Loading...
HomeMy WebLinkAboutMELROSE AVE FIBER OPTIC EXTENSIONMELROSE AVE FIBER OPTIC EXTENSION 15 -May -2018 Plans, Specs, proposal and contract, opinion of cost. 15 -May -2018 Res 18-153, setting a public hearing 21 -May -2018 Notice of public hearing 29 -May -2018 Res 18-180, approving plans, specifications, form of agreement, estimate of cost 30 -May -2018 Notice to bidders 22 -Jun -2018 Addendum No. 1 03 -Jul -2018 Res 18-189, awarding contract (Utility Service Contractors) 18 -Jul -2018 Form of Agreement 06 -Aug -2019 Res 19-205, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE: MELROSE AVENUE FIBER OPTIC EXTENSION IOWA CITY, IOWA TC -1 N 0 May 15, 2018 n� a -n I HEREBY CERTIFY THAT THIS ENGINE E RING DOCUMENT WAS PREPARED BY ME ORS 7 r UNDER MY OIRECt PERSONAL 5UPERV6ION AND THAT I AM A DULY UCENSED THE STATE OF IOWA. PROFESSIONAL ENGINEER ON DER THE LAWS OF rl D u n and 5/15/2018 DATE: 0No= SIGNED: g r -__"- - = DONALD N. ELEYWEG, P.E. D N T.IT * * LICENSE NUMBER 19727. „p00' MY UCENSED RENEWAL DATE IS DECEMBER 31,2039. PAGES OR SHEETS COVERED BY THIS SEAL: ALLSHEETS TC -1 SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS NOTICE OF PUBLIC HEARING NOTICE TO BIDDERS ................................................. NOTE TO BIDDERS .................................................... INSTRUCTION TO BIDDERS FORM OF PROPOSAL ................................................... FORM OF AGREEMENT .................... PERFORMANCE AND PAYMENTBOND............ CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS).. WAGE THEFT......................................................... GENERAL CONDITIONS SUPLEMENTAL CONDITIONS BIDDER STATUS FORM (2PAGES)................. CONTRACT PROVISIONS ................................. TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Page Number TC -1 thru pg.2 ................................. NPH -1 ................................. NTB-1 ................................. NB -1 ................................. IB -1 thru pg.7 ................................. FP -1 thru pg.3 ................................. BB -1 ................................. AG -1 .................................. PB -1 ................................. CC -1 thru pg.8 ................................. WT -1 thru pg.2 ........................................... GC -1 f 0 ........................................ S=1 CD n �n .. A 133 1 ......................................... n -G N ..........................................ern-CP4 M t Section 01010 Summary of the Work....................................................................... 01010-1 Section 01025 Measurement and Payment ............................................01025-1 thru pg.4 Section 01310 Progress and Schedules .................................................... 01310-1 thru pg.2 Section 01570 Traffic Control and Construction Facilities ......................... 01570-1 thru pg.2 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ...................... 02050-1 thru pg.3 Section 02100 Site Preparation.................................................................. 02100-1 thru pg.2 TC -2 Section 02220 Earth Excavation, Backfill, Fill and Grading .....................02220-1 thru pg.5 Section 02270 Slope Protection and Erosion Control ................................ 02270-1 thru pg.3 Section 02510 Hot Mix Asphalt (HMA) Paving ................................... 02510-1 thru pg.3 Section 02520 Portland Cement Concrete (PCC) Paving ......................02520-1 thru pg.3 Section 02900 Landscaping........................................................................ 02900-1 thrupg.5 PLANS ....................... ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS SUBSTITUTION REQUEST FORM 0 'E as �C-) Ln Ln TC -3 14 r v NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Melrose Avenue Fiber Optic Extension Project in said City at 7 p.m. on the 29th day of May 2018, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. KELLIE FRUEHLING, CITY CLERK NPH -1 N 0 O CO �.4 C*) -41 -C Ln ..�.. r m-0 rn s C3-� Jr. 3�1 U1 ON NPH -1 NOTICE TO BIDDERS MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 251h day of June 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3b day of July, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Monday, June 11, 2018 in the Engineering Conference Room in City Hall, located at 410 E Washington Street, Iowa City, Iowa. This project includes the installation of three fiber optic ducts beginning east of S. Grand Avenue in Iowa City and ending just west of Emerald Drive in University Heights. Additionally, the project will include installation of handholes and related hardware. installation of new fiber optic cable, handholes, removal and replacement of pavement, and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start date: July 16, 2018 Final completion date: August 29, 2018. Liquidated Damages: $500/day The plans, specifications and proposed contract documents may be examined at the office of the Cit4lerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a divisliM of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-a-5951Max:31"4- 8973 Toll -Free 800-779- 0093 by bona fide bidders. -C A 30.00 refundable fee is required for each set of plans and specifications provided to biddera�rpthOnter persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fW be-wturn the plans are returned in unmarked and reusable condition within 15 days of Council Award. A sep�gte, a*nonlodable 15.00 shipping and handling fee will apply to plans that are sent through postal mail. *7r t 'T;p CA Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and sLTcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK NTB-1 e o mc Ln f �m -v rn s D cn C" 2. M NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB -1 N co )> m C-)-< �� rn s Y o+ CA INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, and Iowa DOT Standard Specifications, 2012 Edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. c F. A bidder is a person or entity who submits a bid. g�? s Ti G. A sub -bidder is a person or entity who submits a bid to a biQ__9forcrnateXals, equipment or labor for a portion of the work. Cm , M Mc ARTICLE 2 — BIDDER'S REPRESENTATIONS T' 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. li-M 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Techniaraphics, a division of Raids Reproductions located at 415 Hiahland Ave. Suite 100, Iowa City, Iowa 52240. Phone :319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and their deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with ge Bidding Documents may be examined at Engineering Division at City H_QII, IovG6City, Iowa during regular business hours, or may be obtained from the er-5p Own�i's reproduction cost, plus handling charge. These reports and dr s afe no of the contract documents, but the "technical data" contained tb"n &n ich the bidder may rely as identified and established above, are in raW thol by reference. t 3.2 Interpretation or Correction of Bidding Documents y Ln CP A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Engineer at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to included Substitution Request form for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. 0 ARTICLE 4 — BIDDING PROCEDURES 0 Co s 1 4.1 Form and Style of Bids r-- n� cn A. A separate copy of the bid form is contained within the back cover is dwumm B. Fill in all blanks on the bid form by typewriter or manually in ink. 'D ut M C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amountwritten in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". 9M F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in their bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attomey-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. N 0 O m 4.3 Bidder Status Formes D� -c A. Bidder Status form shall be submitted with the bid, in a separzrAnvi%pe.m :<F— -o 4.4 Submission of Bids o� t D A. All copies of the bid, the bid security and other documents required to*% submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB - Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ME ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on June 25. 2018 C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting their bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. N O D. Bid security shall be in an amount sufficient for the bid as mogfied oiroeesubmitted. S2 s a..,gc ARTICLE 5 — CONSIDERATION OF BIDS S2-< Cisr =<r -o 5.1 Opening of Bids -�"= r A. The properly identified bids received on time will be opened pub'l'icly arlivill be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. M 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in their judgment, is in their own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: N 6 1. Withdraw the bid. o' m 2. Submit an acceptable substitute person or entity with an tn%Nnt in t" bid price to cover the difference in cost occasioned by sLF.�bMutioo..� =+n " r' D. The Owner may accept the adjusted bid price or may disqualify thdero In event of either withdrawal or disqualification, bid security will notWorWed. 