Loading...
HomeMy WebLinkAboutPAVEMENT REPLACEMENT FOR WATERMAIN/2008PAVEMENT REPLACEMENT FOR WATERMAIN/ 2008 ~yQ ~ ~ a _. _~ t I ~Z.l...~ 11`x{? s ~ i ~ `~ ~ ~"., ~.,'~ ~ _1-~ /L_~ -~Z-'r ~ ~c~-f -~ ~--rY~ cz.~. ~~- ~~~~ ~; . -__ ~ ;,~- - /~r~ ;-; U~ ~ ~> ~ i C ~.. ~- (~ I _ ~ : h:.~ t l C.- ~ - GC's ~- ~ 7 ~ _ ~ ~ _ ~}xL- -<c=..U~ _ ~~ ~ ~~5 - `7 ~ , . tee' ~{ (. I y1_~ t: ~ -~~ ~ ~ I ~ L, ~ ~>-~~ r; tic ~- {{~~ ~ _ . ~ ~, ~~~ 1 c< <~ ~ , 5~:~,~ .~ __ bra--v~~ 1~}-.~P~2- 0~.; ~~2So~t.~~',t~. O 3" 95 ~r'oV ~ rtQ ~ i~nS~ .$~~~,~~+t7r.S ~r~r+~, e~ r~-~rG~~ 4 ems', r~~ ~ C~s~' J-~ ~,Q cons ~~~- ~ ~-.. a~ ~/ze ~Oo g 1 QV Q-~~x~ ~ ~2p~Qc~ln-~T ~'~' w~~tr ~~cirt ~ro j 2,~ l .: ~-sr~ l ; s~: r..~ ~„~.r,_-~-- u~ ~ ;~ se.ckv~ ~-~-,~ -~v ~acow~c~R ec~s.~, ~: d 3o-Af'2- o~~ -~~-en ~ ~m ~ ~ t' +- ~~ - 9~f~~r-v a;.V `rz v~ o~ ''i v~~~;~~~~~U,.~ ~~~^ ~cr~~C~~Q ~t ~.c~ ~~ <;~ !3 - /v~,~ - ~ $,: ~u~sviu.-}~o-~ b ~- !~-? ~~.Ja rc~~+rc~ C.Orti~v~ccc.~- c~ncl ~ttt_~+Dv, z.~ -tq ~~c I'~a~~'' ~a s ~ ~r~, ~ -~ C~;~j~ C ~e ~k ~o Q-/~es~ mac. ~~rr- -~ ~O cov~s~~-,r~.~c -~-: ~ !. o'F -~ acav ~ ~ Ver+'lll~ ~ ?c~cerrt~v~~-- ~r ~~-~v rI ca n T rah ~~ 9 'Gve~m-2~ ~~~ci.cevn-ev~~ ~T'or W C~~ f ~ r~+ -'L aD~ ~ E ~r mee ~' s or'i~ ~,cc.-~r n. -~J~e ~.c~Ov'1~, "'~~~r v-+cv-C-~ 3 _ Nrn~- ~$ ~sofu.-~-~ oh o $- 32Z ~.cceP-~-~n~ --~-~ ~orK ~v -~ Zavg ~c~~~r>1~n~ (~~~(r<cerv,-en+- ~!-~v (-c~0.~1-~~ -7,w h ~s"aJ ec-~'- t r. ~._i i ._ ~ ~ , ~1 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 91y5i~4127±,!~:~~ ,~c.~~ _ , ~ '-,r,, 004.' gar ~:~SJ So'S ~y~~! ~~d~ ~ ~ ~~c''~~e~~ae°°°°°°°°°;, ~~p~0 wte DATE: ~ " r^ ~ SIGNED: m ~ ~ ~ , • .,~; ,. ° o ~~ ~~ ""ti. D R. ° 6 Y ~ a q ,~_ ~w . ~ ~:.~i'Y~ 4 ~'~i~ , ~ Ronald R. Knoche, P.E. ``s~•~ ~-./°® °°° •;` City Engineer `~~ ~^°~~'~~~" °`~~° 1.,. '~'C4:' I'fpe5 ~5 V Iowa Reg. No. 15570 r. t, fic. t5: ' My license renewal date is December 31, 2008. CITY 4F IOWA CITY SPECIFICATIONS TABLE OF CONTENTS: r' ~;_'', ,Rage Number ~~~~ .. , 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 DIVISION 2 -SITE WORK Section 02050 Demolitions, Removals and Abandonments ................. ....... 02050-1 Section 02100 Site Preparation ............................................................ ....... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading .................. ....... 02220-1 Section 02510 Hot Mix Asphalt Paving, Bituminous Seal Coat, and Mi lling 02510-1 Section 02520 Portland Cement Concrete Paving ............................... ....... 02520-1 Section 02524 Curb Ramps ................................................................. ....... 02524-1 PLANS ........................................................................................................ ....... P-1 NOTICE TO BIDDERS 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 6th day of May, 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 13th day of May, 2008, or at special meeting called for that purpose. The Project will involve the following: Replacement of 532 SF PCC Pavement, 2,505 SF of HMA Pavement, 3,768 SF of 4" Sidewalk, 368 SF of 6" Sidewalk and Curb Ramp, 112 SF of ADA Truncated Domes, and 1,200 SF of Removals. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the. successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract.price, said bond to ,. ,,; ~' AF-1 be issued by a responsible surety approved by the ,-~ ~ I ~ .. ~ • 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 '~('`~' ~ ;~~~~ n ~ r,~, r, ,. , any kind caused directly or indirectly by the `` ``' ~ '' ~ operation of the contract, and shall also guarantee the maintenance of the improvement for a period ~ ~ _ ' ~ ~ ~ `I`,. of five (5) year(s) from and after its completion I~~~)`~`~'~--~ ~~ ' ~ ~~,` '! ,~~'~~'~.~ ~. and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Dates: Division I: June 20, 2008 Division II: August 8, 2008 Division III: September 12, 2008 Liquidated Damages: $50.00 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 the City of Iowa City. Prospective bidders are advised. that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 NOTE TO BIDDERS 1. 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 NB-1 FORM OF PROPOSAL 2008 PAVEMENT REPLACEMENT FOR WATER MAIN 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 Civic Center 410 E. Washington St. Iowa City, IA 52240 ,. The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and ,and to do all work at the 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 DIV. 1- Koser Ave/Highland Dr: University Heights 1 PCC Pavements SF 532 $ $ 2 HMA Pavements SF 1,035 $ $ 3 4" Sidewalk SF 1,928 $ $ 4 6" Sidewalk/Curb Ramp SF 228 $ $ 5 ADA Detectable Warning SF 56 $ $ Truncated Domes 6 Pavement, Driveways, Sidewalk, Curb and Gutter SF 500 $ $ Removals Subtotal $ FP-1 DIV. 2- Morningside Dr 1 Lowell St 1 HMA Pavements SF 1,270 $ $ 2 4" Sidewalk SF 1,000 $ $ 3 6" Sidewalk/Curb Ramp SF 120 $ $ 4 ADA Detectable Warning Truncated Domes SF 48 $ $ 5 Pavement, Driveways, Sidewalk, Curb and Gutter Removals SF 500 $ $ Subtotal DIV. 3- Roosevelt 1 HMA Pavements SF" 200 $ $ 2 4" Sidewalk SF 840 $ $ 3 6" Sidewalk/Curb Ramp SF 20 $ $ 4 ADA Detectable Warning Truncated Domes SF 8 $ $ 5 Pavement, Driveways, Sidewalk, Curb and Gutter Removals SF 200 $ $ Subtotal Extended Tota I 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: c~ • ~` ~?' . _ _ ;~ a __. ~~. _, .. -, ~ .._ ~ - __ __ 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 F P-2 conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-3 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A. D., 20_ Witness Witness (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans, ` d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 . C~ By Mayor ATTEST: City Clerk Contractor By (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and. Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of ,entered into a (date) . written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by ,which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 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 as 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 five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 20 IN THE PRESENCE OF: DAY OF (Principal) Witness (Title) r ~ ~ (Surety) .. Witness (Title) ~:, C (Phone) (Street) (City, State, Zip) PB-2 Contract Compliance Program CITYOFIOWACITY ~~ 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: AI.I 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. CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 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. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date r,. ~. ~. c.. t.;, CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a fetter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation., Companies must make sure procedures for selecting candidates for promotion, transfer and .training are based upon a fair assessment of an employee's ability and work record:' Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~~~®t~ ,~1 ~~III~~~~ ~ ~®~~~ ~'a.Y~_ ~O Clty 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. C C-5 2-3-1 CHAPTER 3 2-3-1 DISCRIMINATORY PRACTICES SECTION: 2-3-1: 2-3-2: 2-3-3: 2-3-4: 2-3-5: 2-3-1: Employment;. Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization tv refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship yr train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. C, It shelf be .unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof, to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not soiictted for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- . ai origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) O. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Titie. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment. as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as s condition of employment of any emp-oyee or pro- /owe City 89'7 ., ~ .~ ~! CC-6 f -.. ~_. ~~' ~.,'J - ~.r c~ r ~'. a {.,.. J ~. _ <~. C.'