Loading...
HomeMy WebLinkAboutREMOVAL OF FLOOD-RELATED SAND & DEBRIS FROM CITY PARK/2008REMOVAL OF FLOOD-RELATED SAND & DEBRIS FROM CITY PARK/ 2008 ~.QmaVc~ ~ fit-' ~ l0~ ` ' ~1 ~Ci eQ ~Ci /T Q ~ .U.CVC~S -~ C~ ~ ~K doa~ ~ ~ ~ ~ ~' a~ --~- oS ~ ~ 0.nS~ S~gc~ ..~; c~-~~ ~nS '~'~"vr..-, o~ Cor~t'~.ct- c~r~ ~~ m~e~ ~~' -tom' ~~ pp l_ pp ~ ll /~ `t~2+MavQ~ O~ ~I~ - r1Q ~~~-2~ ~ncl ~ ~2~r: s -t-VOr,-, C~~ ~Rv~L , ~h-~lu6-- o~ ~eso ~u--~-;on c~ g-~5 I Se~,n~ a ~~6 l; c rl.¢-~cr~n~c -~~' Se~-er,~er ~, aoo~ r Dh ~~~ ~S/ S~j~ec~ ~ ~~~ o n S~ -W rrh or Cv~rr~-~,~- ~~E e5-~-~ rnA~ ~-~- cnS-4- '~o,~- Q-2r-,cx~~l ~7- Mood _ ~i~2~~-~-e~ SC~Y1~ ~ ~J~b~'~S -F-~^o.v~ l-~4Y ~r~ ~~ rQ~nc~ C~-~~ ~~~QrIL ~-o ~~~,2,S1~, na~~c~ o-~ s~%c~~2~cr~h~ end o~: r~..~.~nq, ~,~r ~r~~,; ~ to ~'~ P ~C~GC. Ste, ~ .P1arS ~h ~}-~ ~Q -f'vr pt~.~ ~~, c inS~G~~'~h, 0~1 ~ SE.P - o $ ~ 2So ~ ci ~ ~ 0 n O ~ - a 75 C~ ra ~ r n t,~, ~) c. r~5~ 'Sf' e. c; ~~ ca-~- ~ o nS, "tZj v-r-~ c7-~ ~or~~-r~c-~-~ cry ~es-~-; m~~~ ~ Oco s f- ~o r ~-f,..~ c~2m o ~rc~..( o-~ Flao~. (~~e.~~~c~ J Gc h cl ~-1d ~ 2b r ~ ,S --f r- o r-~. C:~ 1~r AL , eS ~~ ~ r S J-,'r ~ Cm t~ c,~ r1~ v ~ ~ ~ a S~c~.~.f'r/ ~ ~, r2C~~n,~ C;-~y C/~er~ ~a ~u01;~~, Cc(~U~,sex~v+er~+ ~rJ~~S / ~ .~, x ~„~ -~-;m~. ~.,~c~ Puce ~r c~ec~~ p-~- a-F .~ ~ ds. ~ ~-; c~ -~ Q , ~. er5 1 \`~'-fie P - ~ ~b ~ " ~~~ c_ t~ r~~- ~ ~ ~_ E~. ~ ~ ~' o r rr-~ ~ i. ~ a~~~v' ~ s ~~~ ~o r Q_..~ ~~,,-. ~'l Sr~v,c~ ~-~.~~c~ C~z~'~Y- ~'~ r Z.rric;"~ci~ c,`C- ~.~~ ~ '1 ~1~- \. Sj .~~~~, - G ~ ~~ ~. ~ ~~.. L1. ~.1 J,~~ ~~, ~° n ~ 'c o . ~~. r, ~ ~ a i \ t ~ ~" ~.S ~ ., v.~ is ~i ~~~-: { ; _~ ~~ ~ ('v ~. _ ~-_ . `\~ ~ ~r Trep~ v"~ P~~i ccct, Ovt -- No~'c~ ~~ ~, ddE,~S Pie a ~-~_a___ a-3 S~ _ o g ~ ~solu ~: ~,,. ~ 4 - a9a auJkrc~r n~ CDn~v~~" an~ Qc,~thOr, L~ fin"e c7w ~~a S.Jch Gtnd ~~ C: Clew!(, ~D ~esf ~ ~ a~~~ ~o ~ ~ ~'crnv~ ~' • ~(c~ - ~e,~-~~ J ~.nd ~ ~ ~ r•~S ~POm 1. ~'~y '_cr~ . ~,~' ~ ~ "~"cd.~ ~•~ CCU ~!-; c7 ~ -- r c.~ !j (; G ~l~'t ~ Ge ~'~` ~ r w~ W Q-~ ~ f' 1~ •, s c hard ~ • ~ ~ress C~~~. Z eh.1 Y Y'Dt~-t' CTt" ~u I~ ~ ~ CGt~.~ Y~ - ~C,~ ~ ~ , c ~ V 0 ~'f i C_~ ~ '~T~J r W- "~~ C`~'2 V' 9 ,~~/- -/~c v - D~ ~2 ~.7.~ ~/S ~'~c i`-~" ~ /-~~ i'-~O rrn c~-s-tc-e~ ~ ~~ r'Yi.~~ f. /J ~~ r ~..~ ~- QED-- o ~ ~s~(~~-;~ 0 8- 33 Y ~cce.~~-~~ r,5 ~e ~,.~orK -~o~ -FL,~ re--~,ov0.J o--F- Fl o ~oL ~-e (c-~ .e~ S ~ n~ ~ 1J -e ~. f . S -~ra ~-,-, C. ; -~~ ~a N+k. ENGINEER'S ESTIMATE August 26, 2008 City Clerk City of Iowa City, Iowa Re: Removal of Flood-Related Sand and Debris from City Park Dear City Clerk: The estimate for this project is $120,000. Sincerely, ,~ ~ ~ _ Ronald R. Knoche, P.E. City Engineer --~- r - ~ ~ ~~~~~ ~ ,~®~•~ -•ti..s~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org o ~~ ..~ ::; c~ ~ `~ ~ '~ ~: r..,. rft -- ~ ro ~ ~~ b ~ 0 CI T Y OF IO WA CI T Y DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 3 ;~ +-'_, ~ ~. i ..J ~_~ . i A ~ i -ti i,. ~'.J Y {~ T, ~ n PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: ~~~~~ /1 Ronald R. Knoche, P.E. City Engineer Iowa Reg. No. 15570 i~~*7+. ~, i S l7. f,+, DATE: _°°°° ~,~ ~„ .::'' '' ' - "~s '.'~. 1" rf ( ~ ri;,'s~ ...ya y.. ^^ . .~1.~ .. o ~v:v/~ a.?J^ w ~ tlU •tl ``O ,° My license renewal date is December 31, 2008. SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ....................................................................... NOTE TO BIDDERS .......................................................................... FORM OF PROPOSAL ...................................................................... BID BOND .......................................................................................... FORM OF AGREEMENT ................................................................... PERFORMANCE AND PAYMENT BOND ......................................... CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) .............................. GENERAL CONDITIONS ................................................................... SUPPLEMENTARY CONDITIONS ................................................... TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work ...................................... Section 01025 Measurement and Payment ............................. Section 01310 Progress and Schedules .................................. DIVISION 2 -SITE WORK Section 02220 Earth Excavation, Backfill, Fill and Grading...... Section 02270 Slope Protection and Erosion Control .............. Section 02900 Landscaping .................................................... PLANS Location Map ........................................................................... ............... AF-1 ............... NB-1 ................ FP-1 ................ BB-1 ................ AG-1 ................ PB-1 CC-1 GC-1 SC-1 01010-1 01025-1 01310-1 02220-1 -02270 ~~800-~, i b ^'~ (A ~ ¢a® l r .. ~ ...ma. ,~~ o~ ~v~ -cr O~ ~ ~? .. ?y SJ1 NOTICE TO BIDDERS REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 23rd day of September, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of September, 2008, or at special meeting called for that purpose. The Project will involve the following: 12,000 CY of CL 10 Excavation, 2,500 LF of Silt Fence and 1 LS for Construction Erosion Control. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's 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 forteited to the City of Iowa u~ `~ ~ City in the event the successful bidder fails to c~ ~ enter into a contract within ten (10) calendar days ~ ° ~ of the City Council's award of the contract and " .a'r- ~ ~ % ° post bond satisfactory to the City ensuring the ' ~o '= = ~ ~ ' ~ ~, faithful pertormance of the contract and mainte- _ ' %~ `-' ' ` Hance of said Project, if required, pursuant to the ~ a ~ ~ .mac provisions of this notice and the other contract ~ documents. Bid bonds of the lowest two or more ~ bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the AF-1 City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 21 Specified Start Date: October 6, 2008 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at 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 subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK _ c~ -, ~~ 7 -~ ~~ ~,.. . _ ~ .ter ~~ tTl -~ _ r ~y Ti "J ;~ '..n AF-2 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal M Q ~ ~O ® aa".. W ~~ ~o ..~ t- u.