 319-330-0543 TELEPHONE CENTURY LINK 615 3rd Avenue BE Cedar Rapids, IA 54201 KEVIN HEEREN Phone: 319-399-7408 Mobile: 319-360-5122 CABLE TELEVISION FIBER OPTICS UTILITY LOCATING CREW MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319821-8466 A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNYVOHS Phone: 816-275-4014 Mobile: 770-335-8244 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 GENERALNOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. ALL AREAS DISTURBED BY CONSTRUCTION ACTIVITIES SHALL RESTORED WITH 6" OF TOPSOIL AND SEEDED. UTILITY NOTES IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. 4. 5. THE CONTRACTOR SHALL USE EROSION CONTROL MEASURES NECESSARY TO PROTECT WILLOW CREEK AGAINST SILTATION, EROSION AND DUST POLLUTION. PROJECT SITES SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL 5 ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY FOOT NAD 83 (1996 HARN) AND NAVD 88 RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL BE REMOVED UNLESS OTHERWISE DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. 8. RIP -RAP SHALL CONFORM TO IOWA DOT SECTION4130 UNIVERSITY OF IOWA AND BE USED FOR FILLING SCOUR HOLES AND GEORGE STUMPF INSTALLATION OF ALL EMBANKMENT REVETMENT AS Phone: 319.335-2814 SHOWN ON PLANS. NO ENGINEERING FABRIC SHALL BE INSTALLED PRIOR TO PLACEMENT OF RIP -RAP. "ONE CALL" Phone: 1-800-292-8989 CITY WATER DEPARTMENT ED MORENO Phone: 319-356-5160 CITY SEWER DEPARTMENT DAVE ELIAS Phone: 319-356-5170 CITY TRAFFIC ENGINEERING JOHN SOBASKI Phone: 319-356-5180 CITY PARKS & FORESTRY ZAC HALL Phone: 319-356-5107 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 11. DISPOSE OF ALL WOOD MATERIAL GENERATED AS A RESULT OF CLEARING AND/OR GRUBBING ACCORDING TO THE IOWA DEPARTMENT OF AGRICULTURE AND LAND STEWARDSHIP'S EMERALD ASH BORER (EAB) QUARANTINE ORDER. FOR MORE INFORMATION REFER TO http:lftmatmepests.com/eab_regulations.html UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. FIELD VERIFICATION IS REQUIRED. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. 6. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: • Notify the owners of Mose utilities prior to the beginning of any ConsWction. • Coordinate operations with utilties • Afford access to these facilities for necessary modification of services. • Determine existence and exact location of underground utilites and avoid damage thereto. • Prior to beginning construction, provide labor and equipment necessary to determine the exact location and elevation of all utility crossings which may result in conflicts to proposed improvements. GENERALLEGEND EDGE OF PAVEMENT OF IO WA MANHOLE I H SCALE NA V SCALE: N/A O MH RIGHT OF WAY (ROW) - CATCH BASIN I Sheet Title: Notes and General Information I File # FL 209 [I Cal CENTERLINE CLEANOUT DIVISION CO TREE, DECIDUOUS 06 GW WIRE RESTORATION PROJECT y FIRE HYDRANT Yi TREE, CONIFEROUS 771FF CULVERT —� - _ HEDGE/TREE COVER DRAINAGE LINE FENCE GAS MAIN — — — G — RETAINING WALL BURIED TELEPHONE CABLE — — — T - BUILDING BURIED TELEVISION CABLE — — — TV -- BURIED ELECTRIC — — — E - BACK OFCURB TOBACK OFCURB B -B OVERHEAD ELECTRIC OE— E—PORTLANDCEMENTCONCRETE PORTLAND CEMENT CONCRETE PCC WATER MAIN — — — W — — — HOT MIX ASPHALT HMA FIBER OPTIC CABLE — — — FO— — MAILBOX MB SANITARYSEWER — —SAN— — SIDEWALK BW STORM SEWER — ST— — -- WATER METER WN! LIGHT POLE 0-0 LP DUCTILE IRON PIPE DIP UTILITY BOXES OT REINFORCED CONCRETE PIPE RCP WATER VALVE w WV SIGNS o T � GAS VALVE - GV POWERPOLE SPP WATER SHUT OFF PROJECT LEGEND PROPOSED HMA TRAIL REMOVAL & REPLACEMENT PROPOSED PCC SIDEWALK REMOVALS REPLACEMENT PROPOSED BANKSHAPING AND RIP -RAP INSTALLATION CLEARING PROPOSED CLEARING AND GRUBBING LIMITS ro o_ l STANDARD ROAD PLANS c - �1 m� C r— �� SWstz 10-21-14 4 C") 1.11 r .