~ ~.., -, c->, 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ= ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established- by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an adrrfinistrative 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- '1"ion. (Ord. 94-3647, 11-t3-1994) ~._. . ~~...i j C _l _- 89T - Town City CC-7 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord.. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- pfvyment. 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 yr enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide. pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and ,Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. 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. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended. SC-1 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at' least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or .policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Eompensation Insurance as required by Chapter 85, Code of Iowa. ''Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: ,,, ` `` 1... ~~ The entire amount of Contractor's liability insurance policy coverage limits, identified in ` .' ~~ ~ ,- the policy and on the Certificate of Insurance, must, under the policy, be available to ~. ~. ~ ' _ pay damages for which the insured Contractor becomes liable, or for which the insured _.._, ;~. ~ i - ,assumes liability under the indemnity agreement herein contained, and such coverage `-- ~°> ~ _ ~.~~ amount shall not be subject to reduction by virtue of investigation or defense costs ~ ' - `~`~ ~ ~~ ~~~~ incurred by Contractor's insurer. C.J O __. Cv SC-2 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. 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 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. 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, ar- 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:;tiel~w 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 thi~,,GontFact, and withhold payment for work performed on the Contract. ~` `" -~ 7. In the event that any of the policies or insurance coverage identified pn'Coi~ti`actor's Certificate of Insurance are canceled or modified, the City may in its`"discretibr~ either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. SC-3 C. HOLD HARMLESS r.~a c,~ t_~ 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its ~'"' oTficers, employees, and agents from any and all liability, loss, cost, damage, and ___. ~~ J ~ =expense (including reasonable attorney's fees and court costs) resulting from, arising ___~ --- '.w:out of, or incurred by reason of any claims, .actions, or suits based upon or alleging `~' ;- t~lily injury, including death, or property damage rising out of or resulting from the ,. ~-- Cdntractor's operations under this Contract, whether such operations be by himself or ~Iterself or by any Subcontractor or by anyone directly or indirectly employed by either of ,: .:; them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. SC-4 Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with. these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. 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. ~, C~ ~~ : ~ f . 1 _ < ,> t ,,~ ... I _ i ;~ . , ~ , , ,,.~, ~:, 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. t 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: 3/08 data on citynUEng/MaslerSpecs/frontend.doc ' ` ~ t•4 <-f ~,~i i -_ - i _' `t ` i '~ f 1 ~~ ~ i.. _ i -Y • - C 3 ~.~ ..i t^!r _ - ..~~ °' c:~ ~~ _-. 4-.: ; N _ R-1 SECTION 01010 SUMMARY OF THE WORK PART 1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Remove Portland Cement Concrete and Hot Mix Asphalt pavements, driveways, parking lots, curbs and gutters, sidewalks, curb ramps and other miscellaneous items. 2. Removal and disposal of existing temporary rock backfill. 4. Sawcutting of existing pavement, sidewalks, curbs and gutter, curb ramps prior to reconstruction. 5. Construct Portland Cement Concrete and Hot Mix. Asphalt pavement, driveways, parking lots, curb and gutters, sidewalks, curb ramps and other miscellaneous items. 6. Furnish and install reinforcing steel and chairs for the Portland Cement Concrete pavement, sidewalks and curb ramps. 7. Seal all sawcuts and expansion joints. 8. Provide traffic and pedestrian control during all phases of the project. 9. Coordinate work schedules and traffic control with City staff. 10. Other work associated with pavement, sidewalks, and curb ramp repairs due to utility work. 3/08 shared\engineer\specs-ii\01010 i ~ ~ ( ,r 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 OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. B. Measurement shall be rounded to the nearest half-foot. C. Contractor shall submit a list of locations with square footage for payment. 1.03 SCOPE OF PA YMENT.• A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools. and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE C~? . PART 3 -EXECUTION r _ :- 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 wank completed. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site:`- 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 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. Special precautionary measures required to prevent injury or damage to said tree, shrub or root system shall be considered incidental. The prices for those items which involve grading or excavation shall include disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and, all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. ~ The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, `, `' streets, sidewalks and private property, when mud and debris is deposited there as a result of any ~: .. ` ' ''cens~ruction activity. The cost of clean up shall be incidental. .._ - ~ __ ~.. - E- ' T-he Contractor shall be responsible for furnishing, installing, maintaining, moving, relocating, and I ~ .~ removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, ~-_I ~ r. rtemporary barrier rails,. sequential flashing arrows, flaggers, uniformed officers, temporary pavement ~•;- ~na~l~:ings and orange safety fence at road closures. The cost of providing traffic control for each site shall ~~~-: `=' be ~idental. ~:.:.~. S'V 01025-2 B. BID ITEM DESCRIPTIONS Div. 1- Koser Ave/Highland Dr: University Heights 1. PCC Pavements The unit prices for these items will be paid based on the number of square .feet of Portland Cement Concrete pavements, driveways and parking lots constructed at the specified widths, thickness' and mix designs, including 5-foot in length full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Also included with these items is excavation to place forms and pavement at required elevations, supply, placement and compaction of subgrade material under driveways and parking lots, forming, supply, placement and finishing of concrete, special concrete mixes, reinforcing steel, Portland Cement Concrete curb and curb drop installation, curing, jointing and joint sealing, grading to establish a uniform grade between the sidewalk and top of curb,. and backfilling at curb lines, driveway edges and parking lot edges, and traffic control. Portland Cement Concrete mix shall be 1DOT M mix. The following portland cement pavement thickness' shall apply: Portland Cement Concrete Driveway Minimum of 6 inches Portland Cement Concrete Match existing or minimum of 7 inches Aggregate durability class for all P.C. Concrete paving shall be Class 3. Pavement smoothness shall be evaluated for main line pavement per current IDOT Specifications. 2. Hot Mix Asphalt Pavement.(Includes the cost of the P.C.C. base) The unit prices for these items will be paid based on the number of square feet of Hot Mix Asphalt pavements, driveways, bases and overlays constructed at the specified widths, thickness' and mix designs. Included with these items are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate or portland cement concrete base, supply, placement and compaction of asphalt, and traffic control. The minimum Hot Mix Asphalt thickness shall be 3 inches. The Portland Cement Concrete shall be 7 inches. 3. 