0 cn rn 7.1 7.2 ME EXM ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE Conference A. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Monday, June 11, 2018 in the Engineering Conference Room at City Hall, located at 410 E Washington Street, Iowa City, Iowa. Parking o A. Parking is available on -street or at Chauncey Swan Parking Ramp. a 'n �cr rn z � m NN FORM OF PROPOSAL MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT CITY OF IOWA CITY 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on June 25, 2018 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT in strict accordance with the Project Manual and the Drawings dated May 15, 2018, including Addenda numbered_, and , inclusive, prepared by HBK Engineering, LLC and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION Melrose Avenue Fiber Extension FP-1 of 3 UNIT TOTAL BID AMOUNT Lump Sum o_ IAl O C7 ao _ �X r v D rn tl FILED 2018 MAY 15 PM 4: 56 CITY CLERK IOWA CITY, IOWA The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. 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. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project completed on or before August 29, 2018. Firm: Signature: _ Printed Name Title: Address: Phone: 0 .CD n Contact: m n� =;C N r �m = M � v D � m FP -3 of 3 BID BOND , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in thealternate, (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 timeextension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness day of N 0 n ■1 T D (W J Principal B (" S�3 Surety CA m B Y Attach Power -of -Attorney BB -1 of 1 (Attomey-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, Specifications, Proposal and Contract dated the 151h day of May 2018, for the MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT ("Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; o ,o e. Performance and Payment Bond; = f. Contractor's Completed Bidder Status Form; attached hei$tei :{ r, -o m m g. Contractor's Completed Assurance of Contract Compliant rogArn (AM r Discrimination Requirements), attached hereto; m h. Completed Form of Proposal; and 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 in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. Final completion date: August 29, 2018. Dated this day of (Signature) name) Mayor ATTEST: (Printed name) City Clerk AG -2 2018. Contractor (Signature) (Printed name) (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) Approved By: Cn r M City Attorney's O ff�er^� = D N Q� PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of lars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as entered into a (date) written Agreement with Owner for the MELROSE AVENUE FIBER OPTIC EXTENSION 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 HBK Engineering, LLC, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety N may promptly remedy the default, or shall promptly: O `o 1. Complete the Project in accordance with the terms and cagOionWof thM v...a s Agreement, or C-)zn r 2. Obtain a bid or bids for submission to Owner for completinjA Project M accordance with the terms and conditions of the AgreeirrtiVag upcO determination by Owner and Surety of the lowest responsible"Bidder,%trange for a contract between such bidder and Owner, and make available, aswork progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under PB -1 of 2 this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20-. SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: (Principal) (Title) (Surety) - a (Title)�2 y C7� (Stree rn rn = (City, e, Zij& a+ PB -2 of 2 Contract Compliance Program s m Ln SECTION I- GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City s intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consul tants with contracts of $25,000 or more (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Priorto execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible foranswering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors,vendors, and consultants mustassure that their subcontractors abide bytheCitys Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3- 1. CC -1 of 8 N o_ O *nME m a �m -E o D crt C7% CC -1 of 8 SECTION II- ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor"- shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 at sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assiswgce in obtaining the necessary posters. o _ CD m =;"' .4r -M -0 m o D ut m CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name CC -3 of 8 Phone Number Title Date 29 ao >' w SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policyregarding equal employment opportunities. Documentthe policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p ost i n gs , employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect majorjob functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?' Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews c ar ef u I I y. Prepare I nt er v i ew questions in advance to ass u r e t h at they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotioo�transfi%nd training policies to increase and/or improve the diversity of your workrepentation. Companies must make sure procedures for selecting candidates for pr -Aron, nsfer r training are based upon a fair assessment of an employee's abilib5aed wMk reeecd. Furthermore, all companies should post and otherwise publicize MJ+b Wil opportunities and encourage all qualified employees to bid on them. o r = rn D� r rn CC -4 of 8 CITY OF IOWA CITY Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 M D.1 m ..{A /., T 0 *x r A CJ J CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s , r a ce , religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Com pa n y a n d 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 Name: Address: Telephone Number: is: 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. CC -6 of 8 ti m `o c+ T �::a r CA CC -6 of 8 2-3-1 : EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, orto otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employmentor membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1.A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment 'o benefits to an employee or prospective employee in return for taking a test for themesenof the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of t lbs=tion not apply if the state epidemiologist determines and the director of public health d;0- $ oughIm utilization of guidelines established by the center for disease control of the United tis apart of health and human services, that a person with a condition related to acquired Cie syndrome poses a significant risk of transmission of the human immunodeficiencya� toyher persons in a specific occupation. E3= = (� F. The following are exempted from the provisions of this section: D to J 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc. to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 1. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647,11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312,8-11-2008) 0 Co C:) = "T1 PPo� r CC -8 of 8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise t.4@H disSalification or default; or Cn r' d. Other factors that the person or entity believes are relevant. '�rr*rn n% om _ The City Manager or Designee shall review the documentation submitted, make any inAries JZmedgessary, request additional documentation if warranted and determine whether a reduction in the inEc%ofibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 of 2 COUNTY WAGE THEFT AFFIDAVIT ) SS: upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 20_. Notary Public in and for the State of m D to WT -2 of 2 GENERAL CONDITIONS "Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 29 CDm *C C-)-< �� �, r M `n _ 7? cfl J GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. S-2 LIMITATIONS OF OPERATIONS N O Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIDNS: ;�D *� a Except for such work as may be required to properly maintain lights and t-ade , no will be permitted on Sundays or legal holidays without specific permissions BPOGIN ER. M S-3 INSURANCE. t v A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION )' v Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company SC -1 Q and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Each Occurrence Aggregate $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respe(a to insurance coverage: d> 1. The entire amount of Contractor's liability insurance policy coverag jiq it co entif" in the policy and on the Certificate of Insurance, must, under the polic v ble y damages for which the insured Contractor becomes liable, or fot"Kche i ured assumes liability under the indemnity agreement herein contained, 'e+>,-suc cove amount shall not be subject to reduction by virtue of investigatioOandei�se cots incurred by Contractor's insurer. )vr r lJ 2. The entire amount of the Contractor's liability insurance policy coverage ge lim 9 shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. SC -2 b. If Contractor's insurance is canceled Contractor shall be required to obtain obligation hereunder. or is allowed to lapse during said period, replacement insurance coverage to fulfill