<r fTi -o m Vr 3 3► w O I CITY OF IO WA ENGINEERING CITY I H SCALE NA V SCALE: N/A I DESIGN: DRAWN: JAR BSM I Project WILLOW CREEK STREAMBANK I Sheet Title: Notes and General Information I File # FL 209 Sheet 2 DIVISION RESTORATION PROJECT DATE: 2014 a RCP AND VCP PIPE BEDDING M w BtlRM q M/2 M a CLASS -I CLASS R-2 e r 125dM IrMe rcM M.2 B• mn 11 D/+ on +" mb T— ar Renlumi rete m 5p¢ih0 Cpn I Beblq Ma1WH vete Conde Convetd Amb REINFORCED CONCRETE ARCH PIPE BEDDING CW. I Be00inq Nolerlal Refer to anent 2 In Hry dadta rostrkTane CD Ude Bond" CI® R-1 w R -a union epectn a ouenNe. © In t rem t.,t of be00nq and 6 111 motertald do apeel6e0 In e drdoh Of bed: Ked BO . Orldlk Jvneb at plPe iW room .1016 at to, of ape min. = CII 6tiv M - Ortake Anon of pipe Wax I.ssd 12 idc M 54 ncha (.6Yku6ecc to Feator) 0 W/B Wr M/B. OR 04tlnw W. p� (Wakaeder le Footer) ALLOWABLE 1RY DEPTH – CLASS III RCP Damnation mna l RR -I M1w2 SNe 4dR /m13.4N .M FOE 30111102 SINM ADA RM MODIRED RIGID OIUVDV RPE TRENCH BEDDING .-K TopuflR,nA RP RAP APRON FOR PPE OUTLET INTO CWWNEL Q1 Pro—t (ahom) on cont-n-plade bar . Precast 6-orA WnA .9. eRn f edea Art meN on e -M mr4ed (WINE a +•} Con1W mW vert ay WNaln boos lrcol'm Stolon •Cat-n-Pl— R-nN Ibke non -mini concrete. SW -6134 Tpe 14. on 5 Coaling (D 12-nc6 minimum riser 6etg6t above dl alas, N O_ Het Demi'. r 3*� *S2C � R'ner Dkaoz INRAYE SIiE - CAR 1 n r Daptb I.alesd ) West Ppe Nnbnum Rbv ObDII DbD2 �('� �� �_ T W D® ] RCP Ria Ir Ir IV W aJ Q n M pdM z+• M• A~•W' W � x O TYPICAL SECTION CASE 1 E* de 0 TOM 60111512 STANDARD ROAD PLAN CIRCIAAR AREA WARE CITY OF IOWA I T Y I H SCALE NTS I DESIGN: JAR I R I SheetTNe I FYe# Sheet ENGINEERING WILLOW CREEKSTREAMBANK Construction Details FL 209 DIVISION VSCALE: NTS DRAWN: BSM RESTORATION PROJECT DATE: 2014 TYPICAL SILT FENCE DITCH CHECK ATTACMIBTTTD POSE tO Man 12Irc olhpaa•mleeelof S Imiiaa asp VN mayp0 Eelaw tlNp mIlna). TO Tea p ea TY BIT FENCE rSTN TCN ON LONORIbplAL SLOPES F. ~ TYPICAL SILT FENCE INSTALLATION ON LONGITUDINAL SLOPES (Pmfla Vlr) Oh. S dw(fmrmlin d EYww ea pound Ilna). O aYYre�le�,vrnpilaab ebpryeSpollba. LM OETNLS OF SILT FENCE ON LONGITUDINAL SLOPES 0 MIA lO fie.®I.wr M*zA ..a wo �r��yyyrA \ bolbaYlpla lellPy laWeelC,arr a,,,�y�Ny \ Lr V�albeeeoilrybEos•a■ ar � r3iaaeaam mud r n Tat � n h " z<rrT1 -v TNmrr �!� CJ llr tOLIIL ` \ \ aoaNEad (S'Mn.} it .11 BYaSr Alr t \ br 1 d10 9040.5 904020 Igo w AnebM Plalrlea WAMESTABIL® CONSTRUCTION ENTRANCE ENGINEERING CITY OF IOWA CITY DIVISION H SCALE: NTS VHNTS DESIGN: JAR DRAWN: BSM DATE: 2014 WILLOW CREEK STREAMBANK RESTORATION PROJECT SlleetTitl� Construction Details RbN FL 209 Sheet -1 VIVV 1"=100' Iowa River \+` 130' O PROTECT EXISTING 1"=100' STORM OUTLET 1 / 51 84' O Park Road CLASS'E' RIP -RAP TYPICAL CROSS SECTION • 1"=10' NOTES: • SHAPE RIVER BANK AT SITE 1OAND PLACE NEW RIP -RAP PER TYPICAL CROSS SECTION • SHAPE RIVER BANK AT SITE(2)AND PLACE NEW RIP -RAP PER TYPICAL CROSS SECTION O n q ­i C-)-< -<r- -<rn o� z;:;K Tp ai rn ENGINEERING HSCALE As Shown DESIGN: RK/JR Pm1t WILLOW CREEK STREAMBANK Sheet Title: File# Sheet Y CITY OF 10 WA CII DIVISION V SCALE na DRAWN BSM RESTORATION PROJECT Lower City Park Plan 5 DATE. 2014 � 1 N, Iii �!t I (p,',P l , O n q ­i C-)-< -<r- -<rn o� z;:;K Tp ai rn ENGINEERING HSCALE As Shown DESIGN: RK/JR Pm1t WILLOW CREEK STREAMBANK Sheet Title: File# Sheet Y CITY OF 10 WA CII DIVISION V SCALE na DRAWN BSM RESTORATION PROJECT Lower City Park Plan 5 DATE. 2014 � 1 �!t I (p,',P l , O n q ­i C-)-< -<r- -<rn o� z;:;K Tp ai rn ENGINEERING HSCALE As Shown DESIGN: RK/JR Pm1t WILLOW CREEK STREAMBANK Sheet Title: File# Sheet Y CITY OF 10 WA CII DIVISION V