HomeMy WebLinkAboutDURABLE PAVEMENT MARKING/2007DURABLE
PAVEMENT
MARKING/
2007
D~,~.b l'e- ~C~t~ e~t't2n l 1 `~ 10.r~~v+4_ ~Q~.2 ~ D~ ~'
d U
~~
i l - l1/~~ - ~7
y ~1 G~ nS, ~ ~%C~.-~; 0 -1S ~ ~rv 'I 1 _ r m ~ C O+~cf~~ ~ ~~, w~R.'~`~. o~
~
CD 5~ 't'D r -~ ~„ ~ ~,t,y1CZ I~ I ~Q, P U Qw-~~ ~C~ r' ~vl~ ~r'DJ ~~ d~D~~
-' ~ ` py~(' D ? ; ~ ~ K-~-~ 0 ~'~. O 7 "' ~J` ~ S ~ r ~'L,Q ~ ~-~J ~ ~C. -'1 ~QRY' ~ vL ~ t3'n J ~ ~~. s aoD
O n ~~Cc.-~S , ~-2c.~, e0., 0+~-~S~ -rprv~ fit- cD rtTra..C~^ ~ QS-~-: rh~~2 0~
Ct~S'f ' -t-a r ~"~.~- D~rc~b ~st ~QV-2r-ti~-~. t~ ~Y`~r vt$ ~ JQ'C~ a~7i
r2G~, ~ C,-~,, ~ P r lL ~ ~ u` ~ l i SLR 1r1.cY~-- c ~a. o ~ S c"~. I~~Q.R r. ri, q,
U_•
rec.-~i,~.c~ C.; -~~ ~~n~i n.-e~ ~ ~~ cLc~ Sc4~ c~ p ~~.~-~.s ~ -~; ~ e ~tro r
,,~~~ ~ c ir~e~-~ o~.
i
;;
No ~-<« o~ ~~, lac ~~~-:~
5 --~,,~ - o? ~ ~-escl~~t-: ~-,. ~7- 171 +~ov~ ~ ~l~r~s~ c: ~; a~.-~: ohs
~ i
~or w~. ~ CAc~-rte} b ffi~r: rwz~. ~ co~ -~ov ~L¢ ~wra~,, (2
~wvtw`~2~- ~Ltr~;,,~ ~ro~ ~ doa7~ Q~q,~~~s~,.:,~~ Qw~ac~`-
5ac~.cr:-~ -~v cccco ¢s~t b:~~ d - r-c{-~:
-~ ~e ~o ~~bl.~- ad ~e ~.,s~,.,~~ -~~ 6: dS ~
;s HdVer.~-~SQrns~ -k-ov ~: d5
lV a~ c..2 ~ ~~ ~ ~ c ~ 20.r ; r. q - ! ~'o~- c3F ~cc_.~ < < C0. ~ c~
~ ~ ~uN.- ~ 7 A dd.~~ ~ ~ ~ /
~~- qua-07 ~25r~1~-~-iort o7-~~~7 ~uktr~.irt~, Cv~~~tL~ ~Ltd~ c~cc.~or.Z~~~~ ~`l~-
M~t~o r' -~-v $ i 8v~. ct.Lc~ C ; -~r C ~~e r ~ ¢d cc-f~e 5~' oc C a n.-~-r a c~ -tv r~ -~ ¢
i ', ~,crcc.~ I¢ ~Q VP rYtc n'T` ~ar~' i rtcf„ I-i'o ~ 2L~ ~~ ~.
~ va ?
~r~3t U~ ~~c. ~ ~: Ctc--t'. Dn- - ~ CY..U e!~-~r<52Xn~4~"~ to r ~ ~.
~rJ - ~ Q~N - C7 ~ ~S O ~ Ll~r t~ c.~ ~ 0 - ~ Gt CC e~r r~~ ~-~- ~ (.~7 C7 ~' j~ 't-~ v
. 1~ ~.r a~ l.e 0.v ern~r~"~' l~l~c, ~ FC'-~~, ~r~ 2c-4- a~~ 7.
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
- PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
' FOR THE
DURABLE PAVEMENT MARKING PROJECT 2007
IOWA CITY, IOWA
June 5th, 2007
- 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:
_ _ Ronald R. Knoche, P.E.
City Engineer
Iowa Reg. No. 15570
My license renewal date is December 31, 2008.
DATE. ,,~,~~~:~~~,~,,,,,
i~
~``~~ i `°. ~ '.
s P~~`?x ~~~?
51 ~ILOO ~ r w ' ^~ ~ . 5. ~ d-Y . a ,'~l .
} 'i ~ ~
o ~~r W
1~~v e~
'~ o ..e;.~ :.
.y
o a`
'~-;~ 4
.,
;~~
CITY OF IOWA CITY
ENGINEER'S ESTIMATE OF COST
May 11, 2007
City Clerk
City of Iowa City, Iowa
Re: Durable Pavement Marking Project 2007
Dear City Clerk:
The estimated cost of this project is $176,000.
Sincerely,
Ronald R. Knoche, PE
City Engineer
_~ r
~~
#~~~~~ ~
-~~.~'~
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240-1826
(319) 356-5000
(319) 356-5009 FAX
www.icgov.org
__-
-._
,.
_ . ~ . ...r.._A
!.. ,
. r1
-....
TABLE OF CONTENTS
Page Number
- TITLE SHEET
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS ................................................................................ AF-1
- NOTE TO BIDDERS ............................................................................................... NB-1
FORM OF PROPOSAL ........................................................................................... FP-1
BID BOND ............................................................................................................... BB-1
FORM OF AGREEMENT ........................................................................................ AG-1
PERFORMANCE AND PAYMENT BOND .............................................................. PB-1
CONTRACT COMPLIANCE -
(ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1
GENERAL CONDITIONS ....................................................................................... GC-1
SUPPLEMENTARY CONDITIONS ......................................................................... SC-1
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID
PROJECTS ....................................................................................................... R-1
SPECIFICATIONS
- DIVISION 1 -GENERAL REQUIREMENTS
Section 01010 Summary of the Work ......................................................... 01010-1
_ Section 01025 Measurement and Payment ................................................ 01025-1
Section 01310 Progress and Schedules ..................................................... 01310-1
Section 01570 Traffic Control and Construction Facilities ........................... 01570-1
PLANS AND DETAILS ............................................................................................ P-1
_ -,
_.,.
t-' ~
ADVERTISEMENT FOR BIDS
DURABLE PAVEMENT MARKING PROJECT
2007
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 18th day of June, 2007, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. 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. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat lHall at
7:00 P.M. on the 19th day of June, 2007, or at
such later time and place as may be scheduled.
