Loading...
HomeMy WebLinkAbout2008 DURABLE PAVEMENT MARKING/20082008 DURABLE PAVEMENT MARKING/ 2008 -r ~s' lit ~r'c,bf~ f~v<~~~r~-c~~ 7~ /~ 'c~r~i~~Ch ~7-~Ll/~ ~~~ ~-~i L~'::~ ~.~7 c.~ ,ter ~ C~U~~ 7~T~r' L ~ . 1 3 _ Jwv - ~ ~ ~l ~; ~ rti ~ S~ - ~ S c7 5 ems; n ~ 4 rte. ~~; c ~,-2rc r ~ ,-~.q ~n ~ u h e ~7 X60 ~ ~^ ~(a~S/ S~2C,~,C~~ ~~'--~5~ ~c~m v~ Ca,-~-rc~~- 4r~[~ ~=.rr,~e ~ ~S('" ~r' Q C~nS -~-r w c -~- ; ~--. ~- ~ acro ~ ~ t,~v-c~ ~~ ~~u e rr, ~~ Mir' <<,~ r, _q ~~ ~ ~ eL-r ~ r~ C~~Y E rt~ c t1ee..~ ~ ~ t~~ Ste; C~ ~ ~Ccn~$' ~ n ---. ~.Q rCJ ~- , ~=j.Juti- a~ ul~c$o~~,-~'~o-~-, o~~ /90 Ci~'~rDvr~ng, ~~yiS ~aC,-~:CCi~,phSi ~or~-~ D~ c~~r~t'~'~~I' ~~[~ QS-~~tIY~R'(~ Ot CpS~ ~r T''~ OCc7f,s~"ruC~~Bi-~ 0-( ~~ ~'~ev~ '~.t~-t~Rj(•L- t"GU2t'i-revt~ d~Gtv~~~`rld~. I 'rd~l~C'T~ ~'S~b~~S~inC~ ~`MUuv-~~ c"'~ ~,~1 Sect-cY`~'~~l b C~CCOrv~VJL~i~1~,r QCtC'~ ~~C~ ~'~rFC~-~r~Q ~~~ ~\'Qr~ '~~ ~uY~IrS~I (~~IUE'V~'rSPyti.E~-.r Y d~ ~ ~ ~S ~~ -~-~ ~~ , t, cj -~~,~~, e ~~,~( ~ !ac ~ -fie ,~ ,~t- c ~ , w ~`~~ ~ ~~ s , -~ ~ ~ ° ~ ~ ~, C ~t-- ~~-~ ~P rS ~~~rh Cc -~~ ;~ 1~~~~c~e -~~ l3 ~, ~~ ens - ~e - ~ ; c~ acne j~~ra-6l L ~c~.Ue rn.2~~-- 1'Y~ax-K'r n.~ (5 _J~~- o~ +~-esol~~;o~ o g-~1(~ ~~e~-e~~;r~,~ b:c~s rece~u~.c~. opt Tu.~y g/ 0~~0 p -}Or '~'h•Q, a~08 ~JUY'Gt~~~2. ~C~V•2m21Z~ M0.Y''~[Fz~ ~'f~2.~ anc~. 5•e..-~ ; ~9 cc new c~~.-~-k- -~vr ~'e ce., P+- cs-F- .b ~ d.S ~oY' 'f~- ~'•e..b ~ d C~,r~ c~- -~ dook ~~v'o~~l-~ Pc~,~~m~er,.--}- I~r1C.'~ na `Prc2j-e_c_~- tr~ • -t-' -c. ~~ a.G 2 t~ r r•e. ce.i ~~- o -F b , ds ~S ~nc~ -i- , k - ~9 , --n an ~ ( -to ~ ~~ o-~ ~ c~ -t"a f3 ~ d~ Qrs - ~rocr~ o~ 't' ~c.~ 1 i C ~'~~ 0 h, S - \1~n?~ 3~j ~g l~ o-~~c ~ ~'v ~; ~ ~ QY S ~ ~rdo~ v~ ~i.~ b ~: ca-~': trn-s - ~~ l7, D ~ , //- .qu6 - ~ T~eso l~~ o~. o S -~-~9 Q~,rd~,~. Cdr- c~hd asc_~-~,vr:z~ r.~ -~-1.t_ -~o r cons-l-,~k~~-: o--._. o-~ f~4 ao~ ~ ~ kr X61 •e Pa~~,n.~. ~.-E- .. jl~a,r k.; ,.,~ fi ~ e c.-h. ~2`f -n/o v - d ~ ~ i n ~-~ r`S l~`~ ~r' ~ ~ ~~ /"~ ~ -~ ~ /zC ~ YYC-~ f27~ nom-- . a~- .~ " ~ 8 R.~$~ ~~.~`~ tr-- O ~' ~ / Q «~i r~Q ~ u~`~'~ ^tDr ~7't-2 Z'00 g ~ cnY'G~ ~ ! 9' 1 C'tV2M4~7'' ~ ~ IC~Y'~~ nQ ~raJ ~`~I ENGINEER'S ESTIMATE June 3, 2008 City Clerk City of Iowa City, Iowa Re: 2008 Durable Pavement Marking Project Dear City Clerk: The estimate for this project is $120,000. Sincerely, l~ Ronald R. Knoche, P.E. City Engineer -~ r -~ ~~.~~ -•~.a~_ CITY OF IOWA CITY 410 East Washin;ton Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org O ~ ~n a~ ~ ~ ~ n -c ~ _ r ~~ ~ m o~ ~ o ~~ D ~o FILED Zm8 JElN -4 AI~I 8: 19 CITY CLERK 'OWA CITY, IOWA CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2008 DURABLE PAVEMENT MARKING PROJECT IOWA CITY, IOWA JUNE 3, 2008 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Ronald R. Knoche, P.E. City Engineer Iowa Reg. No. 15570 ..~``~~ FESS/0• DATE: o~°~QQ`O °••~rg ''>> ., .•• t ~, .~o.~ '••,~~~ .~~~ •.~- e s ,~ ~~; Rot~ALD ~. ' ~ s ° / EU~ KNC)C~E ;~= ro '.3 '~E'3 c :.~ °, 1557 ° ~' °~ a. s i,~' j-j°Oa °°~ tae'. Y p\JVYA'c f``,' ,l~f~t i}}~; x}.;;}175'11\,t,\ My license renewal date is December 31, 2008. ~~~~ F1LED SPECIFICATIONS TABLE OF CONTENTS 2QI$ ,~N -y ~ $: ~ 9 C I T1P3~Aei~l~ber IOWA CITY, IOWA TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ......................................................................... ................... AF-1 NOTE TO BIDDERS ............................................................................ ................... NB-1 FORM OF PROPOSAL ........................................................................ ................... FP-1 BID BOND ............................................................................................ ................... BB-1 FORM OF AGREEMENT ..................................................................... ................... AG-1 PERFORMANCE AND PAYMENT BOND ........................................... ................... PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ................................ ................... CC-1 GENERAL CONDITIONS ..................................................................... ................... GC-1 SUPPLEMENTARY CONDITIONS ...................................................... ................... SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS .................................................................................... .................... R-1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work ..................................... .................... 01010-1 Section 01025 Measurement and Payment ............................ .................... 01025-1 Section 01310 Progress and Schedules ................................. .................... 01310-1 Section 01570 Traffic Control and Construction Facilities ....... .................... 01570-1 PLANS AND DETAILS .................................................................. .................... P-1 NOTICE TO BIDDERS 2008 DURABLE PAVEMENT MARKING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 8~h day of July, 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 15~' day of July, 2008, or at special meeting called for that purpose. The Project will involve the following: Division 1 210 STA Painted Pavement Markings Durable 48 EA Painted Symbols Durable 10 DAYS Flagger 1 LS Traffic Control 1 LS Mobilization Division 2 279 STA Crosswalks and Stop Bars Durable 88 STA Stop Bars Durable All work is to be done in strict compliance with the plans and specifications prepared by the Office of the Iowa City Engineer, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation 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. O D -f ~ 't'~ C) -C ~ - ~ r , ~ , ~~ .