4" Portland Cement Concrete Sidewalk. ~ -. - 4. 6" Portland Cement Concrete Sidewalk and Curb Ramps. The unit price for these. items will be paid based on the number of square. feet of Portland Cement Concrete sidewalk constructed at the specified widths, thickness' and nai~c designs. Included with these items is subgrade preparation and compaction, subgrade treatments, reinforcing steel, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350 or fiberglass panels, curing, jointing and joint sealing, backfilling at form Fines, and traffic control. Portland Cement Concrete mix shall be IDOT C mix. 5. ADA Detectable Warning Truncated Domes The unit price for this item will be paid on the number of square feet of ADA detectable warnings installed at the pedestrian crossings. Included with these items is furnishing and installation. 6. Pavement, Driveways, Sidewalk, Curb and Gutter Removals. The unit price for this item will be paid based on the number of square feet of Pavement Removed. Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asphalt, and/or brick 01025-3 roadways, driveways, parking lots, curbs and gutters, sidewalks, and curb ramps. Removal of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All. proposed saw cuts must be approved by the Engineer. Removal operations shall .conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. All brick that is removed shall be salvaged and returned to the City of Iowa City. Additional effort required for this purpose is considered incidental. Div. 2 - Morningside Dr/ Lowell St 1. Hot Mix Asphalt Pavement.(/ncludes the cosl of the P.GC. base) The unit prices for these items will be paid based on the number of square feet of Hot Mix Asphalt pavements, driveways, bases and overlays constructed at the specified widths, thickness' and mix designs. Included with these. items are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate or portland cement concrete base, supply, placement and compaction of asphalt, and traffic control. The minimum Hot Mix Asphalt thickness shall be 3 inches. The Portland Cement Concrete shall be 7 inches. 2. 4" Portland Cement Concrete Sidewalk. 3. 6" Portland Cement Concrete Sidewalk and Curb Ramps. The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk constructed at the specified widths, thickness' and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, reinforcing steel, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03"350 or fiberglass panels, curing, jointing and joint sealing, backfilling at form lines, and traffic control. Portland Cement Concrete mix shall be IDOT C mix. 4. ADA Detectable Warning Truncated Domes The unit price for this item will be paid on the number of square feet of ADA detectable warnings installed at the pedestrian crossings. Included with these items is furnishing and installation. ~. ~. ~ _ 5. Pavement, Driveways, Sidewalk, Curb and Gutter Removals. --_ , .~ . ~. ~_ ~ , - ~ ". The unit price for this item will be paid based on the number of square feet of Pavement Removed. ."""_" t •---- ~ . ~ - Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asphalt, and/or brick ~" ` ' roadways, driveways, parking lots, curbs and gutters, sidewalks, and curb ramps. Removal of ~~ ~ _ l , '- compacted granular material and traffic control shall be considered incidental. Saw cats and hauling ~:~ and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the ~~= ~~,; -- Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. All brick that is removed shall be salvaged and returned to the City of Iowa City. Additional effort required for this purpose is considered incidental. Div. 3 -Roosevelt St Hot Mix Asphalt Pavement.(/ncludes the cost of the P.C.C. base) Tl~e unit prices for these items will be paid based on the number of square feet of Hot Mix Asphalt pavements, driveways, bases and overlays constructed at the specified widths, thickness' and mix designs. [ncluded with these ite-ns are subgrade compaction and preparation, subgrade treatments, supply, placement and compaction of aggregate or portland cement concrete base, supply, placement 01025-4 and compaction of asphalt, and traffic control. The minimum Hot Mix Asphalt thickness shall be 3 inches. The Portland Cement Concrete shall be 7 inches. 2. 4" Portland Cement Concrete Sidewalk. 3. 6" Portland Cement Concrete Sidewalk and Curb Ramps. The unit price for these items will be paid based on the number of square feet of Portland Cement Concrete sidewalk constructed at the specified widths, thickness' and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, reinforcing steel, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350 or fiberglass panels, curing, jointing and joint sealing, backfilling at form lines, and traffic control. Portland Cement Concrete mix shall be IDOT C mix. 4. ADA Detectable Warning Truncated Domes The unit price for this item will be paid on the number of square feet of ADA detectable warnings installed at the pedestrian crossings. Included with these items is furnishing and installation. 5. Pavement, Driveways, Sidewalk, Curb and Gutter Removals. The unit price for this item will be paid based on the number of square feet of Pavement Removed. Removal quantities shall include Portland Cement Concrete, full depth Hot Mix Asphalt, and/or brick roadways, driveways, parking lots, curbs and gutters, sidewalks, and curb ramps. Removal of compacted granular material and traffic control shall be considered incidental. Saw cuts and hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be approved by the Engineer. Removal operations shall conform to the construction phasing noted on the plans or as otherwise approved or directed by the Engineer. All brick that is removed shall be salvaged and returned to the City of Iowa City. Additional effort required for this purpose is considered incidental. 3/08 S:\Eng\Construction\Water-Pavement Repairs\01025-w.doc 01025-5 SECTION 01310 PROGRESS AND SCHEDULES PART 1-GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. I.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed. schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week .intervals throughout the project. PART 2 -PRODUCTS None. PART 3 -EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. No Pre-Bid meeting will be held. B. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: ,. ,~ , _. _,- i ~ ~~ . ~ r' > A. This contract shall be a completion date contract, with each division being treated separately. Division I shall be completed by June 20, 2008. Division II shall be completed by August 8, 2008. Division III shall be completed by September 12, 2008. Liquidated damages of $50.00 per day will be charged, per division, for every calendar day past the specified completion dates mentioned above. B. All work shall be coordinated with the 2008 Water Main Directional Boring Project. C. No work shall be done beriveen 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. 01310-1 D. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public {both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. E. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. G. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. H. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. Utility conflicts may 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. No work with railroads is anticipated. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 3/08 shared\engineer\specs-i i\013 I O.doc C ~ i. _ i r ~. ~=' ~J ~.-, - CV '__ 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," 2003 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically , addressed by the project plans. PART2-PRODUCTS 2.01 MATERIALS:. A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. . 2.02 EQ UIPMENT.• 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 1 1. 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. US 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. 03/08 s:\\eng\cad\water division work\2008 pavement replacement\specs\01570.doc 1 i• ff L. i ... - ,. ~_~ ~_ t , ~- >- F _._ C_J c ,~ ('-...