The Project will involve the following:
218 STA of Durable pavement marking,
46 EA of Durable pavement marking symbols,
13 STA of durable pavement marking
Continental crosswalks,
Flaggers, 7 days and
Traffic control
432 STA of durable pavement marking
Continental crosswalks,
28 RR crossing symbols and
23 STA stop bars
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineers Office, of Iowa City, Iowa, which
have heretofore been approved by the City
Council, and are on file for public examination in
the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest finro 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
`_
-, ;
_.,
,,
_,
_ .,_._ J
~::>
AF-1
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 two (2) year(s) from and after its completion
and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Start Date: June 19th, 2007
Completion Date for crosswalks: August 15,
2007
Completion Date for lane lines, railroad
crossings: September 30, 2007
Liquidated Damages: $250 per day
No work shall be done at all on June 1, 2, 3,
2007 and June 29, 30, July 1, 2007.
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Office of the Iowa City Engineer, Iowa, by
bona fide bidders.
A $10.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shale be in
the form of a check, made payable to the City of
Iowa City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
-,
~-' ~_
AF-2
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-3
NOTE TO BIDDERS
1. The successful bidder and all subcontractors are required ~o 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 subcontradtors 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.
r 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
-,
_.. i
__.i
=f ~ --
NB-1
- FORM OF PROPOSAL
DURABLE PAVEMENT MARKING PROIJECT 2007
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL'.... INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOC~JMENT.
Name of Bidder
Address of Bidder
- TO: City Clerk _ _ _
City of Iowa City -
Civic Center ~ -
410 E. Washington St. ``
Iowa City, IA 52240
- The undersigned bidder submits herewith bid Security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
_ The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
,and ,and to do all work at the pries 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 w~`iting prior to starting such work.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
DIVISION I
1 Painted Pavement Markings, Du rable STA 218 $ $
2 Painted Symbols, Durable EA 46
3 Crosswalks, Durable STA 13
4 Flagger Days 7
5 Traffic Control LS 1
6 Mobilization LS 1
DIVISION II
1 Crosswalks, Durable STA 432
2 Painted RR Symbols Fa4 28
3 Stop bars STA 23
TOTAL EXTENDED AMOUNT =
$
FP-1
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, areas follows:
_ NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding do 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: - -- ~_~ _
_ ~I
Address:
r'
_ _,
;; ..
Phone:
Contact:
FP-3
BID BOND
- , as Principal, and
as Surety declare that we are held and are firmly bound undo 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 arhd severally. This obligation is
- conditioned on the Principal submission of the accompanying bid, dated ,for
Project. .= . -~ ~-'-
--; i
NOW, THEREFORE, -~
_ (a) If said Bid shall be rejected, or in the alternate, _ = ~ - ~
(b) If said Bid shall be accepted and the Principal shall execute and deliv~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 therewiikh, 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 aglrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
_ does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond'this day of
A.D., 20_
Witness
Witness
(Seal)
Principal
gy (Title)
Surety
By _
Attach Power-of-Attorney
(Seal)
(Attorney-in-fact)
BB-1
FORM OF AGREEMENT
r 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 5th day of June, 2007, for the Durable Pavement Marking Project 2007 ("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
2001, Iowa Department of Transportation, as amended;
~:-_ ~ __
- c. Plans; ~ -~
__ -- ~
d. Specifications and Supplementary Conditions;
--- _ - ,
e. Advertisement for Bids; - _ --
__J
~ i
- f. Note to Bidders; ;::> _
r~.>
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.
- 3. The names of subcontractors approved by City, together with quantities, unit
AG-1
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 , 20
- C~ Contractor
_ By gy
_ STitle)
Mayor
i ATTEST: ATTEST:
(Title)
- City Clerk (Company Official)
Approved By:
- City Attorney's Office
i.
,,
_- ~ - i
~_•
~> ..
_.r-
r~
AG-2
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 assi~fi5, joirttly and ~
~,
severally.
._._ - ._ ,
WHEREAS, Contractor has, as of ,entered into a = a
(date) =~: ~-
_ r~~
written Agreement with Owner for Durable Pavement Marking Project 2007; 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
City of Iowa City, 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
PB-1
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 (~ years from
the date of formal acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
_ corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
'i Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS
DAY OF ,
20
IN THE PRESENCE OF:
Witness
Witness
(Principal)
(Title) . _ -_ _ -
_ - `` 7
(Surety) '
- _ _~~
~-
(Title) ~'
(Street)
(City, State, Zip)
(Phone)
PB-2
~---
'~
,,
-y.
Contract
Compliance Program
. .~~
CITY OF IOWA CITY
SECTION I -GENERAL POLICY STATEMENT
- It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
_ race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
_ It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
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 WVorking" 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.
_ _.,,
=
lr
.. -:
~.. .. r
rU
CC-1
SECTION II -ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program
- which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO
THE CONTRACTING. DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT.
_ With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows:
(For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
- affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
- promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
..._ b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
_ Note: Contracts that are federally funded are subject to Executive Order No. 11246, as=emended; and the
regulations (see generally 29 U.S.C. § 1608 et se,~c .) 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? ~ ~ `-J
-
.- ,
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
- CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
(_ ,
~;
:=
rv
CC-3
- SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
- should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
- page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an. equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
- have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved 'in-;such actions
should be trained and required to comply with your policy and the current equal ernptoymerit opportunity
- laws. ~ _ _ _,
4. RECRUITMENT
_ 1
(a) Let potential employees know you are an equal opportunity employer. Theis cari be dnr~e by
identifying yourself on all recruitment advertising as "an equal opportunity emp~iyer". '-'
_ (b) Use recruitment sources that are likely to yield diverse applicant pools. Wor~of-mo~ recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
- (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
- support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review
education and experience requirements to make sure they accurately reflect the requirements for
- successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information necessary to judge an applicant's ability to perform the job applied for?" Only use
- job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination.
- (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are
- based upon a fair assessment of an employee's ability and work record. Furthermore, all
companies should post and otherwise publicize all job promotional opportunities and encourage
all qualified employees to bid on them.
CC-4
~ r ~
~~®. '~
~~~~~~
~®r~i
~_,s__
,o City of
~~ C`
-- 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.
-~;
_,
--
__
--~ .
~
~ ,
,- --
~-~ r-
ra
CC-5
2-3-t
CHAPTER 3
DISCRIMINATORY PRACTICES
SECTION:
2-3-1: Employment; Exceptions
2-3-2: Public Accommodation;
Exceptions
2-3-8: Credit Transactions; Exceptions
2-8-4: Education .
2-3-5: Aiding Or Abetting; Retaliation;
intimidation
2-3-1
C. It shall be unlawful for any employer,
employment agency, labor organiza-
tion or the employees or members
thereof, to directly or indirectly adver-
tise or in any other manner Indicate or
publicize that individuals are unwel-
come, objectionable or not solicited
for employment Qt membership be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
s! origin, race, religion, sex or sexual
orientation. (Ord. 95-8697, 11-7-1995)
2-3-1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer
to refuse to hire, accept, register,
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in
employment against any other person
or to discharge any employee be-
cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation.
B. It shall be unlawful for any labor orga-
nization to refuse to admit to member-
ship, apprenticeship or training an
applicant, to expel any member, or to
otherwise discriminate against any
applicant for membership, apprentice-
ship or training or any member in the
privileges, rights or benefits of such
membership, apprenticeship or train-
ing because of age, color, creed,
disability, gender identity, marital
status, national origin, race, religion,
sex or sexual orientation of such ap-
plicant or member.
O. Employment policies relating to preg-
nancy and ~hlldbirth shall be governed
by the following:
1. A written or unwritten employment
policy or practice which excludes from
employment applicants or employees
because of the employee's pregnancy
is a prima facie violation of this Title.
2. Disabilities caused or contributed to
by the employee's pregnancy, miscar-
riage. childbirth and recovery there-
from are, for all job-related purposes,
temporary disabilities and shall be
treated as such under any health or
temporary disability insurance or sick
leave plan available in connection with
employment or any written or unwrit-
ten employment policies and practices
involving terms and conditions of
employment as applied to other tem-
porary disabilities.
E. It shall be unlawful for any person to
solicit or require as a condition of
employment of any employee or pro-
Iowa Ciry
CC-6
2-3-1 2-3-1
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an employer, employ-
ment agency, labor organization or
their employees, agents or members
and an employee or prospective em-
ployee concerning employment, pay
or benefits to an employee or pro-
spective employee in return for taking
a test for the presence of the antibody
to the human immunodeficiency virus,
is prohibited. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utilization of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired Immune deficiency syn-
drome poses a significant risk of
transmission of the human immunode-
ficiency virus to other persons in a
specific occupation.
F. The following are exempted from the
provisions of this Section:
1. Any bona fide religious institution or
its educational facility, association,
corporation- or society with respect to
any qualifications for employment
based on religion when such qualifica-
tions are related to a bona fide reli-
gious purpose. A religious qualifica-
tion for instructional personnel or an
administrative officer, .serving in a
supervisory capacity of a bona fide
.religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94-3647, 11-8-1894)
2. An employer or employment agency
which chooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shad not
discriminate among the disabled or
elderly on the basis of age, color,
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95-3697, 11-7-1995)
3. The employment of individuals for
work within the home of the employer
if the employer or members of the
family reside therein during such em-
ployment.
4. The employment of individuals to
render personal service to the person
of the employer or members of the
employer's family.
5. To employ on the basis of sex in
those certain instances where sex is a
bona fide occupational qualification
reasonably necessary to the normal
operation of a particular business or
enterprise. The bona fide occupational
qualification shall be interpreted nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
in those certain instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shall be interpreted narrowly. (Ord.
94-3647, 11-8-1994)
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
- shall apply except as amended in the Supplementary Conditions.
_:
~~
a
c
GC-1
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
,_ ,
C~ :,.>
S-1 Definitions _ - "
S-2 Limitations of Operations _ ,
S-3 Insurance -~~
S-4 Supervision and Superintendence = _ ',
S-5 Concerning Subcontractors, Suppliers and Others - _-
S-6 Compliance with OSHA Regulations = _:
S-7 Employment Practices r ~,,~
S-8 Contract Compliance Program (Anti-Discrimination Requirements)
S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects
Caption and Introductory Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
" Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as
r amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
_ "Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended.
S-2 LIMITATIONS OF OPERATIONS.
Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS:
Except for such work as may be required to properly maintain lights and barricades, no work
will be permitted on Sundays or legal holidays without specific permission of the ENGINEER.
SC-1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE• CANCELLATION OR MODIFICATION
- 1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
- company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
- 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
- 3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
_ Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
- ype of Coverage
Comprehensive General Liability Each Occurrence Aggregate
- Bodily Injury & Property Damage" $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
- Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
*Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
_,
r,
, _„
_
-- _. d
,
_~.
c,~
SC-2
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
-' pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
- incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
- payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
- such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
_ limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
_ 4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims-made" insurance coverage, then the
Contractor must comply with the following requirements:
- a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
- event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
- Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
- any further limitations or exclusions, or have a higher deductible or self-insured
retention than the insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements her'ei'n provided.
- The City also reserves the right to reject Contractor's insurance if not-in compliance
with the requirements herein provided, and on that basis to either award the contract to
the next low bidder, or declare a default and pursue any and all remedies avail~6le to
- the City.
_° , . ~,
.~~: ~. ~,
_~
- .~_
SC-3
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
- Contractor incurs. liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the aggregate limits of Contractor's liability insurance below the limits
- required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work performed on the Contract.
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
_ suspend Contractor's operations or activities under this Contract, or terminate this
Contract, and withhold payment for work performed on the Contract.
C. HOLD HARMLESS
1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
- Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
- Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
_ day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, firms, companies or other parties to whom it
proposes/intends to enter into a subcontract regarding this project as required for approval
by the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBE's.
~,
S-6 COMPLIANCE WITH OSHA REGULATIONS.
- Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
- (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
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 ar~d does
not relieve the contractor of any obligations for compliance with applicable OSHA and~'State
laws regarding hazardous chemicals and right-to-know. `_ ` ~, ~_ ` ~ ,
S-7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his/her subcontractors shall employ any person whose-,pf~tysical, or
- mental condition is such that his/her employment will endanger the health and saf~#q of tPiem-
selves or others employed on the project. v W
_ 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 wilt supersede
applicable sections in the IDOT STANDARD SPECIFICATIONS.
- S-10 TAXES.
Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of
_ Iowa City does issue tax exemption certificates to preclude the payment of sales tax. The
Contractor shall submit the information necessary for the certificates to be issued. If tax
exemption certificates are not issued, prior to project acceptance by the City Council, the
Contractor shall submit to the Engineer a statement of taxes paid, including all information
- required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor
for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor
will occur within 30 days of the City receiving reimbursement from the State. Tax statements
- submitted after the project has been accepted by the City Council will not be accepted or
reimbursed.
SC-5
S-11 CONSTRUCTION STAKES.
- Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
The Contractor shall be responsible for the preservation of stakes and marks. Any
- necessary re-staking will be at the Contractor's expense and will be charged at a rate of
$75 per hour.
- S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS.
The Contractor awarded the project together with all Subcontractors shall be required to complete
- the form included with these specifications (and entitled the same as this section) and submit it to
the Engineer before work can begin on the project.
- Note that these requirements involve only highway projects not funded with Federal
monies.
_
_ ,- _
~
,~
y
SC-6
- RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
PROJECT NAME:
- TYPE OF WORK:
DATE OF LETTING:
A resident bidder shall be allowed a preference as against anon-resident bidder from a state or
- foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
_ transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
_ corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and his/her contractors and
subcontractors at the work site until the project is completed.
hereby certify that the undersigned is a resident bidder as defined above and will remain such
from the start of the project until its completion.
COMPANY NAME:
- CORPORATE OFFICER:
TITLE:
DATE:
5/07
data on citynUEnglMasterSpecs/frontend.doc
,`
~~ r r~ ' `
y
J
-. y`
r
~tJ
- R-1
- SECTION 01010
-- SUMMARY OF THE WORK
- PART 1 -GENERAL
General description, not all inclusive.
A. Base Bid Work:
- 1. Remove existing pavement markings, symbols, crosswalks and. stop bars and install
permanent pavement markings on Mormon Trek Boulevard from Benton Street
intersection to Iowa Highway 1 and various locations of crosswalks and railroad
- crossing symbols located primarily in the east side of Iowa City.
2. Provide traffic control and flaggers needed to complete all work during all phases of
- project.
3. Provide for pedestrian traffic during project.
11 /00
shared\engineet\specs-ii\01010
01010-1
_ `
SECTION 01025 ~=~= ~ = -- .
MEASUREMENT AND PAYMENT
.-,
PART 1-GENERAL `y
1.01 SUMMARY.•
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices.
1.02 STANDARD OFMEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work performed according to the various classes of work
specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF PAYMENT.•
A. The Contractor shall accept the compensation as herein provided as full payment for
furnishing materials, labor, tools and equipment and for performing work under the
_ contract; also, for costs arising from the action of the elements, or from any unforeseen
difficulties which may be encountered during the execution of the work and up to the time
of acceptance.
B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a
unit cost basis. In either case, some work may be required for which a separate pay item is
not provided. Completion of this work is required. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate payment will be
made.
PART2-PRODUCTS
2.01 NONE
PART 3 -EXECUTION
3.OI PROCEDURE:
A. Payment under this contract shall occur no more than once per month for work completed
_ by the Contractor. Payment is based on an estimate of the total amount and value of work
completed minus 5% retainage. It is not the City's policy to pay for materials and
equipment stored or furnishings fabricated off site.
The 5% retainage will be released 31 days after the project is accepted by the City Council,
provided no claims against the project have been filed within 30 days of project acceptance.
-- Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of
claims.
01025-1
3.02 BID ITEMS:
A. GENERAL
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in accordance with the drawings and specifications, including
clean up.
It is the Contractor's responsibility to identify the locations of public and private utilities.
No additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or his/her Subcontractors.
Work associated with existing items on private and/or public property that are to be
- protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
- necessary, at the Contractor's expense.
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and
- parking tickets. The Contractor must figure these costs into their bid prices. The City will
not waive parking fees or fines. Permits paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there
as a result of any construction activity. The cost of clean up shall be incidental.
B. BID ITEM DESCRIPTIONS
Division I 1. Painted Pavement Markings, Durable
The unit price for this item will be paid on the number of stations of painted pavement
markings removed as per Iowa DOT Standard Specification 2527 and the number of
stations installed based on a 4-inch width placed. Work includes removal of old
markings as applicable, prep work, layout, supply and placement of permanent
pavement markings and glass beads and protection during cure. This payment shall be
full compensation for removal of existing pavement markings, placing durable
pavement markings and for all necessary equipment and labor. See IDOT Mtls. IM
483.04 Appendix A for approved durable paint. Layout must be approved by the
Engineer.
'`
..~
_ ~
- .~~
-:~. ,
.
i
_~
_~
w
01025-2
Division I 2. Painted Symbols, Durable
- Division II 2. Painted RR Crossing Symbols, Durable
The unit price for this item will be paid on the number of symbols of painted symbols
_ placed and number of symbols removed as per Iowa DOT Standard Specification
2527. Work includes removal of old markings as applicable, prep work, layout, supply
and placement of permanent pavement markings and glass beads and protection
during cure. This payment shall be full compensation for removal of existing symbols,
- placing durable symbols and for all necessary equipment and labor. See IDOT Mtls.
IlVI 483.04 Appendix A for approved durable paint. Layout must be approved by
the Engineer.
Division I 3. Crosswalk and Stopbars, Durable
Division II 1. Crosswalk and Stopbars, Durable
Division II 3. Stop bars
The unit price for this item will be paid on the number of stations of painted pavement
markings removed as per Iowa DOT Standard Specification 2527 and the number of
- stations installed based on a 4-inch width. Work includes removal of old markings as
applicable, prep work, layout, supply and placement of permanent pavement markings
and glass beads and protection during cure. This payment shall be full compensation
- for removal of existing pavement markings, placing durable pavement markings and
symbols and for all necessary equipment and labor. See IDOT Mtls. Ilv1 483.04
Appendix A for approved durable paint. Layout must be approved by the Engineer.
Division I 4. Flaggers
The Engineer will count the number of days each flagger was used.
For flaggers to be counted:
a. The flaggers must be needed and used as part of pre-planned work that is
started that day and is intended to proceed for major part of the day. If used
less than four hours, the flagger will be counted as a half-day.
b. Other flaggers must be needed and used for at least one hour during the day,
perhaps intermittently, and this must be the primary duty of that employee. If
used less than four hours, the flagger will be counted as ahalf--day.
Short time, emergency, or relief assignment of employees to flagging operations will
not be counted separately.
For the number of days each flagger was used, the Contractor will be paid the
predetermined contract unit price per day.
Division I 5. Traffic Control.
The lump sum price for this item will be paid based on percent complete for
furnishing, installing, maintaining, moving, relocating, and removing all traffic control
.~ devices including barricades, safety fencing, drums, lights, standard signs, temporary
barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary
pavement markings and orange safety fence at road closures.
01025-3
Division I 6. Mobilization
The unit price shall be full compensation for 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 the project site;
bonds and insurance; and for the establishment of all offices, buildings and other
facilities; which must be performed or cost incurred prior to beginning work on the
various items on the project site. This item shall include demobilization costs.
3/06
shared\engineer\specs-ii\01025.doc
~,
i__; _
~ .. -
.
,i - ')
~' c
.a
01025-4
SECTION 01310
PROGRESS AND SCHEDULES
PART 1-GENERAL
1.01 SUMMARY.•
~ ~..F
=
,_
-~ ~.,
Y -{~
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.
PART 2 -PRODUCTS
None.
PART 3 -EXECUTION
3.01 MEETINGS PRIOR TO CONSTRUCTION.•
A. APre-Construction meeting will be held prior to beginning work.
3.02 PROGRESS OF WORK.•
A. The start date is no earlier than June 19, 2007. Crosswalk painting must be completed by
August 15, 2007. Lane line painting must be completed by September 30, 2007. Liquidated
damages of $250 per day will be charged on work beyond August 15, 2007 and/or
September 30, 2007.
B. No work shall be done at all on June 1, 2, 3, 2007 and June 29, 30, July 1, 2007. No work
shall be done between the hours of 7:00 a.m. - 8:30 a.m. and 4:30 p.m. - 6:00 p.m. without
the approval of the Engineer. Night work is allowable but contractor must make official
request to Engineer.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
01310-1
D. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
3.03 COORDINATION WITH UTILITIES:
A. It is anticipated that no utility conflicts will occur which cannot be taken care of ahead of
time. The Contractor shall work closely with the utility companies to aid in these
relocations to keep the project on schedule.
3.04 STREET CLOSINGS:
A. 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.
3/06
sharedkngineer\specs-ii\01310. doc
01310-2
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PART 1-GENERAL
1.01 SUMMARY.•
A. Furnish, install and maintain traffic control and construction facilities required for the
work. Remove when work is completed.
1.02 REFERENCES:
A. IDOT Standard Specifications.
B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform
Traffic Control Devices for Streets and Highways," 1988 Edition, as revised.
1.03 SUBMITTALS:
A. Submit a traffic control plan for all activities requiring traffic controLnot specifically
.-.
addressed by the project plans. `-- ~'.-
PART 2 -PRODUCTS ` ~ --
2.O1 MATERIALS: -
A. Traffic control devices may be new or used, but must meet the requirems of the~IDOT
Standard Specifications. -~
2.02 EQUIPMENT:
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 -EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections of the IDOT Standard Specifications:
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
3.02 NO PARKING SIGNS:
01570-1
` A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead
of scheduled work. The Contractor is responsible for installation and maintenance of the
- signs 48 hours in advance of when the vehicles must be removed.
3.03 MAINTENANCE OF FACILITIES:
A. The Contractor shall monitor the condition of traffic control and construction facilities at
all times, including non-work hours. Repair, replace and maintain as necessary.
B. Pedestrian access to homes and businesses shall be maintained at all times.
3.04 ADDITIONAL FACILITIES:
A. All signs, barricades and fences within and beyond the project area deemed appropriate by
the Engineer shall be the responsibility of the Contractor.
08/02
sharead\engineer\specs-ii\01570.doc
;`~
._. r-~
01570-2
d
+'
~ ~ +'
0~ O) ~
~ ~ ~ ~
-- ~ -- ~
-N d ~C '~
O -
_~
Q~
~ °~=- .~-
--
Q~
~-'
N ~
O
d
J
O O D
Y
d
~ ~
~ ~
O C'')
J
d ~
~ O ~
~ _ ~
~ ~ ~
~_ ~
~ o
O ~
:J
d
U
o
~ ~
r-- ~ r _ _
j ~ 14
V / ~i
r { t
t i
r ~
V / ~ r .~ I ~ , '
~
~
'
' N
~ ~ -~ ~
. ~
a ~ ,
, '
Z U ~
U
o ",
r
O
r~
~ 3 ~
~~
O
~
N d' ~ I~ M ~
Q
~
~
N
~
r
~
a
~
O
d'
O
O O
tD
}
3 O ~ O O N M
c ~
c •-
a 3 ~ +-~ O N
C Y
•
3 ~ ~
V
;
c $ o +~
~
O
~
~
~
~
N
o0
O
~ N M M 00 r M
~
W 000
~~ O r
W "'
= o 0
u ~!
c
z
c
~
~ w
N
j G
J
~
~
O
r
~
C
Y
x ° o
$ in ~ a0 ~ O ~ ~ ~
N M
~-
O O O
CO
(~
N
cD
r~ O
~
O ~
N
N I~
O
O
~.
O
`r
~
r
O N ~.
t0
t 3` Y
3 ~ ~ N M O O N ~ N O
u ~ ~
O J~~ N
~ N
~~~ o
J oCo C
C J O
Q u c
~
~
C a~
~
+'
rt+
RI W W ;~ N O (n C C
~ ro n m
000 i
°' ~O
L ~ ~ ~
~ ++
L
~ 3
C
O
O
3
N
c _
N
p d
m v
m
o
0 ~
0 ~
0 ~
~ ~
•-
W
0 +' ~ +~ o O
'
Q c c .. v~ in in v
j Q N N O 0 0 0 0
m m ~ ~ 3 3 3 = ~ O
.J ~ C ~ ,e^1
V
« N O '0 'O ~ '~ ~ 'O ~ ~ lZ U
m u c m m m m m ~] m m J
U U ~
c u a° Y
~ Y
d Y
d Y
~ Y
` Y
~ Y
` Y
~ J
}
~ I
C O I- V- 4- F- F- F- F- F- ~ F-
m O Z
m
000 E E E E E E E E ~ o
~ ~ ~ ~ ~ ~ ~ ~ cn c~ I-
~ \ } ~1
~ ,
Z ~ Q
~
~ ~
~ ~
~
~
~ ,
~ Q ~
~' -
Y N ~ = Q
~ J M ~ Z (n
~
~ Q ~ o O 0 ~ O
w ~ ~
Q ~
J ~
Q Q }
J =
O
-
~ U Z O Z ~ O ~ ~
= es ~ ~ ~ ~
// nn
V1 ~
Z t
- \ F
-
~
~ _
~ ~
~ ~
•-
z ~ ~
0 ~ L
i i C
~
~ w W J ~ ~ ~
O co Q co ~ Q t-
z
w ~
~
~ ~
W Z M ~ ~ N ~ •-
/\ Q
~
C
O
4- :-~
.-~
~
~
t~
L ~
O O
+
~
N
~
C ,
U
z
z ~ N ~ ~
~
~
o ~ ~ .
N o °
~ o ~ ~ ~
_ C V1 N (~ N Q
Q O
C N
N ~ N
~ N
-~' '~
m ~ _ ~ ._
U
m O
~ J z 00
~ Q
w
p ~
~ ~-
to
- ~ ~...
p o J J
a H
p ~ l
-
O ~ ~
C_~ncewalk Paintinn 2A[17
Continental Width of Linear Ft of # Stop Linear Ft. of
Location Crosswalks Street Crosswalks Bars Stop Bars
Lakeside Drive Grant Wood Elementa 1 36 356 2 237.6
First Avenue /Bradford Drive 4 39/29 1426 4 448.8
First Avenue / Muscatine Avenue 4 63/56 2376 4 785.4
Park Road Cit Park 1 52 535 2 343.2
Riverside Drive near OLD art buildin 1 30 297 2 198
Riverside Drive near NEW art buildin 1 30 297 2 198
Burlin ton Street / Linn Street 4 64/54 2376 4 778.8
Burlin ton Street / Dubu ue Street 4 62/53 2336 4 759
Burlin ton Street / Clinton Street 4 62/47 2098 4 719.4
Burlin ton Street / Ca itol Street 3 62/52 1801 3 580.8
Broadwa Street /Cross Park Avenue 2 37/32 673 2 227.7
Lakeside Drive /Amber Lane west ent. 2 28/37 674 3 306.9
Lakeside Drive /Amber Lane east ent. 1 28 297 1 92.4
California Avenue /Grant Wood Street 3 30/28 891 4 382.8
Nevada Avenue /Miami Drive 1 26 277 2 171.6
Bradford Drive /Wade Street 2 26 554 2 171.6
South Lawn Drive south ent. Lucas Elem. 1 24 178 2 158.4
South Lawn Drive north ent. Lucas Elem. 1 25 257 2 165
South Lawn Drive / Eastwood Drive 1 24 178 2 158.4
Eastwood Drive / Brookside Drive 2 24/25 435 3 240.9
Friendshi Street /Meadow Street 4 26/24 911 4 33.0
Washin ton Street /Raven Street 1 39 416 1 r- _ 128:7
Washin ton Street / Ravencrest Drive 1 32 297 1 3 ~-~ 1 .6
Washin ton Street /Dartmouth Street 2 38 792 2 = 25Q~8
Washin ton Street /Crei hton Street 1 30 297 1 -99
Crei hton Street /Westminster Street 1 31 297 2 - 204:6
Hastin s Avenue Lemme Elementa 1 27 297 2 ;,,_f. 128:2
Amherst Street Lemme Elementa 1 35 297 2 ;"_~ _ 231
Washin ton Street /Mount Vernon Drive 2 45 832 2 ~_ X97
Rochester Avenue /First Avenue 4 50/45 1862 4 7
Rochester Avenue Re ina H.S. 1 32 297 2 211.2
Rochester Avenue / Ashwood Drive 1 32 297 2 211.2
Governor Street /Church Street 3 31/30 891 3 303.6
Prairie Du Chien Road /Caroline Court 1 28 297 2 184.8
Caroline Avenue /Whitin Avenue Court 2 30/27 594 3 287.1
Kimball Road /Whitin Avenue 1 33 297 2 217.8
Park Road /Lee Street 1 25 257 2 165
Normand Drive /Manor Drive 2 33/34 594 3 330
Woolf Avenue / Ba and Street /Rider Street 3 29/28/29 891 3 283.8
Rider Street /Teeters Court 1 2$ 297 2 184.8
River Street /Lee Street 1 26 277 2 171.6
Woolf Avenue /River Street 1 32 297 2 211.2
River Street / Lexin ton Avenue 2 30/34 594 4 422.4
Totals 81 30489 107 12761
TOTAL STATIONS: =(30489+12761)/100 = 432
R-x-in s mbols and Sto Bars
# RR
symbols
EA)
Width of
Sto Bar
Sto Bars Linear
Ft. of
Stop
Bars
Gilbert St Lafa ette 4 42 2 252
Dubu ue St Wri ht St 2 28 2 168
Clinton Wri ht St 2 35 2 210
Benton St Cit Carton 4 42 2 252
Kirkwood Maiden Lane 2 30 2 180
Kirkwood Gilbert Ct 2 30 2 180
Greenwood Good She herd 2 23 2 138
S. Gilbert South ate 4 49 2 294
Stevens H ee 2 26 2 156
South ate HACAP 2 34 2 204
Hi hland P ramid Motors 2 32 2 192
Totals 28 2226.0
-,
~.,
~, _ ..-;
_.
-,
_
.. .
~
~
~r ~~ 3e 1
Prepared by: Anissa Gerard, Traffic Eng. Planner, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5254
RESOLUTION NO. 07-154
RESOLUTION SETTING A PUBLIC HEARING ON JUNE 5, 2007, ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE DURABLE PAVEMENT MARKING PROJECT 2007, DIRECTING CITY
CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY
ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
1. That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above-mentioned project is to be held on the 5th day of June,
2007, 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 14th day of May , 20~L•
MAYOR
Approved by
. .~ -~//~
ATTEST:
CITY RK City Attorney's Office
Jccogtp/res/durablepavemnt-setph.doc
5/07
Resolution No. 07-154
Page 2
It was moved by Bailev and seconded by Vanderhoef the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
~_ Bailey
x Champion
x Correia
x Elliott
~_ O'Donnell
x Vanderhoef
_~ Wilburn
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
DURABLE PAVEMENT MARKING
PROJECT 2007 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
Durable Pavement Marking Project 2007
in said city at 7 p.m. on the 5"' day of June, 2007,
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
~~~J
Prepared by: Anissa Gerard, Traffic Eng. Planner, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5254
RESOLUTION NO. 07-~ ~ ~
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE DURABLE PAVEMENT
MARKING PROJECT 2007, ESTABLISHING AMOUNT OF BID SECURITY TO
ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH
ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT
OF BIDS.
06-05-07
7
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.
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 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. 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, until 10:30 a.m. on the 18T" day of June 2007, or
at a later date and/or time as determined by the Director of Public Works or designee, with
notice of said later date and/or time to be published as required by law. Thereafter the bids
will be opened by the City Engineer or his designee, and thereupon referred to the Council
of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at
the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19"' day of June,
2007, or at a later date and/or time as determined by the Director of Public Works or
designee, with notice of said later date and/or time to be published as required by law, or if
said meeting is cancelled, at the next meeting of the City Council thereafter as posted by
the City Clerk.
Passed and approved this 5th day of June , 20~_.
~.~J
MAYOR
ATTEST: G~~
CI LERK
Approved by
,~ s/Z~/~
City Attorney's Office
Jccogtp/res/durablepvmt-appp&s.doc 5/07
Resolution No. 07-171
Page 2
It was moved by Bailey and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
~ Bailey
x Champion
x Correia
X Elliott
~_ O'Donnell
x Vanderhoef
x Wilburn
Publish 6/7
ADVERTISEMENT FOR BIDS
DURABLE PAVEMENT MARKING
PROJECT 2007
Sealed proposals will be received by the
City Clerk of the City of Iowa City, Iowa, until
10:30 A.M. on the 18th day of June, 2007, or
at a later date and/or time as determined by
the Director of Public Works or designee,
with notice of said later date and/or time to
be published as required by law. 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 will be acted upon by the
City Council at a meeting to be held in the
Emma J. Harvat Hall at '7:00 P.M. on the
19th day of June, 2007, or at such later time
and place as may be scheduled.
The Project will involve the following:
218 STA of Durable pavement marking,
46 EA of Durable pavement marking
symbols,
13 STA of durable pavement marking
Continental crosswalks,
Flaggers, 7 days and
Traffic control
432 STA of durable pavement marking
Continental crosswalks,
28 RR crossing symbols and
23 STA stop bars
All work is to be done in strict compliance
with the plans and specifications prepared by
the Iowa City Engineers Office,, of Iowa City,
Iowa, which have heretofore been approved
by the City Council, and are on file for public
examination in the Office of the City Clerk.
Each proposal shall be completed on a
form furnished by the City and must be
accompanied in a sealed envelope,
separate from the one containing the
proposal, by a bid bond executed by a
corporation authorized to contract as a
surety in the State of Iowa, in the sum of
10% of the bid. The bid security shall be
made payable to the TREASURER OF THE
CITY OF IOWA CITY, IOWA, and shall be
forfeited to the City of Iowa City in the event
the successful bidder fails to enter into a
contract within ten (10) calendar days of the
City Council's award of the contract and post
bond satisfactory to the City ensuring the
faithful performance of the contract and
maintenance of said Project, if required,
pursuant to the provisions of this notice and
the other contract documents. Bid bonds of
the lowest two or more bidders may be
retained for a period of not to exceed fifteen
(15) calendar days following award of the
contract, or until rejection is made. Other bid
bonds will be returned after the canvass and
tabulation of bids is completed and reported
to the City Council
The successful bidder will be required to
furnish a bond in an amount equal to one
hundred percent (100%) of the contract
price, said bond to be issued by a respon-
sible surety approved by the City, and shall
guarantee the prompt payment of all
materials and labor, and also protect and
save harmless the City from all claims and
damages of any kind caused directly or
indirectly by the operation of the contract,
and shall also guarantee the maintenance of
the improvement for a period of two (2)
year(s) from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Start Date: June 19th, 2007
Completion Date for crosswalks: August
15, 2007
Completion Date .for lane lines, railroad
crossings: September 30, 2007
Liquidated Damages: $250 per day
No work shall be done at all on June 1, 2,
3,-2007 and June 29, 30, July 1, 2007.