its C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, darwe, and expense (including reasonable attorney's fees and court costs) resulting from, Zsing out of, or incurred by reason of any claims, actions, or suits based upon Ale w bomn injury, including death, or property damage rising out of or resulting fror 134C racto4s. operations under this Contract, whether such operations be by himself-pr4ierVlf orrT any Subcontractor or by anyone directly or indirectly employed by eithe�Wem. rn 2. Contractor is not, and shall not be deemed to be, an agent or employe thkCityQ Iowa City, Iowa. D un J S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. SC -3 S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of themselves 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, Vie, color, religion, national origin, sexual orientation, gender identity, marital statusEma e, gdisab ft unless such disability is related to job performance of such person or empli !Z _< S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIIAyiiENY�). rn rn For all contracts of $25,000 or more, the Contractor shall abide by the requireffigm of Co Contract Compliance Program, which is included with these Specifications beginninf�`n pace CC -1. J S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines SC -4 all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 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. SC -5 21 m v Y cn J SC -5 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes' for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: _ Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? Yes El No El 3. If you answered "Yes' to question 2, identify each preference offered by your company's home st or foreign country and the appropriate legal citation. m On — �. nk ifl r You may at t�ddiii al sA(s) if needed. s Z To be completed by all bidders y� m Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. BSF-1 Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BSF-2 2: Q m C -j �� �, r �rn S� "O s rn C7 r D cr J BSF-2 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is iW in a state other than Iowa, has received a certificate of authority to transact business la Iowa Old the certificate has not been revoked or canceled. g s -n =�M*o M M� � r Q a� fel J BSF-3 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, `Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder, to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4yV' was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: CHAPTER 156 0 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING S eo s -n 875-156.1(73A) Purpose, scope and definitions. These rules institute administrativ pMional — procedures for enforcement of the Act. The definitions and interpretations containe4-ja4owZFoder section 73A.21 shall be applicable to such terms when used in this chapter. �r t • e "Act" means Iowa Code section 73A.21. rrt = 0 "Affiliate, " when used with respect to any specified person or entity, means another pp orotity that, either directly or indirectly through one or more intermediaries, controls, or is conto ed byOA*r is under common control or ownership with, such specified person or entity. -.r "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BSF-4 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the fust advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: - (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conductingZ3 has (Wuctadn business in this state for at least three years immediately prior to the date of the first *Qtisffl nt foj„„ the public improvement. n� b. If the person or entity is a resident of a state or foreign country that has awe Wfingen definition than is set forth in paragraph 156.2(2) "a"for determining whether a person titrot tha state or country is a resident bidder, then the more stringent definition applies. Q;V 156.2(3) Determining authorization to transact business. A person or entity is authcQ*to tgnsact business in the state if one or more of the following accurately describes the person or enRy: CA a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BSF-5 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each ofthose three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreijgcountry in which the nonresident bidder is a resident without regard to whether such preferences a0actually co enforced by the applicable regulatory body in each state. If the bidder is a subsidia RWnt than would be a nonresident bidder if such parent were to bid on the public improveme s (a$ narl�� then the public body shall allow a preference as against such bidder that is equal to the ereeee givfff" or required by the home state or foreign country of the bidder's parent. In the instanrctdta Or forr,� preference, a public body shall apply the same resident labor force preference to a puble,F ro ent ins 1 this state as would be required in the construction of a public improvement by the hone o oreidj country of the nonresident bidder, or the parent of a resident bidder if the parent qua as a nonresident bidder if such parent were to bid on the public improvement in its own rile. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BSF-6 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875--156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain tbr resi?Vy of a worker engaged in any public improvement in this state. n Z ," y d. Oaths; depositions; subpoenas. The commissioner may administer oaths, t cAe to b" taken deposition of witnesses, and require by subpoena the attendance and testimony otwigess� d t�' production of all books, registers, payrolls, and other evidence relevant to a matter ue-Pnves$gatirn or hearing. rn = 1 •• 11 e. Employment ofpersonnel. The commissioner may employ qualified personnasRre n*cessatQ for the enforcement of Iowa Code section 73A.21. The personnel shall be employeursuafftto the merit system provisions of Iowa Code chapter 8A, subchapter N BF -7 ff Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule upder thisgapter, or the applicability of any rule under this chapter to any person or circumstance is helpalizy the remainder of these rules or the rules' applicability to other persons or circumstances s tWt Zffectee These rules are intended to implement Iowa Code section 73A.21. n-< N r -tn [Filed 12/16/13, effective 2/12/141 -.<rrri = M [Published 1/8/14] o� Q Enrroa's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14 D� r Gil J BF -7 CONTRACT PROVISIONS FOR WORK ON RAILROAD RIGHT-OF-WAY Iowa Interstate Railroad, Ltd. For Highway work Definitions AGENCY and its agents AGENCY STANDARD SPECIFICATIONS Shall refer to the Iowa Department of Transportation's Standard Specifications, Series 2012. STATE STATE shall refer to the State in which the work is performed. CONTRACTOR Company or Companies performing work for the AGENCY for which this document is included with the contracts pertaining to such work. RAILROAD Any references to RAILROAD in this specification refers to Iowa Interstate Railroad, Ltd., its successors, and assigns, and agents. RAILROADS' Representative In this specification, references to the RAILROAD's Representative is intended to mean the following: Railroad's Office Engineer — Bentley Tomlin (319)-298-5409 or authorized representative A. PERMITS. CONTRACTOR shall, before entering upon RAILROAD's property for performance of work secure permission from RAILROAD's Representative for occupancy and use of RAILROAD's property and shall confer with RAILROAD relative to requirements for railroad clearances, operation, and general safety regulations. CONTRACTOR shall provide AGENCY and RAILROAD with proposed construction schedule outlining the timing of activities that will need track protection services. CONTRACTOR shall conduct work in a manner satisfactory to RAILROAD's Representative and shall not damage RAILROAD property or interfere with their operations. RAILROAD's Representative will at all times have jurisdiction over the safety of RAILROAD operations, and the decision of RAILROAD's Representative as to procedures which may affect safety of RAILROAD operations shall be final, and CONTRACTOR shall be governed by such decision. Should damage occur to RAILROAD property as a result of CONTRACTOR's operations, jc deems it necessary to repair such damage or to perform work for protection of its' rty materials, labor, and equipment shall be furnished by RAILROAD, and CONTRA shite RAILROAD for costs so incurred as defined in Section E. Railroad Reimbursemen .4 -_ w WRII * -cm B. TEMPORARY GRADE CROSSINGS. MC If CONTRACTOR requires construction of a temporary grade crossing across RAILWMA,sraci, use during performance of the contract, CONTRACTOR shall make necessary arraNgemerrMlwit RAILROAD for construction, protection, and later removal of such temporary grade crossing -Co: such temporary grade crossing construction, protection, maintenance, and later removal shall be reimbursed to RAILROAD on the basis of RAILROAD's bills, to be rendered monthly. r rn of CONTRACTOR shall not cross RAILROAD's property or track(s) with vehicles or equipment of any kind or character except at such temporary grade crossing