- c~ ' t_ ~ U cr: ~ O r-. NB-1 FORM OF PROPOSAL REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder `^J _ ..x 7 TO: City Clerk ;;~ ~7 ,~. City of Iowa City -~ -=~ ~::~ r '~ _ ~ ~,~ ~-- City Hall r 410 E. Washington St. ~~~ ~ °~ "1"I Iowa City, IA 52240 ~<~m ~ C~ The undersigned bidder submits herewith bid security in the ~rY~ioun't`' of $ , in accordance with the terms set forth in the "Project Spe~ificatiojr~." 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 sef 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 1 CL 10 Excavation CY 12,000 $ $ 2 Silt Fence, Installation LF 2,500 3 Mobilization LS 1 TOTAL EXTENDED AMOUNT = $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. FP-1 The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: M ~ Y N O ~ - ~~-~qq ..~ t ~ t~ - . (.~.~ ~p .Ya ;- ~.~ `_.J ,~ N , - U ...+~. 1 { ~jie. ~.~ 7 .ati 1~ S ..y U :T O~"~ ~:~ 0 '~ h~ FP-2 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. 3 ~ ~, ~ -~ NOW, THEREFORE, :sy ~ c~ r-; -< ,,,~ ~-- (a) If said Bid shall be rejected, or in the alternate, =--~ r? °' (b) If said Bid shall be accepted and the Principal shall execute and deliv~~ cor~act ~~ , in the form specified, and the Principal shall then furnish a bond for tllg principal s faithful performance of said Project, and for the payment of all person~''perfor~ng labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A. D. , 20_. (Seal) Witness Principal gy (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of N ~ ~ 2001, Iowa Department of Transportation, as amended; - a ~O ui _ c. Plans; „o ~~ t- ...9 c~ ;,. t_y d. Specifications and Supplementary Conditions; l.l.. ~ "~ ~- `'' v ~ e. Notice to Bidders; ~~ ~:~ - f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 C By Mayor ATTEST: City Clerk Contractor By (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office ,, CJ :: :y~ ~a ,, - , iv _,., ~ ~., -- _~~ ~,rt ...~, _~ AG-2 ~ n ~.. w ~ ~ 0 3..''~ PERFORMANCE AND PAYMENT BOND (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 as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ,entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by ,which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion 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: N 1x. o 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- V"" ~ U ~ 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 one (1) year(s) from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: Witness Witness ~, ~_~ ,, ~, ;~3 ~^ (Principal) - 'r ,~ (Title) ~ (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 Contract ,~ Q 3 Y N O ~_ ~ ~ lU ` ` L~•~ ..p ~~ !- N ;.- C.5 u- ~`~~ U r ~:;, O N Compliance Program CITY OFIOWA CITY +~-s~% 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. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. rj _, ~, ? r - ~_ ~ ~J m"' _ ~ r- e 11 rn - ~ °'~ / ~ ~ .. ~ iv Y 0 CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sec..) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number 5. The undersigned agrees to display, in federal and state law for the duration ~obtain~g the necessary posters. v~ z ~" ~ O W ..~ >- ,,,,,,~ r- ;;. c.~ ~- :~ ~ ~.., o Address conspicuous places at the work site, all posters required by of the contract. NOTE: The City can provide assistance in 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 _ c~ . _., •~ r~ =' - ;~~ !~ N ` +_ ~_ ~ ~ ~ 3 ~ ~ ~v D ~,n 0 CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. fig,) .Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job ~~tated. Train your interviewers on discrimination laws. Biased and subjective judgments in personal ~''- qtr tfyrviews can be a major source of discrimination. (~ ~~1~rove hiring and selection procedures and use non-biased promotion, transfer and training ~ ~pltcies to increase and/or improve the diversity of your workforce representation. Companies .~ tv r,-raft make sure procedures for selecting candidates for promotion, transfer and training are --- ~ l~s§d upon a fair assessment of an employee's ability and work record. Furthermore, all ~- _~r deri~anies should post and otherwise publicize all job promotional opportunities and encourage all c~alified employees to bid on them. r-= CC-4 ~~:r®~1 ~.~c~_ ~O C~t~ 0~~ ~~ ~` 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. _., _, --~ =~' =; ~ ~ _ ~ ~_ ~"y , _ i 7"1 ~~ ~ 1~J D ~ CC-5 2-3-1 CHAPTER3 DISCRIMINATORY PRACTICES B. t~ c_~ ~~ -.o ..~ N r ~y :~ SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Iniim(datlon 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- ~plCicant yr member. ~~ C~ O G.~ _~ ~- -~ ~c.~ ~_._ ~~ (,J ~: Iowa City O 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al oirigin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancyand childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for 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- 897 CC-6 2-3-1 F 897 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) Iowa City CC-7 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elder{y. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, 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 narrow~y. (Ord. 94-3647, 11-8-1994) ~ -. ~ r,' ~ ~_ ~~ N O~ ~ ~ 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. M ~ d ~ ~ N_ ~ ~ ,. nom. u~ ...., :~= ~ ,~ c~ N ^_ ~.) ~LSii.+~ Can :~ ~' +CR. U c. ~.:~ O - GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION ,_, t~ =f .:~ S-1 Definitions '=-' '~' ~~ S-2 Limitations of Operations _, r' ~ n7 S-3 Insurance ~ ' ~ S-4 Supervision and Superintendence ~ + ? S-5 Concerning Subcontractors, Suppliers and Others ~ ~.n S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. R-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 c~npany and agent must accompany the certificate. The liability limits required h' ~~eunder must apply to this Project only. ~ ts~ ~. ~'~e Contractor shall notify the City in writing at least thirty (30) calendar days prior to ~ cv ;.~~1 change or cancellation of said policy or policies. c~^ f~- 'c3. ~ncellation or modification of said policy or policies shall be considered just cause for -~, ~~ tl~ City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage"' Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggreqate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. ''Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. R-2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare ~ default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion.,gither suspend Contractor's operations or activities under this Contract, or ~rmin~t~ this Contract, and withhold payment for work performed on the Contract. ~: ~ r~ -- ~`i ~~ ~ C. HOLD HARMLESS `' ~' -'~ a'~`~,, ~'~ 1. The Contractor shall indemnify, defend and hold harmless the City of lovi[a ~ity ~ its o- ~~ v ~ ~ R-3 officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging ,f''r, k~Cdily 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 ~ rself or by any Subcontractor or by anyone directly or indirectly employed by either of °' _ haem. Ll.R c ~ .- ~ -~ ~. ~ntractor is not, and shall not be deemed to be, an agent or employee of the City of L~.~ ~' va City, Iowa. p S-4 ~klPERVISION 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 and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: R-4 To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. 8/08 data on citynUEnglMasterSpecs/frontend.doc ~) ~~7 r . . ~ sew 4 ~~ ~ - i1 rr 3 ~ ,~ iJ D ~'+ R-5 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: Complete Class 10 Excavation at City Park. 2. Haul excess material to Mesquaki Park. 3. Install and maintain Silt Fence. 4. Keep the Storm Water Pollution Prevention Plan current. 8/08 shared\eng in eer\specs-i i\O 1010 1!'1 Q ' ~=" ~ O r~i uJ ' a •. ...... ~~ Li.. =~: i~°- ,~,, u ~- >~ . ~ - r~. 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. x.02 STANDARD OFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE _ ~ .;~ O r; ~_~ - - rv - ;:~) O~ ~.~ r- YAKl 3 - 1~.X~l.U 11V1r r~ ~ 3.O1 PROCEDURE: ~ ~ ~J "~'1 m i~ '~..~ D ~n A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill Q material, and all such work as may be required to make the grading work complete with a N ms's uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. ~ `~ The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and ~a -`" ~ parking tickets. The Contractor must figure these costs into their bid prices. The City will h- .~.,' U `' not waive parking fees or fines. Permits paid for by the Contractor will be issued only for C~'-' p construction vehicles, not personal vehicles. ~'~ c" 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. 01025-2 B. BID ITEM DESCRIPTIONS Class 10 Excavation CY The estimated quantities are: 12,000 cubic yards cut. The unit price for this item will be paid based on the number of cubic yards of material excavated. This number will be calculated by load count or final survey after the work is complete. Included with this item is all work required to bring the roadway to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris. Also included is cutting, loading, hauling and disposal of unsuitable material, including chip seal, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. Some material will be disposed of within City Park. The majority of the material shall be hauled to Mesquaki Park. There will be no payment for overhaul. 2. Silt Fence LF The unit price for silt fence will be paid based on the number of linear feet installed at locations indicated on the plans or as directed by the Engineer and includes installation, maintenance and removal upon establishment of ground cover. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. This item also includes keeping the Storm Water Pollution Prevention Plan current. Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense. 3. Mobilization LS Mobilization shall consist of 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. Partial payments shall be made as per Section 2533 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, as specified. Final payment will be made upon completion of all work on the project required by the contract, full payment will be made for this contract item, including any amount not paid as a partial payment. 8/08 shared\engineer\spec s-i i\01025, doc _ O ~ ~~ ~ ~ .~ `:~ ` '1 _~ ~ ~ +v D ~n 01025-3 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL I.OI SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. 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: cv w, Q q ~ Work will be limited to 21 working days. Saturdays will not be counted as working days. ~ - ~C~ The specified start date is October 6, 2008. Liquidated damages of $100 per day will be c~ u~ ~ - charged on work beyond 21 working days. _r ~- ~p r ~ f__ ~ ~``' B>- c.) No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval ~ ~' ~- 4;, of the Engineer, with the exception of saw cutting freshly poured concrete. =c: U C":' ~~ C. U Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- 01310-1 phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. The Contractor is responsible for contacting Iowa One Call to coordinate the utility locating. 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. 8/08 shared\e ng i neer\spe cs-i i\013 10. doc _ `. ~ ".-J ~:'! `:p - ..~ . ; .~..~ G"7 ~_ eac~ -.~.~ ("} -..` ~'-' ty~ Ig~ B1~ ~: ~~ N D v>I 01310-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMAR Y.• A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 -EXECUTION N v1 ~ 3.01 r,. TTIQUES: ~O ~ A. ~ ~_ Except as amended in this document, the work in this section will conform with the N c) ~- following divisions and sections of the IDOT Standard Specifications: ~+.. ~ i-- ~ Division 21. Earthwork, Subgrades and Subbases. ~,:::~ ~ Q All sections ~:: r~ Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 . ,. landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. Excavate trenches with vertical sides between elevation of center of pipe and ,..,, elevation 1 foot above top of pipe. ~~ ,Y Refer to plans for allowable trench widths within types, sizes and classes of pipe. D. Trench Excavation in Fill ~~ ~7 the pipe envelttpe_;for ious~t ~~~ a $~ _.~ r tii ~ ~~ N ~ V'1 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured ~ Q portions by use of a chainsaw or Toppers for branches, or an ax when working with cv ~ ? roots. Do not leave frayed, crushed, or torn edges on any roots 1 " or larger in -- ~ ~ O diameter or on any branches. Frayed edges shall be trimmed with a utility knife. o .- ~1 -' '" Do not use tree paint or wound dressing. If conflicts with large roots and branches ~ t,~ t•~ are anticipated, notify the Engineer. ,:~- t,; (~ `~ p.~" ~~" 3. No construction materials and/or equipment are to be stored, piled, or parked U p within the trees' drip line. C~~; f~~ 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1-inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Speciftcation Section 2102.02. _ ~-.a ~J B. Explosives shall not be used for rock excavation. °`= ;'~ ~. ~- t `~ c,~ ~. ~-- iii rl i ~ T~ N .D lJ7 02220-4 3.06 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. c~ sn ice, Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. ~, ~'' -: E: ~,., 2. Material and Compaction B a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. L.~~., ...~ L1.. Q ~~ ~U ua ~ .. -._ ~„~ r-_ ,,~ U ~.: C~ C. - b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within I2 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCA [~ATION.• A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 11 /00 shared\e ngineer\specs-i i\02220. doc 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART1-GENERAL 1.01 SUMMARY.• A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITYASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the 1DOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART 2 -PRODUCTS 2.01 MATERL4LS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: ,_., Division 41. Construction Materials. ~ ~ ~,. Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. ;: ~ ~"~ ~ ~~°' Section 4196. Engineering Fabrics. :+ ~~> _ °~ ~ "~ -` r _ 1'.1 ..o ~ O '~ N 7~ .. a ~ 02270-1 PART 3 -EXECUTION 3.OI TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC-5 Wood Excelsior Mat RC-16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement 1. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper ~~ aC placement in the designated area. c~+ ~C ~ ~ CY ~ 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless a- ~ ~_ ~ ~ otherwise specified on the plans or by the manufacturer), and secured against the ~o U ~_~ ° N underlying foundation material. Securing pins, approved and provided by the ~ %- ~-' ~~ f- ~ geotextile manufacturer, shall be placed along the edge of the panel or roll material LL ;,¢ U l to adequately hold it in place during installation. Pins will be steel or fiberglass ~; p formed as a "U", "L", or "T" shape or contain "ears" to prevent total penetration. i~~ - Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed 02270-2 as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 11 /00 shared\engineer\specs-ii\02270. doc Q ...~ e..~ ~~ _ . .._~ L...., ~ .mss ~ S ~~ . ~., •~ {~ N y <.n 02270-3 SECTION 02900 LANDSCAPING PART 1 -GENERAL 1.01 SUMMARY.• A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. I.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIi~ERY, STORAGE AND HANDLING: ~ A. Protect all plantings in transit to site to prevent wind burning of foliage. u^, Q c~:a ~! ~ Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ~ ~ - ground and protect with soil, wet peat moss or other acceptable material, and water as ~g °" ui `- required by weather conditions. „o c.~ 4- r..~ c., ,~. c, -- `ry C~,_ Keep container grown trees and shrubs, which cannot be planted immediately, moist by =c U ::W. adequate watering. Water before planting. ~ O ~..~ 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well-formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: l . Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: Minimum Mix Proportion by Weight Lbs./ Acre Lbs./ 1,000 sq.ft. URBAN MIX* Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX* '~~' Kentucky 31 Fescue 54% 25 X57 Switchgrass (Black Well) 17% 8 ~" ~ ' ~=' '-~°~ Alfalfa (Northern Grown) 11% 5 U .1~ ~ `'' N ~ Birdsfoot Trefoil (Empire) 9% 4 I3(~ p ., _ 1 Alsike Clover 9% 4 ~ ~~t *A commercial mix may be used upon approval of the Eng ineer if it contains a O T N high percentage of similar grasses. % ~n 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 02900-2 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 15% Phosphorus - I S% Potash - 15% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 -EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: Trees: Spring -March 30 through May 15 Fall -Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: 1. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. ~ Q 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or r`v ~ ~ container and sufficiently deep to allow for a minimum of 6 inches of planting soil a w -- mixture below root ball. ~ ~' °~, 3. Do not use auger to excavate planting pits. .~ - ~ ~:. ~_ ,., .:.: F. v !~ Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at ~' O elevation where to of root ball is one inch lower than surroundin finished rade after c'~~ - p g g settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. r J -. ~ ;r~, 3.03 SEED, FERTILIZE, LIME AND MULCH: ~ ~ ;.~ . ~.i ;a -; c-~ ~.~.+ A. Apply lime by mechanical means at rate of 3,000 pounds per acre. _ -:; N ~ "' B. Apply fertilizer at rate of 450 pounds per acre. _.; r-r-+ ..yr `1 ...Y C. Seed Areas: ~ 1. Remove weeds or replace loam and reestablish finish grades if `~y\delay~, in seeding lawn areas allow weeds to grow on surface or loam is washed out prirsf to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/4-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro-seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September I5, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/z tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler-type or dual-wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. 02900-4 C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G• Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October I5, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period. 3.05 MAINTENANCE -ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/z inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C D E ra to ~C `~' ~ r3 11~D w E ~ shared\engin ~ '-. eer~`'P'~~-n102900.doc p ~? ~ ~' ~.r ~:~ Q l 'y+ Reset settled trees and shrubs to proper grade and position, and remove dead material. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900-5 '~-~ N ~~~ F9 ~\ ~ ~~ ~ ~ 0 ~ . 9 ,. o~, ;\ ~~ ~1 /~ MOVE 12,000 ~ BIC YARDS ~ TERIAL FROM ~ IS AREA ~ II 1 ~ a ' ~ tl ~ 1.'°~ _© ~ ~'y . ~' N ~~ ~/. ~• •, ^ ~ ~ ~ PARK ROAD YY ~ ~ ~ REMOVAL OF FLOOD-RELATED SAND DESIGN: N/A SCALE: 1"=200' ~ r AND DEBRIS DRAWN: BSM FILE #: ENGINEERING DIVISION FROM CITY PARK DATE: AUG 2008 SHEET: P1 ~~~~' 3e 1 Prepared by: Terry Trueblood, Director of Parks and Recreation, 220 S. Gilbert St., Iowa City, IA 52240, (319)356-5110 RESOLUTION NO. OS-251 RESOLUTION SETTING A PUBLIC HEARING FOR SEPTEMBER 9, 2008 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK, 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: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the above-mentioned project is to be held on the 9th day of September, 2008, 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 26th day of ATTEST: ~,~~,~,,~ ~ • ti~ CITY ERK 20 08 ~e~,,~ ~%~'/~~r City Attorney's Office Resolution No. 08-251 Page 2 It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: ~- x X NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpd ata/glossary/resolution-ic. doc NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK 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 Removal of Flood- Related Sand and Debris From City Park in said city at 7:00 p.m. on the 9~' day of September, 2008, 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 Printer's Fee $_~~_ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, 55: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~~JJ-~- e ~ ~ ~ C.~ h e r 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): Legal Clerk Subscribed and sworn to before me this- ~ day of A.D.20 Ci ~_ otary Public o~P«ts LINDA KR0T2 r ~'~pr~ Commission Number 73261 My Commission Expires January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFI- CATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK 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 Removal of Flood-Related Sand and Debris From City Park in said city at 7:00 p.m. on the 9th day of September, 2008, 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 con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coumcil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 66606 September 3, 2008 / / i Prepared by: Terry Trueblood, Director of Parks and Recreation, 220 S. Gilbert St., Iowa City, IA 52240 (319) 356-5110 RESOLUTION NO. 08-275 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE REMOVAL OF FLOOD- RELATED SAND AND DEBRIS FROM CITY PARK, ESTABLISHING AMOUNT OF BID SECURITY, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the City. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 23rd day of September, 2008. At that time, the bids will be opened and announced 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 regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 23rd day of September, 2008, or at a special meeting called for that purpose. Passed and approved this 9th day of ATTEST: / CITY ERK 2008. Ap roved by V City Attorney's Office ~~3/v~- ParksreGres/approvespecs debris.doc Resolution No. Page 2 08-275 It was moved by Hayek and seconded by .Correia the Resolution be adopted, and upon roll call there were: AYES: x x X X x x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/glossary/resolution-ic.doc NOTICE TO BIDDERS REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 23rd day of September, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of September, 2008, or at special meeting called for that purpose. The Project will involve the following: 12,000 CY of CL 10 Excavation, 2,500 LF of Silt Fence and 1 LS for Construction Erosion Control. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's 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 two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of~the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by-the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the AF-1 operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: 21 Specified Start Date: October 6, 2008 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at 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 subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 PUBLIC NOTICE OF STORM WATER DISCHARGE The City of Iowa City plans to submit a Notice of Intent to the Iowa Department of Natural Resources to be covered under the NPDES General Permit No. 2 "Storm Water Discharge Associated with Industrial Activity for Construction Activities." The storm water discharge will be from sand and debris removal from City Park located in the SW1/4, Section 3, Township 79 North, Range 6 West. Storm water will be discharged from 1 point source and will be discharged to the following streams: Iowa River. Comments may be submitted to the Storm Water Discharge Coordinator, Iowa Department of Natural Resources, Environmental Protection Division, 502 E. 9th Street, Des Moines, IA 50319-0034. The public may review the Notice of Intent from 8 a.m. to 4:30 p.m., Monday through Friday, at the above address after it has been received by the department. ADDENDUM NO. 1 September 18, 2008 REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK 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 1. Section 1025, Section B, Item 1: Class 10 Excavation Add the following: The contractor shall spread the material at the Mesquaki Park site. The Mesquaki Park site can be found on the enclosed map. 2. Section 1025, Section B, Item 2: Silt Fence STORM WATER POLLUTION PREVENTION PLAN The enclosed Storm Water Pollution Prevention Plan (SWPPP) shall be maintained by the Contractor per Section 1025 bid item description for Silt Fence. BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 1 ON THE FORM OF PROPOSAL. SIGNED: DATE: ~;~~~ ~~ 9 r ~ ~zoa8 Ronald R. Knoche, P.E. _ © ...> -; 7 _i m ~~ ~a1 ~ rti o !~ ~V D w W Addendum No.1 September 18, 2008 Page 1 of 1 ,~ ` CITY ~ O PARK O~ j~ j ~ ~ _ a~ ~' ~ -»- ~~ ~ ~, ~ ~~ '.~ u _ ~~ ~ ~ PARK RD __ ~, .. _ ~'~~% ~ ~ ~ - f, i -- -- ,, --- --- MARKET ST' :;; ,~ ~~ %, , ~ r,: t-~.i > ~- ~ Q ~ ~, \ ~ I ~ ~ +, ~a. i` ~ - ~ ~~,~ BURLINGTON "d ~~ ~' a - - ~ ;' ti F- ~ ~' - ~ w BENTON ST ~6`\'' ``~' ~ ; __~_ ~ ; ~ ~~ i ,; i ~ -~~,`, ', KIRKWOOD AVE ~ m ' ' ~. U ~l ~ J C9~ W ~i ~~ '~ ~~ ~~ % /~ - ~~ 4 ( ~f O .~/ `o- ~\ -~- ~~ ~~ ~ N ~ ~ f° v _ ~ ~~~ ~ ~ ~ ~ ~~ ~ ~. o o ~ i II ~~ 3 i I ``V / j ~ ~, ~. ~_ ~ ~~ ~~~ ~ Q w~ ~ ~~-,~ U ~ ~ '' )- - J i i ° ,9Ao,,,;~,,,,~ ~'~`~ M E S O U A K I E Z ~ ~ ~ °~:;~, i~ -~ ~ ~ l PARK - ~ .;; A; Z `~ ~~~ ~ ~ Park Location Map i< ENGINEERING DIVISION Storm Water Pollution Prevention Plan for Removal of Flood-Related Sand and Debris From City Park All contractors/subcontractors shall conduct their operations in a manner that minimizes erosion and prevents sediments from leaving the highway right-of-way. The prime contractor shall be responsible for compliance and implementation of the Storm Water Pollution Prevention Plan (SWPPP) for their entire contract. This responsibility shall be further shared with subcontractors whose work is a source of potential pollution as defined in this SWPPP. SITE DESCRIPTION This Storm Water Pollution Prevention Plan (SWPPP) is for the construction of the flood-related sand and debris removal from City Park in Iowa City, Iowa. This SWPPP covers approximately 22 acres with an estimated 12 acres being disturbed. The portion of the SWPPP covered by this contract has 12 acres disturbed. The SWPPP is located in an area of two soil associations: Sattre and Perks. The estimated average NRCS runoff curve number for this SWPPP after completion will be 49. Refer to the project plans for locations of typical slopes, ditch grades, and major structural and non- structural controls. A copy of this plan will be on file at the project engineer's office. Runoff from this work will flow into the Iowa River. POTENTIAL SOURCES OF POLLUTION: Site sources of pollution generated as a result of this work relate to silts and sediment which may be transported as a result of a storm event. However, this SWPPP provides conveyance for other (non- project related) operations. These other operations have storm water runoff, the regulation of which is beyond the control of this SWPPP. Potentially this runoff can contain various pollutants related to site- specific land uses. Examples are: Rural Agricultural Activities: Runoff from agricultural land use can potentially contain chemicals including herbicide pesticf3~s, ~a fungicides and fertilizers. ;~ ~-; ~,., -~''-'c, ~~ 3 Commercial and Industrial Activities: ~.~ -ti .~ Runoff from commercial and industrial land use may contain constituents associated wttFl.-thhe s~cific operation. Such operations are subject to potential leaks and spills which could be cor~mrngled with rlih~ off from the facility. Pollutants associated with commercial and industrial activities are.lx~'ead~ available since they are typically proprietary. ©~ rv z D w 2. CONTROLS ~"~ At locations where runoff can move offsite, silt fence shall be placed along the perimeter of the areas to be disturbed prior to beginning grading, excavation or clearing and grubbing operations. Vegetation in areas not needed for construction shall be preserved. As areas reach their final grade, additional silt fences, silt basins, intercepting ditches, sod flumes, letdowns, bridge end drains, and earth dikes shall be installed as specified in the plans and/or as required by the project engineer. This will include using silt fence as ditch checks and to protect intakes. Temporary stabilizing seeding shall be completed as the disturbed areas are constructed. If construction activity is not planned to occur in a disturbed area for at least 21 days, the area shall be stabilized by temporary seeding or mulching within 14 days. Other stabilizing methods shall be used outside the seeding time period. This work shall be done in accordance with Section 2602 of the Standard Specifications. If the work involved is not applicable to any contract items, the work shall be paid for according to Article 1109.03 paragraph B. Page 1 of 2 As the work progresses, additional erosion control items may be required as determined by the engineer after field investigation. These may be items such as sediment traps, level spreaders and other appropriate measures shall be installed by contractor, as directed by the engineer. The contractor will complete the construction with the establishment of permanent perennial vegetation of all disturbed areas. 4. OTHER CONTROLS Contractor disposal of unused construction materials and construction material wastes shall comply with applicable state and local waste disposal, sanitary sewer, or septic system regulations. In the event of a conflict with other governmental laws, rules and regulations, the more restrictive laws, rules or regulations shall apply. APPROVED STATE OR LOCAL PLANS: During the course of this construction, it is possible that situations will arise where unknown materials will be encountered. When such situations are encountered, they will be handled according to all federal, state, and local regulations in effect at the time. MAINTENANCE The contractor is required to maintain all temporary erosion control measures in proper working order, including cleaning, repairing, or replacing them throughout the contract period. Cleaning of silt control devices shall begin when the features have lost 50% of their capacity. 5. INSPECTIONS Inspections shall be made jointly by the contractor and the contracting authority every seven calendar days and after each rain event that is one half inch or greater. The contractor shall immediately begin corrective action on all deficiencies found. The findings of this inspection shall be recorded in the project diary. This SWPPP may be revised based on the findings of the inspection. The contractor shall implement all revisions. All corrective actions shall be completed within 3 calendar days of the inspection. 6. NON-STORM DISCHARGES This includes subsurface drains (i.e. longitudinal and standard subdrains), slope drains and bridge end drains. The velocity of the discharge from these features may be controlled by the use of patio blocks, Class A stone or erosion stone. O '~ .1,` n '-0 `~' n~ .`C rte- 47 ** O~ ~ ~ , / a~ N w fi Page 2 of 2 Printer's Fee $_~,y 3 X15 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~~ v- ~- ~e.,v~~2 ~'1 ~- ~-E1 e r- ~ai>, 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): ~ ~ ~C~U~~ Legal Clerk Subscribed and sworn to before me this j~ day of A.D.20 ~~ Public ~ai~t~ UNOA KROTZ ;~ ~ Commission Number 73261 ~' My Commission Expires ~• Janua 27,2011 OFFICIAL PUBLICATION NOTICE TO BIDDERS REMOVAL OF FLOOD-RELATED SAND ANDDEBRIS FROM CITY PARK Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 23rd day of September, 2008. Sealed proposals will 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 received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23rd day of September, 2008, or at special meeting called for that purpose. The Project will involve the follow- ing: 12,000 CY of CL 10 Excavation, 2,500 LF of Silt Fence and 1 LS for Construction Erosion Control. All work is to be done in strict com- pliance with the plans and specifica- tions prepared by the Iowa City Engineer's 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 satisfac- tory 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 can- vass and tabulation of bids is com- pleted and reported to the City Council. The successful bidder; will be required to furnish a bond in an` amount.equal to one hu~tdred per- cent (100%) of the contract price, said bond to be.ssuedby.4 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 dam- ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council The following limitations shall apply to this Project: Working Days: 21 Specified Start Date: October 6, 2008 Liquidated Damages: $100.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the Ciry 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 wofk and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced wthin the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent bidder preference law applies to this Project. ' The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 66624 September 15, 2008 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5138 RESOLUTION NO. os-~~2 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE REMOVAL OF FLOOD-RELATED SAND AND DEBRIS FROM CITY PARK. WHEREAS, DeLong Construction Inc. of Washington, Iowa, has submitted the lowest responsible bid of $99,000.00 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 DeLong Construction, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Parks and Recreation Director is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 23rd day of ATTEST: 9'~- CITY LERK amhar 20 08 ~~~'~ ~~L~n r~~'~- City Attorney's Office y~a~~o~ It was moved by Champion and seconded by O'Donnell the Resolution be adopted, and upon roll call there were: AYES: x x x X ~- x ~- NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright PWENG\R ES\sand&debrisremoval.doc STATE OF IOWA Counties of Linn and Johnson PUBLIC NOTICE OF STORM WATER DISCHARGE The City of Jowa City plan;; to submit a Notice of Intent to the Iowa. Department of Nafural`Resources to be covered under the NPDES Ge~ieral Permit 1JO: 2 "Storm Water Discharge Associ- ated-with Industrial ActivilY for Construction Activities." The storm wafer discharge will be from sand and debris removal from City Park located in the SWll4, Section 3, Township 79 ; No;fh, Range 6 West. Storm waterWili be disch'ar9edfrom 1 i pdinf source and will be. discharged to ahe folipwin9 streams: j Iowa River, Comments maybe submitted to the Storm Water Discharge Co- I ortlinator, Iowa Department of Natural Resources, Environ- . . mental Protection Division, 502 E. 9th Street, Des Moines, IA - 50319-0034. The putilic maV review the Notice of Intent from 8 a.m. id 4:30 p.m., Modtlav through Friday, at the above address after it has been received by the department. ss. I, Dave Storey, do state that I am the publisher of THE GAZETTE, a daily newspaper of general circulation in Linn and Johnson Counties, in Iowa. The notice, a printed copy of which is attached, was inserted and published in THE GAZETTE newspaper in the issue(s) of September 24, 2008. The reasonable fee for publishing said notice is $11.50 ~.~~- This instrument was acknowledged by Dave Storey before me on 09/26/08. Notary Public in and fo he State of Iowa ate'"'"` ~ Sandra If. Smith ** Commission Number 753223 '~' My JCou~ 1, 2011~~: Printer's Fee $ I ~i . ~ I CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRE55-CITIZEN FED. ID # 42-0330670 I, ~~f'1-~.n e ~ ~ er ~, 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): c~ ` ~~fi~~ ~.~ rr ~ y ~ ~0 ` ~ Legal Clerk Subscribed and sworn to efore me this ~ `~" day of A.D. 20 O c~5 LINDA KROTZ of y Public ~~}~ ~ o ~ Commission Number 73261 z My Commission Expires or- .;anus 27, 2011 OFFICIAL PUBLICATION PUBLIC NOTICE OF STORM WATER DISCHARGE The City of Iowa Citq plans to sub- mit aNotice of .Intent to the Iowa Department of Natural Resources to be covered under the NPDES General Permit,No. 2 "Storm Water Discharge Associated ' with Industrial Activity_-; for Construction Activities:° The storm water dis- charge will be from sand and debris removal from City Park located in ar'~~, r~`~e G i!VeSt~ S~dl~i~state9 will be discharged from 1 point source and will be discharged to the following streams: Iowa River. -Comments may t>e ubmitted to the Storm Water Discharge Coordinator, Iowa Department of Natural Resources, Environmental Protection Division, 502 E. 9th Street, Des Moines, IA 50319-0034. The public may review the Notice c Intent from 8 a.m. to 4:30 p.m. Monday through Friday, at the above address after ft has heel received by the department. 66746 September 24, 2008 r ENGINEER'S REPORT ~.®~r~ "'-''~ ~ ~ ,~~°~~~ _~.a.__ CITY OF IOWA CITY 410 East Washin;ton Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org November 24, 2008 City Clerk City of Iowa City, Iowa ~'__ Re: Removal of Flood-Related Sand and Debris form City Park - -~- -. --a v, Dear City Clerk: hereby certify that the construction of the Removal of Flood-Related Sand and Debris from City Park has been completed by DeLong Construction, Inc. of Washington, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The final contract price is $81,135.25. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ,~ Ronald R. Knoche, P.E. City Engineer M ~~ a Bond No: S372937 PERFORMANCE AND PAYMENT BOND DeLong Construction, Inc., 1320 N. 8th Avenue, Washington, Iowa 52353 , a5 (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Employers Mutual Casualty Company (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 Ninety Nine Thousand and o0/100 Dollars (~ 99,000.00 )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ,entered into a (date) written Agreement with Owner for Removal of Flood-Related Sand and Debris From City Park Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the City of Iowa Citv ,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 one (1) year(s) from the date of forma! 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 ES A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein., SIGNED AND SEALED THIS DAY OF , 20 os IN THE PRESENCE OF: DeLong Construction, Inc. /-~ (Principal) ~ _ ~ i'~s, f Witness (Titl ~ Employers Mutual Casualty Company (Surety) ~~ ~ - ~~-~ ~ t c ~ ItneSS Stacy Venn, Secretary (Title) Holmes, Murphy & Associates, Inc. (Street) 3001 Westown Parkway, West Des Moines, Iowa 50266-1321 (City, State, Zip) (515)223-6800 (Phone) PB-2 /-EMC Insurance Companies ~~. 7 9 0 0 9 2 P.O. 60x.712 • des ..Moines, IA 50306-0712 CERTfFfCATE OF AUTHORITY tNDIVIDUALATTOANEY-IN--T=ACT KNOW ALL MEN BY THESE PRESENTS, that:- 1. Employers Mutual Casualty Company, an Iowa Corporation 5, Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMG Property 8~`Casualty Company, an Iowa Corporation 3. Union Insurance Company ofi Providence, an Iowa Corporation 7, Hamilton Mutual-insurance Company, an lowa'Corporation 4. Illinois EMCASCO Insurance'Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:' BRIAN M. DEIMERLY;1'IM MCCULLOH, STEPHANIE RIVERS FINNEY, CRAIG E. HANSEN, JAY D. FREIERMUTH,;DIANNE S. RILEY, CLIFFORD W. AUGSPURGER, CINDY BENNETT, ANNE CROWNER, INDIVIDUALLY, DES MOINES, IOWA ..... ......... ......... ::......... its true and lawful attorneyan-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds. undertakings, and other obligatory ihstruments of a similar nature as follows: IN AN AMOUNT N07 EXCEEDING TEN MfLLION DOLLARS ............................................. ......... ........`. .............,.....,($10,000,000.00) and to bind each Company. thereby as fully and to the same extent as if such instruments were signed by he duly authorized officers of each such Company; and all of the acts of said attorney pursuant to the authority herebygiven ate hereby.. ratified and confirmed. The authority hereby granted shall expire APRIL 1, 2011 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This;Power-of-Attorney is made'antl,executed pursuant to and by the authority.: of the following resolution of'the Boards of Directors of aeh of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOI.~ED: The President.and Chief Executive Officer, any Vice President, the Treasurer;and the Secretary of Employers Mutual Casualty Company shall have power and aufhority'to (1) appoinf attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the riature thereof, and (2) to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her. Attorneys-in-fact Shall have power and authority, subfect to<the terms and limitations of the power-of-attomey issued'to hem, to execute and deliver on behalf of the Company; and to attach the seal of the Company thereto, bonds and undertakings, recognizances;: contracts of ihdemnity;and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding .upon the Company. Certification as to-the validity of any.. power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shalt. be fully and in all respects binding upon this Company. The facsimile ar'mechartically reproduced signature of such officer, whether made heretofore or hereafter, .wherever. appearing upon a certified copy of any power-of=attorney of the Company; hall be Valid and binding upon the Company with the same force and affect as though manually affixed;' ' IN WITNESS WHEREOF, -the Companies have cused these presents to be signed for each by their officers as shown,. and the Corporate seals to be hereto affixed this 12TH day of MARCH 2008 ~ n . ~°~ Seals ~ Bruce G. Kelley, hairman J rey S. Birtlsley ,. Soo'"suyg2 e°'~'~E ~;;, ~ ~~ ~` ~'. ,s `of Companies 2, 3, 4, 5 & ;President Assistant Secretary ~~VP Ppppgrf ~~, _ _.~ =coca oa,~ y o , ,owraa4r 9 :_ of Company 1; Vice Chairman and _ _ = 1863 1.953 CEO of Company 7 o SEAL ~ ~d -~ ` ow~,`~ 's~4 ~~~;~, ~~'~~ ';owP~~ ••',,Rq" --,, s~, ~ T~' On this 12TFfdayof MARCH Ap 2p08 before me a ~s ,"~F h ~.~ ~,u ac - - Qo UoPpop ., ~ ;~ e ~ , f . P ~- asp;- Notary Public in and for the State o#iowa, personally appeared Bruce G. Kelley and Jeffrey S. '~ `" Birdsley, who being by me duly sworn, did say that they are, and are known to me to be the SEAL =' SEAL SEAL = Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of • each of The Companies above; :that the seals affixed to this instrument are. the seals of said •' `~~"""' "~ ' °~ " ~ ` +, " ' cor orations; that said instrument`was si ned and sealed on behal# of each of the Com antes •.,, ~ow~ ,.: =w ~hF~ ,.. P 9 P ~~~ ~ ~~ by authority of their respective Boards of Directors; and that the said Bruce G. Keliey and iua~ r Jeffrey S. Birdsley, as such officers: acknowledge the execution of said instrument to be the ~~ NsG voluntary act and deed of each of the Companies. Boa Muruq~ •p92 My Commission Expires September 30, 2009. -' m ~ a h4~3~' _ ~ RUTA KR.UMINS Commission Number 176255 ~ 11M.r.r ~'' L ~FS~URP ~~~ ~" MyGomm. Exp. Scut. 30.-3009 Notary Public in and for the State of Iowa MOINES, CERTIFICATE I, David L. Hixenbaagh Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued ursuant thereto on MARCH 12, 2008 an behalf of Brian M. Deirnerfy; Craig E. ~lansen; Jay. D. reiermut tm c u o tonne .Riley, tephanie fivers Finney, Clifford W. are true and correct and are stilt in full force and effect. Augspurger, Cindy Bennett, Anne Crovrner In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 'day of __ 2008 . ~~~~~r =--W ~ Vice-President ~r~} - 4f 2 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. os-~~8 RESOLUTION ACCEPTING THE WORK FOR THE REMOVAL OF FLOOD- RELATED SAND AND DEBRIS FROM CITY PARK WHEREAS, the Engineering Division has recommended that the work for removal of flood-related sand and debris from City Park, as included in a contract between the City of Iowa City and DeLong Construction, Inc. of Washington, Iowa, dated October 7, 2008, 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 $81,135.25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 2nd day of ATTEST: ~ Cam. ~2r~ CI LERK December ,20 08 M Approved ~~ ~ ~ ~~~ City Attorney's Office rl/i~~ It was moved by Champion and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X x x X ~- x x Bailey Champion Correia Hayek O'Donnell Wilburn Wright Pwe ng/masters/acpt-sand 8~debri s. d oc 11 /08