The plans, specifications and proposed
contract documents may be examined at the
office of the City Clerk. Copies of said plans
and specifications and form of proposal
blanks may be secured at the Office of the
Iowa City Engineer, Iowa, by bona fide
bidders.
A $10.00 non-refundable fee is required for
each set of plans and specifications provided
to bidders or other interested persons. The
fee shall be in the form of a check, made
payable to the City of Iowa City.
Prospective bidders are advised that the
City of Iowa City desires to employ minority
contractors and subcontractors on City
projects. A listing of minority contractors can
be obtained from the Iowa Department of
Economic Development at (515) 242-4721
and the Iowa Department of Transportation
Contracts Office at (515) 239-1422.
Bidders shall list on the Form of Proposal
the names of persons, firms, companies or
other parties with whom the bidder intends to
subcontract. This list shall include the type of
work and approximate subcontract
amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with
quantities, unit prices and extended dollar
amounts.
By virtue of statutory authority, preference
must be given to products and provisions
grown and coal produced within the State of
Iowa, and to Iowa domestic labor, to the
extent lawfully required under Iowa Statutes.
The Iowa reciprocal resident bidder
preference law applies to this Project.
The City reserves the right to reject any or
all proposals, and also reserves the right to
waive technicalities and irregularities.
Published upon order of the City Council of
Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
Printer's Fee $ t `-l , ~~ ~
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON. COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I, f~~r~~n~a T'O~rr~~--~-
$islr>~-B~eeicl~a, being duly sworn, say
that I am the legal clerk of the IOWA
CITY P1tE5S-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper ~ time(s), on the
following date(s):
Legal Clerk
Subscribed and sworn to. before me
this ~-&~''~ day of
A.D. 20 b ~-
_*-
tart' Public
~~ ifl
Wit' Gos'nrnl~; moires
ow .l~I 2'7, 2008 ~~~
__ ~-•
OFFIG{AL f ~13LICAT
NOTICE ~UF , ifgLIC HEAfiiNG ON
PLANS, SPECIFICATIONS, FOgAIj:OF
CONTRACT ANQ ESTIMATEb COST
FOR THE pURABiE PAVEMENT
MARKING PROJECT 2007 IN THE
CfTV OF IOWA CITY, IOWA
OWA CITY,P OWA, AND TO 0 HER
I INTEAES7ED PERSONS:
Public notice is hereby given thaowa,
City:Courvcfi of the City of Iowa City,
tiVilt conduct a 'public hearing on plans,
epeciEiGations, form of contfact and,esti-
fnated coat for the construction of the
put~ld pavement Marking Project 2007
in taid city at 7 p.m. on the 5th day of
,IpMy, 2007, said meeting to be held'm the
~ WashingtontStaleet Hassid cityl~a1rf
said; iHeoting is carrcell~d, at the next
meeting of the City CouncN thereafter as
poeted by the Clty Clerk. fornf of con-
6,9id plans speclfica'tlon~;.
trail and estimated cost alra''no'a' on file in
Attie office of the Cfty Clerk ~ the City Hall
j~i.kwa Cny, Iowa, and may fie Inspected
b}~~!!~ interested persons.
Interested persons meY appear at ',
sa~ting of the City Council ~for.the '~
pufpose of making objections to arid. ~'
comm0nts concerning said plates, spedifi- '
cation, contract or the cost of ma1si49:
said improvement.
'r}iPss notice is given by order of the City ~',
~I of the City of Iowa CNy, Iowa. and
prow(t~ed by law.
AIAN K. KAAR, CITY CLERK
6059 IiAay 22, 2007.
ADDENDUM NO. 1
June 8, 2007
DURABLE PAVEMENT MARKING PROJECT 2007
IOWA CITY, IOWA
The information in this Addendum modifies, supplements, or replaces information
contained in the Plans and/or Specifications, as applicable, and is hereby made a part of
the Contract Documents.
APPLICABLE TO THE SPECIFICATIONS
0
._,.,
FORM OF PROPOSAL - FP-2 & FP-3
1 ~'
. ~ ~`
r
A. Delete FP-2. _._~~ `----' °~
,~r-;
~ -~
B. Renumber page FP-3 to FP-2. ~ ~,,
~' ~.,
BIDDERS MUST USE THE NEW FORM OF PROPOSAL (orange) THAT IS
ATTACHED TO THIS ADDENDUM WHEN SUBMITTING A BID.
_.. _.
_~i
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:
~~2. ~--
DATE:
681200 ~
Ronald R. Knoche, P.E.
City Engineer
Iowa Reg. No. 15570
My license renewal date is December 31, 2008
Addendum No. 1
June 8, 2007
Page 1 of 1
FORM OF PROPOSAL
DURABLE PAVEMENT MARKING PROJECT 2007
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 ~;
_
0 `.'
Address of Bidder ~ C% r
.~ ~-
:.~ ,
TO: City Clerk
a~
City of Iowa City ~~~. -n
Civic Center --=~ °"
410 E. Washington St. ~~' ~'•'
Iowa City, IA 52240 ~ can
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.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
DIVISION I
1 Painted Pavement Markings, Du rable STA 218 $ $
2 Painted Symbols, Durable EA 46
3 Crosswalks, Durable STA 13
4 Flagger Days 7
5 Traffic Control LS 1
6 Mobilization LS 1
DIVISION II
1 Crosswalks, Durable STA 432
2 Painted RR Symbols EA 28
3 Stop bars STA 23
TOTAL EXTENDED AMOUNT = $
FP-1
Addendum No. 1
June 8, 2007
The names of those persons, firms, companies or other parties with whom we intend to enter into a
subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
Signature:
Printed Name:
Title: ~
o -~-'
"~~ ~
Address:
~` - --
,__
`=t~. v~
~. ~ ~
~~
Phone: ~' c~.n
Contact:
FP-2
Addendum No. 1
June 8, 2007
~Yo~ ~a~
Prepared by: Anissa Gerard, Traffic Eng. Planner, 410 E. Washington St., Iowa City, IA 52240 (319)356-5254
RESOLUTION NO. 07-187
RESOLUTION AWARDING CONTRACT AND. AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE DURABLE
PAVEMENT MARKING PROJECT 2007.
WHEREAS, John M. Rasty of Dennis Parking Lot Maintenance, Inc. has submitted the lowest
responsible bid of $135,575.00 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to Dennis
Parking Lot Maintenance, 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.
Passed and approved this 19th day of .Tune , 20 07
MAYOR
ATTEST: .t~
CITY ERK
Approved by
City Attorney's Office
It was moved by C:ham~n;~„ and seconded by O'Donnell the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS:
ABSENT:
x Bailey
x Champion
~ Correia
x Elliott
x O'Donnell
~ Vanderhoef
_
g Wilburn
Jccogtp/res/rasty.6.18.07.doc
5/07
Printer's Fee $
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I ~~ C~c.. ( ~IPrC.I~
Dian ~ c ca, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of .which is
hereto attached, was published in said
paper time(s), on the
following date(s): ~vU
~~~ ~ ~ ~ ~
Legal Clerk
Subscribed and sworn to before me
this day o
A.D. 20~.