~ rn O~ ~ ~ ~ o0 D ~o AF-1 The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 22, 2008 Specified Completion Date: Sept. 30, 2008 Liquidated Damages: $200.00 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 City, 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 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 _ O ~ ~n D .~ ~ ~ 'Ti n ~' -~ C7 ~ ~ r ~ r rn O~ s. 0 ~ 7C ao D ~o 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 _ N D~ ~ ~ ~ -~ 1 r ~~ ~ m ©~ ~ 0 ~~ D ~o NB-1 FORM OF PROPOSAL 2008 DURABLE PAVEMENT MARKING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION DIVISION 1 1 Painted Pavement Markings, Durable 2 Painted Symbols, Durable 3 Flaggers 4 Traffic Control 5 Mobilization DIVISION 2 1 Crosswalks and Stop Bars, Durable 2 Stop Bars, Durable ESTIMATED UNIT UNIT QUANTITY PRICE STA 210 $ EA 48 DAYS 10 LS 1 LS 1 STA 279 STA 88 EXTENDED AMOUNT o N D .:.~ ~ ~ r.... -~ ~ -r r- ~ m ' ~ s _~ ~4 ~ ~ TOTAL EXTENDED AMOUNT = $. FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: O ~n ~o Address: D'~ ~ ~ 'T7 =~ ~ -G r- .~ r 1'r'f -. • ~ _ O~ ~ ~ Q ~~ Phone: ~ ~o Contact: FP-2 BID BOND as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) 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 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. N The Principal and the Surety hereto execute this bid bond this ~ n d ~y of ~~ ~ ~ A.D., 20_ n ~ ~ "~ -~ ~ .~ r-- :<m t7i ~~ ~eal)0 Witness Principal D By Title) Witness Surety By Attach Power-of-Attorney (Seal) (Attorney-in-fact) 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 2008 Durable Pavement Marking 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 2001, Iowa Department of Transportation, as amended; c. Plans; p e ~n o0 ~ d. Specifications and Supplementary Conditions; ~ ~ ~ "T) e. Notice to Bidders; -a ~ ~,- .~ f" m _m ~ ~ f. Note to Bidders; ~~ D 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 C~ By Mayor 20 Contractor ~ n N 8 °O »~ z ~ n -t ~ ~ n By 'r ~ m O~ ~ ~ ~ Title) ,_ op ,~ _ •o ATTEST: City Clerk ATTEST: (Title) (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner fo2008 Durable Pavement Marking 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 Office of the Iowa City Engineer, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion N of the Project. O ~ A. The Surety hereby waives notice of any alteration or extension of time ~a~e ~ the .n Owner. n ~ ~ ~ ~ t"' B. Whenever Contractor shall be, and is declared by Owner to be, in defa~.l~und~ therf7"1 Agreement, the Owner having performed Owner's obligations thereunder, tl~~ure~may~ promptly remedy the default, or shall promptly: D ~ 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 two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: Witness Witness (Principal) ~ n ~ D~ C'1 -C ~ ~ 1 (Title) ~ ~ .c it _ rn n~ ~ 0 (Surety) D na 0 (Title) (Street) (City, State, Zip) (Phone) PB-2 Contract Compliance Program _ ~ QNq C]O C {~ D~ ~ z ~ n ~ 1 _ r ~ r _ m ~ ~ D ~ 4P a -~ 0 CITY OF IOWA CITY SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men 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. ~n ~ n ~ ~ "T7 _~ ~ .~ r' ~ m t7'i o~ ~ ~~ D N d 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.) 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 se,~c..) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. O b~ z ~ C7 -~ ~ ... -~ ~ .~ r o~ ~ v ~~ D N C~ 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 O ~~ ~ T :~ -~ ~ r ~~ ~ rn ~m ~ ~ ~~ m y N D 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 _ N O (a) Let potential employees know you are an equal opportunity employer. T~~can~be do~ by identifying yourself on all recruitment advertising as "an equal opportunity empl~e+f'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word~if rnoutln recr~4rnent will only perpetuate the current composition of your workforce. Send recruitt solaces tter annually which reaffirms your commitment to equal employment opportunity rand r~ues~heir assistance in helping you reach diverse applicant pools. O ~ (c) Analyze and review your company's recruitment procedures to identify and el~mate ~scriminatory barriers. o (d) Select and train persons involved in the employment process to use objective standards and to ; support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 -~ r -~ :rut ,~ • rrr®~~~ -n.a~ ~O City of ~~ C` Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. ~ ~ ~ Z' - ~ ~ ~ :~ -C _ --1 C7 ~m ~ ~" o %n ~ ~~ ~ D N 0 CC-5 2-3-1 2-3-1 CHAPTER3 DISCRIMINATORY PRACTICES SECTION: ~ C. It shall be unlawful for any employer, employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof. to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment oI membership be- Intlmidatlon cause of age, color, creed, disability, gender identity, marital status, nation- al ow'igin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disablllry insurance or sick applicant for membership, apprentice- leave plan available in connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tem- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- O ~n Iowa City C7 -~ t "C r- m C! ~ ~~ D N O CC-6 2-3-i 2-3-1 spective employee a test far the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, tabor 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 S#ate epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 897 Iowa City CC-7 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment sha(I not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, nations( origin, race, reli- gion, sex or sexual orientation. {Ord. 95-3697, 11-7-1995) 3. The employment of individuals #or work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. {Ord. 94-3647, 11-8-1994) _ 8N OO L D ~t z ~ 1 '~~ r ~~ m o~ ~ O D tv C 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. O ~n D .:.