SCALE na DRAWN BSM RESTORATION PROJECT Lower City Park Plan 5 DATE. 2014 r I ' --- `.; \ --- �1 _ _ - 1 - - - _ RIP RAP ------------------ , --- 3' TYP Benton St - -- 1� 3 � 1 - 3 - - - 5' - -1--- ----- - --- t TYPICAL CROSS SECTION \ 251 LJ NOTES: • CLEAR AND GRUB AREASOAND 20 35' I'1 RESHAPE EXISTING MATERIAL IN AREA 1� 20 0 SHAPE STREAM BANKS IN AREA(2) PER TYPICAL CRESS SECTION AND �� ''\, PLACE NEW RIP-RAP �� '\ \', 1;• �� • CLEAN AREA( REMOVE VEGETATION AND DEBRIS t ' I 'E' CLASS RIP-RAP CLEAR AND GRUB U TYP Benton St 3 JU 10, 0 r - - = -- - -- - -- -----_---------------------------.— --- - - ---- FILL HOLE SCOUR - ----••_.._•. i r a) TYPICAL CROSS SECTION �� — - - CUT AND 601 ~ _ — RESHAPE 20' 1 i' % - � — "-- NOTES: w BANKS � %I , _ FILL SCOUR HOLE AND BACKFILL BOX CULVERT AND OUTLET WITH CLASS E RIP-RAP / r CITY OF IOWA CITY ENGINEERING VH SCALE: VSCALE: na RK/JR DRAWN: BSM WILLOW CREEK STREAMBANK s>' Benton Street Plan Fiie# FL 209 sheet 6 DIVISION RESTORATION PROJECT DATE: 2014 Nj HMA TRAIL � �� \ �.{ \`� Hafor Drive \ \ Willow Creek Park ' 2, CLASS'E' RIP-RAP ti 1', 5' TYP PROPOSED STORM 2 2 50 (SEWER o '`' - l' I `, 10' / CUTAND' � " TYPICAL CROSS SECTION RESHAPE / / �/ REMOVE AND REPLACE i ! BANK i, 15'x 11' x 6" HMA TRAIL I - NOTES: • TOP OF BANK 2' FROM TRAIL `\ --- SALVAGE EXISTING STONE FROM STREAM BED AND i %' PLACE ON STREAM BANKS NT 1 - — _ ��' p r z� q-4 1 "=60' -< r .. �� CLASS 'E' RIP-RAP � m 21'x 9' ; <m = CLASS'E' RIP-RAP ��` -- ay40, � W v �w 1 ; 5' TYP 2 2 CLEAR &GRUB 9' REMOVE & REPLACE TYPICAL CROSS SECTION 1 Tx 11' x 6" HMA TRAIL I. INOTES: Willow Creek Park / • INSTALL NEW RIP-RAP AROUND OUTLET 10' SOUTH OF BRIDGE PROTECT EXISTING CLEAR & GRUB CLEAR STREAM OF MISCELLANEOUS DEBRIS FLARED END i ij. / • RESHAPE EXISTING STREAM BED MATERIAL AND PLACE NEW MATERIAL ON STREAM BANKS ONLY, UNLESS OTHERWISE SHOWN ON THIS PLAN CITY OF IOWA CITY ENGINEERING H SCALE As Shown VSCALE: na DESIGN RK/JR DRAWN: BSM Pmject WILLOW CREEK STREAMBANK Slimt7Ne. Willow Creek Park Plan File# FL 209 Sheet I DIVISION RESTORATION PROJECT DATE, 2014 N? 1 "=60' Kiwanis Park REMOVE & REPLACE -------- 20'x 11' x 6" HMA TRAIL CLEAR AND GRUB r----------- CUT BANK AND r REMOVE & REPLACE RESHAPE /-PEDESTRIAN BRIDGE — i ----- A -_ _REMOVE DEBRIS :-- FROM WEIR i � t t BACKFILL ABUTMENT �, i / � ((li • ` SEE DETAIL '\`' 6 ` OO CLEAR AND GRUB REMOVE & REPLACE � O �, 20'x 10'x 6" PCC TRAIL CLASS'E' RIP -RAP TYPICAL CROSS SECTION 1 .=10' CLASS'E' RIP -RAP CLASS 'A' ROADSTONE 1 PROPOSED SLOPE 2 SECTION AT BRIDGE r1=1a NOTES: • LIFT BRIDGE OFF ABUTMENTS TO PERFORM WORK ON SOUTH ABUTMENT. • REPLACE BRIDGE WHEN WORK IN THE STREAM IS COMPLETE CITY OF IOWA CITY ENGINEERING N O DESIGN: RK/JR DRAWN: BSM Pmtact WILLOW CREEK STREAMBANK r File# FL 209 *a n-� u r m - m O� � W w 1 PROPOSED SLOPE 2 SECTION AT BRIDGE r1=1a NOTES: • LIFT BRIDGE OFF ABUTMENTS TO PERFORM WORK ON SOUTH ABUTMENT. • REPLACE BRIDGE WHEN WORK IN THE STREAM IS COMPLETE CITY OF IOWA CITY ENGINEERING VSH SCALE naShown CALE: na DESIGN: RK/JR DRAWN: BSM Pmtact WILLOW CREEK STREAMBANK Sheet Title: West Side Drive Pedestrian Bridge Plan File# FL 209 Sheet8 8 RESTORATIONPROJECT DATE: 2014 NT 1 "=60' River River St x 4' x 4" PCC SIDEWALK PCC SIDEWALK 2 CLASS 'E' RIP -RAP �/ I 5'' TYPICAL CROSS SECTION r.=10, NOTES: • TOP OF BANK 2' FROM SIDEWALK Teeters Ct'`\N - O n c— --� ly—r:7-1 i s - C? C- C.rl ,<t^ rn rn ° fi 7J w I ENGINEERING CITY OF IOWA CITY I H SCALE: 1°=60 VSCAIE T'=na I DESIGN: RK/JR DRAWN: BSM I Mac' WILLOW CREEK STREAMBANK ITsneeNe River Street Plan I Reif FL 209 sneer DIVISION RESTORATION PROJECT DATE: 2014 08-19-14 Prepared by: Jason Reichart, Public Works/ Engineering, 410 E. Washington St., Iowa City, IA 52240.