__ ozary-P-ublic'
r
~ ea
~ +F ,
~~ 27 . cint7..
.._
OFFICIAL PUBLICATION
ADVERTISEMENT FOR BIDS
DURABLE PAVEMENT MARKING
PROJECT 2007
Sealed wiN be received by the
Cily ClerkPCity of Iowa City,-Iowa,
ante 1Q:30 A.M. on the 113th day of June,
2007, « at a later date and/or time as
determined. by the Director of PuWio
Works or designee, with notice of said
later date and/or time to be published as
required by law. Sealed propos-als wiN be
opened immediately thereafter by the
City Engineer or designee. Bids submit-
ted by fax machine shall not be deemed a
'sealed bid' for purposes of this Project.
Proposals will be acted upon by the City
Council at a meeyng to be held in the
Emma J. Harvat Hall at 7:00 P.M. on the
19th day. of June, 2007, or at such later
time and place as may tie scheduled.
The Project will irnolve the following:
218 STA of Durable pavement marking,
46 EA of Durable pavement marking sym-
bols,l3 $TA of durable );pavement mark-
ing Continsruai txocaw2dlcs, Flaggers, 7
days and Tpdfic oorrtrd
432 STA of durable Pavement marking
Contittengd crossyr#I~, 28 RR crossing
symbole and 23 STA ilNrp bars
AU work is to be done in strict compliarxe
with ttie plar>s and specifcatone pre-
pared by the Iowa City Engineers Office,
of Iowa City, Iowa, which have hereto-fore
been approved by the City Council. and
are on file;for public examination in the
Office of the City Clerk.
Each proposal shall be completed on a
form famished by the Cily and must be
accompanied in a sealed envekrpe, sep-
arate from the one containing the propos'
al, by a bid bond executed by a corpora-
tion authorized to contract as a surety in
the State of Iowa, in .the sum of 10% ct
the bid. The bid security shall be made
payable to the TREASURER OF THE
CITY OF IowA clT,r, lowA, 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: Councils award of the
contract and post bond satisfactory to,the
City ensuring the faithful performance of
fhe contract anii maintenance of said
Project, if required. Pursuant to the proiri-
sions of this notice end the other contract
documents. Bid bonds of the bwest two
or more .bidders. may be retained for a
period of not to exceed fifteen (15) calen-
dar days following' award of the conirart,
or until rejection is made. Other bid bonds
wall be returned after the canvass and
tabulation of bids is completed and
reported to the City Courutil.
The successful bidder.will be required to
famish a bond in an amount equal to one
hundred percent (100%) of the contract
price, said bond to be issued by a respon-
sible surety approved by the City, and
shall guarantee the prompt payment of aN
materials and labor, and also protect'and
save harmless the City from all olekrps
and damages of any kind caused directly
or indirectly by the operation of the con-
~tract, and shall also guarantee the main-
tenance of the knprovement for a tieriod
of two. (2) year(s) from and after Its com-
pletion and,iomtal axeptance by the Cfgr
Council.
7tie following' limitations shall apply to
this Project:
Stag bate: June 19th, 2007
Completion Date for crosswalks:
August 15, E007
Gampietion i~te for one lines, nulroad
crossings: September 30, 2007
lJquidated Damages: 5250 per day
No work shall be done at all on June 1,
2,3.2007-arid June 29..30. Juty 1., 2007._...
The plans, specifications and Proposed
contrect documents may be examined at
the office of the City Clerk. Copies of said
plans and specifications and form of pro-
posal blanks may be secured at the
Office of the Iowa City Engineer, Iowa, by
bona fide bidders.
A $10.00 non-refundable fee is required
for each set of plans and specifications
provided to bidders or other interested
persons. The fee shall be in the form of a
check, made payable to the City of Iowa
City..
Prospective bidders are advised that the
City of Iowa City desires to employ minor-
ity contractors and;ubcordractors on City
projects. A listing of minority contractors
can be .obtained.. ~rorn ttie k>wa
Department of Economic Devebpment at
(515) 242-!1721 and the Iowa Department
of ransportation Contracts Office at
(515) 239-'1422.
Bidders shall list on the Form of
Proposal the names of persons, firms,
cortrpanies or other parties with whom the
bidder intends to subrxmtract. This list
st>•Y Inclt~da the type of work arq approx-
irrgde suttCOrrtract amount(s).
`f)ts Contractor awarded the contract
strap aubmk a list on` "the ifgrm of
Agreement of the proposed EuboOntrao-
tors. together with quantifies, unk prices
and extended dollar amounts.
By virtue of statutory authority, pref-
erence must be given to products and
provisions grown and coal produced with-
in the State of Iowa, and to Iowa domes=
tic labor, to the extent lawlulty re-quired
under Iowa Statutes. The Iowa reaprocal
resident bidder preference law applies to
this Project.
The Cily reserves the R9m to reject arty
or all, proposals, and also reserves -the
right to waive technicalifies and irr~glrlar-
ifies. .F ="
Published upon order of the City`Cau>cil
of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
64447 June 7, 2007
~f~.®~
+. ~wr~~
~1,.Y._
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240-1826
(319) 356-5000
(319) 356-5009 FAX
ENGINEER'S REPORT www.icgov.org
January 8, 2008
City Clerk
City of Iowa City, Iowa
Re: Durable Pavement Marking Project 2007
Dear City Clerk:
I hereby certify that the construction of the Durable Pavement Marking Project
2007 has been completed by Dennis Parking Lot Maintenance of Des Moines,
Iowa in substantial accordance with the plans and specifications prepared by the
City of Iowa City Staff
The final contract price is $132,749.86.
I recommend that the above-referenced improvements be accepted by the City
of Iowa City.
Sincerely,
,~.I~ ,e. ,~..~-
Ronald R. Knoche, P.E.
City Engineer
~~°J
Prepared by: Kim Sandberg, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5140
RESOLUTION NO. 08-6
RESOLUTION ACCEPTING THE WORK FOR THE DURABLE PAVEMENT
MARKING PROJECT 2007
~_ ~'~f
WHEREAS, the Engineering Division has recommended that the work for construction of the
Durable Pavement Marking Project 2007, as included in a contract between the City of Iowa City
and Dennis Parking Lot Maintenance, Inc. of Des Moines, Iowa, dated June 19, 2007, be
accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $132,749.86.
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 i 5th day of .Tan„arv , 20~_.
r
c
M
Approved by
ATTEST:' ~ • '1C~
CITY ERK
~~~~ .~~~r~ur~~k'~~v
City Attorney's Office ~ /~~og
It was moved by Correia and seconded by Hayek the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
x
-~
. ~-
x
Pweng/res//durablepave07-acptwork.doc
1 /08
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
x O'Donnell
Wilburn
Wright