~ ~ ~ C? ~ -~~ m 1 ~ r R1 . o~ v ~~ D ~v O GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes 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. N "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of ~r~spo tion "Standard Specifications for Highway and Bridge Construction," Series k~~i20 as'1'~ amended. n -` ~ -~ ~ .c r' S-2 LIMITATIONS OF OPERATIONS. ~ ~ m o~ v ~~ Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATION N O Except for such work as may be required to properly maintain lights and barricades, no work.. -. will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provision,~vith respect to insurance coverage: O ~ ~n 1. The entire amount of Contractor's liability insurance policy coverage limitsx'id~nti in ~ the policy and on the Certificate of Insurance, must, under the policy, b~ ailak~ to r pay damages for which the insured Contractor becomes liable, or for whic~~e insured rn assumes liability under the indemnity agreement herein contained, ands coverage Q amount shall not be subject to reduction by virtue of investigation or ~~secposts incurred by Contractor's insurer. D o 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 orself-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or SC-2 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 a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or ten~inate ~is Contract, and withhold payment for work performed on the Contract. A n ~ '-1 Z C. HOLD HARMLESS .."~~ ~~j ~ ~.:, :Gr 1. The Contractor shall indemnify, defend and hold harmless the City of to pity a~i its ~ officers, employees, and agents from any and all liability, loss, cost, ag and 0 expense (including reasonable attorney's fees and court costs) resultin rom, ' ising out of, or incurred by reason of any claims, actions, or suits based upon or Bing SC-3 bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD. SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be mitte~to the Project Engineering prior to the start of construction and supplemented a ces throughout the project. This data is being provided for informational purposes o ~d des .~ not relieve the contractor of any obligations for compliance with applicable OSHA aid $fate ,,,,~ laws regarding hazardous chemicals and right-to-know. ~~ ~ f"" s S-7 EMPLOYMENT PRACTICES. p`~ 0 Neither the Contractor nor his/her subcontractors, shall employ any person whos~'physi~l or mental condition is such that his/her employment will endanger the health and safety of il~m- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such SC-4 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. S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. _ O N :: i ~ ~ ~r ~ rn o~ ~ o ~~ D N 0 SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 6/08 _ f d d ,., data on citynUEng/MasterSpecs/ ronten . oc O 8 C `C ~ C.. ~' -"~ ~~ ~ r = r =Cr ~~ ~ rn _ O '~ ~ ~ ~ aD D N 0 R-1 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: Remove existing pavement markings, where necessary. 2. Install durable pavement markings. 3. Provide traffic and pedestrian traffic control during all phases of project. 06/08 O ~n D ~, ~ 'T7 n { t r ~~ .c m o~ ~ g~ D N 0 __- ~,-~ 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY.• A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be pa' n a unit cost basis. In either case, some work may be required for which a sepatt~e pay is not provided. Completion of this work is required. If a separate pay item is ne'~t ~?ovid~d for this work, it is to be considered incidental to the project and no separate pm,~nt ~l be made. ~ ~ r ~~ ~ rn PART 2 -PRODUCTS O ~ ~ ~~ 2.01 NONE D tv PART 3 -EXECUTION ~ - 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work 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 ade excavation, borrow and hauling, placing, forming, drying, watering and corr~~tion fill material, and all such work as may be required to make the grading work cleteth a -n uniform surface free of rock, broken concrete, tree roots, limbs and dt~e~ de ~-is is --~ incidental to this project unless it is listed as an item in the FORM OF PROP6i3~ L. ~ m _rn The Contractor must pay for all parking permit fees, meter hoods, lot andQ,~ fee=s and parking tickets. The Contractor must figure these costs into their bid price C~ will not waive parking fees or fines. Permits paid for by the Contractor will be issued ~' for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS Division 1 Painted Pavement Markings, Durable (STA) The unit price for this item will be paid on the number of stations of painted markings removed as per Iowa DOT Standard Specification 2527 and the number of stations installed based on a 4-inch width. Work includes removal of old markings as applicable, prep work, layout, supply and placement of durable pavement markings and glass beads and protection during cure. See Iowa DOT Materials IM 483.04 Appendix A for approved durable paint. Layout shall be approved by the Engineer. 2. Painted Symbols, Durable (EA) The unit price for this item will be paid on the number of painted symbols removed as per Iowa DOT Standard Specification 2527 and the number of stations installed based on a 4-inch width. Work includes removal of old markings as applicable, prep work, layout, supply and placement of durable pavement markings and glass beads and protection during cure. See Iowa DOT Materials IM 483.04 Appendix A for approved durable paint. Layout shall be approved by the Engineer. Flaggers (DAYS) The Engineer will count the number of days each flagger is used. 4. Traffic Control (LS) The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary barrier rails, sequential flashing arrows, uniformed officers, temporary pavement markings and orange safety fence at road closures. 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, specified. Final payment will be made upon completion of all work on ~~roj required by the contract, full payment will be made for this contract ~te~,~clu~g -n any amount not paid as a partial payment. C7 -~ ~ -~ _~ ~ .~ Division 2 -~ r- m r m o~ ~ ~ 1. Crosswalks and Stop Bars, Durable (STA) ~ ~ ~' N The unit price for this item will be paid on the number of stations of painted markings ~ removed as per Iowa DOT Standard Specification 2527 and the number of stations `" 01025-3 installed based on a 4-inch width. Work includes removal of old markings as applicable, prep work, layout, supply and placement of durable pavement markings and glass beads and protection during cure. See Iowa DOT Materials IM 483.04 Appendix A for approved durable paint. Layout shall be approved by the Engineer. 2. Stop Bars, Durable (STA) The unit price for this item will be paid on the number of stations of painted markings removed as per Iowa DOT Standard Specification 2527 and the number of stations installed based on a 4-inch width. Work includes removal of old markings as applicable, prep work, layout, supply and placement of durable pavement markings and glass beads and protection during cure. See Iowa DOT Materials IlVI 483.04 Appendix A for approved durable paint. Layout shall be approved by the Engineer. 06/08 shared\engi neer\specs-i i\01025. doc ~. "~. '-I n .L ~m ~ ~~ ~ D ~ ... 01025-4 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS ~ None. ~ n ~ ~~ ~ ~ PART 3 -EXECUTION ~ n ~ ~= 3.01 MEETINGS PRIOR TO CONSTR UCTION.• O ~ ~ O ~ 4Q A. APre-Construction meeting will be held prior to beginning work. ~ N 3.02 PROGRESS OF WORK: A. The specified start date is July 22, 2008. The specified completion date is September 30, 2008 Liquidated damages of $200.00 per day will be charged on work beyond the specificed completion date. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- 01310-1 3.03 phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub-drainage, ballast, sub-ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 6/08 shared\engi neer\specs-ii\013 10. doc C) ~ D =~ 4.. ~ 'T1 C7 -~ _- ~ ~ .~ r ~r m ~~ ~ D D N 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS p ~n ~ 2.01 MATERIALS: 7' -~ ~ ~ c~ -c ~ - A. Traffic control devices may be new or used, but must meet the requireme~~of the IDO Standard Specifications. O ~ ~c 0 B. All construction fence shall be new and securely fastened to approved pos~and in 'tilled as directed by the Engineer. - 2.02 EQUIPMENT.• A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 11 /00 sh aread\engi neer\specs-i i\01570. doc _ C) N n D ={ rr z ~ C~ -', ... r ~~ m . m ~ ~ ~ ~ ~4 y -v 01570-2 u a 0 v a ~ ~ Er $ 'S t N ~ c Y E ~ j W K ; O ~ ~F S LL N d M ~ N ~ N N Z O Q H O ~ yOj O r O O O N Z_ 2 ~ z w m m ~ e °v °s °e ~°n m °o ~ i°c, ~ s M ~ ~ ~ ~ ~ o ~ ~ ~ o N a w u a u a ~ a ~ a u a u a o a o a u a v a u v u a u a u a u a o a 0 a o a a = a i u a Q a ti a ~ i d u .. ~ ~ ° ~ " u ¢ ~ ~ ~ g ~ € u a ~ 8 ~ d ,~ d a 6 ~ w c ~S o ~i R 2S u L S r a ° u ~ ~ u ~ u v u m ° ~ `u E ~` q y ~ ~ (~ ~ f.. N _ & o Xi ' ° ° U Y u ~ n u ~ n _ v o o ~ ~ ~ ~ u ~ ~ ° g u u o v > >> ; o v 0 u O ~ ~ CC C ; 0 C C C 0 CC 0 a i Y L C o C o ~ ~ UJ J 88 u Uf U N `u N a a ~ O O ~ f ° ~ ~ ~ 3 3 c i i c m m ~ ~ m f m 4 4 ~ in ~ C ~ z G U ~ y ~ ~ ~ Z N m a ~ " rv ~ D~ C7 -< ~ --~ C7 :Cr .~ o m o~ ~ ~~ D' N ~~~~~v ~i n3~ °C1 c_ ~~L?r~ c_ c u~ U y y O J ~_ j`~ J J ~ N W L a~~ V V u g N~ y Q L o W d'd. o a a a~° w a ~ EE ~ m O Z m W W O N U U~ U Y 5 a Q y Z rvnuimn m m°: ~ ~ ~ ~~ H ~. m H N O ~ _~ r D TABULATION OF PAVEMENT SYMBOLS LOCATION ROAD (DENT. STATION QUANTITY REMARKS Gilbert Street Market Street 3 2 LEFT ARROWS / 1 ONLY Burlin ton Street 12 8 LEFT ARROWS / 4 ONLY Hi hwa 6 18 8 LEFT ARROWS / 6 ONLY / 4 RIGHT ARROWS Bowe Street Governor Street 3 2 LEFT ARROWS / 1 ONLY Dod a Street 12 6 LEFT ARROWS / 4 ONLY / 2 RIGHT ARROWS Total 48 SYMBOLS O ~n D .:~ ~ a "1'1 n ~ t r ~r ~ o~ ~ ~ ~ ~ oa D -~ Crosswalk & Stop Bar Painting 2008 * Westside only 4 620.4 4 1901 19 Drive / Benton Street Ri id 6 _ ,____;_ vers e 3 ~ ~ _ 3 485.1 _ ital Drive / VA Hos id Ri 5 5 _ ~ __ p vers e Riverside Drive / N Riverside Drive ~_ _` 31 _ 3 _ 11 2 ~ frontage ~ 2 1129 ~ ive /Art Buildin id D N Ri 396 204.6 4 2 4 , g e r vers Hawkins Drive /Rocky Shore Drive ~ 2 1129 Melrose Avenue @ Stadium - 1 238 Melrose Avenue /Hawkeye Park Road 4, 1426 _ 11 2 ~ 14 ~ 4T 1 4 745.8 0 495 _ 7 0 5 Melrose Avenue /Dublin Drive 1 238 2 2 _ 165 2 __ Benton Street @ Roosevelt School Benton Street / Greenwood Drive 1 238 1 ~ 238 2 2 2 2 165 165 2 2 Manor Drive /Normandy Drive _' 3 Riverside Drive /Iowa Avenue 0 891 0 9 0 3 4 : 306.9 4 i 646.8 3 6 6 Riverside Drive /Burlington Street __ 1 475 Greenwood Drive @Roosevelt Elementary 1 238 Grand Avenue / Byington Road _ 0 _ 0 238 I 1 Newton Road / Woolf Avenue 5 2 0 2 4 2 4 1 646.8 165. 4 343.2 ___ 82.5 6 2 _ 3 _ _ _ 1 3 ___ Melrose Avenue /Mormon Trek Boulevard 4 _ 1901 19 4 _ 627 _ 6 Melrose Avenue / Calaway Drive 1 _ 238 2 2 ~ 165 2 Melrose Avenue /Camp Cardinal Boulevard 3 1426 14 3 495 5 Mormon Trek Boulevard /Cameron Way 4 1544 15. 4 - 481.8 _5 Wild Prairie Drive @ Irving Weber School 1 297 3 2 204.6 _ 2 Rohret Road @ Irving Weber School 1 356 Emerald Street @ Earnest Horn School 1 ' 297 Highway 1/ Westport (Wal Mart) _ _ 0_ 0 Highway 1 /Miller Avenue _ 0 0 Highway 1% Orchard Street 0 0 - -- _ 0 0 Highway 1 / Hwy 6 /Riverside Drive 4 3 0 0 0 0 2 2 3 4 4 4 3 4 4 4 224.4 204.6 412.5 495 ' 495 1016.4 2 2 4 5 5 10 4 5 5 10 _ Highway 1 /Sunset Street _ _ 0 0 0 4 ' 4 831.6 8 8 Benton Street /Sunset Street 1544 4 ~ 15 4 508.2 5 __ Park Road /Lee Street _ 1 238 _ 2 ' 2 165 2 Riverside Drive / Sturgis Corner Drive 0 0 0 ;1 1 138.6 1 1 Melrose Avenue /Melrose Court 2 475 5 3 323.4 3 Melrose Avenue /South Grand Avenue '2 594 _ 6 1 _ 102.3 1 Mormon Trek Boulevard /Hawkeye Park Road 4 1426 14 " 4 495 I 5 Mormon Trek Boulevard /Prairie Meadow Drive ' 0 0 0 ~ 1 1 82.5 1 1 Melrose Avenue /Kennedy Parkway 2 475 5 1 82.5 1 Highway 1/ Ruppert Road __ Oi _ 0 _ 0 4 4 514.8 5 5 Rider Street /Teeters Court 1 238 _ 2 2 165 2 Oakcrest Avenue /Sunset Street 1 238 2 1 _ 82.5 1 _ Woolf Avenue / Bayard Street /Rider Street___ 3 _713 ' 7 4 - _ 330 3 Woolf Avenue /River Street 1 238 2 1 3 247.5 2 Melrose Avenue Q Boyd Law School _ _ 1 _ _297 3 ' 1 '_ 102.3 1 Grand Avenue /South Grand Avenue n~a~c ono~e) 4' 950 10 1 1 82.5 1 South Grand Avenue @ UI Field House 1 29 7 3 1 102.3 1 Camp Cardinal Boulevard /Deer Creek Road - - 0 __ 0 _ 0 1 1 82.5 1 1 Mormon Trek Boulevard / Benton Street 3 1307 13 3 405.9 4 _ 4 Mormon Trek Boulevard /Rohret Road 901 1 19 3 409.2 _ 4 __ Mormon Trek /Highway 1 . 0 0 ; 4 4 '__ 990 _10 10 Mormon Trek /Westside Drive (North) I 1 297 --- 3 1 92.4 - 1 -- Mormon Trek /Westside Drive (South) 2 _ 594 6 4 481.8 5 River Street /Lee Street 1 238 ' 2 2 165 2 Lexin ton Avenue /River Street 2 475' S 4 330 3 Totals 77 26492 265 139 44 ~ 17437 177 68 aia Taeuianon n D =+ z T1 t7 -C ..~, =+ ~ ~m .~ r o~ ~ ~ ~ cx~ D N Crosswalk 8t Stop Bar Painting 2008 'Downtown only Darian Nagle-Gamm & Justin Jorgensen Clinton Street /Iowa Avenue 0 0 0 ? 2- 2 396 4 4 i` 0 Clinton Street /Washin ton Street 0 0 _~ 3 3 ~ 488.4 5 5 _ _ _ '0 e Street n Street /Colle Cli t 0 _ 0 2 ~ ~ 2~ 396 4 4 g n o ton Street Gilbert Street /Burlin _ ' 0 0 __ 0 _ ~ 4 ~~ 699.6 7 7 _ g Clinton Street /Burlington Street 4 2376 24 ~ _ 4 792 8 Linn_Street /Burlington Street _ Dubuque Street /Jefferson Street Clinton Street /Jefferson St 4 4 ~ '4 ~ 1663 2138 2376 17 21 24 4 3 3 _ 805.2 504.9 594 8 5 6 - -- - -- -- Dubuque Street /Burlington Street 4 2138 21 4 - 673.2 7 Gilbert Street /Jefferson Street ~ 3 , 1426 14 3 ~ 445.5 4 _ _ Linn Street /Jefferson Street 3 1247 12 1 _ _ 135.3 _ 1 Linn Street /College Street ~_ 3 1247 . 12 3 405.9 4 3 Dubuque Street /Washington Street 1604 16 2 336.6 3 Gilbert Street /Washington Street _ _ 4 1188 12 4 369.6 4 Gilbert Street /Iowa Avenue - 3 1426 14 ' 4 594 6 Gilbert Street / Colle a Street 4 , 1901 19 4 594 6 Washington @ Transit Interchange 2 , _ 1069 11 4 726 7 Court Street / 4th Street 1 I 297 3 ' . 2 204.6 2 Washington Street /Van Buren Street -4 j 1901 . 19 4 594 6 Linn Street /Washin ton Street 455.4 5 Totals 54 25661 ~ 256 64 10210 11 102 20 trio i aowauon 0 D~ ~ ~ -~ ~ .~ r :~ ~ ~ m ~ ~ ~ ag ~ N d ~ ~ ~ ~ ~ Q~ O~ ~ ~ ~ ~ -~-- ~ +' d ~ +, ~ ~ ~ ~ O I d X ~ ~ O S Q~ ~-' ~ ~ O d J D D D Y d ~ ~ ~ ~~--+ O ~,-~ d ~ ~ U '-~ ~ O ~ -, ~-- Q~ ~ ~ ~ ~ 8 ~ D~ c ~ o ~~ ~ ~ O `` ~ .~ 1~ ~ ~ r-.. J °~ ~ 0 d ,,,, U "- ~ o `D V",~~r V~ 4e(1) Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5138 RESOLUTION NO. 08-150 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 17, 2008, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 DURABLE PAVEMENT MARKING PRO- JECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 17T" day of June, 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 3rd day of ATTEST: - CIT -CLERK 20~_. pwengVes\pavement mkg set ph.doc Resolution No. 08-150 Page 2 It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: x x X x x X NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright ' ABSTAIN: x wpdata/glossary/resolution-ic.doc NOTICE TO BIDDERS 2008 DURABLE PAVEMENT MARKING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 8th day of July, 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 15th day of July, 2008, or at special meeting called for that purpose. The Project will involve the following: Division 1 210 STA Painted Pavement Markings Durable 48 EA Painted Symbols Durable 10 DAYS Flagger 1 LS Traffic Control 1 LS Mobilization Division 2 279 STA Crosswalks and Stop Bars Durable 88 STA Stop Bars Durable All work is to be done in strict compliance with the plans and specifications prepared by the Office of the Iowa City Engineer, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation 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 Ciry 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 AF-1 a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 22, 2008 Specified Completion Date: Sept. 30, 2008 Liquidated Damages: $200.00 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 City, 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 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 1 ^ 1 ~ -7 Prepared by: Ron Knoche, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 08-190 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 DURABLE PAVEMENT MARKING PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. 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 8th day of July, 2008. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 15th day of July, 2008, or at a special meeting called for that purpose. Passed and approved this 24th day of Ju , 20 O8 MA App oved by ATTEST: /l/~Lc~~/ ~• ~~liL(~ CI CLERK City Attorney's Office ~/~~~~~. wpdata\PW ENG\RES\OSDurablepavement.doc Resolution No. 08-190 Page 2 It was moved by Wright and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x ~- x x x ~- x Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdatalglossary/resolution-ic.doc ADDENDUM NO. 1 July 3, 2008 2008 DURABLE PAVEMENT MARKING PROJECT 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. FORM OF PROPOSAL - FP-1 Replace the Form of Proposal with the enclosed Form of Proposal (blue). The blue copy of the form of proposal shall be used for bidding. 2. PLANS AND DETAILS - P-1 The following locations are deleted from the Westside Only page: Grand Avenue /South Grand Avenue South Grand Avenue @ UI Field House Mormon Trek Boulevard / Benton Street Mormon Trek Boulevard/ Rohret Road Mormon Trek Boulevard/ Highway 1 Mormon Trek Boulevard/ Westside Drive (North) Mormon Trek Boulevard/ Westside Drive (South) BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 1 ON THE FORM OF PROPOSAL. SIGNED: ~~~~ Ronald R. Knoche, P.E. DATE: 713/x8 rJ o0 ~~ 3' -'1 G f..- 11 ,.... -~ ~ r _~ ~ w m ~ m -a ~ 0 ~ ~~ w D N Addendum No.1 April 30, 2008 Page 1 of 1 FORM OF PROPOSAL 2008 DURABLE PAVEMENT MARKING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda ,and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT DIVISION 1 1 Painted Pavement STA 210 $ $ Markings, Durable 2 Painted Symbols, Durable EA 48 3 Flaggers DAYS 10 4 Traffic Control LS 1 5 Mobilization DIVISION 2 1 Crosswalks and Stop Bars, Durable 2 Stop Bars, Durable LS 1 STA 642 STA 78 ~~ ~ -rr- Tl n -~ ~ I--- ~ O '~ D N o~ TOTAL EXTENDED AMOUNT = $ FP-1 Addendum 1 7/3/08 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: o ~ ~ n ~'' --~ ~ 'T1 r-- ,.,, Contact: ~ ~ ~ ~ ~ m ~ (~ ~~ D ~ o~ FP-2 Addendum 1 7/3/08 ~ r REVISED ENGINEER'S ESTIMATE July 3, 2008 City Clerk City of Iowa City, Iowa Re: 2008 Durable Pavement Marking Project Dear City Clerk: ~,:.®~,~ ~ ~~~~~ ~ ,~ .~~~•~ -~c.r._ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org Due too a quantity error, the revised estimate for this project is $177,000. Sincerely, ~~~. l __. Ronald R. Knoche, P.E. City Engineer o ~n D~ ~ ~ n~ ~ r _~ ~ w m ~~ ~ D ~ ~ w D N o~ Printer's Fee $ `~< ~~= CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 ^~a, 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): ~, (.t.. ~ ,? ~ ~ 02 U U tr Legal Clerk Subscribed and sworn to before me this day of A.D. 20~~_. -_.. UNOA KR Y ublic ~'~*~~~ `~ Commission Number 73261 • ~. My c,~ommi~ OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 DURABLE PAVEMENT MARKING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2008 Durable Pavement Marking Project in said city at 7:00 p.m. on the 17th day of June, 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 post- ed by the City Clerk. Said plans, specifications, form of contract antl estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 75826 June 9, 2008 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 DURABLE PAVEMENT MARKING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2008 Durable Pavement Marking Project in said city at 7:00 p.m. on the 17~' day of June, 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 NOTICE TO BIDDERS 2008 DURABLE PAVEMENT MARKING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29~' day of July, 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 11'h day of August, 2008, or at special meeting called for that purpose. The Project will involve the following: Division 1 429 STA Crosswalks and Stop Bars Durable 88 STA Stop Bars Durable 10 DAYS Flagger 1 LS Traffic Control 1 LS Mobilization All work is to be done in strict compliance with the plans and specifications prepared by the Office of the Iowa City Engineer, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation 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 ~'~-~ \ C 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 two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: Oct. 15, 2008 Liquidated Damages: $200.00 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 City, 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 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 ~~.o~ ~a Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 08-216 RESOLUTION REJECTING BIDS RECEIVED ON JULY 8, 2008 FOR THE 2008 DURABLE PAVEMENT MARKING PROJECT, AND SETTING A NEW DATE FOR RECEIPT OF BIDS FOR THE REBIDDING OF THE 2008 DURABLE PAVEMENT MARKING PROJECT, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, bids were received on July 8, 2008 for the 2008 Durable Pavement Marking Project, and the lowest bid exceeded the Engineer's Estimate by $35,000.000, and WHEREAS, the Department of Public Works recommends that the Council reject all bids and set a new date for receipt of bids. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That all bids received on July 8, 2008 for the 2008 Durable Pavement Marking Project, are rejected. 2. 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 of the city. 3. 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 29th day of July, 2008. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 11th day of August, 2008, or at a special meeting called for that purpose. Passed and approved this 15th day of ATTEST: /' CIT LERK pweng\res\OSpavement reject .doc 07/08 ~r ~ City Attorney's Office 7/,a/0~ Resolution No. 08-216 Page 2 It was moved by Correia adopted, and upon roll call there were: AYES: x X x x X x and seconded by Hayek the Resolution be NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright " wpdata/glossarylresolution=~c.doc Printer's Fee $ ~ `~ ~ 3 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRES5-CITIZEN FED. ID # 42-0330670 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~~~ 3~ ~C~D ~ Legal Clerk Subscribed and sworn efore me this ~ day o A.D. 20_• No ry Public ~ LINDA KROTZ ~ ~ Commission Number 73261 • jMy Expires OFFICIAL PUBLICATION NOTICE TO BIDDERS 2008 DURABLE PAVEMENT MARKING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 8th day of July, 2008. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15th day of July, 2008, or at special meeting called for that purpose. The Project will involve the follow- ing: Division 1 210 STA Painted Pavement Markings Durable 48 EA Painted Symbols Durable 10 DAYS Flagger 1 LS Traffic Control 1 LS Mobilization Division 2 279 STA Crosswalks and Stop Bars Durable 88 STA Stop Bars Durable All work is to be done in strict com- pliance with the plans and specifica- tions prepared by the Office of the Iowa City. Engineer, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami-nation in the Office of the City Clerk. Each proposal shall be completed on a form famished 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 it the State of Iowa, in the sum of 10 % ' of the bid. The bid security shall be made payable to the TREASUREF 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 intc a contract within ten (10) calenda days of the City Council's award o the contract and post bond satisfac tory to the City ensuring the faithfu performance of the contract anc maintenance of said Project, i required, pursuant to the provision: of this notice and the other contrac documents. Bid bonds of the loaves two or more bidders may be retained for a period of not tc exceed fifteen (15) calendar days following award of the contract, o until rejection is made. Other bic bonds will be returned after the can vass and tabulation of bids is com pleted and reported to the Cit) Council. The successful bidder will be required to famish a bond in ar amount equal to one hundred per cent (100%) of the contract price said bond to be issued by a respon Bible surety approved by the City and shall guarantee the prompt pay ment of all materials and labor, anc also protect and save harmless the City from all claims and damages o any kind caused directly or indirect ly by the operation of the contract and shall also guarantee the main tenance of the improvement for period of two (2) year(s) from anc after its completion and forma acceptance by the City Council. The following limitations shat apply to this Project: Specified Start Date: July 22, 2008 Specified Completion Date: Sept. 30, 2008 Liquidated Damages: m.,~~ ~~ ..,.. ate„ The plans, specifications and pro posed contract documents may be examined at the office of the Cih Clerk. Copies of said plans anc specifications and form of proposa blanks may be secured at the Office of the Iowa City Engineer, Iowa City Iowa, by bona fide bidders. A $10.00 nonrefundable fee is required for each set of plans anc specifications provided to bidders o other interested persons. The fee shall be in the form of a check made payable to City of Iowa City. Prospective bidders are advisee that the City of Iowa City desires tc employ minority contractors anc subcontractors on City projects. F listing of minority contractors can be obtained from the Iowa Departmen of Economic Development at (515' 242-4721 and the Iowa Departmen of Transportation Contracts Office at (515) 239-1422. Bidders shall list On the Form o Proposal the names of persons firms, companies or other parties with whom the bidder intends tc subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con tract shall submit a list on the Fom of Agreement of the proposed sub contractors, together with quanti ties, unit prices and extended Jolla amounts. By virtue of statutory authority preference must be given to prod acts and provisions grown and coa produced within the State of Iowa and to Iowa domestic labor, to the extent lawfully required under low< Statutes. The Iowa. reciprocal resi dent bidder preference law applies to this Project. The City reserves the right to rejec any or all proposals, and also reserves the right to waive techni calities and irregularities. Published upon order of the Cit) Council of Iowa City, Iowa. MARIAN K. KARR CITY CLERK 75865 June 30,2008 Printer's Fee $ ~O y . q (~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 Bi, being duly sworn, say that I am the legal clerk of the IOWA CITY PRES5-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): r ~j Legal Clerk Subscribed and sworn to before me this ~c~`H'- day o A.D. 20~. Notary Public ~t1p`"~a LINDA KROTZ ;~ Commission Number 73261 ow. My Commission Expires OFFICIAL PUBLICATION NOTICE TO BIDDERS 2008 DURABLE PAVEMENT MARKING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of July, 2008. Sealed proposals will be opened immediately there-after by the City Engineer or designee. Bids sub- Aiitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be retumed 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 11th day of August, 2008, or at special meeting called for that purpose. The: Project will involve the follow- ing: Division 1 429 STA Crosswalks and Stop Bars Durable 88 STA Stop Bars Durable 10 DAYS Flagger 1 LS Traffic Control 1 LS Mobilization All work is to be done in strict com- pliance with the plans and specifi- cations prepared by the Office of the Iowa City Engineer, of Iowa City, Iowa, which have hereto-fore been approved by the City Council, and are on file for public exami- nation 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 pay-able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa Ciry 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 satlsfactory to'the City ensuring the faithful performance of the contract and maintenance of said Project, 'rf 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 fora peri- od of not to exceed fifteen (15) cal- endar days following award of the contract, or until rejection is made. Other bid bonds will be retumed after the canvass and tabulation of bids is completed and reported to the City Council The sucx;essful bidder will be required to .furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, said bond to be issued by a 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 two (2) year(s). from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: Oct. 15, 2008 Liquidated Damages: $200.00 per day The plans, specifications and pro- posed 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 City, Iowa, by bona fide bid- ders. 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 City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and: subcohtractors 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 shaA list on the Form of Proposal the names of persons,. firms, companies or other parties with whom the bidder intends to subcontract. This fist shalt include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tractshall submft a Jilt on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unft prices and extended dollar amounts. By virtue of statutory authority,. preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal 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 65778 July 17, 2008 ~'~°J 13 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5138 RESOLUTION NO. 08-249 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2008 DURABLE PAVEMENT MARKING PROJECT. WHEREAS, DPLM, Inc. of Des Moines, Iowa, has submitted the lowest responsible bid of $164,650.00 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 DPLM, 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 Public Works Director is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 11th day of ATTEST: ~ • 7C~~ CITY LERK 20 O8 Attorney's Office ~~v(ob- It was moved by Wilburn and seconded by Hayek 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\res/OSd u rablepvmt-awrdcon.doc 8/08 ENGINEER'S REPORT November 24, 2008 City Clerk City of Iowa City, Iowa Re: 2008 Durable Pavement Marking Project Dear City Clerk: ~ r -~- ®~r,~ ='~ ~ ~ ,wr®,^~' CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org .; ~_ 4 _, "" ~ .,a ". ~~ . ~ .,, .~„ -s- ~; , :~,~ .~ -o -~ ~~ I hereby certify that the construction of the 2008 Durable Pavement Marking Project has been completed by DPLM, Inc. of Des Moines, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The final contract price is $163,870.00. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, '%~ ~~ Ronald R. Knoche, P.E. City Engineer ~i ~~ q z~ ~~32c~~ PERFORMANCE AND PAYMENT BOND ~QL~ a'~C. , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and VyQ~~i~ J~~-I (~'1`a (insert the lega title of th Sur y) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter uct ~~uo- called the Owner, in the amount of C)YtQ. hLlt~dVed Sl~`~tf ~iy -i hCxa~~i S1cL h yerlf~~dlars ($=(~ (o~(~. (~ - )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 (date) entered into a written Agreement with Owner fo2008 Durable Pavement Marking 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 Office of the Iowa City Engineer, which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, 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 two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS ~,_ DAY OF At~(,g1,tS~ 20~. J IN THE PRESENCE OF: TC ~n Uxa' Witness (Surety) (Title) ~ ~YtQy - fin- L~ ~~~ rJ ~ 22~ S~-. (Street) ~S Nl o l neS F l /~ . ~~~ ~ (City, State, Zip) 515- 2(vlo - 51 ~3 (Phone) PB-2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Wayne L Nyberg, Individually of Des Moines, !A, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 7th day of November, 2006. State of South Dakota 1 Jj ss County of Minnehaha ,,,.~... WESTERN SURETY COMPANY ."svaEry"crys .'at -.-. 3.°.Qi~pP Oqq k~o: _9 ~nF VO ~P[ve ~Wt =>: / e ,"~~M oPµO~~,: ' w.,,,,,,~,,,,,". Paul Bruflat, Senior Vice President On this 7th day of November, 2006, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires f`'`'`'`'`'~`'`'~~'~`'`'`'y~~~`'`'`'S~'~' t J r D. KRELL ' J November 30, 2012 s SEAL NOTARY PUBLIC SEAL i r SOUTH DAKOTA s {15y5a55y5tisySystis5s55ti5ti~ D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimo~ny~wheQreof I have hereunto subscribed my name and affixed the seal of the said corporation this _.~ day of , m5d1SZ• "'v"vat:ry~ WESTERN SURETY COMPANY ~S ...-...-_ C 'y N `OP q~~iy{ ~r \'Sf Ay'~~r~~ s .. ~ .,~4)'N pP~`0 'w.ww~ L. Nelson, Assistant Secretary Form F4280-09-06 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attomey is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attomey, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attomey or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ,°~-~~ _ . 4f 3 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 08-339 RESOLUTION ACCEPTING THE WORK FOR THE 2008 DURABLE PAVEMENT MARKING PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2008 Durable Pavement Marking Project, as included in a contract between the City of Iowa City and DPLM, Inc. of Des Moines, Iowa, dated August 29, 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 $163,870.00. 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 December , 20 08 MA Approved by ATTEST: CIT LERK City Attorney's Office ,~~~/va- It was moved by Champion and seconded by Hayek 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 Pweng/masters/acpt-08durablePave.doc 11 /08