(319)356-5416 RESOLUTION NO. 14-254 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WILLOW CREEK STREAMBANK RESTORATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the 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 3rd day of September, 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 16th day of September, 2014, or at a special meeting called for that purpose. Passed and approved this 19th day of August 20 14 I Ap roved by r/ n ATTEST: 7� lia �.�� %. 2s t� A F✓ CITY ttERK bty Attorney's Office pwen&nastersVes appp&sAoc 8114 Resolution No. ]Page 2 14-254 It was moved by Dobyns and seconded by Throgmorton the Resolution be adopted, and upon roll call there were: AYES: NAYS: A S ENT. x Botchway x Dickens x Dobyns x _ Hayek K Mims x Payne x Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WILLOW CREEK STREAMBANK RESTORATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Willow Creek Streambank Restoration Project in said city at 7:00 p.m. on the 19th day of August, 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 Printe sr &e S CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SSI THE IOWA CITY PRESS -CITIZEN pED.ID#42-0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY pRESS.CI zEN, a newspapm' published in old county, and that a notice, a printed copy of which is hereto attached, wall pubWhed in laid paper time(a), on the felltoy/wing date(* Legal Clerk Subscribed and sworn to before me this Z� day of A,D.20I AMAM JAMRC N +" ^ CommI nIm Numb my COMMISSM NU IICE OF ON PLANc THE CITY OF IOWA CITY, IOWATO 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 esllmated cost for the construction of the Willow Creek Streambank Restoration Project in said city at 7:00 p.m. on the 19th day of August, 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 CRY Council thereafter as post- ed by the City Clerk. Said Plans, specification, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall In Iowa City, Iowa, and may be inspected by any Interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making Objections to and comments con- cerning said plans, specifications, contract or the cost of making said Improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as Provided by law. MARIAN K. KARR, CITY CLERK vaii ¢ ... August 5, 2014 NOTICE TO BIDDERS WILLOW CREEK STREAMBANK RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 3rd day of September, 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 16th day of September, 2014, or at special meeting called for that purpose. The Project will involve the following: Bank stabilization improvements including clearing and grubbing of brush and small trees, reshaping stream banks and installing rip -rap. Remove, store, and replace one 50 ft pedestrian bridge. Install new storm sewer drainage structure and storm sewer. Remove and dispose of debris and repair damaged sidewalks and trails. All work is to be done in strict compliance with the plans and specifica- tions prepared by the City of Iowa City, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. There will be a mandatory Pre -Bid Meeting on Tuesday, August 26, 2014 at 10:00 A.M. local time, at the Engineering Conference Room, City Hall, 410 East Washington Street, Iowa City, Iowa 52240. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provi- sions 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 bands 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 one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 1, 2014 Specified Completion Date: May 15, 2015 Liquidated Damages: $100 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Engineering, 410 East Washington Street, Iowa City, Iowa, by bona fide bidders. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42.0330670 I � 1 being duly sworn, ay that I am the legal clerk of the IOWA CITY PRESS-CI'17ZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, wu published in said paper time(:), on the following date($): Subcrl7day°of�[to before a this A.D. 20 l , Notary Public 'V0, ADAM JAMES �Commission Nun My Commissic • OFFICIAL PUBLICATION Publish 8/25 NOTICE TO BIDDERS WILLOW CREEK STREAMBANK RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 3rd day of September, 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. an the 16th day of September, 2014, or at special meeting called for that purpose. The Project will involve the following: Bank stabilization improvements including clearing and grubbing of brush and small trees, reshaping stream banks and Installing rip -rap. Remove, store, and replace one 50 ft pedestrian bridge. Install new storm sewer drainage structure and storm sewer. Remove and dispose of debris and repair damaged sidewalks and trails. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City, which have heretofore been,approved by the City Council, and are on file for public examination in the Office of the City Clerk. There will be a mandatory Pre -Bid Meeting on Tuesday, August 26, 2014 at 10:00 A.M. local time, at the Engineering Conference Room, City Hall, 410 East Washington Street, Iowa City, Iowa 52240. 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 Cnouncil's award of the contract d post bond satisfactory to the rf the contract and of Bald Proiech if Ix this notice and the other contract cuments. Bid bonds of the west two or more bidders may be tained for a period of not to ceed 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 one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 1, 2014 Specified Completion Date: May 15, 2015 Liquidated Damages: $100 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Engineering, 410 East Washington Street, Iowa City, Iowa, by bona fide bidders. 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 rccooaasaess August 25, 2014 3�Ii Prepared by: Jason Reichart, Public Works / Engineering, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 RESOLUTION NO. 14-272 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE WILLOW CREEK STREAMBANK RESTORATION PROJECT. WHEREAS, Carter and Associates, Inc. of Coralville, Iowa, has submitted the lowest responsible bid of $97,988.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the 04113 Flooding - Stormwater account # M3627 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project is hereby awarded to 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 16th day of September , 20_j_4_. Approved by ATTEST: 2l�LtCliic� CITY CLERK City Attorney's Office T(zllH It was moved by Throgmorton and seconded by Botchwav 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 pwengWasterslawrdcon.doc 9/14 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and &,IerfiQ s941J 1j&el/JriS /Ne• ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the l day of -luxI , 20 /� , for the WILLOW CREEK STREAMBANK RESTORATION 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 t4A b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; a c") e. Notice to Bidders; o f. Note to Bidders; r— = g. Performance and Payment Bond; ^ o A`a w fT 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. AGA Cit 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): NAN'EN Pr4VkAX•s R0:j Da � p � 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this /D rN day of 24W-,fAt25i,6.,2 20 �y Mayor ATTEST: City Clerk AG -2 Contractor By Approved By: o r m City Attorney's Offic *Z Fy�y r'n �//rn w �n Bond No. 2189194 