as may be constructed as outlined herein, or at an existing and open public grade crossing C. CONTRACTOR SAFETY ORIENTATION No employee of the CONTRACTOR, its subcontractors, agents or invitees that is working on the project CP -1 may enter RAILROAD property without first having successfully passed an annual RAILROAD approved safety course. Proof of passing said course shall be in the employee's possession at all times when on RAILROAD property. Cost for the required training will be borne by CONTRACTOR. Information on approved safety courses can be obtained from RAILROAD's authorized representative. D. RAILROAD TRACK PROTECTION SERVICES. Track protection services required by RAILROAD will be provided by the RAILROAD and the cost shall be reimbursed by CONTRACTOR to RAILROAD on the basis of RAILROAD's bills, to be rendered monthly. Requirements of the RAILROAD are as follows: Track protection services will be required during: excavation, placing, and removal of cofferdams or sheeting; driving of foundation piling and placing of the concrete footings for piers adjacent to track(s); construction and removal of falsework, bracing, or forms over or adjacent to track(s); construction or equipment across the track; setting or placing of beams or girders in span(s) over any track(s); any construction operations involving direct interference with RAILROAD's track(s) or traffic, fouling of RAILROAD operating clearances or reasonable probability of accidental hazard to railroad traffic; or whenever workers or equipment will be working within 25 feet of the centerline of any live track. If an existing bridge or other structure is to be removed, services of at least one and possibly two watchmen or flagmen will be required during removal of that portion of existing structure immediately over or adjacent to any track. Track protection services will also be furnished whenever, in the opinion of the RAILROAD, such protection is needed. In order that the RAILROAD may be prepared to furnish protective services, CONTRACTOR shall notify RAILROAD at least 72 hours in advance of when protective services will be needed. Services are subject to availability of RAILROAD personnel. Any time track protection services are not being provided, CONTRACTOR must provide and maintain an effective physical barrier at a distance of 25 feet from track centerline to prevent unauthorized trespassing. Physical barrier must be posted with a sign stating "CAUTION, LIVE TRACK, TRACK PROTECTION NEEDED BEYOND THIS POINT". Typical barriers included concrete "J" barriers or safety fencing. Other barriers may be used to accommodate varying construction sites with approval of RAILROAD. RAILROAD will notify the AGENCY and CONTRACTOR when non-compliance is reported by RAILROAD train crews or other RAILROAD employees. CONTRACTOR work performed without proper track protection services, when such protection is required, will be subject to a $5,000.00 per day downward price adjustment to CONTRACTOR, and may result in the removal of CONTRACTOR by RAILROAD or AGENCY from the project. E. RAILROAD REIMBURSEMENT. Rates of pay for RAILROAD employees will be the prevailing RAILROAD hourly wage for an 8 hour day for the class of employee(s) involved during the regularly assigned hours, overtime in accordance with any Labor Agreements and Schedules and RAILROAD's standard additives, all as in effect at the time the work is performed. Wage rates are subject to change, at any time, by law or by agreement between RAILROAD am employees, and may be retroactive as a result of negotiations or a ruling of an authorizis GovdlWnental Agency. If wage rates are changed, CONTRACTOR shall pay on the basis of the new n:=; 9� CONTRACTOR shall reimburse, monthly, the RAILROAD for costs of all services perf*&W by RAILROAD for the CONTRACTOR, and furnish the AGENCY written evidence that R/1iAd'lias r acknowledged receipt of same before final payment will be made for the project. o� 2 m F. SAFETY OF OPERATIONS. �*= r During construction of footings or structures adjacent to any track of the RAILROAD, CONT�TOR shall make adequate provision against sliding, shifting, sinking, or in any way disturbing railroad - embankment embankment and track(s) adjacent to said structures due to said construction operations, by driving temporary sheeting in a manner satisfactory to both the AGENCY and RAILROAD. After review by the AGENCY, two sets of prints of proposed sheeting and bracing details bearing the seal CP -2 of a registered structural or professional engineer, registered in the STATE together with the supporting documents, shall be forwarded to the RAILROAD's Representative for review and approval. CONTRACTOR shall notify the RAILROAD's Representative in writing no less than ten working days in advance of the proposed time of the beginning of the construction of the structures adjacent to the track(s). G. TEMPORARY CLEARANCES. CONTRACTOR shall not store any materials, supplies or equipment closer than 25.0 feet from centerline of any RAILROAD track, measured at right angles thereto. H. FINAL CLEANUP. CONTRACTOR shall, upon completion of the work, remove from within the limits of the property of the RAILROAD, all machinery, equipment, surplus materials, falsework, rubbish, or temporary buildings of said CONTRACTOR; remove the approaches to any temporary grade crossing(s) constructed for CONTRACTOR's use, restoring same as nearly as practicable to conform to adjoining terrain; remove any accumulated silt in RAILROAD's side ditches, restoring proper flow thereto, employ erosion control measures as appropriate to prevent further siltation until ground cover is reestablished; and in all other respects leave said property in a neat condition satisfactory to RAILROAD's Representative. RAILROAD reserves the right to perform site restoration. Cost for restoration work performed by the RAILROAD will be by force account and reimbursed as defined in Section E Railroad Reimbursements Estimate for said work will be provided to CONTRACTOR and AGENCY for review and concurrence before work is performed. I. RESPONSIBILITY OF SUPERVISION. Nothing in this specification shall be construed to place any responsibility on RAILROAD for quality or conduct of the work performed by the CONTRACTOR hereunder. Any approval given or supervision exercised by RAILROAD hereunder, or failure of RAILROAD to object to any work done, material used, or method of operation shall not be construed to relieve CONTRACTOR of any obligations pursuant hereto or under the agreement this specification is appended to. J. LIABILITY AND PROPERTY DAMAGE INSURANCE FOR WORK WHOLLY OR PARTLY WITHIN RAILROAD RIGHT-OF-WAY. In addition to the standard insurance requirements of the AGENCY STANDARD SPECIFICATIONS, the CONTRACTOR shall carry insurance of the following kinds and amounts. 1. Insurance Required of Contractor. a. Statutory Workers Compensation and Employer's Liability Insurance. b. Automobile Liability in an amount not less than $1,000,000 combined single limit. c. Comprehensive General Liability Occurrence Form in an amount not less than $2,000,000 per occurrence. In the event the policy is Claims Made Policy, coverage shall include an aggregate of $4,000,000. The Policy shall name RAILROAD as additional insured and shall not corrin any exclusions related to: co *C" i. Doing business on, near, or adjacent to railroad facilities. 3)p —4 r C.)-< cJ>I ii. Loss or damage resulting from surface, subsurface pollution contamn or M,seepage, or handling, treatment, disposal, or dumping of waste materi OM1 ig substances. r The above policies shall contain a waiver of the right of subrogation 00 d. An Occurrence Form Railroad Protective Policy with limits of not less than $4,000,000 per occurrence for Bodily Injury Liability. Property Damage Liability and Physical Damage to Property, with $5,000,000 aggregate for the term of the policy with respect of Bodily Injury, Liability, Property Damage Liability and Physical Damage to Property. The policy shall name: RAILROAD. CP -3 Before commencing work, CONTRACTOR shall submit to the RAILROAD and AGENCY a certificate of insurance evidencing the foregoing coverage and a certified, true, and complete copy of the policy or policies. The policies shall provide for no less than 30 calendar days prior written notice to the RAILROAD and AGENCY of cancellation of or any material change in, the policies. It is understood and agreed that the foregoing insurance coverage is not intended to, and shall not relieve the CONTRACTOR from or serve to limit CONTRACTOR's liability or indemnity obligations under the provisions herein. It is further understood and agreed that, so long as the Contract remains in force, the AGENCY may from time to time revise the amount or form of insurance coverage provided as circumstances or changing economic conditions may require. The AGENCY will give the CONTRACTOR written notice of any such requested change at least 30 calendar days prior to the date of expiration of the then existing policy or policies, and the CONTRACTOR agrees to, and shall, thereupon provide the AGENCY with such revised policy or policies therefore. 2. Insurance required of Subcontractor If the CONTRACTOR chooses to hire a different company for performance of the work, before commencing work, the CONTRACTOR shall provide proof to the AGENCY and RAILROAD that all companies performing work under CONTRACTOR's supervision have provided insurance as required above or are covered under CONTRACTOR's Insurance. K. INDEMNITY CONTRACTOR shall indemnify, defend, and hold harmless the RAILROAD from any and all claims, demands, lawsuits, or liability for all losses, fines, damages, injuries, and deaths to persons or property (real or personal property) and all expenses and costs, including attorney fees, costs of litigation, and all other defense costs, resulting from or arising from the activities of the CONTRACTOR(S) or any agents in the performance of the construction, repair, or maintenance work on said highway bridge. Notwithstanding the foregoing, nothing herein contained is to be deemed or construed as indemnification against the negligence of the RAILROAD and their officers, employees, or agents. L. MECHANICS' LIENS. The CONTRACTOR shall not permit or suffer any mechanic's or material supplier's liens of any kind or nature to be enforced against any property of RAILROAD for any work performed. The CONTRACTOR shall indemnify and hold harmless RAILROAD from and against any liens, claims, demands, costs, or expenses of whatsoever nature in any way connected with or growing out of such work done, labor performed, or materials furnished. M. METHOD OF MEASUREMENT AND BASIS OF PAYMENT. Railroad Insurance Provisions required by this specification beyond those required by the AGENCY STANDARD SPECIFICATIONS will be measured as a lump sum. The cost of insurance provisions above that required by the AGENCY STANDARD SPECIFICATIONS shall be included in the lump sum bid price for Railroad Insurance Provisions. k CP -4 N o_ O n._, m _ �C-) N <r"-0 M m = D cn M Technical Specifications Division 1 - General Requirements 1 r 1 CITY OF IOWA C N O m s T1 r m 0 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description, not all inclusive. A. Base Bid Work: Acquire necessary IAIS railroad insurance and contractor training for work within railroad right-of-way. 2. Provide traffic control measures 3. Installation of fiber optic. a) Contractor shall install owner provided 288 strand optical fiber cable from IT room at the Iowa City Fire Station 2 to City Hand Hole CIC -312. Contractor shall field -verify routing to determine cable installation lengths. Cable lengths shall account for routing, racking, supporting storage loops and, etc., in handholes and in the building (City to terminate cable). The cable shall be installed in accordance with the manufacturer's specifications for installation and loading. The short and long-term cable loading values shall not be violated. 4. Installation of handholes. 5. Removal and replacement of pavement where necessary. 6. Final grading and seeding of all disturbed areas not receiving pavement. 01010-1 2 r {m rn C�� a r 0 CA co 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. a PART 2 -PRODUCTS o m D� ~C s 2.01 NONE c) = --� PART 3 - EXECUTION�m -p M r 3.01 PROCEDURE:CD cn A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated offsite. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. m 0 C1* The prices for those items which involve surface removal adjacerk1bu%ngs1l vaults shall include compensation to protect exposed surfaces fratec whitlt— may leak or seep into vaults and/or basements. C') r -n :<m -v m All labor, materials and equipment required to bring surfaces to the r ej-vatioo and density including loading, hauling, and disposal of unsuitable�eriar;;pelow grade excavation, borrow and hauling, placing, forming, drying, waten and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OFPROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off 01025-2 0 adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean-up shall be incidental. BID ITEM DESCRIPTIONS 01025-4 N O_ n m :<rn -v �= v D CA as SECTION 01310 PROGRESS AND SCHEDULES PART 1 - GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of thework. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Bid meeting will be held at 10:00 a.m. on June 11, 2018 in the Engineering Conference Room at City Hall located at 410 E. Washington Street, Iowa City, IA 52240. B. No work shall be done between the approval of the Engineer or Parks freshly poured concrete. co hours of 10:00 p.m. and 7:00 a.m. without the Department, with the exception of saw cutting C. Work will proceed in a well -organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01310-2 r - B. A Pre -Construction meeting will be held prior to beginning work. •o m n D"4 = -e -n 3.02 PROGRESS OF WORK. C-)-'> C r A. Work shall be completed by August 29, 2018. �C'> ;<m -o M The specified early start date is July 16, 2018. Liquidated damag(gC0$5f perq a will be charged on work beyond the completion date. cn B. No work shall be done between the approval of the Engineer or Parks freshly poured concrete. co hours of 10:00 p.m. and 7:00 a.m. without the Department, with the exception of saw cutting C. Work will proceed in a well -organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01310-2 D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance can be issued. No street may be closed notification. 01310-2 of street closings so that a prgss release without the Engineer's- provEand said D -n �� rn D c.n 00 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY. A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," Current Edition as of bid letting date. C. Construction fencing as noted on the plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to 2'x4" lumber top and bottom posts with steel fence -post columns and installed as directed by the Engineer. 29 2.02 EQUIPMENT: o `D D.=isc A. Portable generators may not be used to power traffic control devic" v thir400 ffell of residential dwellings, including apartments, between the hours (" !..00ci.m. 7:00 a.m. �rn "o s Q PART 3 - EXECUTION D N 00 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. 01570-1 Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING' signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 wo �-� ILn r M z �; = r D u1 OD 01570-2 THIS PAGE INTENTIONALLY LEFT BLANK N O C= rn s Q q CA m SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinar rubbish, broken concrete, asphalt, stone, resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. PART 2 -PRODUCTS ;es pertaining to hauling and disposal of bricks, castings, and other waste or debris PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 0 2.01 MATERIALS: �� --n )> -c A. Granular backfill material shall consist of Class A Crushed StonergCOT-Starremd Specification Section 4120.04 and Section 4109, Gradation No.r Ul rn B. Explosives shall not be used for demolition. o;o *=.g:- = o q PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction. Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation wogg for their facilities. The Contractor shall cooperate with these-effortVain eve reasonable way and shall not be entitled to additionaI%ZMpe4ation delays resulting from such relocations. L r B. Site Protection Measuresm -v M s 5x 1. Refer to Traffic Control Sheets for details. � c1t 2. Barricade and fence open excavations or depressions resultingrroom work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all 02050-2 times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal et m 1. Removal shall be at the locations and to the limits noted *f's or -33 directed by the Engineer. D=+ 2. Backfill under and within 5 feet of paved surfaces shall be s ASrusqffl stone compacted to 95% Standard Proctor Density. Th(s,_ 'fes incfYse� directly below paved surfaces shall be Class A crushed stoMmp$cted 98% Standard Proctor Density. Other excavations shall ba�-backfdkd with suitable excavated material, compacted to 90% Standard Proctor D%sity. 3. Sewers to be abandoned, but not removed, shall be filled with an approved non -shrink flowable mortar and bulkheaded at each end with concrete. 4. Select castings shall be delivered to the pollution control plant at 1000 S. Clinton Street as directed by the Engineer. 02050-3 SECTION 02100 SITE PREPARATION PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. MOT Standard Specifications. PART 2 -PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. N O C. Contractor is responsible for damage outside the limits of constrgcytion, for trees, shrubs and vegetation not designated for removal. The ContracloCs liagity for -"e and shrub damage will be based on the appraised value, not rep8,i�nerrFvaluT.d shall include the cost of appraisal by a qualified arborist. a M 4- O n Cn co 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100-2 9 5—: MC m T r -�� m C�= r P0 CA co 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART 1 -GENERAL 1.01 SUMMARY. A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will confUn with the following divisions and sections of the IDOT Standard Specificat8ns: ao n = Division 21. Earthwork, Subgrades and Subbases. All sections �� r -.<r v M Division 24. Structures. ©� = v Section 2402. Excavation for Structures. *;K t D CR (M 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is notpermitted. 02220-1 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width 1. Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. e99 C) m 2. Excavate trenches with vertical sides between elevation of r caipe aP elevation 1 foot above top of pipe. =)c< - �--- r �Tt 3. Refer to plans for allowable trench widths within the pipe enL e iii variod9 types, sizes and classes of pipe. r- 0 D � D. Trench Excavation in Fill m 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any%ots 1" or larger in diameter or on any branches. Frayed edges s1 --1e tr§me a utility knife. Do not use tree paint or wound dressing. I ict�vith la roots and branches are anticipated, notify the Engineer. n-< - r— 3. No construction materials and/or equipment are to be storeIrileSr PM within the trees' drip line. �� r D� 4. Excavators and loaders used on brick surfaces shall be limited taose with rubberized tracks or rubber tires. 02220-3 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. H. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commence- ment of the work. 3. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4. Water service pipe shall be type k soft copper. 3.05 ROCK EXCAVATION: A. Rock excavation will be considered Class Standard Specification Section 2102.02. N as o m C-) _ 12 Excavation as defin;kM IDVT .<m = o� � r B. Explosives shall not be used for rock excavation. n CA CD 02220-4 M 0 3.06 BACKFILLING: A. General C. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitablejob excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION.- A. XCAVATION: A. When the bottom of any excavation is taken specified, backfill, at Contractor's expense, with to 95% Standard Proctor Density. 02220-5 at C) m n _ out beyond theta iliZicated•dr �-T�7 Class A crushe$3st6neamp-ecd �n =ern z m a C„ ko SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1 -GENERAL 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of IDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. PART2-PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: 02270-1 02270-1 �11 Division 41. Construction Materials. m Section 4130. Revetment Stone and Erosion Stv a Section 4169. Erosion Control Materials. D --i Section 4196. Engineering Fabrics. �rn = M A- 02270-1 02270-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. and the following IDOT Standard Road Plans: RC -5 Wood Excelsior Mat RC -16 Silt Fence 3.02 SCHEDULE. A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed alug the edge of the panel or roll material to adequately hold it in placEouring $gtallation. Pins will be steel or fiberglass formed as a "U", "L", or "T'e cont ' "ears" to prevent total penetration. Steel washers will be pr :> ors all b,�e "U" shaped pins. The upstream or up-slope line will b(=i'erff thr9egh both layers along a line through approximately the mio1 he quP51ap. At horizontal laps and across slope laps, securing pin eert t rough the bottom layer only. Securing pins will be place g 02270-2 a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specified. 3. Should the geotextile be torn or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 �.i m CD Dn m J Cl) _, '52 _ r r �m = M D� r til 110 02270-3 SECTION 02510 HOT MIX ASPHALT (HMA) PAVING PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. C. Statewide Urban Design and Standards (SUDAS) - current edition as of bid letting date. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Not required. Visual inspection only. PART 2 -PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will confn with the following divisions and sections of the IDOT Standard Specificatiortj�n s -n Division 23. Surface Courses. n'< — r SS -01014 Hot Mix Asphalt Mixtures. - r - <m -v rn Division 41. Construction Materials. = 0 Section 4126. Type B Aggregate for Hot Mix AsphaW cn Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 02510-1 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses. Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Section 2307. Bituminous Seal Coat. Section 2316. Pavement Smoothness Division 25. Miscellaneous Construction Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All paving shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE PAVED/PATCHED: A. PCC Sidewalk tie-in section with existing HMA parking lot. See page C1.0. 3.05 PAVEMENT REMOVAL A. All existing asphalt pavement to be removed shall be sawcut full depth as ilicated on the plans. Existing material shall be removed and delivered to a suitqYe offma location. *n A i� B. Pavement milling shall occur no sooner than ten (10) working days iri�tol*erlay2e exception to this would be if after removal of the old asphalt overlay, "xijW'g s r ace could no longer support prolonged traffic, then the contractor would bermquir�d tote the leveling course immediately following milling and cleaning. o: s 0 D N �D 02510-2 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to opening. All loose material shall be removed from the surface and cracks by brooming or air blowing. Loose material shall be disposed of offsite. 3.07 AGGREGATES A. Type. 1. Type A aggregates shall be used. B. Gradation. 1. A'/cinch mix shall be used. 3.08 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.09 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.10 ASPHALT CEMENT CONCRETE REPAIR A. For use in areas that may become damaged during construction. B. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.11 HOT MIX ASPHALT PLACEMENT A. Lifts 1. Single lift, matching existing adjacent pavement. r - B. Compaction _r*i -o 1. Class 1 B compaction shall be used. �= t Q D c✓f 02510-3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. Entrained Air. 3. Slump. 4. Density Tests of Base and Subgrade. PART 2 -PRODUCTS 29 2.01 MATERIALS: C) s —n A. Except as amended in this document, the materials in this sectior£t3rtl5co&rm gill► the following divisions and sections of the IDOT Standard Specifics: rn Division 41. Construction Materials. i5� 'n m ,t Sections 4101 through 4122. D B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering �► b r Minimum 35-32° F One layer plastic or burlap:IEn a Minimum 31-25° F One layer plastic and oneiq bicap orwo layers burlap. -<r— -a m M Below 25° F Commercial insulating ma�= �'i ap rovec�b + the Engineer. ao B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. 3.06 FINISH: A. Walk/Trail - medium broom finish B. Shelter Slab - light broom finish C. Restroom Floor - light broom finish 47 Xn _ * _4 -as C) -C — r— �r M -o M = 0 g� 7C r D ut ko 02520-3 SECTION 02900 LANDSCAPING PART 1 -GENERAL 1.01 SUMMARY. A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE. A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformitywith U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. a o B. Set all balled and burlapped trees and shrubs, which cannot be plaifiod irWediat", on ground and protect with soil, wet peat moss or other accep m9ferial,-aod water as required by weather conditions. ::4c-� ut (— -<r— C. Keep container grown trees and shrubs, which cannot be planted edt9Lely, M"'St by adequate watering. Water before planting. n r V cn 02900-1 PART 2 -PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") aboveground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: RURAL MIX' Kentucky 31 Fescue 54% 25 Minimum Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 ac-) -C — high percentage of similar grasses.i-- sq.ft. URBAN MIX' = M 2.03 SOD: o� (� Kentucky Blue Grass 70% 122.0 2.80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35.0 0.80 RURAL MIX' Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 QQ9 Alsike Clover 9% 4 0199 o 'A commercial mix may be used upon approval of the Engineer ifivantEw m —n' . ac-) -C — high percentage of similar grasses.i-- :<rM = M 2.03 SOD: o� (� D A. Grass and sod established, nursery grown Kentucky or Merion Cegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but 02900-2 not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen` - 15% Phosphorus - 15% Potash - 15% `At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: Trees: Spring — March 30 through May 15 Fall — Sept. 18 through Nov. 18 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirerWts: _ _o 1. Excavate tree pits to a minimum of two feet greater inctetian rall of tree and sufficiently deep to allow for a minimum o Zgch2tof pl�ing soil mixture below root ball. n��-- r- 2. Plant shrubs in pits 12 inches greater in width than da er4 rood or container and sufficiently deep to allow for a minimum gMncbes of 00ting soil mixture below root ball. D U u7 3. Do not use auger to excavate planting pits. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished 02900-3 grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE. A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH. A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/<-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. All areas requiring mulch shall be mulched as soon as seed is sown a mal rolling is completed. Mulch shall be evenly and uniformly distributed a8 anchL&d into the soil. The application rate for reasonably dry material shall be aMw4imafely 1'1 ns of dry cereal straw, two tons of wood excelsior, or two tons ofeirie �2y per re, or other approved material, depending on the type of m r"fal �nish All accessible mulched areas shall be consolidated by tilling with ah stabili and slope areas shall be tilled on the contour. Crawler -type or du eeElact all be used for the mulching operation. Equipment shall be op IN irka rn r to minimize displacement of the soil and disturbance of the desic,�TcrosWection. 02900-4 G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if there are any delays in sodding. E. Rake area to be sodded. F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. I. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE- ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2Y� inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and move dead material. o m s D. All plantings shall be guaranteed for a period of one year bMity 7ancil acceptance of the project. :;C-) <r— E. The Contractor shall supply all water for planting and maintena%e. }ter be - obtained at the Contractor's expense at the bulk water fill stat caked at S. HBK ENGiNEERIWerside Drive. All water must be paidFW Wl3®\RlffE�;td€iQ8<ktWE#fi gFLS Washington Street. k0 2628 16-5 DRAWINGS FOR PROPOSED IMPROVEMENTS MELROSE AVENUE FIBER OPTIC EXTENSION IN THE CITIES OF IOWA CITY AND UNIVERSITY HEIGHTS, JOHNSON COUNTY, IOWA PROJECT INFORMATION PROJECT PROVIDES HDPE DUCTS NNING EAST OF S. GRAND AVENUE IN I CITY AND ENDING JUST WEST OF BALD DRIVE IN UNIVERSITY HEIGHTS. -RALLY THE SCOPE OF WORK WILL JDE INSTALLING 2' HOPE DUCTS VIA CTIONAL DRILL BORING, INSTALLING )HOLES AND ALL RELATED HARDWARE JIRED TO COMPLETE THIS PROJECT. ASFIBACKER S. GILBERT STREET A CITY, IA 52240 ONE: (319) 3357557 MIDAMERICAN-GAS Donald Maston (319)3414461 dwmaslon@midameriran.cum MIDAMERICAN-ELECTRIC Jason Warren (319)3414425 jMrarren@midsmerican.mm Tom Sturmer (720)578-8090 Thomes.sturmer@centurylink.mm CRY OF IOWA CITY Jude Moss (319)356-5163 jude-moss@iowa-city.org AUREON NETWORK SERVICES Jeff Klocko (515) 830-00"5 jeff@netins.mm MEDIACOM IOWA CITY Tim Eager, (888) 8474757 teagan@mediammm.com UNIVERSITY OF IOWA Chns Hat and chns-hatland@uiowa.edu UNIVERSITY OF IOWA ELECTRICAL John Weyer (319)335-5294 john-Weyer@uiowa 8du UNIVERSITY OF IOWA MECHANICAL Richard Ney (319) 3355156 HchaM-nay@uiowa.edu T HANSEN JData Network Analyst) 3555433 AH BILSKEMPER P.E. Engineer - ShlYe Hattery) 354-3040 ®ONE CALL 1 0 I s• MATERIALS PROJECT VICINITY MAP IOWA CITY & UNIVERSITY HEIGHTS, JOHNSON COUNTY, IOWA MANUFACTURER SPECIFICATION DESCRIPTION MEG. PARTNO. QUANTITY FURNISHED BY NMLDWLES NE9ELLIQUA211E OR APPROVED EQUAL — NYNDHOLE BOX 3n4B'R36-DEEP. PLOYMER CONCRETE, GRAYCOLOR, OPEN BOTTOM ANSI TIER 22 RATED, N3 POUNDS, WITH 4- MOUSE HOLE ON TWO SIDES PG30188B36 S CONTRACTOR HLBBELLgtJWIE Q APPROVED EQUAL- HADHDLE CCVER.W08'. POLYMER CONCRETE. GRAY COLOR, HEAVY DUTY, TWO-PECE. 2 BOLTS, ANSIMR 15 RATED, 206 POUNDS PGM04SM B CONTRACTOR MMELIAOIYaTEORAPPROVEDEQUWL I COVER BOLTS, STAINLESS STEEL. 3l8' PENTAHED BOLTS s01YJ2 16 CONTRACTOR GROUND ROD, GROUND BAR, AND TERMINATION HARDWARE HARGER GROLNOBAR,II4'41'48'.COPPER,5114-20TMPEDHDLES. WITH NSLAATORS ANO PANEAD TORR SCREWS RGBH14ISWT 18 CONTRACTOR HDPE DUCT ENDOT APNCO CARLON DURA LINE OR APPROVED EOWL 7, HDPE (HIGH DENS" POLYETHY W)OUCT, SDR 11, SMOOTH INTERIOR AND EXTERIOR WALLS. ORIONGE COLOR, CONTROLLED OUTSIDE DIAMETER '� APPROVED AS NEEDED CONTRACTOR NDPECOUPLJNGS ETCO 7 DOUBLE E -LOC COUPLING FOR HDPE-TO-NDPE CONNECTIONS DEL -217 I AS NEEDED 7CONEZICTOR PULL TAPE NEPTCO OR APPROVED EQUAL MIAETAPE. POLYESTER, FOOTAGE MWiKNOS. 12M POUND STRENGTH RATING WP1250P AS NEEDED CONTRACTOR HDPE DUCT PLUGS JACK MOON DPNDABEBLANK DUCT PLUGS, ELASTOMERIC GASKET, WITH ROPE LOOP. FOR S HOPE SDR II JAC1Q00238U ASNEEDED CONTRACTOR GEOTEKTILE MATERIALS PROPEXGEOSYNTHETICS OR APPROVED EQUAL WOVEN GEOTEXTIE. POLYPROPYLENE RESIN MATERIAL GEOTEXMT ASNEEDED CONTRACTOR INDEX OF SHEETS I SHEET I TITLE r... I THE PROPOSED IMPROVEMENTS INCLUDED IN THESE DRAWINGS HAVE BEEN DESIGNED IN ACCORDANCE WITH CITY OF IOWA CITY REQUIREMENTS AND THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS), LATEST ADDITION, UNLESS NOTED OTHERWISE ON THE PLANS. DATE: gESOLUDON NO. PAGES OR SHEETS COVERED BY THIS SEAL: 17-0483 MELROSE AVENUE FIBER OPTIC IMPROVEMENTS hbk ENGINEERING HBK ENGINEERING, LLC 599 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)]5&7557 FAX: (319) 358-2937 i i. CfTY OF70II A C17 I TITLE SHEET A.01 I HEREBY CERTIFY THATTHIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRER FERPONAL SUPERVISION AND THAT I AM A DULY LICENSED QSS�I0"A'.,, •. PROnFESSII,O�NIALEE�NGI,NNEEER UNDER THE LAWS OF THE STATE OF IOWA. cQ,oVl ' OS',N2D,B / C LF.41.9. /I SIGNED: 'h ( DONALD N. i�Zji DATE: ��. KLEYGEG —9 °+ 18727 r DONALD N. I(LEYWEG, P.F. LICE NSE NUMBER 18n7. �OrnTOWAr GP MY LICENSED RENEWAL DATE 15 DECEMBER 31, 2019. PAGES OR SHEETS COVERED BY THIS SEAL: 17-0483 MELROSE AVENUE FIBER OPTIC IMPROVEMENTS hbk ENGINEERING HBK ENGINEERING, LLC 599 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319)]5&7557 FAX: (319) 358-2937 i i. CfTY OF70II A C17 I TITLE SHEET A.01 GENERAL PROJECT INFORMATION: GENERAL INFORMATION 1. THE ROUTE WILL REQUIRE WORK WITHIN THE UTILITY EASEMENT, ON OWNER PROPERTY, AND WITHIN CITY OF IOWA CITY AND CITY OF UNIVERSITY HEIGHTS RIGHT-OF-WAY AS SHOWN ON THE DRAWINGS. CONTRACTOR IS REQUIRED TO OBTAIN AN EXCAVATING PERMIT FOR THE PROJECT FROM THE CITY OF IOWA CITY AND THE CITY OF UNIVERSITY HEIGHTS. 2. DIMENSIONS SHOWN ON DRAWINGS ARE LEVEL -LINE MEASURE. ACTUAL LENGTHS SHALL BE DETERMINED BY SLOPE AND ROUTE IN WHICH DUCTS ARE INSTALLED. 3. CONTRACTOR SHALL PERFORM THE WORK IN A PROFESSIONAL MANNER AND IN STRICT CONFORMANCE WITH BEST STANDARD PRACTICES USING QUALIFIED WORKERS AND IN STRICT ACCORDANCE WITH THE DRAWINGS AND SPECIFICATIONS. ALL WORK SHALL MEET THE CODE REQUIREMENTS CURRENTLY ADOPTED BY THE LOCAL JURISDICTION. ALL PROPOSED CHANGES SHALL BE APPROVED THROUGH THE ENGINEER BEFORE IMPLEMENTATION. 4. IT IS IMPORTANT THAT THE CONTRACTOR WORK CLOSELY WITH THE OWNER TO COORDINATE CONSTRUCTION ALONG THE ROUTE, ESPECIALLY WHERE IT IMPACTS PROPERTY NEAR HOMES OF PROPERTY OWNERS. THE OWNER WILL NOTIFY HOME AND PROPERTY OWNERS OF WORK WHERE IT POTENTIALLY IMPACTS THEM ALONG THE ROUTE. THE CONTRACTOR MUST KEEP THE OWNER UPDATED ON THE WORK SCHEDULE IN ORDER FOR THE OWNER TO PROVIDE HOME AND PROPERTY OWNERS WITH SUFFICIENT NOTICE ( DAYS NOT HOURS) AHEAD OF ANY IMPACTING WORK. UTILITY LOCATIONS 1. THE LOCATION OF UTILITIES SHOWN ON THE DRAWINGS ARE APPROXIMATE AND ARE BASED ON: 1) OBSERVED SURFACE FEATURES SUCH AS MANHOLES, VALVE BOXES, ABOVE GROUND PEDESTALS, ETC.; 2) PRELIMINARY FIELD MARKINGS BY THE OPERATING AUTHORITY THROUGH IOWA ONE CALL SERVICE; AND 3) CITY RECORDS OF UTILITIES WHERE AVAILABLE. EXCAVATIONS HAVE NOT BEEN MADE TO VERIFY LOCATION OR DEPTH OF BURIED UTILITIES. EXACT LOCATIONS AND ELEVATION OF ALL UTILITIES MUST BE DETERMINED BY THE CONTRACTOR. 2, AFTER ALL UTILITIES AND OBSTRUCTIONS ARE KNOWN AND LOCATED THE CONTRACTOR SHALL WORK WITH THE ENGINEER IN THE FIELD TO ADJUST THE ROUTE ACCOUNTING FOR UTILITIES DISCOVERED AS PART OF THE LOCATE PROCESS AND NOT SHOWN ON THE DRAWINGS. THE FIELD -ADJUSTED ROUTE MAY VARY SLIGHTLY FROM THAT SHOWN ON THE DRAWINGS. 3, UTILITY SERVICE CONNECTIONS ARE NOT TYPICALLY SHOWN ON THE DRAWINGS. A LOCATION OF SANITARY SEWER SERVICE LATERALS ARE THE RESPONSIBILITY OF THE CONTRACTOR. IF DAMAGED THE CONTRACTOR IS RESPONSIBLE FOR AFFECTING REPAIRS WHICH SHALL BE ACCORDING TO BEST PLUMBING PRACTICES AND CODES AND ONLY BY PROFESSIONAL PLUMBER. B. THE LOCATION OF WATER SERVICE LATERALS ARE THE RESPONSIBILITY OF THE CONTRACTOR. THE CITY WATER DEPARTMENT MAY ELECT TO HELP WITH LOCATING LATERALS. IF DAMAGED THE CONTRACTOR IS RESPONSIBLE FOR AFFECTING REPAIRS WHICH SHALL BE ACCORDING TO BEST PLUMBING PRACTICES AND CODES AND ONLY BY A PROFESSIONAL PLUMBER. 4. THE CONTRACTOR SHALL EXPLORE AND VERIFY THE LOCATION AND ELEVATION OF UTILITIES AT LEAST 100 FEET AHEAD OF UNDERGROUND WORK. LOCATION AND ELEVATION DEVIATION SHALL BE REPORTED TO OWNER'S REPRESENTATIVE AS SOON AS DISCOVERED. 5. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT EACH UTILITY'S OPERATING AUTHORITY AND SCHEDULE FIELD LOCATES. THE CONTRACTOR SHALL VERIFY WITH EACH UTILITY'S OPERATING AUTHORITY THAT LOCATES HAVE BEEN PERFORMED AND BECOME FAMILIAR WITH THAT UTILITIES SPECIFIC REQUIREMENTS FOR WORKING IN THE AREA OF THEIR FACILITIES. SOME REQUIREMENTS ARE IDENTIFIED UNDER THE UTILITY SPECIFIC REQUIREMENTS HEADING ON THIS SHEET. 6. SOME UTILITIES REQUIRE ADVANCED NOTICE AND'STAND-BY' SUPPORT (I.E. A UTILITY REPRESENTATIVE ON SITE) WHILE PERFORMING ANY WORK IN THE AREA OF THEIR FACILITIES, UTILITIES REQUIRING STANDBY ARE LISTED UNDER THE UTILITY SPECIFIC REQUIREMENTS HEADING ON THIS SHEET. T ALL EXISTING UTILITIES SHALL BE LOCATED, MARKED, AND VISUALLY VERIFIED PRIOR TO STARTING ANY IMPACTING OPERATIONS. POTHOLING REQUIREMENTS 8. POTHOLING IS REQUIRED TO VERIFY THE LOCATION AND DEPTH OF ALL UTILITIES. POTHOLING SHALL TAKE PLACE BEFORE EXCAVATION AND DRILLING OPERATIONS BEGIN. THE UTILITY IN QUESTION MUST BE FOUND PRIOR TO THE START OF BORING AND EXCAVATION OPERATIONS. THE COST OF POTHOLING SHALL BE INCIDENTAL TO THE COST OF CONSTRUCTION. 