~3 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1-GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified, B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. )DOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project: 1.04 SUBMITTALS: - A. Locations of disposal sites. r -7 PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, [DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition, PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the [DOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION.• A. Limits of demolition shalt be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic,. and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. ~,; ~; B. Site Protection Measures ,_ s. ' ; ~ 1. Refer to Traffic Control Sheets for details. ~_. -' ~ __. -- i "; -~ - 2. Barricade and fence open excavations or depressions resulting from work during ` ,. non-working hours and when not working in immediate area. Provide suitable .~,._ E -~ - warning devices adjacent to excavations and work areas. ---: [_:- _. 3. Warning devices shall be kept operational during all non-working and non-active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 02050-2 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area.. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at aContractor-furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITIONAND REMOVALS: A. Pavement and Sidewalk Removals. 1. Removal shall be to the limits noted on the-plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations .shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non- shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 03/08 02050-3 SECTION 02100 SITE PREPARATION PART 1-GENERAL 1.01 SUMMARY.• A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. )DOT Standard Specifications. ' PART 2 -PRODUCTS None. PART 3 -EXECUTION 3.01 TECHNIQUES: A. .Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHR UBS AND VEGETATION.• A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTINGSTRUCTURESANDPROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. . 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 03/08 shared\engin eer\specs-i i\02 100. d oc 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY.' A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Whenever a percentage of compaction is indicated. or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS Z.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 -EXECUTION 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 fDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections _, Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: ~~ A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by. groundwater. 3.04 TRENCH EXCAVATION.• A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area. C. Trench Width l . Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and ~. consolidated. 2. Excavate trenches with vertical sides behveen elevation of center of pipe and elevation 1 foot above top of pipe. .. _. ~ - ,_ 3. Refer to plans for allowable trench widths within the pipe envelope for various __- types, sizes and classes of pipe. r_-c:a f:.-~J C=f::"> ~~-V D.-~ Trench Excavation in Fill 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms.and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large-roots anteranches are anticipated, notify the Engineer. ` ~ ' 3. No construction materials and/or equipment are. to be stored;,. piled,( Or parked within the trees' drip line. ~ l 4. Excavators and loaders used on brick surfaces shall be Itmited to' those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 02220-3 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including- drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. .Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services I. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or ~' ~ galvanized piping with new 1-inch or larger copper water service pipe from the ' - water main to the curb box. The Contractor will be paid per the applicable bid ;- ~ item. If there is no bid item, the unit price for the replacement of the water service ~ shal I be negotiated prior to commencement of the work. f.. .,~.. ~_ - = ~ 3. When water service is disrupted, the Contractor shall make a reasonable attempt to ~~ ` restore the service within two hours. ~~~ =i ~: 4. Water service pipe shall be type k soft copper. ,, 3.05 ROCK EXCA vATION.• A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 " 3.06 BACKFILLING: A. General 1. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations 1. Begin Backfilling as soon as practicable and. proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. c. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.0 7 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard - Proctor Density. _ -- _ , j ~, 03/08 02220-5 SECTION 02510 HOT MIX ASPHALT PAVING, BITUMINOUS SEAL COAT, AND MILLING. PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. C. Seal Coat. _ ~ O `~ 1.02 REFERENCES: ~ ~ A. IDOT Standard Specifications. ~ ~ w -=f C:'~ _ B. IDOT Supplement Specification 01014. '~ ~ a ~ ~? ~ 1.03 QUALITYASSURANCE: ~ r r© A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard.Specifications: Division 23. Surface Courses. SS-01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. 02510-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. ~ Division 22, Base Courses. ~ d Section 2203. Hot Mix Asphalt Bases. ~ a' ~ C -- Section 2212. Base Repair. i ,„-~ W Section 2213. Base Widening. ~~ _ c~ U U ~ Division 23. Surface Courses. (.,~ ~ ~ ~ SS-01014 Hot Mix Asphalt Mixtures. U 5. Section 2307. Bituminous Seal. Coat. ~ O Section 2316. Pavement Smoothness N Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until tike pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to operation. All loose material shall be removed from the surface and cracks by brooming or air blowing. The City's street sweeping crew and equipment will be available to aid the Contractor with sweeping operations prior to cleaning each street on a one-time basis only. Any subsequent sweeping required will be at the Contractor's expense. 3.07 AGGREGATES A. Type. 1. Type B aggregates shall be used in base mixtures. 2. Type A aggregates shall be used in intermediate and surface mixtures. 02510-2 B. Gradation. 1. A''/2-inch mix shall be used on all streets and all divisions of this project. 3.08 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve-boxes, catch basins, etc. within the existing pavement. This will include not only structures that need to be adjusted up but also those structures that need to be adjusted down; such as in the areas of full-depth grinding. The leveling course will be placed over the structure. The material over the casting will be removed and the casting will be adjusted to '/8" below the final finished grade. The street surface course will then be placed. New castings to replace old will be provided by the City to be installed by the Contractor where deemed necessary by the Engineer; however, the cost of any damage caused by the Contractor will be deducted from the Contractor's final payment. Adjustment to final grade may be accomplished by raising the casting; bricking and grouting under the casting or concrete adjustment rings. Any removal of existing pavement around the structures must be saw cut. No other methods shall be used unless authorized by the Engineer. The gas and water companies will furnish the necessary adjustment rings to the Contractor at no charge to adjust valve boxes. 3.09 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.10 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.11 ASPHALT CEMENT CONCRETE REPAIR A. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full-depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. rv 3.12 HOT MIX ASPHALT PLACEMENT ~ ~ A. Lifts ~ ~ w ~~ -=t C:~ 1. A 1'/z" depth intermediate course followed by a 1'/z" depth surface-Z~o~e. ~ ~~ ~ B. Compaction ~ N 1. Class l B compaction shall be used on all streets and divisions of this projec~° 3.13 BITUMINOUS SEAL COAT AND SURFACE TREATMENT WORK: 02510-3 A. Work shall conform to Standard Specification Section 2307 unless specified otherwise in this document. Cover aggregate shall be '/e" Gradation 21. Bituminous material shall be MC-3000. Primer shall be MC-70. 03/08 co cv ~ -~. cs°+ ~ ~~' • rx W .~ ~= v~ ~ ~~ Q N 02 510-4 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART1-GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete. roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: t~ ~ ~ ~_ 1. Compressive Strength Tests. :~ C'j ~c ~~ ~ ~ 2. Entrained Air. ~~ w --- 3. Slump. ~ ~! ~ ~~ 4. Density Tests of Base and Subgrade. D N cx~ PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. °O Division 23. Surface Courses. ~ ~ c~ ~ Section 2301. Portland. Cement Concrete Pavement. s ,,.. ~ Q Section 2302. Portland Cement Concrete Pavement Widening. ~ ~ ~ ~~ Section 2310. Bonded Portland Cement Concrete Overlay. ~ ~ C3 ~ Section. 2316. Pavement Smoothness. ~"~ U ('1" ~~.c" ~ ~T: Division 25. Miscellaneous Construction. ~ ~ ~ Section 2512. Portland Cement Concrete Curb and Gutter. ~ ; ~ Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PA VEMENT.• A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Minimum 35-32° F B C. Covering One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating -naterial approved by the Engineer. Concrete shall be protected from freezing temperatures until it is at least five days old. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 03/08 O ru ~ n `a ~ ~ --: CJ _ .~ ~' ~....{ w ~' ~ _ m ~~ x. ~ ~~ ~ `.a ~" rv ao 02520-3 SECTION 02524 CURB.RAMPS PART 1 -GENERAL 1.01 SUMMARY.• A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards. C. Iowa DOT ADA Curb Ramp Compliance (Alterations) - (1 lA-4) D. E. F. G H L.M. Scofield. Company Tech -Data Bulletin A-104.10 L.M. Scofield Company Tech -Data Bulletin A-514.02. L.M. Scofield Company Guide G-107.02. ASTM C309 -Liquid Membrane Forming Compounds for Curing Concrete. Armor-Tile Cast-In-Place Tactile/Detectable Warning Surface Tile. ~.:._ j 1 1 t, ..~ I. Figures section of specifications. 1.03 QUALITYASSURANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction. B. Slope measurements. Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense. 1.04 SUBMITTALS: A. Comply with Section 013 l0. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. _ N O o ~~_ ~ D~ ~ C? ~' w ~"~. ~1 ~. z ~ ~~ N 02524-1 S B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather concrete work. B. Pre-Installation Meeting PART 2 -PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520. B. Water: Fresh, clean and potable. C. Stamped Truncated Domes ~ 1. Colored Hardener: ~ Q i __r rn ~ ~ ~ ~ C-' a. Lithochrome Color Hardner by L.M. Scofield Company. E~~ ~ ~~ ._,._ ~ U~ b. Color: Tile Red (A-28). LL ~ ``~ ~ c A i l l ` ' ~° . n ntegra co oring agent may be submitted for approval as an alternative _ U ~ to topical coloring agents. __ c•~ 2. Bonding Agent: Product known to enhance adhesion to concrete. 3. Curing Compound: a. Lithochrome.Colorwax by L.M. Scofield Company. b. Color: Tile Red (A-28). 4. Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal D. Cast-In-Place Tactile/Detectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max. Face Thickness: 0.1875 +/_ 5% max. Warpage of Edge: +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Cast-in-Place Tactile/Detectable Warning Surface Tiles or approved equal. 02524-2 E. Prefabricated tiles or pavers may be submitted for approval as an alternative to stamped concrete. PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (1 IA-4) and the following sections of the Americans with Disabilities Act (ADA) ~ Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of--Way 3.02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than 1:48 or 2% to a level plane. C. Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. Curb ramp running slope should be no less that 1:48 or 2.08% to a level plane. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick P.C.C. will be placed at all curb ramps unless otherwi~ direct~by the Engineer. ~,~,° ~~ _ s~.. B. 4-inch thick P.C.C. will begin 4 feet off back of curb adjacent to the 6~~.C.~sectro]~ unless otherwise specified by the Engineer. ~{'; _... ~---- r-- -.~ 3.04 WIDTHS: ~ J17 ~ ~ ~,_..~ A. Curb ramps widths will be 4 feet unless otherwise necessary to match existing walk for continuity. The minimum allowable width for curb ramps is 3 feet. Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans. This project may include these or. other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best-fit". Quantity changes due to these alterations will be paid for per the unit price quoted on the Fonn of Proposal. B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 02524-3 J 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designated by the Engineer or plan drawings shall be constructed with truncated domes conforming to ADA specifications. B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C. Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION.• A. Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete.. 3.08 COLORING: A. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specified by the Engineer. 3.09 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer. 3.10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520. B. Apply truncated domes per manufacturer's specifications. C. Protect concrete from premature drying, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manufacturer's guide for rate and method. 03/08 S:\Eng\ma ster specs\02524-with Tiles.doc CV C7'1 ~ - ~ .~' ~ ~ ~ .J ~ C7 N "'~ 02524-4 x M310_.-_.--~-------.~_-- ~, ®A~®1ll j~ ~-- i z i , _ _' ~ Z a L' >Z~ a~ _ ~~~a~a ~ I _ _ 0 3Q3>x3 z oo~ _-_-r.1a---~ W ZZZ000 ~~ j _::_. ~~ .~aw.a7 ~ N N~ O O O _.._ ._.. _. J W W W d d d N .I ~\ ,- Q ~ .~ p m ~ \ a •~ Q6 ~ ~ ~' 1 s~ ~ .:.~ :' Ca ~; m e~ o m ~ ~ q q ~ t CJ. 0 1 .. ~ ~ - E-,-~, ,~„ . a ~ \ ~. a` ~ e ~ ~ tV o a ~ ~ ~~ ~. rds ~ -. ~\ ~ ~a` ~. \ 03, 1 ~ .~ 1 ~ ~ ~1 ~~ ~ ~;\ f ~ .. ~ ~~ ~ ~ 1 n '~ '~1 \ :i gQ'i ~ \ `' ' X11 g 11Ci ~ ~' ~ - \ ~ x \~ \ f ~ ~ ~ ^!__~. -------- o b ~I ~ m ~ ~ ~ ~ ~ i ~ \~,, i ~ ~ ~, ~ .. \ ~ ,. I $ & ~ _~ I '~ ~ `~ C O ai \ ~ ~ d I \a ~ I ~ e I U ~ I ~ ~ ', ~ ~ i N I A ~' \ I ~ q'-I ~ d b,; I ' ~ ,~ I ~ C `' 1 _ I x C ~ e b ~ I .. O N o ~ l hl ~ \~ U I ~ L. w 7S+ Te s I - ~ ~ Q~ ~ Q g ~'~S i c ~ -N (~ C I' ~ ~I ~t F~ :r P-1 ~ ~~ ~C '= . . ~ _, 2~ ~ ~ 90 W _ ~ z z z °wN ._.,._t _ ~ p .. ,~, w a A :~ ~ / , ; % ~ ~ ~ ~ ~ . ...` ~ ~ ^ ~ ~ ~ _ _. ~ _~ l ~ ~, ~ ~ . ~ --~ ~_~ tom _ o ~ , ~. w: . .. :. , ~ ~ .. . ... -~ . h ~ ! 8 02' `,.. ~ o 9! \ \ _._. n ~ _... / / ' ~.~G ,....Coy \ . ~ I 1 p ~_. I Q~ ~ ..... ~ ~; ~ . ~ I .~ ~ ~ Q ~ I O' w ~ ~ I ~ ~ , ~ I O' ~ / ~~ ~ _ ~ 6l "~ I v n, n I . ~'. ~ •__-• ~ I r ~j O '. n I ~ ~ '1 1 ~ _t~ p 0 1 ` ~ 1 ~~ c - - ~- ~~ ~ ~ ~ . _ - - --- -------- o / soi sic szi a~ ;,\ ~--~ Nap U N ~ i ~_ ~ ~ ~ C ~ O o ~ ~ ~ p~ ~ ~''~ c ~ ~' ~. N c o ° ~p I ~~~o P-2 , ~ 0 ~ ' o I ~ ~ I ®m~ ®~I ~ ~ ~ I 752 ~' _ _ _ ~ ~ i~ > ~ I _ _ _ Z y~ ~~ i ~1>~p0 ~, ~ z r> 3 330 -- ~I _ .... ~ ~ W ~ ~~X&° 755 ~ ~ J ~ wwwn.aa __ _ _ __ __ ___ ' ~ ~ 12 16 _. 82© 828 40 _.. __ _ T ~ ,~ ,_.r =- .~ 0 _ - ~ K _ ~ ~ --- -- - ~ _ . .-~ 1~1~~~ar~ -- - St ~ - ~. ~ ~ ~ - 825 837 841......... $45 0 v .~ '. g p'g 81 ~ 821_ M ~ ~1 ^l `~ 4 ! ~ I. _ _ _ ! ~' e~ b ~ ~ ~- ~ Z ~ -~. 'i I ~~ d s ~ ~ ~n 810 816 822 826.._ 83.2 838 ~ _,.,~ ~....~ ~+. w ~ v o ~ ~ _ - - - - - - - oseve~ _(~ - _ St - --- _~ ; _ m ._ ~.." ~. 6" PR(,r-:QED WATER tv1.AIN o ~~ ~ c° ' 815 ..8.21 825 833 839 ~ ~D 8p3 809 ~ ~ ~ ~ .; N I c~ ~' ~ 00 c~ U O ., ~- p - O acv a~ ~ +; ~ ~- cn c • o -~, ~ > `~ o ~ ~ 824 830 834- 36 ~ a~ o ~ O 726 806 816 --- _____ __ ~ O ~ ~~O P-3 ~ r ,, ENGINEER'S ESTIMATE OF COST March 31, 2008 City Clerk City of Iowa City, Iowa _ ~~ ~~~~~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org Re: 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT Dear City Clerk: The estimated cost of this project is $93,000. Sincerely, ~~. Y~e Ronald R. Knoche, P.E. City Engineer ~..a C) =~r; -~ ~,, .__ =~ ~ .J ~~ rv NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 PAVEMENT REPLACEMENT FOR WATER MAIN 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 Pavement Replacement for Water Main Project in said city at 7:00 p.m. on the 14~' day of April, 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 Publish 4/18 NOTICE TO BIDDERS 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 6th day of May, 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 13th day of May, 2008, or at a special meeting called for that purpose. The Project will involve the following: Replacement of 532 SF PCC Pavement, 2,505 SF of HMA Pavement, 3,768 SF of 4" Sidewalk, 368 SF of 6" Sidewalk and Curb Ramp, 112 SF of ADA Truncated Domes, and 1,200 SF of Removals. All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Dates: Division I: June 20, 2008 Division II: August 8, 2008 Division III: September 12, 2008 Liquidated Damages: $50.00 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 the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 7 f~J - - 5e 1 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5138 RESOLUTION NO. 08-7~_ RESOLUTION SETTING A PUBLIC HEARING ON APRIL 14, 2008, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 14th day of April, 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 1st day of ATTEST: ~~~~ CI LERK 20~ 8 . pweng\res12008 paveme ntre p Icsetph. doc 03108 `~ City Attorney's Office 3/Z~/dam Resolution No. 08-75 Page 2 It was moved by Champion and seconded by orre~ a _ the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: _~_ Bailey ~_ Champion x Correia x Hayek x O'Donnell _~ Wilburn x Wright wpdatalglossary/resolution-ic.doc --P~Q -7- J Prepared by: Ron Knoche, City Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 08-95 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2008 PAVEMENT 8~ REPLACEMENT FOR WATER MAIN 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: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:30 a.m. on the 6th day of May, 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 meetin~, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 13 day of May, 2008, or at a special meeting called for that purpose. Passed and approved this ~ 4th day of ATTEST: ~ ~~_ CITY LERK 20 08 City Attorney's Office Pweng/res/08pavemntappp~s.doc 4/08 Resolution No. os-95 Page 2 It was moved by O'Donnell and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x x X x X ~- x Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdatalglossarylresolution-ic. doc ADDENDUM NO. 1 April 30, 2008 2008 PAVEMENT REPLACEMENT FOR WATER MAIN 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. PLANS -Add the pages, P-4 through P-13 These construction details should have been included in the original document. BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 1 ON THE FORM OF PROPOSAL. SIGNED: ~,~ DATE: ~ -30 -- 08 Ronald R. Knoche, P.E. O --t~-~ a r ~ `< '` ~7 .~;-- -- 1--- O n ~ a Addendum No.1 April 30, 2008 Page 1 of 1 DRIVEWAY CONSTRUCTION DRIVE'VAY IDEWALK PROPOSED DRIVEVAY APPROACH ~ -REMOVAL ~S 2 1 AREA STREET 1. SAWCUT AS CLOSE TO CURB AS POSSIBLE, MINIMUM DEPTH=2/3 OF EXISTING PAVING 2. SAWCUT CURB AT FULL WIDTH AND 6' IN FROM BOTH ENDS 3. REMOVE SMALL SECTIONS OF CURB FIRST Curb Removal a 6' MIN. P.C.C. ~ NEW DRIVEWAY APPROACH NO. 4 BARS. EVERY 24' ON CENTER. ~ EPOXY GROUT IN PLACE 1-1/2' LIP CURB ~ . ~ ,} . . • ... .. ''' ~ ' ti •: L / 12' EXISTING MAINTAIN STREET P.C.C. STREET DEPTH FOR A MINIMUM OF 12' INTO APPROACH Cross-Section View CITY OF IOWA CITY NO. 4 BARS, 18' LONG, EVERY 24' ON CENTER AND i' MAX. FROM EACH END EPOXY GROUT IN PLACE Rebar ' i/2' PREFORMED EXPANSION JOINT MATERIAL. USE 1' JOINT MATERIAL IF ACROSS FROM 'T' INTERSECTION OR ON THE OUTSIDE OF 'A CURVET ... y~, 1 •• •.~ . •' ~:.~~~ 1~. :. A ~ ALL EXPANSION JOINTS. Expansion Joints DRIVEWAY CONSTRUCTION u~cTO~ s. w~ ow-wN: ~. eo~~ o~~: o~-,s-zoo4 FlLE NAIAE DRNE CONST. _ ~ P-4 ~~~-~~ ~ ~ ~~+ 2:20 .~~ ~~~ ~~~ 10WP C~~~' 10 z ~ ~ o ~ ~ ~ ~ Q ~' s ~ z ~ ~ - Q ~~ ~ w >_ ~. ~ ° 5 _ b~ ~~~ of •` ~~~ ~ •: -• ~ w~na. ;•" ~~o :-. •~ ~~a to ~ ..:•~' ~~~ '~•' N O !W- ~ W t W W~ F WQ V ...~ ~Q O ZZ pp .:. . Od ~ ~ !~. ~MH~O 7 UQ p Z J ~r Q=, . ~ , ~~ ~ ~ ~ tOQ fir} ` ~'~ . ~ A ~ W ~~ ' / Z ~W. V 2W~ Z Z ~ ~~ ~ ~~y" HW ~WN ~yi Q' ~W H ~ U DRIVEWAY INSTALLATION ENGINE R. E CITY OF IOWA CITY oKAAwN: R eENNETT PAVEMENT REPAIRS °i'`~ ~• 2°°4 FlLE NAME DRNEWAY INSTALL r-~ URBAN STANDARD SPECIFICATIONS for PUBLIC IMPROVEMENT MANUAL 1.6"-2.4" '~ 1.6"-2.4 50-65% OF BASE DIAM. -i-I ~•- 0.9" TO 1.4" DETECTABLE WARNING ALIGNMENT (TOP VIEW) PRE-MANUFACTURED PANEL (THICKNESS VARIES) 1 rT~.~lftmtl' i 6"-8" °. c6(OADWAY PAVEMENT ~•~''~'~' t 50-65% OF BASE DIAM. I~•~.---~-I 0.2" 0.9'~ TO 1.4" DETECTABLE WARNINGS (PROFILE) 6" OR CHAtR SUPPORT PRE-MANUFACTURED DETECTABLE WARNING PANEL INSTALLATION ONERE ARODAOR CHAIR SUPPORTS AND PLACEDN N 0 PLASTICECONCRETEUSIDEWAU< RAMP. CORNERS 1/2" (MAX.) CAULKED JOINT MODULAR PAVERS 24" MtN• (THICKNESS VARIES) . ;: 6" 6"_8 BETE ...;' •. ;;;.: .,,....:. CON 3/4" SAND OR ASPHALT '••' SETTING BED •.• ~'':•'.:• 18 .. , 2" _ tv . T •~ROADWAY PAVEMENT ' SUBGRADE o EARTM Q °rn MODULAR DETECTABLE WARNING PAVED (BRICK PAVER) 14LA~N INSTALL MODULAR PAVERS AS SPECIFlED IN SECTION" 7030, 3.1 ~ .~ "~ ~~ ' rn DETECTABLE WARNING SHALL BE STAMPED " "+D IN FRESH INTEGRALLY COLORED CONCRETE 6 ~ ~ ~ ~ OR CONCRETE COLORED WITH A "DRY SHAKE" ~ ~ ~ N STAIN. (RAMP AREA OUTSIDE OF ~ 24" MIN. ;..•„ ~; ~ iV DETECTABLE WARNING SHALL ~ 6"-8r • .~•~; CONCRE~ ~ NOT 8E COLORED) :::'}:: i': •' ••:' • .~••' ADE :..; :. •'• ...; ~ "EARTM UBGR ;:~..:••. ...;.•.:• ~ 18 .:•.f20ADWAY PAVEMENT ~•'•'~•_„ STAMPED DETECTABLE WARNING INSTALLATION NOTES: A 24" STRIP OF DETECTABLE WARNINGS SHALL BE INSTALLED AT THE BOTTOM OF RAMP, 6"-8" BEHIND THE BACK OF CURB. DETECTABLE WARNING. SURFACES SHALL CONTRAST VISUALLY WITH ADJACENT WAU<ING SURFACES EITHER UGHT ON DARK OR DARK ON UGHT DETECTABLE WARNINGS INSPECT018 s. WHRE DRAYIM: R. BE~INEIT CITY OF IOWA CITY RUNCATED DOMES DATE: o1-li-zoo4 (T ~ FlLE WWE TRUNCATED OOUES P-6 / ~ 5" ~~ ~ 1~2" v O a ,'. a a CV Q D ..a a ~, ~~ .. a.. a a' off.. wC ~ ~ ~ ~~ .~ d . ~~ ~~ SIDEWALK CURB PROFILE ~~ o N -- COMMON PANEL 150 MAX IN ANY DIRECTION <TYP) MAXIMUM SLOPE 1:12 (TYP) --- MAXIMUM CROSS SLOPE W 1:50. (TYP) UNLESS OTHERWISE INDICATED BY ENGINEER REBAR 18"' CENTERED IN .EXISTING CUR~3. TYPICAL ALL CURB CUT LOCATIONS A~NI~ TYPES 0 0 6" THICK PANEL DYE CONCRETE RED or USE PRE-CAST TILE. DO NOT PAINT. APPLY 24" DEEP STRIP OF TRUNCATED DOMES. PLACED 6"-8" FROM BACK OF CURB. W SEND EXPANSION MATERUIL (1YP) k, ~l SAWCUT AS NECESSARY OR MARKED BY ENGINEER (TYPICAL) CURB DROP FOR SIDEWALK FIGURE 2.1 Typical Curb Ramp Design Standards CURB RAMP DETAILS ~Nwl~e. i~ CITY OF IOWA CITY ~,~ ~ ,~_~,~, zio4 FlLE NMIE RIWP DESIGN iri r-i INTEGRAL CURB C8' MAX) 0R WALL WHERE NECESSARY i JOINT F 0 R SIDEWALK REPLACEMENTS OVER 8' IN LENGTH EXISTING 4' CONCRETE S10EWAI1( ~4 REBAR X 12' O i' FROM EDGE OF SIDEWALK NEW 4" CONCRETE SIDEWALK 2' DRILL AND EPOXY GROUT iI4.J L 114 REBAR RUN COtdTDVlIOUS RETIAR 6' INTD EXISTING THROUGFWT LENGTH DF SIDEVALK CONCRETE STDEVALK 4" SIDEWALK ~4 REBAR X 12' O 1' ON CENTER EXISTING 4' CONCRETE SIDEWALK NEW 6' CONCRETE SIDEWALK 2. THROUGH ORNEWAY r . p' . ~ ~.• DRILL AND EPOXY GROUT Ik4J ~- 114 REBAR RUN CONTINUOUS REBAR 6' INTO EXISTING Tf1R~0UT LENGTH OF SIDEVALK CONCRETE SIDEWALK 6" SIDEWALK THROUGH DRIVE f4 REBAR X 12' O 1' ON CENFFR EXISTING 4' CONCRETE SIDEWALK NEW CONCRETE SIDEWI~ `" 0 °~, C7 ~ ' . -- - - t ~ ~ . ~ . y . j t ~ ^ ~ RJ ~' N DRILL AND EPOXY GROUT 1«4 REBAR RUN C~ITINUOUS o THRWGHOUT LENGTH OF SIDEVALK REBAR 6' INTO EXISTING CONCRETE SIDEVALK Plan View FIGURE 2 Reinforcing Steel Details CITY OF IOWA CITYI DRIVEWAY CONSTRUCTION INSPECTOR: s WHITE DRAWN: R BENNEIT o~ATE: 0~-12-2004 FlLE NA1AE: REINFORCING STEEL P-8 ~,~,~LJ 2ooa ~~~ - i Q~ 2~ 20 Iowa ~ JOINT FOR SIDEWALK REPAIRS #4 REBAR X 12" O 1' ON CENTER EXISTING 4" CONCRETE SIDEWALK NEW 4" CONCRETE SIDEWALK EPOXY GRDUT REBAR INT^ EXISTING .CONCRETE #4 REBAR X 12" O '1' ON CENTER EXISTING 4" CONCRETE SIDEWALK NEW 6" CONCRETE SIDEWALK 2" THROUGH DRn/EWAY •. .. .• • a~ ~~ _ .;. • . ... EPOXY GROUT REBAR INTO EXISTING CONCRETE FIGURE 1 Doweling Details INSPECTOR: R BENNETf CITY OF IOWA CITY SIDEWALK REPAIR DETAILS Dw-wN: e. AIEREDRH a-TE: os-~o-o~ FlLE NM1E: DOWELING DETAIL iri F'-9 H W Z Y U H J Q y 2 H W az Y -x-~ _ E~ S ~ Z ~ ~~ H = ~~ xZ W ~ U ~o • at~maa n1¢~Z+JJ X (A y y V1 J W ~ J ~A~ Z W QH0- W oUW U 00~ W o 17 (~ # ~ O za ~w J a: r H f f r-~ Z E i l.' ~~~= l ~ ~- l ~ ~~~ l.•~.•- i " l l l~ t •. . C 1 te'a' t ~a.' is l.' l a I.. J a a= W N ~ ~ Z U S ~ U a .. ~ X Z W ~ H r+ X W W ~ ~ ~ ~ i ' H _. ..r Q 2006 SAY - ! P~ 2~ 2 ! z x W Ci i Y ~~ ~F~K ~ ~ Q ~ . 10~lA C{Tl; aOW~ = W a ~ ~ 3W Q~ a~ a J o ? a o a ~ ~¢ ~ ~a a W t w - i F N ¢ y m ~ y U D .-~ Z J O U N V Z W Z ~a m~ wo - X W W S U ~ ,,, U~ a Z a o 0 o U O Z Y 0 \ o w a ~~ U (o/-~ Fa-Q ,li ~- W ~ W F~-~~~ y U H U E W Q d ~ ~ ~ Q y f y W Z Y U H C9 Z W m ~~ ~U UZ Z ~ OU U ~~ H U ~ ~~ zQ 00 W ~~ W V mZ U N O X M W W~ W .~ O~ ~O Qo ~- J U tl) 0 0 Z prdNEER: R. IQiOCFIE CITY OF IOWA CITY HOT MIX ASPHALT OVERLAY PAVEMENT ~~ ~ ~e 20~04~ REPAIRS Fl~ wv~e ~ ovERUY A W ~ W H Y ~.. Q Q I H ~ W W Z _ W F- W W '?(~ O O0~ m -O U ~_ >a Z I J ohm ~ >x Qh H ~Vl ~~W J ~V W W Z~ ~ I O~ WOQ. Q ~U ~, E . I y W ~ -~ W a m (n X'=Z~ ~ I I ~~ mQ~~ Q ~Z Z ~a ~ I I -- NOLLW ~ y~~,o QQ ~ 'JOB ~~ ZF- ~ ~~_~ ~W aZO~ _ U > JJ Q N .. '.' 0 0 O~Z~ad ZW J~~j N ,. Uz~F . o~ ~acn ~ ~ ~ Q Q z: c~ C o o O LL. >-- ~ .. a o o w ~ -- z= ~ ~ ~ ~ W ~, _ o CO o o U ~ .~ v. ~ z • Z -_ -_ V • III - Q W o 1 W N ~ zXQQ it ~ m . N~ o- O O J J JWHH Z ~il Ot"j NAZ~ I Z ~ ~ ~~ QO ¢~Q ~ z~ NZ 30 ~WWIW-~ ~ j I I Q VfW ~~ ~~ P¢DrJ+~W ~ I ~ m~ ~Z m~ ~F'U U Mx~j ?C 3 WAN O I I ¢ =a ~W ~ W U y ~ NV OIW-~ V Q Vl~ WO Q F- ~ ?U- U W ~ J O ~ ,~j m X ~ ~ O ~~ HO ~ OU.- W~1~7 ~ Z~ O~ W Q~ o W UU ~~ ~ ~?~ U7 ~ ENgNEER: R. IWOCHE CITY OF IOWA CITY PORTLAND CEMENT CONCRETE ow-wN: R. BENNETT PAVEMENT REPAIRS FlI.E NAME•P(Z1C~ROADWAY P-11 A W W N Q ZV I Z y 1 N W U D ¢~ ~ ~ o ^ oQ ~~z C~ I I A ~ I- ~~ WO- ~~_ ~° III ~~ o ~o ~~ 1= ~Z'' W H~ H °~~ ~~W .'~~ III- ~~ J W~W ~°OY~ N I=11 ° gad °~~~'' .II ~-W° o-gym I11 °W°~z ~d3a~ -I ,~ _ ~ .• to m 0 0 Y Z~ O ~ FQ • ~YW ~1~Up1+~1 ~.~ m~~ QNlifn 0 0 ~~ . ' Y Z ~• ° U . •a 0 0 Q O m • > W W . 0 0 ~ m o • ~ ~ F ~ U ' • •~ a • Z ~ ~ •o• '• ~ U •.. I-II Y Z Y A •• a •• III ° U r -_I=1 m~~°z H W~~; 1=1 I 1=11 ° ~ > ? Z ... H III-III W Q n V ~ U W ° X C9 ~ i-III to Q . III = U W j~ We l-i ~ .- III a W~ooQ ` ~ U~ ~O n cry ~ -~ --t ~.- ,~ ~i N N Q 0 J ~ N ~ O° YZ U m ENgNEER: R. IWOCHE CITY ; OF IOWA CITY BRICK ROADWAY ow,wN: R BENNETT of,~: x.2004 PAVEMENT REPAIRS FILE NAME: BRICK ROADWAY P-12 __. _ _ ti ~ W d W v ~ ~ ~ ~~ I X ~ ~ E H I W _J W Q ~'' Y -I W ~ a aW = L III ~ D = WWa ~ V ~ O I- J A ~ d ~~ ~ _ ~ ( I Q J ~ Q Q W W _~ I I HW N S 2~ J l7O (Ua I i z ¢ J U z ~ ~_ l ~ I v = a ~ W ~ z W~ l ~ i I I I ~ W ~ U U 0 ~ • ~ - III 1 ~ ~~ '- _ U ¢ l ' ~ - = ao a z J ~ l ~ ~~ - oQ a o l .. ~ ~~ ~ o o z ~a ~ w ' ~'~ U ( 4a-Q Q U l ~ ~ o a x o l ~ ~ 1 l ~~ ~ ~ o o Z O ~ ° W F- Z l ; ~ ~~ ~ : o o ~ ~ ~ ~ o _ l ~ ~ 3 = l ' ~ v , z ~ N F_ l - O Z ~ Y _ l `' it II _ O ~ U Y '~ l a' . 1 1 1 1 Y U Y U °° °° ~ Z: C.~C I W m ~ ~? ~ m }. W ~ O ~ U ~ I I ( - '~ ZZ ~ ' I 11 n U ~~ g ~ ~ o Z ~ - 11 a Vf ° ~ N ~ N I I I Z W ~ W '~ - U j~ Z II ~ ~~ ~0 N I a I~ W ~ ZQ U~ Wd ~~ CITY OF IOW A CITY BRICK WITH HOT MIX ASPHALT OVERLAY ~rv~~R. eENNErr E PAVEMENT REPAIRS Fl~ ~~~.,'~~ ~, ~ Printer's Fee $~~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRE5S-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): fJ r~~ 7 ~-6C)~ Q~I,~i~ `~lY~ c Legal Clerk Subscribed and sworn to efore me this ~ '~"' _ day of A.D. 20_f i ~ •. ublic LaNOA KR0~T3261 `~ Cotnmisston Nurt~~ites -on ~ , My ~ am at527 2011 a,- OFFICIAL PUBLICATION NONCE OF PU9LIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2008 PAVEMENT REPLACEMENT FOR WATER MAIN 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 conVact and esti- mated cost for the construction of the 2008 Pavement Replacement for Water Main Project in said city at 7:00 p.m. on the 14th day of April, 2008, said meeting to be held in the Emma J. Harvat Hail 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 con- tract 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 CounciF for the purpose. of making objections to and com- mehts concerning said plans, speafica- tions, contrail 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 56332 April 7, 2008 Printer's Fee $ ~~ ~D~- CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS•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): ~~~ ~~~ Legal Clerk Subscribed and sworn to afore me this ~~ day of A.D. 20~~. otary Public OFFICIAL PUBLIGATIpN NOTICE TO BIDDERS 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 6th day of May, 2008. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submK- ted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposalg received after this deadline will be returned to the bidder unopened. Pro-posals will be acted upon by the City Council at' a meeting to be held in the Emma J. HarvaYHall at 7:00 P.M. on the 13th day of May, 2008,. Drat a special .meeting called for that, pul'pose. 2,505 SF of HMA Pavemient, 3,768 SF of 4" Sidewalk, 368 SF of 6` Sidewalk and Curb Ramp,. 112 SF of ADA Truncated Domes, and 1,200 SF'of Removals. All work is to be done fp strict, ccmpli- arx:e with the plans and specltx~tions prepared by the Iowa City Engineer's Office, of Iowa City, Iowa, which have hereto-fore been approved by the Cfty Council, and are' on file for public ezami- nation in the Office of the City Clerk. Each proposal shall be complejed on a form famished by the City and must be accompanied in a sealed envelope; sap- arate from the-one containing the propos- aI, by a bkl bond executed by a corpora- tion authorized to contract as a surety in the State of Iowa, in ihe'sum of fo% of the bid. The bid security shall U¢`made payable to the TREASURER OF THE CITY OF IOWA CITY,'IOWi4, and shall be forfeited to the City of Iowa City in file event the success=fuYbldder fails to enter into a contract within ten (10) calendar days of the City Council's award of tfie contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said. Project, 'rf required, pursuant to the provi- sions of ihfs notice and the other contract documertts.'Bid. bonds of the lowest two or more bJddets may be, retained for a period of nofto extleed fifteen (15) calen- dar days folk~w(ng award of the contract, or until rejectior.'ismade: Other bid bonds will:be returned after the canvass and tat)ulation of .bids- is completed. and reported to the City CoundB. The successful'brdderwlll be requirsdao famish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a respon- sible surety approved by` the City,- and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City f[om all claims and damages of any kind'oaused directly or irtd'irectly by the operation of the con- tract, and shAlf also guarantee the main- tenance of he improvement for-a period of fare (5) year(s) from and after its corn- pletfon and formal acceptance by the City. Council - The folbwing limitation.: snail apply to this Project: Speaf~ed Comp-etion Dates: Division I:' June 20, 2008 Division II: August 8, 2008 Division III: September,l2, 2008 L'puidated Damages: $50.00 per day The plans, specifications and proposed contract documents r~tay be examined at the office of the City Clerk. Copies of said plans and specifications and form of pro- posal blanks may be secured at the Office. of the Iowa .city Engineer, Iowa City, Iowa; by bona fide bidders. A $10.00 non-refundable fee is iequfred for each set of plans and specifications provided :to bidders or other interested perorms. The fee shall be in the farm of a check, made payable to the City of Iowa City. ' Prospective bidders are advised that the ._ City of Iowa City desires to employ minor- itycontractors 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, fines, companies or other .parties with whom the bidder intends to subcontract. This list shall include the type of work and approx- imate subcontract amount(s). The Contractor awarded the contract shall submit- a list on the Form of Agreement of the proposed subcontrac- tors, together with quantities, unit prrces and extended dollar amounts. By virtue of statutory authority, pref- erence must be given to products and provisions grown and coal produced with- in the Stafe of Iowa, and to Iowa domes- tic labor, to the extent lawfully regtsred under Iowa Statutes. The Iowa rectpto- cal resident bitlder preference aN applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregular- ities. Publishgd upon order of the City Council of Iowa City. Iowa. MARIAN K. KARFi, CITY CLERK 75256 April 18, 2008 / ~ rr~j ~8 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5138 RESOLUTION NO. os-t4~ RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2008 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT. WHEREAS, Ultimate Edge Concrete, LLC of North Liberty, IA has submitted the lowest responsible bid of $57,747.00 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 Ultimate Edge Concrete, LLC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 13th day of ATTEST: - °~a~d1 CITY LERK 20 08 ~.ny rruvi i icy ~ ~.~ ~ ~~~ ~ / .~ It was moved by Wilburn and seconded by 0 ~ Donnel 1 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 wpdata\PW ENG\RES\08pave&replace-awrdcon.doc 5/08 ENGINEER'S REPORT October 28, 2008 City Clerk City of Iowa City, Iowa Re: 2008 Pavement Replacement for Water Main Project Dear City Clerk: _, r _~~ ~'~~ ~"` ~ .~w..'~ ~~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org I hereby certify that the construction of the 2008 Pavement Replacement for Water Main Project has been completed by Ultimate Edge Concrete LLC of North Liberty, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Staff The final contract price is $65,680.70. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ~~~ ~ ~ Ronald R. Knoche, P.E. City Engineer c.~ ., _, ~~ r -. ~' .... r7 b ~' -- BOND No. GRIA27731A PEEZFORNtANCE AND PAYMENT BOND Ultimate Edge Concrete, L.L.C. 560 Kansas Avenue, #11, North Liberty, IA 52317 ,as (insert the name and address or legal #itle of the Contractor) Principal, hereinafter called the Contractor and Granite Re, Inc. (insert the legal ti#le of the Surety) as Sure#y, hereinafter called * the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obliges, hereinafter Fifty Seven Thousand called the Owner, in the amount of Seven Hundred Forth Seven and 00/100 Dollars (S 57 , 747.00 )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, adminis#rators, successors and assigns, jointly and severally. *410 East Washington Street, Iowa City, IA 52240 WHEREAS, Contractor has, as of tray 14, 2008. ,entered info a (date) written Agreement with Owner for 2U08 Pavement Replacement for Water Main Project; and **Iowa City, Iowa WHEREAS, the Agreement requires executoorR of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Gity of Iowa City Enctineering Division ,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 shalt remain in full force and effect until satisfactory completion of the Project.. A. The Surety hereby waives notice of any alteration or extension of rims made by the Owner. B. Whenever Contractor shaA be, and is declared by Owner to be, in default under the Agreement, the Owner having pertormed Owner's. obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 9. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for subrniss'son to Owner for completing the Project in accordance with the terms and condi#ions 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 ar subsequent contracts of completion arranged under this paragraph), sufficient. PB-1 funds to pay the cyst of completion, less the balance of the Gontract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Pr'sce," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda andlor amendments thereto, less the amount properly paid by Owner to Contractor. C, The Contractor and Con#ractor's Surety shall be obligated to keep the improvements covered by this bend in good repair for a period of five {5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall .accrue to or for the use of any person, corporation yr third party other than the Owner named herein yr the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATIt7N #hat the Principal and Surety, in accordance with provisions of Chapter 573. Cade of Iowa, shag pay to all persons, firms or corporations having contracts directly with the PrincipalF 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 #o the same extent as if it were expressly sat out herein. SIGNED AND SEALED THIS 14th DAY OF May , ~~ 08 IN THE PRESENCE OF: Ultimate Ed a Concrete L.L.C. (Principal) ~~ ~C i#le) Granite Re, Inc. urety} J athan Pate (Title) Attorney-in-Fact 14001 Quailbrook Drive (Street) Oklahoma:_Cty, OLD: 73134 (City, state, zip} (405) 752-2600 {Phone) P8 2 ~~~~ ~~~ 111ti#nr~cc State of ACKNOWLEDGMENT OF PRINCIPAL (Individual) -. ) County of ) On this day of in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that _ he _ executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of in the year before me personal-y come(s) a member of the co-partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he executed the same as for the act and deed of the said co-partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of ~11n )~ _ ) County of il0~'`, ) ~ ~~ ,~ ,~ /', 4 On this ~.`~- day _of ~ ~ t " ' _, in the year _ before me personally come(s) C, ~ to me known, who, being duly sworn, deposes and says that he is the l ~Q~ of the ~~~ Q- ~ the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. q~~~nts~ MICHELLE R. GRUIS : r COMMISSION NUMBER 739144 * MYCOMM/SS/ONEXP/l7ES ~OWP FEBRUARY 14, 2009 Notary ublic ACKNOWLEDGMENT OF SURETY State of Minnesota ) County of Dakota ) On this 14th day of ~ , in the year 2008. before me personally come(s) Jonathan Pate, Attorney(s)-in-Fact of GRANITE RE, INC. with whom I am personally acquainted, and who, being by me duly sworn, says that he is (are) the Attorney(s)-in-Fact of GRANITE RE. INC. company described in and which executed the within instrume ;that he know(s) the co orate seal of such company; and that seal affixed to the within instrument is such corporate seal and tha it was affixed by or er oft Board of Directors of said company, and that he signed said instrument as Attorney(s)-in-Fact of the said mpany by I' or I WANDA LEE FRANZ Notary NOTARY PU6LIC ~ MINNESOTA • ~~y ~ammissi~n Ettpiree Jen, ~1, 2010 r,~;r; GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: )ONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 14~' day of January, 2008. ~J/~~~ TE IpE ~~/ / °~°"'°"'•~° Kenneth D. Whittin on, President STATE OF OKLAHOMA ) SEAL ~~ COUNTY OF OKLAHOMA) Rodman A. Frates, Secretarylfreasurer On this 14'h day of January, 2008, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Rodman A. Frates, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Rodman A. Frates were respectively the President and the Secretary/Treasurer of the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. A ?°T My Commission Expires: May 9, 2008 Commission #: 00005708 O Notary Publ c GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 14th day of May, 2008. TES, o~w~wq~S SEAL ,~~~,,. odman A. Frates, Secretary/Treasurer GR0800-1 ~~o~ - 4e 1 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. og-322 RESOLUTION ACCEPTING THE WORK FOR THE 2008 PAVEMENT REPLACEMENT FOR WATERMAIN PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2008 Pavement Replacement for Watermain Project, as included in a contract between the City of Iowa City and Ultimate Edge Concrete LLC of North Liberty, IA, dated May 28, 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 $65,680.70. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 3rd day of November ~ 20_9$_._• . .~~~ ATTEST: ~ City Attorney's Office cv~ ~, g-'~ CI LERK It was moved by chamv~ on and seconded by 0' Donnell the Resolution be adopted, and upon roll call there were: AYES: ~- ~- x x .~- ~_ x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright Pweng/res/2008pavement-acptwork.doc 10/08