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 Ninety seven Thousand Nine Hundred Eighty eights No/100Dollars ($ --97,988.00-=- ) 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 September 10, 2014 , entered into a (date) written Agreement with Owner for Willow Creek Streambank Restoration Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion N of the Project. __ o � r A. The Surety hereby waives notice of any alteration or extension of timeMWe Mthe --n S- Owner. C-) w �' B. Whenever Contractor shall be, and is declared by Owner to be, in def�indeemr the m Agreement, the Owner having performed Owner's obligations thereunder, thEuret9Rnay promptly remedy the default, or shall promptly: o w 1. Complete the Project in accordance with the terms and conditions or the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient F:m funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year(s) from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 15th 2014 IN THE PRESENCE OF: Anne Crowner Witness 0 � r _ DAY OF September m�Fq, c7 -C w :Z-4 n o r— �M 70 o Carter and Associates, Inc. ,%� incipal) —� By: 1>iX OehlA,&4/ •C (Title) j1/eS///rfv% Nortl�American Specialty Insurance Company Dione R. Young (Title) ttorrn y -in -Fact Holmes Murphy & Associates, Inc. (Street) 3001 Westown Parkway West Des Moines IA 50266-1321 515-223-6800 (City, State, Zip) (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 Intemational 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 set 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" of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vim 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." \\\\\11111111111y/// 1M 3 9Q • �it�'.,G 4 ��,,��pp W By ,iFJ,:'�Qava�rSG SEAL .O= Stn1nP.AW.1Senior Vire Pmeidat or W'nbingloa lnler..donvl lervn.a Compmy '� Si:A�� —a'Yi 1913. m��' 4Senior VkePmMntof NonEAmvriuv 5pcolalry lnmranu Cvmpavy of e' 110111111% By gy D.da M. Wymu, Via Pmsidmm t of Washington Intemaliona Inmranm Company °^I &Vitt RWdmiar Nar Amerie.n Spai.ltyloco.. Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurike Com ry have glltt sed their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this25th day ofim i 2013 . —1 e� North American Specialty Insurance Company Washington International Insurance Company ..in O-<t— m a State of Illinois o"^J County of Cook as: A O On this 25tH day of January , 2013 , before me, a Notary Public personally appeared Steven P. Anderson , Seniorv-lcc 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. "OFi+[C7At.aPAL" lx�vtntA K/ ,/n.d DONNA D. SRLENS Notary Pobiic,StateofBOnois Donna D. Sklens, Notary Public My Coramitrio9 Et ken IOA6f2015 1, Jeffrey Goldbere . 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 15th day of September , 20 14 . Jeffrey Goldba, Vim Pauidevt & Aadamd Smmmq of Wuhi" hdmnadmml Im.. Company&Nw Ammivan Sp WyN... Company Prepared by: Jason Reichart, Special Projects Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 RESOLUTION NO. 16-4 RESOLUTION ACCEPTING THE WORK FOR THE WILLOW CREEK STREAMBANK STABILIZATION PROJECT WHEREAS, the Engineering Division has recommended that the work for the Willow Creek Streambank Stabilization Project, as included in a contract between the City of Iowa City and Carter and Associates, Inc. of Coralville, Iowa, dated July 15, 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 $60,837.66. 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 120 16 �., It was moved by Dickens adopted, and upon roll call there were: AYES: Pweng/masterstacptwork.doc 12116 M OR Approved by GL u -40% City Attorney's Office (2 (465 and seconded by Botchway the Resolution be NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton