Loading...
HomeMy WebLinkAboutFLOOR REPLACEMENTS REC CENTER SENIOR CENTER�imrs � /21 ober' A/ Lam{ �e� Cen�-e ✓� G�,nnas; K /ryj S2t�eor L2..�-�t✓ / Qerob"4S 'dnoom ller�ac2me.7'r /5- iw - 9? ; �aoiK%o `l7- ��� Sel�.n� a �c�dl:c r�4r ncd rn �J�rt�s, sPe�s,l �or✓it i / Cor yq-cF-, amino- ot- CoSA- -For 4Ll remov4, ,a� � 2v� + A Led �2crea-�e6h. �en-�,er G�,-.,r�cs;c�,�, �Zoor� G✓+C+ rn�lGce.�-.j-�nni� o -f' 1 Lowe �-�-��/�hl,-�srn-� �-� .Ser��or• le..,�-a✓(1 A.e:robacs r�4 cL Er S,il- Cl / C�,^CcGl�n //-.1?S _�tec(c aC��;m-.. _len-�e✓ f ti-,nas.,/.je✓w 41cclr 41120/ 'hr%..G .l_o c�l'1.�';�( Jerr;u„' �e2-i.�,.� y'l�(>��5' �a'J vrti -F �GDr fi2lilgCc✓!1C✓l�. !l 1- �9-7��_ Q1 I (lZeso� 'o (r 9'7- 357 upprpo; ,l �>Irzns, specs., --orw o f eo rcLL cn� e` —la6z �D✓N0,1LLn'r �ecrccrt rn Ce Leer Gin ��o�t uncC ,Cn nep/2cemen� nF/ i El e �ober4- A, �2rr Coro +� �Crcfcc�, C-en�er G-ym lan� �2`Jlc�cerne,t-�' or �oWc� �'�k.,y Johnson /c�r�-}-� .Seh,,n v, Cie L,'�Ce-r A2Y 01; C.S Hoorn -o-Y es�abl',sh�m5 R,'h7�ln'r IJ Seckr',-IyO I-�a CCCLo'm/P�w7 dd2r& 017ot -�;k,nj -4.ntiz anoC p/ace -Ar feceip 4 04 6;afs, I� 02-A ul - 77: Wje o 4x o-ni 'AzcAeo m 5AA.Q. 4cALAT-P-z a- dA, i t3—\A,3-1,11 -l1, �or P�. ok \ ro esyc,\ \_ a. Jov, ✓� J I \\S�qS �Of JW qh SUV% G\k°�r�C i Y0.w .,n \�GFU��UOo —f'\b o` - "VN c\ —C, -A A LL9 ASI._/- A0, UD^ ?, U-0, �) au ��� a aua)acJ uaSU��S $ �� -Vj a aCoA� r'w a�� `cia\q won\CJ _A a!U-T � tu�� - y JaW (oU gt.,j l0L 4�s?&:v of -Irald Qr ,o ''g'•S -%mo w OU��I.I�+J��Ty✓ ///� J Q� Ot11FAvc'rb QLe a aCoA� r'w a�� `cia\q won\CJ �^nn SeuL.4!�q 1 City of Iowa City MEMORANDUM TO: Terry Trueblood FROM: Marian K. Karr, City Clerk 04 DATE: July 24, 2000 SUBJECT: City Projects In order to close our City Project files, a resolution accepting the work must be done. The following projects have not been accepted. If these projects are completed, please Initiate a resolution or a memo to the file so that the project(s) can be closed. Robert A Lee Recreation Center/Gynasium & Senior Center/ Aerobics Room Replacement/ (Floors)/1997 Napoleon Park/Softball Fencing/11#7 City of Iowa City MEMORANDUM TO: Terry Trueblood FROM: Marian K. Karr, City Clerk DATE: September 1, 1998 SUBJECT: City Projects In order to close our City Project files, a resolution accepting the work must be done. The following projects have not been accepted. If these projects are completed, please initiate a resolution or a memo to the file so that the project(s) can be closed. Robert A Lee Rec Center/Gymnasium and Senior Center/Aerobics Room Replacement, (Floors), 1997 Napoleon Park/Softball Field Fencing, 1997 cc: Eleanor Dilkes Clak4:\pmjwm City of Iowa City MEMORANDUM TO: Terry Trueblood FROM: Marian K. Karr, City Clerk DATE: July 1, 1998 SUBJECT: City Projects In order to close our City Project files, a resolution accepting the work must be done. The following projects have not been accepted. If these projects are completed, please initiate a resolution or a memo to the file so that the project(s) can be closed. Robert A Lee Rec Center/Gymnasium and Senior Center/Aerobics Room Replacement, (Floors), 1997 Napoleon Park/Softball Field Fencing, 1997 Prepared by: Marilyn Kriz, Parks and Rec, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5110 RESOLUTION NO. 97-221 A RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE REMOVAL AND REPLACEMENT OF THE ROBERT A. LEE COMMUNITY RECREATION CENTER GYMNASIUM FLOOR, AND REPLACEMENT OF IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE PARKS AND RECREATION DIRECTOR 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 29th day of July, 1997, at 7:00 p.m. in the Council Chambers, Civic Center, Iowa City, Iowa. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named proposal 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 Parks and Recreation Director in the office of the City Clerk for public inspection. Passed and approved this 15th day of July , 1997. MAYOR ATTEST: tftivy —9-97 CITY'CLERK City Attorney's Office It was moved by Lehman and seconded by adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Baker X Kubby Lehman X Norton X Novick X Thornberry _ x Vanderhoef Norton the Resolution be parksrecVe5 gym loor.Coc r) CITY OF IOWA CITY DEPARTMENT OF PARKS AND RECREATION RECREATION DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ROBERT A. LEE COMMUNITY CENTER GYM FLOOR AND IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR RESURFACING PROJECT IOWA CITY, IOWA _ J O G. Z—F� r �d D� w PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE ROBERT A. LEE COMMUNITY CENTER GYM FLOOR AND IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR RESURFACING PROJECT IOWA CITY, IOWA r; c Y -. i- - C.J TABLE OF CONTENTS Pane Number TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEARING................................ PH-1 ADVERTISEMENT FOR BIDS.................................. AF-1 NOTE TO BIDDER.......................................... NB-1 FORM OF PROPOSAL....................................... FP-1 BID BOND................................................ BB-1 AGREEMENT.............................................. AG-1 PERFORMANCE AND PAYMENT BOND ......................... PB-1 GENERAL CONDITIONS..................................... GC-1 SUPPLEMENTARY CONDITIONS .............................. SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS ............................. R-1 SPECIFICATIONS DIVISIO1 - GENERAL REQUIREMENTS Sectio 010 Summary of Work ........ ............. 01010-1 Section 010 mates .. ......................... 01015-1 Section 01025 Me nd Payment ................... 01025-1 Section 0 rogress and Sche ..................... 01310-1 Sect i 01570 Traffic Control and Construction Facilities ......... 01570-1 DIVISION - SUMMARY OF THE WORK CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS) .................... CC-1 NOTICE OF PUBLIC HEARING ON - C= Y PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR REMOVAL AND REPLACEMENT OF THE ROBERT A. LEE COMMUNITY RECREATION CENTER GYM FLOOR AND REPLACEMENT OF IOWA y a CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER PERSONS IN- TERESTED: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifica- tions, form of contract and estimated cost for the removal and replacement of the Robert A. Lee Community Recreation Center Gym Floor and replacement of the Iowa City/Johnson County Senior Center Aerobics Room Floor in said City at 7:00 p.m. on the 29th day of July, 1997, said meeting to be held in the Council Chambers in the Civic Center in said City. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the Civic Center in Iowa City, Iowa, and may be inspected by any persons interested. Any persons interested may appear at said meeting of the City Council for the purpose of making objections to said plans, specifications, contract or the cost of making said improve- ment. This notice is given by order of the City Council of the City of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK parksre0 l000nph ADVERTISEMENT FOR BIDS ROBERT A. LEE COMMUNITY RECREATION CENTER GYM FLOOR AND SENIOR CENTER AEROBICS FLOOR RESURFACING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 12:00 noon on the 12th day of August, 1997, and shall be received in the City Clerk's office no later than said date and time. Sealed proposals will be opened immediately thereafter by the City Clerk. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Pro- ject. Proposals will be acted upon by the City Council at a meeting to be held in the Council Chambers at 8:00 A.M. on the 13th day of Au- gust, 1997, or at such later time and place as may then be scheduled. The Project will involve the following: removing existing wood floor and replac- ing and replacing with new wood floor. All work is to be done in strict compliance with the plans and specifications prepared by Mike Moran, of the City of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Of- fice 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 sure- ty 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 and post bond satisfactory to the City insuring 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 until a contract is awarded, 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 fur- nish 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 Council, and shall guarantee the prompt AF -1 CD � n w rr: � L ca payment of all materials and labor, and also pro- tect and save harmless the City from all claims and damages of any kind caused directly or indi- rectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of one (1) year from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Working Days: Must be completed by Septem- ber 15, 1997 Specified Start Date: ASAP Liquidated Damages: $100.00 per day The plans, specifications and proposed con- tract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be se- cured at the Office of City Clerk, Iowa City, Iowa, by bona fide bidders. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. Bidders shall list on the Form of Proposal the names of persons, fines, 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 Contract of the pro- posed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. A listing of minority contractors can be ob- tained from the Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory authority, preference will 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 Preference Act applies to the contract with re- spect to bidders who are not Iowa residents. 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 W ram o� W NOTE TO BIDDERS All bidders and all subcontractors are required to submit with the BID 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. References shall be addressed to the City Engineer and include name, address and phone number of contact person, for City verification. NB -1 o C' J u Z Cil NB -1 FORM OF PROPOSAL ROBERT A. LEE COMMUNITY CENTER GYM FLOOR AND IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR RESURFACING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOL- UME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder 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. 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 TOTAL EXTENDED AMOUNT = $ FP -1 =c' c TO: City Clerk City of Iowa City n � N w H Civic Center = -n 410 E. Washington St.CD 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. 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 TOTAL EXTENDED AMOUNT = $ FP -1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. FIRM: By: (Title) (Title) (Business Address) (Work Phone Number(s)) Uo (Name of Contact Persgn for _rel) N n -tea Oma' Z W N FP -2 BID BOND as Principal, and as Surety declare that we are held and are firmlytound' unto hereinafter called "OWN&,' in the sum of Dollars ($ 1 to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, adminis- trators, 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., 199_. Witness Witness LM Principal By Surety By _ Attach Power -of -Attorney (Seal) (Title) (Seal) (Attorney-in-fact) to -J o v as Surety declare that we are held and are firmlytound' unto hereinafter called "OWN&,' in the sum of Dollars ($ 1 to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, adminis- trators, 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., 199_. Witness Witness LM Principal By Surety By _ Attach Power -of -Attorney (Seal) (Title) (Seal) (Attorney-in-fact) 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, specification forms for proposal and bid documents dated the day of , 199_, 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 Contrac- tor 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 1992, Iowa Department of Transportation, Highway Division, as amended; W C. Plans; o C, L d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; w N g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding of Non -Federal -Aid Projects; Contract Compliance Program (Anti -Discrimination Requirements); 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 , 199_. ATTEST: Mayor Contractor (Title) ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office- C— C� W pati. f' 7X 3 v w N PERFORMANCE AND PAYMENT BOND as (Here 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, administratofs, successors u and assigns, jointly and severally.` n -- N _ -D WHEREAS, Contractor has, as of erifered7nto a (date) w 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 Contrac- tor 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: Na 1. Complete the Project in accordance with the terms and conditions of the Agree- ment, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accor- dance with the terms and conditions of the Agreement; and upon determination 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 subse- quent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceed- ing 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, in accordance with the provisions of Chapter 384, Code of Iowa, be obligated to keep the improvements covered by this bond in good repair for a period of (_) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance�of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of-towad are a part of this bond to the same extent as if it were expressly set out herein. 7c W PB -2 N SIGNED AND SEALED THIS DAY OF '199—. IN THE PRESENCE OF: Witness Witness a=]Kl (Principal) (Title) (Surety) (Title) (Address) O � _rte L r- 3 o N GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction," Series of 1992, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 1.0 O v r-- '• 11 w Cr+ z a ` f7 C:) z w w GC -1 SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS OF SUPPLEMENTARY CONDITIONS Article or Paragraph Number & Title 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 Construction Stakes .......................... . S-11 Restriction on Non -Resident Bidding on Non -Federal -Aid Projects ...................... S-12 Performance Evaluation ......................... Caption and Introductory Statements Page Number SC -1 SC -2 SC -2 SC -4 SC -4, SC -4, SC -5 SC -5 SC -5 SC -5 SC -5 SC -5 These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 1992, as amended and other provisions of the Contract Documents as indicated below. 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 SPECIFICA- TIONS. "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 1992, 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. 91 CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval of 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. 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. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibil- ities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage e a. Comprehensive General Liability Each Occurrence Aggregate` ^ v L (1) Bodily Injury $500,000 $1,000,000- rCz (2) Property Damage $ 250,000 w '� b. Motor Vehicle Liability & - . Property Damage Insurance Per Person Per Accident (1) Bodily Injury $500,000 $500L000 (2) Property Damage $250,000 y c. Workers' Compensation Insurance as required by Chapter 85, Code of Iowa NOTE TO SPECIFIER. *"Verify coverage amounts with the Risk Manager, City of Iowa City, 319-356-5053. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. SC -2 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after completion of the Contract and City's acceptance of the work, Contractor agrees to immediately notify the City of such event. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after inception thereof, 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. "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 seek specific performance or termina- tion, as the case may be. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activitie8.wnder this Contract, or terminate this Contract, and withhold payment for work perforod on the Contract. N m W - SC -3 T N 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS; ENDORSEMENT REQUIRED The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. It is further specifically stipulated that the Contractor's insurance coverage shall include an endorsement that, with regard to Contractor's insurance coverage, the Contractor shall never assert any claim against the City, its officers or employees, arising in any way from this Agreement. 3. 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. CON- TRACTOR 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. Such identification will not be made public at the bid opening. J If no minority business enterprises (MBE) are utilized, the CONTRACTORshall furnish documentation of all efforts to recruit MBE's. N G) S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraph to 1107.01 of the IDOT STANDARD SPECIFICATIONS: - The Contractor and all subcontractors shall comply with the requirements of 29 CFW1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. SC -4 S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: 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, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -S CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts and subcontracts of $25,000 or more, the Contractor and all affected subcontrac- tors 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 I 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 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-11 RESTRICTION ON NON-RESIDENT BIDDING OF 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 oroiects not funded with Federal monies. S-12 PERFORMANCE EVALUATION J The prime contractor and each subcontractors' performance will be evaluated using the 4erm.at­ the end of this section. If a contractor achieves an average score of less than four M, the contractor will be removed from the status of "Responsible Bidder," as referenced in th�',,lowa State Code, for a period of two (2) years. During that period the contractor will notbe eligib�e for award of contract or subcontract with the City of Iowa City. _ C:) I- SC -5 v N CONTRACTOR EVALUATION CONTRACTOR: EVALUATOR: Scoring: Rate on a scale of 0 to 10 with 0 being the worst score and 10 being the best. I. TECHNICAL COMPETENCE 1. Knowledgeable superintendent: Comments: 2. Knowledgeable foreman: Comments: 3. Skilled labor with adequate supervision: Comments: 4. Proper equipment for the job: Comments: SC -6 w D w N 2. 3. 4. 5. 1.1 PROJECT PERFORMANCE Schedules work well: Comments: Conducts work in an organized and continuous manner: Comments: Constructs project with regard for abutting residents/businesses: Comments: Adapts to changes in condition or scope: Comments: Uses proper traffic control measures. Comments: Conducts work with regard for employee and public safety. Comments: AVERAGE SCORE: SC -7 O v %= C- v )> - D_ r- ra y w N RESTRICTION ON NON-RESIDENT BIDDING OF NON -FEDERAL -AID PRO- JECTS PROJECT NAME TYPE OF WORK DATE OF LETTING A resident bidder shall be allowed a preference as against a non-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 improve- ment. 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 contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME CORPORATE OFFICER TITLE R-1 t.o o a c' C= c� w ®. r -o _m L w N SUMMARY OF THE WORK u7 PARTI- GENERAL o General description, not all inclusive c=- { _ A. Base Bid Work r—. s ` 1 . The information herein details a cushioned system comprised 6f two Iners of plywood with cushioning pads affixed to the bottom and maple strip flooring nailed to the top. 2. Remove and dispose of existing gym floor PART II - PRODUCTS A. Floor 1 . Must be a first grade Maple Flooring Manufacturers Association (MFMA) hard maple floor. 2. Face practically defect -free. 3. Strip lengths 9 inches to 8 foot, not more than 55% of total footage will be in bundles under 4 feet, not more than 25% will be in 2 foot bundles and not more than 10% will be in 1'/4 foot bundles. 4. Standard measurements include a minimum thickness of 25/32 inches and a minimum face width of 1 Y2 inches. B. Subfloor 1 . Install a 6 mil plastic vapor barrier. 2. Subfloor panels should be '/i" x 4' x 8' nominal CD exterior grade plywood. 3. Rubber pads should be 3/e" thick minimum. 4. Subfloor fasteners should be 1 inch nails or staples minimum with floor fasten- ers a minimum of 2 inch barbed cleats or 15 gauge coated staples. PART III - INSTALLATION A. Cover concrete slab with poly, lapping edges 6" and sealing with adhesive or 2" duct tape. B. Pads shall be attached to the underside of the first layer of plywood 12" o.c. C. Place the first layer of plywood in a brick pattern parallel to the intended direction of the finish flooring. Allow '/4" between panels at sides and ends, and a 2" expansion void at walls and vertical obstructions. D. Attach the second layer of plywood in a brick pattern at a 45 degree angle to the first layer. Use 1 " fasteners 12" o.c. Allow a '/4 " space between panels at sides and ends and a 2" expansion void at walls and vertical obstructions. E. Machine nail strip flooring into second layer of plywood parallel to the long dimension of the area. End joints must be properly driven up and proper spacing provided for the humidity conditions of the area. Allow 2" voids at perimeter and vertical obstructions. F. Remove existing cove base and reattach after applying floor finish. k J y_ C7-' IV PART IV - EXECUTION ,rte r A. Floor Sanding o% 1 . Use coarse, medium and fine grit sandpaper. D w 2. After sanding with drum sander, buff entire floor using 100 grit screenback or equal grit sandpaper, with a heavy-duty buffing machine. 3. Vacuum or tack floor before first coat of seal. 4. Floor shall present a smooth surface without drum stop marks, gouges, streaks or shiners. B. Floor Finishing Inspect entire area of floor to ensure that the surface is acceptable for finishing, completely free from sanding dust and perfectly clean. 2. Apply seal and finish per manufacturer's instructions. 3. Screenback or steel wool and vacuum or tack between each coat after it dries. 4. Apply game lines accurately after the seal coat(s), after buffing and vacuuming. Lay out in accordance with drawings. For game lines, use current rules of association having jurisdiction. Lines shall be straight with sharp edges in colors selected by the architect. Game line paint shall be compatible with finish. PART V - CLEAN UP A. Clean up all unused materials and debris and remove from premises. SCOPE OF PROJECT 1. Iowa City/Johnson County Senior Center Aerobics Room (28 S. Linn Street) - 884 square feet (see attached) A. Includes the construction and installation of a connecting ramp between the existing and new hardwood floor surface. Ramp must meet ADA specifications and be constructed of the same hardwood floor as rest of the room. 2 B. Wall trim to match/complement the flooring. 2. Robert A. Lee Community Recreation Center Gymnasium (220 S. Gilbert Street) 7,680 square feet and the exercise room connected to the east of the gym - 805 square feet, for a total of 8,485 square feet. o v t C� N ""r w p&rbpa Vlc".wp5 C • dd O L w w 3 7 �s r�ay�"{ 97 JUL 23 PH 1:33 „a .* 97 JUL 23 Pit 1: 33 U :U U11,17 aM4 TABLE OF CONTENTS SECTION I General Policy Statement SECTION II Assurance of Compliance SECTION III Suggested Steps to Assure Affirmative Action SECTION IV Definitions PAGE CD a � x D w Iz w SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to assure equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, subcontractors and vendors, and requires them to take affirmative action to ensure that applicants employed or seeking employment with them are treated equally without regard to race, color, creed, religion, national origin, sex, sexual preference, disability, marital status, and age. It is our intention to administer this policy in such a manner as to assist employers who are contractors or subcontractors with the City in designing and implementing Affirmative Action Programs so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All vendors requesting to do business with the City, and all City contractors, subcontractors, and consultants, must submit an approved Equal Employment Opportunity Statement. All City contractors, subcontractors or 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 are exempt from this provision. Contracting departments are responsible for assuring that City contractors, subcontractors and vendors are made aware of their EEO/Affirmative Action reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any requests for proposal. Prior to commencement of work, the completed Equal Employment Opportunity Statement or required material must be received and approved by the City. Contractor compliance during the course of the contract with the City of Iowa City will be monitored by the contracting department. Once a contractual relationship exists between a contractor and the City, as with any contractual provision, the City retains the right to withhold payment on a contract pending satisfactory performance in the areas of Equal Opportunity and Affirmative Action outlined at the time of contract award and/or to disqualify a contractor from future bidding for a specified period of time. SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Affirmative Action Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 5 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. CONTRACTOR, PLEASE CHECK THE APPROPRIATE STATEMENT: w 1. _ This contract is federally funded (paragraphs a -g apply) c 2. _ This contract is not federally funded (paragraphs a -c apply) 77 During the performance of this contract, the contractor agrees as follows:' (For the purposes of these minimum requirements, "contractor" shall include consultants and subcontractors.) a. The contractor will not discriminate against any employee or applicant for employment because of race, color, creed, religion, national origin, sex, sexual preference, disability, marital status, and age. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, sexual preference, disability, marital status and age. Such action shall include, but not be limited to the following: employment, upgrading, 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 agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees p aced by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, national origin, sex, sexual preference, disability, marital status, and age. The contractor will send to each labor union or representative of workers 71'th_';h`ich he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order No. 11246 of September 247796T, -and of the rules, regulations, and relevant orders of the Secretary of Labor. The contractor will furnish all information and reports required by TxecJ71 Order No. l�of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his or her books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 3 f. In the event of the contractor's noncompliance with the nondiscrimination Fauces— this contract or wi h any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, "that in the event the contractor becomes involved in, or s threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect.the interests of the United States. Phone number Yes No 5. The undersigned agrees to display the following posters at the worksite, conspicuously placed, for the duration of the contract. EEOC/OFCCP Poster Age Bias Poster Wage Discrimination Poster NOTE: The City can provide assistance in obtaining the necessary posters. Yes No 3. Have you written an Equal Employment Opportunity policy statement? a. If YES, where is this statement posted? c ` " r b. Please provide a copy.-* --� N m.v. NOTE: Sample statements are available upon request. a y' w 4. What is the name of. your Company's Equal Employment Opportunity Officer? (Please print) Phone number Yes No 5. The undersigned agrees to display the following posters at the worksite, conspicuously placed, for the duration of the contract. EEOC/OFCCP Poster Age Bias Poster Wage Discrimination Poster NOTE: The City can provide assistance in obtaining the necessary posters. d 6_ Goals and Timetables For assistance in_completing the table below, please refer to the INSTRUCTIONS and DEFINITIONS on pages 6-8. N, JOB CLASSIFICATIONS UL 23 PMI 3:' o _liii EXISTING EMPLOYMENT GOALS TO INCREASE MINORITY AND FEMALE EMPLOYMENT Total Minorities Males Fema( Males Females Minorities Females Official/Managers t - ire or rles Professionals Technicians Office/Clerical PIT Craft Workers (Skilled) Sales Workers Operatives (Semi -skilled) Laborers (Unskilled) Service Workers I I it Apprentice Trainees On-the-job r TOTAL F� 7. How do you currently inform applicants, employees, and recruit- ment sources of your equal employment opportunity policy? o � c r N -U, 'A CJ Yes No 8. Do you provide a working environment free of harassment and intimidation for your female and minority employees? 9. Do you provide nonsegregated facilities and company activities for all employees? 10. If you rely in whole or in part upon unions as a source of your workforce, are they aware of your comeitment to affirmative action and equal employment? a. How do you make them aware of this commitment? The above responses to questions 1 through 10, are true and correctly reflect our affirmative action and equal employment policies. The employment figures and goals contained within the Table (k6) are true and accurate and we will make every effort to achieve the goals which we set. Firm/Company Nage Signature Print Name hone Number Title Date NOTE - PAGES 2 THROUGH 5 ARE TO BE RETURNED TO THE CONTRACTING DEPARTMENT PRIOR TO EXECUTION OF THE CONTRACT. r, m INSTRUCTIONS for completing the chart located on page 4, question M6, GOALS S TIMETABLES. Complete the EXISTING EMPLOYMENT section. Job Classification definitions appear on pages 7 S S. 2. The statistics located below, indicate the AVAILABILITY of women and minorities in your recruitment area. Compare these statistics with your current employment figures. If statistics are available per job classification, then make your comparisons in that manner, if the statistics are not broken down, compare your total minority and female work force figures with the total availability statistics. i) Johnson County labor force statistics: 2.05% minority 44.04% female ii) A more detailed breakdown by job classification may be available for your location. This information may be obtained from the Civil Rights Specialist. 3. If your current employment percentages for women and minorities, either in a particular job classification or as a whole, is lower than the statistics indicate is available, then UNDERUTILIZATION of either minorities or females exist. 4. If UNDERUTILIZATION exists, determine the number of women or minorities needed to make your work force percentages equal to the availability statistics. This figure represents your GOAL to increase minority and female representation. If you do not have statistics by job classification set a goal in the job classification you are most likely to have employee movement in. 5. When, during the length of the contract, will you attempt to achieve this goal? - that is called a TIMETABLE, and should appear in the GOALS TO INCREASE MINORITY AND FEMALE EMPLOYMENT SECTION. NOTE - DEFINITIONS for capitalized words in the above narrative, appear in Section IV of this document. uD C) 0� 3 v� w C - N 7 JOB CLASSIFICATION DEFINITIONS - TO BE USED IN COMPLETION OF QUESTION Mb-; pg. 4 1. Mona ers and ministrators: Occupations requiring administrative personne whoAdset broad policies, exercise overall responsibility for execution of these policies, and direct individual departments or special phases of a firm's operations. Includes: officials, executives, middle management, plant managers, department managers, superintendents, salaried supervisors who are members of management. 2. Professionals and Technicians: Professionals are considered to be persons working in occupations requiring either college graduation or experience of such kind and amount as to provide a comparable background. 3. Technicians: Technicians are those whose work requires a combination of basic c entific knowledge and manual skill which can be obtained through about two years of post high school education, such as is offered in many technical schools and junior colleges, or through equivalent on-the-job training. 4. Office and Clerical: All clerical -type work regardless of the level of difficulty, where the activities are predominantly non -manual, though some manual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, cashiers, collectors, messengers, office helper, office machines operator, shipping and receiving clerk, stenographers, typists, secretary, telephone operators. . 5. Skilled Crafts: Manual workers of a relatively high skill level, having a thorough and comprehensive knowledge of the processes involved in their work. They exercise considerable independent judgment and usually receive an extensive period of training. Includes: building trades, hourly paid foremen and leadmen who are not members of management, mechanics and repairmen, skilled machinery occupations, electricians. 6. Sales Workers: Occupations engaged wholly or primarily in direct selling. nc ud3�es: advertising agents and sales agents, insurance agents and brokers, real estate agents and brokers, sales agents and sales clerks, grocery clerks, cashier- checkers. 7. Operatives(Semi-skilled): Workers who operate machine or processing equipment or perform other factory -type duties of an intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices, operatives, attendants, delivery and route drivers, truck and tractor drivers, dressmakers, weavers, welders. 8. Laborers (Unskilled): Workers in manual occupations which generally require no special training. They perform elementary duties which may be learned in a few days and which require the application of little or no independent judgment. Includes: garage laborers, car washers, gardeners, lumber workers, laborers performing lifting, digging, mixing, loading and pulling operations. 9. Service Workers: Workers in both protective and non -protective service occupations. ncludes: attendants, clean-up workers, janitors, guards, waiters and waitresses. 10. Apprentice: Persons employed in a program including work training and related instruction to learn a 'trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. El 11. Trainees (On-the-job): Production... persons engaged in formal trainirn tnor cra tsperson when not trained under apprentice programs, operativ, laborer, and service occupations. MINORITY GROUP IDENTIFICATION American Indian or Alaskan Native: all persons having origins in any of the original peoples of NorthAmerica and who maintain cultural identificatioi through tribal affiliation or community recognition. Asian and Pacific Islanders: all persons having origin in any of the origina peoples of the Far East, Southwest Africa, the Indian Subcontinent, or the Pacific Islands. Black: all people having origins in any of the Black African racial groups no hispanic origin. Caucasian: (Not of Hispanic origin), includes persons having origins in any o the" gginal peoples of Europe, North Africa, or the Middle East. Hispanic: all persons of .Mexican, Puerto Rican, Cuban, South or Centra scan, or other Spanish Culture or origin, regardless of race. These definitions and identifications should be retained for future use. o � � 9 w SECTION III - SUGGESTED STEPS TO ASSURE AFFIRMATIVE ACTION 1. COMPANY POLICY Determine your company's policy regarding equal employment and affirmative action. Write this policy out 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. This responsibility should include: -correcting any and all discriminatory practices and conditions which presently exist -taking appropriate remedial actions to correct past inequities -taking a results -oriented approach, in other words, affirming the policy through actual minority and female hires and by maintaining a "single standard" principle in your unit so that employees are evaluated, recognized, developed and rewarded on a fair and equitable basis. In regards to dissemination of this policy, this can be done through the use of letters to all recruitment sources and subcontractors, personal contacts, and employee meetings. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or at minimum someone should be given the responsibility of administering and promoting your company's affirmative action program. This person should be placed within your organizational structure so as to emphasize the importance of the program. 3. INSTRUCT STAFF Your company personnel staff should be aware of and required to abide by your affirmative action program. All employees authorized to hire, supervise, promote and discharge employees or recommend or are involved in such actions should be trained and made to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (A) Let potential employees know you are an equal employment opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal employment opportunity employer". (8) Use recruitment sources that are likely to yield minority and female group applicants. Word-of-mouth recruitment will only perpetuate the current composition of your waTkforce. Recruitment sources that fail to send minorities and -'females should be evaluated for continued use. Send all recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you hire minorities and females. (C) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (0) Select and train persons involved in the employment process to use objective standards and to support affirmative action goals. (E) Periodically review job descriptions to make sure they actually reflect major job functions and do not require higher qualifications. (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 competence for performing the job applied for?" (G) Only use job-related tests which do not adversely affect any particular group of people. (H) Carefully monitor interviews and interviewees' actions. Biased and subjective judgments in personal interviews can be a major source of discrimination. 5. APPRENTICESHIP AND OTHER TRAINING Where applicable, you should assure that full use will be made of any existing labor/management sponsored programs designed for the purposes of recruiting and training minority and female applicants and employees. 6. MONITOR ALL POLICIES AND PRACTICES In order to assure your policy is effective, at least twice per year a review of the following should occur: -APPLICANT FLOW - a record for each applicant, indicating the person's name, race, sex, referral source, date of application, position applied for, and disposition (hired or not hired) -HIRES by race, sex, department, job title and starting salary -PROMOTIONS and TRANSFERS by race and sex -DISCHARGE and TERMINATIONS by race, sex, reason for discharge and termination. Review of the above information will allow you to determine discrepancies that exist, if any, within your work place. Such discrepancies could include different starting salaries for men and women doing similar jobs, inconsistent and arbitrary discharges or 10 _ r ca perpetuate the current composition of your waTkforce. Recruitment sources that fail to send minorities and -'females should be evaluated for continued use. Send all recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you hire minorities and females. (C) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (0) Select and train persons involved in the employment process to use objective standards and to support affirmative action goals. (E) Periodically review job descriptions to make sure they actually reflect major job functions and do not require higher qualifications. (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 competence for performing the job applied for?" (G) Only use job-related tests which do not adversely affect any particular group of people. (H) Carefully monitor interviews and interviewees' actions. Biased and subjective judgments in personal interviews can be a major source of discrimination. 5. APPRENTICESHIP AND OTHER TRAINING Where applicable, you should assure that full use will be made of any existing labor/management sponsored programs designed for the purposes of recruiting and training minority and female applicants and employees. 6. MONITOR ALL POLICIES AND PRACTICES In order to assure your policy is effective, at least twice per year a review of the following should occur: -APPLICANT FLOW - a record for each applicant, indicating the person's name, race, sex, referral source, date of application, position applied for, and disposition (hired or not hired) -HIRES by race, sex, department, job title and starting salary -PROMOTIONS and TRANSFERS by race and sex -DISCHARGE and TERMINATIONS by race, sex, reason for discharge and termination. Review of the above information will allow you to determine discrepancies that exist, if any, within your work place. Such discrepancies could include different starting salaries for men and women doing similar jobs, inconsistent and arbitrary discharges or II promotions and transfers. Furthermore, a review of this information could indicate a need to either seek additional or new recruitment sources to obtain a wider selection of applicants. NOTE: Forms for monitoring practices and policies are available upon request from the City's Civil Rights Specialist SET GOALS Once the policy has been determined, and the practices are monitored accordingly to determine actual results, goals may need to be set if your workforce still falls short of having a representative number of minorities and females relative to their availability in the community. Goals to hire or promote minorities and females should be set once per year and these goals should be communicated to the appropriate employees. Increasing and/or improving your minority and female workforce representation can also occur through improved hiring and selection procedures, which have already been discussed, and through non - biased promotion, transfer and training policies. In regards to the latter three, 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 employees to bid on them. _o W D W 12 SECTION IV - DEFINITIONS The definitions typed in all capital letters refer directly -to City's contract compliance program. The other definitions are your own information. AA: Affirmative Action M the' fig N W —D a AAP: Affirmative Action Program - an active, planned effort to bring more minorities and women into the organization at all levels through non- discriminatory hiring and promotions, and to apply the same benefits and opportunities to all workers. The affirmative action program is the practical action taken to implement the equal employment policy. ADVERSE IMPACT: A company may have a policy which, although applied neutrally, has a negative or adverse impact upon a particular group of employees. An example would be a minimum height requirement that is not job-related and could possibly eliminate a high percentage of Orientals and women. APPLICANT FOR EMPLOYMENT: A person who completes a formal application form, or by some other means (resume, letter, request, etc.) indicates a specific desire to be considered for employment. An APPLICANT LOG should record requests for employment made in person whether or not an application form is completed. APPLICANT FLOW DATA OR APPLICANT LOG: A numerical compilation of employment applicants showing the specific numbers of each racial, ethnic and sex group, who applies for each job title (or group of job titles requiring similar qualifications) during a specified time. AVAILABILITY: The percentage of minorities or women who have the skills required for entry into a specific job or classification, or who are capable of acquiring the required skills. BFOQ-Sona Fide Occupational Qualifications: The law allows employers to hire or promote by sex in rare cases where a worker of a certain sex is really needed for the job. This is interpreted narrowly, to mean that sex-related anatomy is required - for instance, it is legal to hire a man if you need a bass singer or a male model; a woman if you need a soprano or a model for women's clothes. It is not legal to specify a man for so-called "heavy" work; if it can be proved that there is no woman who can do the work; BFOQ may exist. The problem with the BFOQ is that employers may be trapped by stereotyped thinking into a belief that a job can only be done by one sex when that is not necessarily true - and the employer is then vulnerable to discrimination complaints. It is safer to test the capacity of individual applicants, regardless of sex, making �J a �c 13 sure that you test only for the qualities required by the job and not for more strength (or whatever) than is actually required. BLACK: The preferred term for people of Afro-American heritage. The term is a philosophy of life that indicates pride in the African heritage and culture, unlike the more outdated and sometimes derogatory terms "Negro" or "colored person." BUSINESS NECESSITY: A term sometimes used by employers who argue that sex is a BFOQ for a given job. Title VII gives "business necessity" to the BFOQ by saying, in Section 703(e): "It shall not be an unlawful employment practice for an employer to hire... classify... or employ any individual... on the basis of his religion, sex, or national origin in those certain instances where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of that particular business or enterprise." This is narrowly interpreted. For instance, one airline claimed flight attendants or stewardesses had to be women because a survey showed that passengers wanted comforting and friendliness from stewardesses, and women were better constituted than men to be comforting and friendly. The Court said this was not a business necessity. The airline was in business to transport people safely from one place to another. The flight attendant's job was not connected with the airline's major function and the "business necessity" arguments could not be used. Even if the flight attendants were all male and all surly, the airline could carry on its normal operation of safe transport. CHICANO: A male Mexican -American. The female is called "Chicana." Both are included in the larger group known as SSA's, or Spanish- surnamed Americans. CIVIL RIGHTS ACT OF 1964: Overall, the Act outlaws discrimination against women and minorities in employment, voting, public accommodations, public education, the use of public facilities, etc. This is a Federal act passed by the U.S. Congress. For affirmative action purposes, the point of interest is Title VII of the Act, which prohibits discrimination in employment and creates the federal Equal Employment Opportunity Commission (EEOC) for enforcement purposes. Title VII was amended in 1972 to broaden the number of private employers. In addition, the EEO Act included state and local governments and political subdivisions under Title VII coverage, prohibited discrimination in Federal employment with enforcement given to the U.S. Civil Service Commission, and created a central coordinating body between all anti -discrimination enforcement agencies. Ll 6 +o•T.T 14 COMPLIANCE: As used in this document, compliance refers to employment practices which are in line with the Iowa City Contract Compliance requirements. These requirements are indicated on pages 1-5. CONFIDENTIALITY: Information or reports obtained by or submitted to the Civil Rights Specialist in the course of monitoring the City of Iowa City Contract Compliance Program will not be disclosed to the public when such disclosure would serve no public purpose and would give advantage to competitors of the contractor from whom the report has been received; however, such information may be disclosed to a governmental agency conducting an investigation involving alleged illegal discriminatory practices and the contractor or parties charged in accordance with the Iowa City ordinance pertaining to Human Rights. CONTRACTING DEPARTMENT: The City of Iowa City department that is handling the particular contract. DEPARTMENTAL SENIORITY: In some companies, disadvantaged workers have traditionally been isolated in a few departments where jobs were poorly paid and promotional opportunities were nonexistent. The only way out was to transfer to another department, but some companies and unions specified as part of their collective bargaining agreements that workers who transferred could not carry their accrued seniority into the new departments. Instead, they had to begin as if they were newly hired workers. Disadvantaged groups have challenged policies of departmental seniority, saying the policies tend to lock them into the old departments and minimize their opportunity. Courts have generally agreed with the complaining workers. Furthermore, if the employer's intent is not discriminatory but the effect of the system is discriminatory; and if the employer is so notified but does not change the seniority system, the EEOC will deduce that the employer intended to discriminate. Antidiscrimination agencies and disadvantaged workers prefer plantwide seniority, which allows workers to maintain the seniority they have earned from the date of hire if they transfer to new departments. DISCRIMINATION: Illegal treatment of a person or group whether intentional or unintentional based on race, color, sex, age, naTional origin, religion,eed, marital status, sexual preference or disability. The term also includes the failure to remedy the effects of past discrimination. DISPARATE TREATMENT: Unequal or dissimilar treatment of employees similarly situateA because of their race, sex, age, or other impermissable basis.: �R _b O "- W 15 t w =� EEO: —r" A general term meaning "equal employmentopportunity." L w EEOC: The Equal Employment Opportunity Commission, a federal agency created by Title VII to enforce the Civil Rights Act of 1964. It also enforces the amendments passed in the EEO Act of 1972. The EEOC does not perform routine compliance reviews. Generally, it acts only when a complaint is filed against an employer by an aggrieved job applicant, employee, group of employees, or organization authorized to represent aggrieved employees. EEO -1 FORM: A form which must be filled out byrie "vate a to ers with 100 or more employees and sent to the EEOC once a year. Employers report how many minorities and women they have as officials and managers; professionals; technicians; sales personnel; office and clerical workers; skilled craftsmen; semi -skilled operatives; laborers; service workers. EEO -2 FORM: Corresponding form on apprentices in each trade or craft, broken out by race and sex. This report must be filled out annually by joint labor-management a�renti�cesh_ip committees which have five or more apprentices, at easter one supports g employer with more than 25 employees and at least one union sponsor with 25 or more members or a union hiring hall. EEO -3 FORM: The same as EEO -2, but filled out each year by local unions. EXECUTIVE ORDER 11246: Issued by President Johnson in 1965. It says employers with government contracts or subcontracts may not discriminate on the basis of race, color, religion or national origin. Sex was omitted in this order, but added by Executive Order 11375. Therefore, many people refer to this order as "Executive Order 11246 as amended." GOAL: A target number or percent of women and minorities to be hired, promoted or transferred to various job classifications (as defined on pages 7 and 8) within a given period of time. The number is usually computed by the number of available and qualified disadvantaged workers in the labor area. A "goal" should not be confused with a "quota." A quota is a ceiling figure designed to require hiring a certain number of a particular group to the exclusion of others. "We will take 12 to 10% women in this job category but no more." A goal is a floor, a minimum number of people to be included in -- e.g., "we will take at least 10% women in this job category." A quota may be designed to keep things basically as they were, including only token numbers of the "others". A quota may or may not be appropriate under law, depending on whether past discrimination existed. A goal is designed to alter the status W_ quo over time. Setting and achieving goals turns a company's equal employment opportunity statement into a reality. GOOD FAITH EFFORT: Employers sometimes say they have made a good faith effort in affirmative action but "we could not find any qualified...". Courts tend to look carefully at this defense on the basis that regardless of intent, if workers have been hurt the law must make them whole. Accordingly, good faith efforts should be made in all areas of employment including but not limited to: a. employment advertisements b. internal and external dissemination of the company's EEO policy and affirmative action program C. designation of a company EEO officer d. development of and implementation of non -biased employment practices (hires, promotions, transfers, discharges, employee benefits, etc.). Employers must keep a written record of such actions in order to show good faith effort. NOTE - For more detailed information please discuss this with the City's Civil Rights Specialist. JOB-RELATED QUALIFICATIONS If an employer says a High School degree is needed for the job, it must be true. The employer may have to prove that it is impossible for the large majority of workers to do the job adequately without a High School degree. At one time, employers often required higher skills than necessary in a conscious effort to keep out disadvantaged applicants; others required the higher skills without discriminatory intent but the result was the same. The new emphasis on job-related qualifications makes room for employers to demand the skills they do require, but forbids the old, unnecessary escalation. MINORITIES: All persons classified as American'Indian, Alaskan Native, Asian or Pacific Islander, Black or Hispanic. NEW HIRE: A worker added to an establishment's payroll for the first time. OFCCP: The Office of Federal Contract Compliance Programs, U.S. Department of Labor. It is responsible for enforcing Executive Order 11246 as amended. OLD BOY NETWORK: Slang term which refers to hiring by word of mouth, which used to be the way the good job openings were known only by white males. Therefore it was only white males who got them. The word "old" in this usage does not refer to age, but to long acquaintances. Affirmative action tries to weaken the exclusionary effect of the 17 network by requiring employers to actively recruit in minority and women's organizations and media, and by requiring goals for the hiring and promotion of minorities and women. PROTECTED CLASS CATEGORIES: Those groups of people protected by the laws against discrimination. In Iowa City, the protected categories are: race, color, creed, religion, sex, age, national origin, disability, marital status and sexual preference. The latter two categories are not included in the area of housing. (Sexual harassment has been determined to be a discriminatory practice affecting both males and females.) RECOMMENDATION FOR COMPLIANCE: The recommendation made by the Civil Rights Specialist to the appropriate persons certifying that a contractor has satisfactorily completed all bid conditions, as specified by the City of Iowa City Contract Compliance Program. RECRUITMENT: A search for job applicants. Help wanted ads and contacting employment agencies are typical recruitment steps. REHIRE: To return a worker to the payroll after a complete break in service. REMEDIAL ACTION: Actions undertaken by an employer to remedy the effects of past discrimination. Often it is affirmative action but in more stringent doses. For instances, if black workers are 25% of the workforce in a contractor's labor area, affirmative action might require that the contractor hire 25% black workers. Remedial action might be to hire 50% black workers until the contractor is at parity, or 25% black workers in all job categories. REQUISITE SKILLS: Those skills that make a person eligible for consideration for employment in a job. REVISED ORDER: Guidelines issued by the OFCCP outlining what employers must do to comply with Executive Order 11246 as amended. REVISED ORDER 14: Internal guidelines issued by the OFCCP which instruct their own compliance officers in conducting a compliance review. The order also outlines what documents employers must make available to the government's compliance officer. SELECTION: The hiring process which comes after recruitment and interviews. In ., this step the employer decides who will get the job. N O iJ v� Lin 18 SSA: Spanish -surnamed American. SYSTEMATIC DISCRIMINATION: One or more practices which have many discriminatory off -shoots so that an entire organization screens out disadvantaged workers in the end. An example would be department seniority, described on page 14. TIMETABLES: A time frame within which an employer tries to reach the established affirmative action goals. UNDERUTILIZATION: Employment of members of a race, ethnic or sex group in a job or job group at a rate below their availability within the company's recruitment area. Depending on the job, recruitment area may be local, regional or national. VALIDATION: Process of determining whether tests given for employment in a certain job actually predict good or bad performance on the job. (See "Job -Related Qualifications" on page 16.) Validation is designed to eliminate false criteria which screen out disadvantaged groups. At the same time, validation protects the employer's right to hire only those workers who are qualified. The validation is ordinarily done by an independent organization with expertise in that area. WORD-OF-MOUTH ADVERTISING: Similar to Old Boy Network. Employers run the risk of perpetuating the effects of past discriminatory practices if they maintain a word- of-mouth recruitment policy. Since this policy relies upon current employees informing friends and relatives of vacancies, and since past discrimination often has substantially restricted minority group representation in an employer's workforce, it follows that non -minorities will be included in the flow of information regarding job openings at a higher rate than minorities. Such discrimination may also result from word-of-mouth recruiting, as where information about job openings is disseminated by male department heads limiting the likelihood that females will be apprised of employment opportunities. N C7, W O 7,3 cn R_"h'Od a App,,,,,d B e L -93l DeparA+vent SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship and/or on the job training. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. rgf'assl�ee w" J W � —+ -71 ,Gr a _ r =c o� v W SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre -apprenticeship and/or on the job training. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. n'QfJsstN O " C) C_ -_ °:D y^ n Prepared by: Mike Moran, Superintendent of Recreation, 220 S. Gilbert St., Iowa City, IA 52240; (319) 354-5100 RESOLUTION NO. 97-257 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF COW TRACT, AND ESTIMATE OF COST FOR THE REMOVAL AND REPLACEMENT OF THE ROBERT A. LEE COMMUNITY RECREATION CENTER GYM FLOOR AND REPLACEMENT OF IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS FLOOR, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the Civic Center, until 12:00 noon on the 12th day of August, 1997. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Council Chambers, Civic Center, Iowa City, Iowa, at 8:00 a.m. on the 13th day of August, 1997, or at such later time and place as may then be fixed. Passed and approved this 29th day of July 19 97 parksreclreslgymfIoo2.doc Q MAYOR App oved City Attorney's Office Resolution No. 87_957 Page 2 It was moved by Lehman and seconded by Kubby the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Baker X Kubby y_ Lehman R Norton X Novick X Thornberry X Vanderhoef &41--11XA% %4/L2 August 7, 1997 CITY OF IOWA CITY PARKS & RECREATION TO: Prospective Bidders for DEPARTMENT Robert A. Lee Community Recreation Center Gymnasium Floor and Iowa City/Johnson County Senior Center Aerobics Room Floor FROM: Michael E. Moran, Superintendent of Recreation RE: Clarification for Bidding A few changes to the bid form sent to you need your attention. 1. Submit an alternate bid for second grade or better MFMA flooring. 2. Rubber pads can also be PVC. 3. Seal and finish must include a minimum of four coats and be a water-based urethane. 4. At the Iowa City/Johnson County Senior Center a 411 x 311 rubber vented cove base must be installed after floor installation. If you have any additional questions please feel free to cb$tact me. v v u, 220 SOUTH OIL BERT 5T REET PHONE(519)556.5110 low A CITY I O WA 5 2 2 4 0. 1 6 5 2 FAX ( 5 1 9) 7 5 6- 5 0 0 9 FORM OF PROPOSAL ROBERT A. LEE COMMUNITY CENTER GYM FLOOR AND IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR RESURFACING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOL- UME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Swanson Gentleman Hart, Inc. Address of Bidder 1854 Fuller Road West Des Moines, IA 50265 TO: City Clerk v ri City of Iowa City 5 Civic Center 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $76,586.00 , 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 labol, services, materials and ecyipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices. 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 FP -1 TOTAL EXTENDED AMOUNT = $ e7 _ q LU ® LL t� = .:-Q U,ri d p FP -1 TOTAL EXTENDED AMOUNT = $ United States Fidelity and Guaranty Company's U S F+G. Baltimore, Maryland IS01AItI A Stock Company Bid Bond Bond Number ........................ Know All Men By These Presents SWANSON,GENTLEMAN HART, INC. That ......................................................................... o! .. 742..North„109th. Court-0ld.-nil........ Omaha, Nebraska 68154-1799 as Principal, and United States Fidelity and Guaranty ........ Company, a Maryland corporation, as Surety, are held and firmly bound unto . ,Treasurer of e of ...........th....City....... Iowa City, IA ................................... ................................................................... (------------�---- as Obligee, in the full and just sum of....Ten.....Percent..............10.%.)...o.f ....amount........ bid—.....— .......................... Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas the said Principal is herewith submitting its proposal Robert A. Lee Community Center Gym Floor & Iowa City/Johnson County Senior Center Aerobics Room Floor Resurfacing Project in Iowa City, IA Furnish & Install: Robbins Flooring The Condition Of This Obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Sue"ll pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for whieh the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former,, but in noevent w shall liability hereunder exceed the penal sum hereof.;' ySigned, sealed and delivered ..AIu ust .12, .1997 ... r — m IWuI :.C...��i ��n: /i1/f%j �........ Cmtrxt t t W941 SWYSON:B1T (Sol) Bzr- P:-Hr--Jr-rPresiten°e chad: DNRED STALES RDEIlTY AND GU CDMPANY BY: ....At........ :................... Connie D. Magni Akgl)” o- Reference List for Projects Completed by Swanson Gentleman Hart, Inc. Columbus High School 3 23 1 West 9th Street Waterloo, IA 50702 Ms. Sharon Longhorn 319-233-3358 Church of Jesus Christ of Latter Day Saints Cedar Rapids Wards oh 4300 Trailridge Road S.E. Cedar Rapids, IA 52403 yc. w ��- Mr. Bob Orend <r : -X) a 319-351-2976 oT i iv City of North Liberty 25 West Cherry Street PO Box 67 North Liberty, IA 52317 Ms. Barb Berry 319-626-5700 BUILDING PRODUCTS DISTRIBUTION AND INSTALLATION 1-1OMAHA ElKANSASCITY DES MOINES 742 NORTH 109TH COURT - OLD MILL 8403 NIEMAN ROAD 1854 FULLER ROAD OMAHA, NEBRASKA 68154-1799 LENEXA, KANSAS 86214.1511 WEST DES MOINES, IOWA 50265-5526 402 • 493-9393 FAX 402 • 493-5934 913 • 492-9393 FAX 913 • 492-6868 515 . 226-1155 FAX 515 • 226-1112 FORM OF PROPOSAL ROBERT A. LEE COMMUNITY CENTER GYM FLOOR AND IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS w ROOM FLOOR RESURFACING PROJECT 9 CITY OF IOWA CITY `r`3 o %-' ry NOTICE TO BIDDERS: y _J PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOL- UME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder BY'ay? C'(1; 1/1 , H4 Vd W4 r/oo t' 1 t y Address of Bidder TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 52240 Mgr Ave—.�i(� The undersigned bidder submits herewith bid security in tie amount of $ 3 OL2, l' 3, in accordance with the terms set forth in the "Project Specifications.' The undersigned bidder, havi ig 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. 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 9yM 0dac -P 4, G zte- '�4A e s7 70 $A& 33y,so w4eS �cd e geg;00 kcmo„c 40f-tl 071 -4 `� �y 7.70 6M, ro F/o r s1st 9r.14& .0ai}ef- r VM � aril COrLre+-" Aber Qrtt° 've TOTAL EXTENDED AMOUNT-1omavv'1-W = $`�011u�b,30 FORM OF PROPOSAL ROBERT A. LEE COMMUNITY CENTER GYM FLOOR AND,,,, IOWA CITY/JOHNSON COUNTY SENIOR CENTER AEROBICS ROOM FLOOR RESURFACING PROJECT CITY OF IOWA CITY w , NOTICE TO BIDDERS: a PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN TFJf� BOUND VOL- UME OF THE SPECIFICATIONS. SEPARATE COPIES OFTHIS PROPOBALARECON- TAINED 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 F r 4 vt -Su}. ..Lee The undersigned biddur submits herewith bid security in the amount of $ 1 95, _73 in accordance with the terms set forth in the "Project Specifications.` `!D The undersigned bidoer, having examined and eetermined 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. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices o, iump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNIT Cen+J i � �evhore- 'F(oorrr9 a-I-Qpc�e..{er _F100,- a,+- Se no r de��� n+ er a I Ay%l Concre;c_ -Y Ioor prep ESTIMATED QUA vTITY nwr F — 0, / Wo,tjd, be GAaoyol- UNIT PRICE C) 6,70 TUreC-a S do , 13 cls. � rs L w4 {,(p j�p� ��/ npw�.�TOTAL EXTENDED AMOUNT = C0 FP -1 0 I n �Ota7GL CV./ EXTENDEL AMOUNT $5 6eq .Sa Sy f 1 5 yaa � pf HW ie 'err lu:JS trc HLLILD GPOUP BU4E) DEP515 260 4631 TO 913193513230 BID BOND P. 02 '02 Lynn Branchini dba B anchini Bardwcodas Principal, and.ren m„r„at Tr,a,,,-ance Company Flooring as Surety declare that we are held and are firmly bound unto Treasurer of the City of Iowa City hereinafter called 'OWNER,” in the sum of _ mo r t nf ti'r1 Dollars (I-- 1 nt; 1 to pay said sum as herein provided. We as Principal and Surery further promise and declare that these obligations shall bind our heirs, executors, adminis- trators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated August 12 1997 for Robert A Lee Ccrmnunity Recreatinn Opnt&r Flm Project. and Senior Center Aerobics Floor Resurfacing 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 l;fh day of August A.D., 1997 ,I ��)) Lynn Branchini dba (Seal) Witness U Princip By (Tine) ALLIED utual Insurance Compa(Seal) Ji i _i: _ // iii. • BB -1 a0G 1: '9” 16'14 By / E. Dyan Kri ner, Attach Power-of-Attorneyvii _ rnl_i-;� i Ir'rt 0 81 :GI bId C I SRV L6 w- e�GE.1 ,Kw TOTAL PAGE.02 ** Branchim Hardwood Flooring 4749 Maier Ave Sw Iowa City, la 52240 319-679-6637 City Engineer, Here are my three references. 1. Steve Moss, North Dodge Athletic club, Iowa City, ph 351-5683 2. Linda Kopping, Senior center, Iowa City, ph 3562500 3. Fischer Development, Tom motchu1,1485 Bayshore Dr., San Fransico, CA, 94124, ph 1-800-945-4050, ext 227 %a o 'r C-, c D= cr CO Pr ,j Ll Prepared by: Mike Moran, Recreation Superintendent, 410 E. Washington St., Iowa City, IA 52240 319-356-5100 RESOLUTION NO. 97-270 RESOLUTION AWARDING CONTRACT AND AUTHORIZING MAYOR TO SIGN AND CITY CLERK TO ATTEST CONTRACT FOR THE REMOVAL AND REPLACEMENT OF THE GYM FLOOR ROBERT A. LEE COMMUNITY RECREATION CENTER AND THE AEROBICS FLOOR RESURFACING AT THE IOWA CITY/JOHNSON COUNTY SENIOR CENTER. WHEREAS, Swanson Gentleman Hart, Inc. has submitted the lowest responsible bid of $76,586.00 for the construction of the above-named project; and; WHEREAS, said bid has been recommended for award by the Department of Parks and Recreation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA: That the contract for the above-named project is hereby awarded to Swanson Gentleman Hart, Inc. subject to the condition that awardee secure adequate performance bond, insurance certificates, and contract compliance program statements. 2. That the Mayor is hereby authorized to sign and the City Clerk to attest the contract for the above-named project, subject to the condition that awardee secure adequate performance bond, insurance certificates, and contract compliance program statements. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: Passed and approved this 13th day of August , 1997• ATTEST: CIT LERK parksrec\res\gymfloo 3. doc //Affix.. 1. MAYOR Ap /oved by City Attorney's Office Resolution No. Page 2 97-270 It was moved by Kubby and seconded by Lehman the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Baker X Kubby X Lehman X Norton X Novick X Thornberry X Vanderhoef FORM OF AC3"MOMT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Swanson Gentleman Hart, Inc. ("Contractor"). WHEREAS, the City has prepared certain plans, specification forms for proposal and bid documents dated the 29th day of July, 1997, for the Robert A. Lee Community Recreation Center and Iowa City/Johnson County Senior Center Floor Resurfacing 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 #98-28 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. Plans; — --' O y. b. Specifications and Supplementary Condit.;Lims;G-' r,_ r C. Advertisement for Bids; tt d. Note to Bidders; e. Performance and Payment Bond; v f. Restriction on Non -Resident Bidding of Non -Federal - Aid Projects; g. Contract Compliance Program (Anti -Discrimination Requirements); .J N h. Proposal and Bid Documents; and i. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. Following acceptance, payment will be made within thirty (30) calendar days after receipt of itemized invoice. DATED this /3 day of &VdLL1997. Mayor ATTEST: City Clerk Contractor By W (Title) jcz-- ATTEST: (Title) (Company Official) Ap oved By: M?.Gz,L f-13-12 City Attorney's Office q U li— b—`J r W G L 1 G i 1 O .1. La PI "==` 1', V 1 ,YG`! S. 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 !3 day of , 199 7t, ATTEST: l Mayor AQ -2 Contractor SWANSON GENTLEMAAN� HART, INC. el Tracy D. Salmonson Assistant C poto Sec emery ATTEST: E}}leen R. Boan Meal Asistant Corporate Treasurer (Company Of lap Approved W. City Attomey's Office AUG -13-1997 14:24 + 1 FTHIIE; 1 AOI RISK SERVICES, INC. Of NE P.O. Box 3307 Omaha, NE 66103-3307 FAX: 402^697—On47 RON RISK SERVICES OF NE ALTER COWANY Swanson Gentleman Hart, Inc. 15ffff X Tracy Salmcnson 742 N. 109th Court—Old Mill Omaha NE 66154 402 697 1400 P.01i01 WICATSINOTvny"STANDINIG WFIEU ].I a unw:aw:------ REB+IISSUBJECT TO ALL CERTiFICAT6 MAY BEISSUEDO9MAY PEATAKTHE14LOANCE AFFOROEO BY THE POLICES DESCRIBED EXCLuSK)NS AND CONDITIONS OF SUCH POLICES. LAATS SHOWNMAY HAVE BEEN REOU[MO BY PAT) CLAMS. to Tyner 14PAU 9 'aaLmrmlla0 M icy �"T9 CNK Wrr) UMIIa LTO OFMRIL AOaf+FnAIE IT 2000000 A X m11IFppAL¢rDpALUABury 1MP300934699 03 9/30/99 9/30/97 PAT'r-'S=w'OP Am s 2000000 CiuMS a10E� OC21A� L AN t —1000000 Q OWMMSaCONMACIMSPROT EACH OCCUINCIOXt 1000000 h^r ar PPS) If i St10E UTAT t ANY AUTO ALL OWNED AUT05 90EXXW 111165 fols) ALTOS NOW)W1E0 AMD PKPMTY DAWDE ANY AUTO Uw8NE11A FORA t Ofd 11YN UNEFIWA raft STAIUfOw LIm1S........... ::: `.... •` wow Alm EAGI Ar MIT A clrleT=2=11101 2009199965 9/30/86' 8/90/97 THE PFIOPFETOTVj�lI� DISEASE-aOLLVI.Im t 500006 PARnwprsApt»rtrvE II -11 OME►M•EAM Em rn 1 100000 0"x2 S AW --9= Fax to: 319-356-5407 Attention: Mike Morin City of laws City, IA c/o Parks R Recreation Dept. Attn: Mike Morin 220 S. Gilbert Street ewau.D Axt v THE wove moa® rain ae eANaEum avase ale camem'1011 DATE TKZMW. TnD MOAM 001IWlr WLL mmcmlea To NAL 30 Dint 11E1Ro1 NeT)IlTO TIEOOrteAATa Notml Wla7i071lL17f. WI F–um TD WL MN mom IIML %gado Da.WTNN OR Luau" v ANr IIDON 7N[ AWY. Ifa wOOa all EmrEamRIT1YLL A 792115000 TOTAL P.01 " .n