9. ALL UTILITIES IN THE ROUTE THAT WILL BE CROSSED OR IN CLOSE PROXIMITY TO THE ROUTE SHALL BE POT -HOLED - NO EXCEPTIONS. 10. POTHOLING SHALL BE PERFORMED USING HAND LABOR OR VACUUM OPERATIONS. 11. UTILITIES LOCATED WITHIN THE ROADWAY SHALL BE POTHOLED. HOLES SHALL BE COVERED TO ACCOMMODATE TRAFFIC OPERATIONS UNTIL PERMANENTLY RESTORED (SEE RESTORATION REQUIREMENTS BELOW). 12. PROTECT AND SUPPORT EXPOSED UTILITIES PRIOR TO BACKFILLING. 13. DO NOT OVER VAC TO LOCATE UNDERGROUND UTILITIES, ESPECIALLY BENEATH ROADWAYS, DRIVE WAYS, AND SIDEWALKS. AFTER REASONABLE VACUUMING EFFORTS CALL THE LOCATE TECHNICIAN TO RELOCATE THE UTILITY. THE OWNER'S FIELD REPRESENTATIVE WILL DETERMINE WHETHER EXCAVATION IS REQUIRED TO PROPERLY RESTORE AND COMPACT OVER -VACUUMED HOLES AT THE CONTRACTOR'S EXPENSE. RESTORATION AND PROTECTION OF EXISTING CONDITIONS 1. RESTORATION OF ALL TYPES REQUIRED BY THE PROJECT SHALL BE PERFORMED BY QUALIFIED PERSONNEL EXPERIENCED AND KNOWLEDGEABLE IN THE TYPE OF RESTORATION REQUIRED. EMPLOY QUALIFIED SUBCONTRACTORS IN THE VARIOUS SPECIALTIES REQUIRED FOR RESTORATION. 2. CONTRACTOR SHALL REMOVE AND REPLACE OR RESTORE ALL SIGNS, PAVEMENT MARKINGS. SIDEWALKS, STEPS, LANDSCAPE STRUCTURES, CURB AND GUTTER, STREETS, DRIVES AND ALL OTHER SURFACE STRUCTURES REMOVED OR OTHERWISE DAMAGED DURING THE COURSE OF THE WORK. 3. UNLESS OTHERWISE APPROVED, WHERE A SECTION OF PAVEMENT, CURB AND GUTTER, OR SIDEWALK IS CUT OR OTHERWISE DAMAGED BY THE CONTRACTOR, THE ENTIRE SECTION SHALL BE REMOVED AND REPLACED. PAVEMENT, CURBS, GUTTERS, AND SIDEWALKS SHALL BE REMOVED A MINIMUM OF TWO FEET BEYOND THE EDGE OF THE TRENCH CUT. CONTRACTOR AND OWNER SHALL DOCUMENT (OR PHOTOGRAPH) ALL CRACKED PCC PAVEMENT OR DAMAGED ACC PAVEMENT, PRIOR TO CONSTRUCTION. IF NEW CRACKS IN EXISTING PCC PAVEMENT OR IF EXISTING ACC PAVEMENT IS DAMAGED DUE TO CONSTRUCTION TRAFFIC, CONTRACTOR SHALL REPLACE DAMAGED AREA AT NO ADDITIONAL COST TO THE OWNER. 4. PAVEMENT REMOVAL SHALL BE TO NEAT SAW -CUT LINES IN FULL PANELS UNLESS OTHERWISE APPROVED BY THE CITY OF IOWA CITY AND OWNER AS APPLICABLE. PAVEMENT REPLACEMENT SHALL BE IN ACCORDANCE WITH CITY OF IOWA CITY DESIGN STANDARDS, PCC PAVEMENT SHALL BE REMOVED AND REPLACED TO NEAREST JOINT OUTSIDE CONSTRUCTION AREA. 5, CORES IN SIDEWALKS SHALL RESULT IN REPLACING THE ENTIRE CORED CONCRETE SIDEWALK PANEL TO THE NEAREST EXISTING CONSTRUCTION JOINT, UNLESS OTHERWISE APPROVED BY THE CITY OF IOWA CITY OR OWNER AS APPLICABLE. CORES IN THE ROADWAY SHALL RESULT IN REPLACING THE ENTIRE CORED PANEL UNLESS OTHERWISE APPROVED BY THE CITY OF IOWA CITY OR OWNER AS APPLICABLE. ACC PAVEMENT SHALL BE PATCHED WITH SAME. 6. ALL SURFACE RESTORATION SHALL MATCH EXISTING CONSTRUCTION. FOR EXAMPLE, GRASS AREAS WILL BE REPLACED WITH GRASS. ASPHALT SURFACING WILL BE REPLACED WITH ASPHALT, CONCRETE WITH CONCRETE, ETC. THE BEST METHOD FOR SUCCESSFUL RESTORATION OF GRASS AND OTHER VEGETATION IS DEPENDANT ON TIME OF YEAR AND OTHER CONDITIONS WITHIN THE AREA OF RESTORATION, AND WILL BE DETERMINED AT TIME OF RESTORATION. 7. SOIL REMOVED FOR POTHOLING SHALL BE REPLACED WITH SOIL, SAND, AND TOP SOIL AS APPROPRIATE - REFER TO POT -HOLE BACKFILL DETAIL. USE APPROPRIATE MATERIAL FOR BEDDING AROUND EXPOSED UTILITY LINES TO PROTECT THE UTILITY LINE PRIOR TO BACKFILLING. 8. CONTRACTOR SHALL PROTECT ALL UTILITIES FROM DAMAGE DUE TO OPERATION OF HEAVY EQUIPMENT WHERE APPLICABLE. HAND EXCAVATION MAY BE REQUIRED WHEN EXPOSING EXISTING UTILITIES. PROVIDE ADEQUATE SUPPORT AND SHORING FOR ALL EXPOSED UTILITIES TO PREVENT DAMAGE. 9, UNLESS OTHERWISE NOTED, ALL LANDSCAPING. INCLUDING TREES. SHRUBS, BUSHES AND GRASS OR TURF, SHALL BE RESTORED WHERE DAMAGED DURING CONSTRUCTION. WHERE TREES, BUSHES AND SHRUBS CANNOT, OR ARE NOT PROTECTED, OR ARE OTHERWISE DESTROYED OR DAMAGED BY CONTRACTOR, THEY SHALL BE REPLACED WITH NEW PLANTS OF THE SAME VARIETY AND SIZE AS THE PLANT DAMAGED OR DESTROYED. WHERE GRASS OR TURF IS DESTROYED, OR DAMAGED DURING CONSTRUCTION, SURFACE SHALL BE RESTORED TO THE CONDITION THAT EXISTED PRIOR TO CONSTRUCTION. RESTORATION SHALL ACCOUNT FOR SEASONAL CONSTRAINTS TO ENSURE SUCCESSFUL CLEAN-UP OF PUBLIC AREAS, PRIVATE AREAS, SIDEWALKS. PARKING LOTS, ETC., SHALL BE PERFORMED ON A DAILY BASIS, OR AS DIRECTED R ED 1. CLEAN-UP OF PUBLIC AREAS, PRIVATE AREAS, SIDEWALKS, PARKING LOTS. ETC.. SHALL BE PERFORMED ON A DAILY�BRIS HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, 1A UM PHONE: (319) 33&1557 T��I BY OWNERS REPRESENTATIVE. IS OO OF AND MUD. MUD TRACKS RE TOBS�MES ED./ BE SCRAPED LOF TARE FAX: (319) 359-1937 END OF EACHAV. SURROUNDING ROADS TBE KEPT FREE DEBRIEAN S AND MUD. WHERE MUD, DIRT AND DEBlIS C L W CONSTRUCTION TRAFFIC ON CITY STREETS IT SHALL BE BRUSHED CLEAN WITH AN INDUSTRIAL ROTARY SWEEPER OR OTHER APPROPRIATE AND CONJUNCTION WITH WORK PROGRESS. SUFFICIENT METHOD AS OFTEN AS NECESSARY. 2. ALL DRILLING FLUID SHALL BE CLEANED FROM SIDEWALKS, STREETS. WALKING AREAS, BLOWOUTS, EXIT PO ID COMPLETELY RINSED FROM SIDEWALKS AND STREETS. DRILLING FLUID SHALL NOT BE WASHED INTO CITY S f �$ �pf�w . 55 17-0483 3. CONTRACTOR IS TO PARK ONLY WITHIN IMMEDIATE CONSTRUCTION AREAS. NO PARKING IS ALLOWED ON PRIVATE SAFETY, PROTECTION AND TRAFFIC CONTROL & STAGING 17Y CLERK 4. OPEN MANHOLES AND HANDHOLES SHALL BE SUFFICIENTLY BARRICADED. S. CONSTRUCTION FENCE IS REQUIRED AROUND CONSTRUCTION AREAS AND UNATTENDED OPEN EXCAVATIONS. FIl�q b N CONSTRUCTED OF ORANGE. PLASTIC CONSTRUCTION FENCE WITH STEEL POSTS AND PULLED TIGHT AND MAINT IbPO """`""` MELROSE AVENUE FIBER OPTIC IMPROVEMENTS AT ALL TIMES. CONSTRUCTION FENCE SHALL BE SELF-SUPPORTING AND SHALL NOT BE ATTACHED TO SIGNS AND BARRICADES. 6. CONTRACTOR SHALL ERECT AND MAINTAIN BARRICADES,SIGNAGE, AND TRAFFIC CONES PER CITY JURISDICTIONS AND IOWA DOT sn. GUIDELINES FOR TRAFFIC CONTROL. TRAFFIC CONTROL STANDARDS MUST MEET SPECIFICATIONS IN PART VI OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS' (WORK ZONE TRAFFIC CONTROL) - CURRENT EDITION. TRAFFIC CONTROL MEASURES ---� SHALL BE APPROVED AND IN PLACE PRIOR TO CONSTRUCTION ACTIVITY INCLUDING MANAGEMENT OF PEDESTRIAN TRAFFIC ON SIDEWALKS. CONTRACTOR SHALL PROVIDE THE CITY WITH A TRAFFIC MANAGEMENT PLAN UPON APPLICATION FOR THE CONSTRUCTION PERMIT. 7. THE CONTRACTOR SHALL PERFORM THE WORK IN A MANNER THAT WILL MAINTAIN UNINTERRUPTED TRAFFIC FLOW AND ACCESS TO PUBLIC AND PRIVATE PROPERTY AS IS REASONABLY POSSIBLE. - "- - S. LOCATION AND STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NON -WORKING HOURS SHALL BE APPROVED BY THE OWNER'S REPRESENTATIVE. hbk RECORD DOCUMENT INFORMATION C77 Y OF IOWA CITY 1. THE CONTRACTOR SHALL PROVIDE THE OWNER WITH ACCURATE CHANGE INFORMATION AND RECORD DOCUMENTATION AS PART OF THE PROJECT. 2. RECORD DOCUMENTATION SHALL INCLUDE DETAILED NOTATIONS OF CHANGES IN ROUTES AND PLACEMENT, CHANGES IN MATERIALS, CHANGES TO QUANTITIES, AND OTHER SIGNIFICANT CHANGES THAT ARE DIFFERENT THAN SHOWN ON ORIGINAL DRAWINGS. 3. RECORD DOCUMENTATION ALSO INCLUDES BORE LOGS AND HDPE COUPLED JOINT LOCATIONS. BORE LOG INFORMATION SHALL INCLUDE HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, 1A UM PHONE: (319) 33&1557 THE BEGINNING STATION LOCATION, HORIZONTAL REFERENCE POINTS AND VERTICAL DEPTHS ALONG THE ROUTE AT INTERVALS OF 30' FAX: (319) 359-1937 MAXIMUM. DERIVE THE STATIONING TO CORRELATE WITH THESE LOCATIONS. 4. SUBMIT THE COMPLETED FORMS TO THE OWNER. BORE LOG INFORMATION AND CHANGE DOCUMENTATION SHALL BE RECORDED IN CONJUNCTION WITH WORK PROGRESS. 5. DEPTHS AND HORIZONTAL REFERENCE POINTS SHALL BE RECORDED FOR ALL UTILITIES CROSSED. RECORD DATA IN BORE LOG. HDPE INSTALLATION AND COVERAGE BELOW GRADE 6. THE INSTALLATION OF NEW HDPE DUCTS SHALL BE PRIMARILY THROUGH DIRECTIONAL DRILLING METHODS AND PRACTICES. APPLY TRENCHING AND HAND DIGGING WHERE SPECIFIED, WHERE NECESSARY, OR WHERE DIRECTIONAL DRILLING IS NOT THE APPROPRIATE METHOD. 7. HDPE DUCT SHALL BE INSTALLED USING INDUSTRY STANDARD INSTALLATION EQUIPMENT, TOOLS, RIGGINGS AND PRACTICES FOR ALL INSTALLATION METHODS APPLIED. CUT DUCT WITH A DUCT CUTTER TOOL SQUARE AND PERPENDICULAR TO THE LONGITUDINAL DIMENSION. ---� 6. HPDE DUCTS SHALL BE INSTALLED AT ATYPICAL DEPTH OF 36' TO 42' OF COVER BELOW GRADE. MINIMUM COVER SHALL BE 36' UNLESS OTHERWISE NOTED. CROSSINGS OF KNOWN AND IDENTIFIED UTILITIES AND OBSTRUCTIONS REQUIRE VARIANCE TO THE MAXIMUM AND POSSIBLY MINIMUM DEPTHS SPECIFIED. HOWEVER, OUTSIDE OF CROSSING THESE UTILITIES AND OBSTRUCTIONS, THE MINIMUM AND MAXIMUM DEPTHS SPECIFIED SHALL BE APPLIED. WHEN A DEPTH OF 36' TO 42' CANNOT BE MAINTAINED NOTIFY THE OWNER'S - "- - REPRESENTATIVE TO DETERMINE MAXIMUM ALLOWABLE DEPTH. PROVIDE ADDITIONAL COVER AS REQUIRED BY STATE, CITY, OTHER ro _ UTILITIES AND AUTHORITIES HAVING JURISDICTION WHERE APPLICABLE, OR AS NECESSARY, TO TRAVERSE OTHER UTILITIES. C77 Y OF IOWA CITY 9. MAINTAIN A MINIMUM 1Y HORIZONTAL SEPARATION BETWEEN OTHER COMMUNICATION UTILITIES AND PIPED FLUIDS AND GASES. MAINTAIN A MINIMUM 3' HORIZONTAL SEPARATION FROM POWER AND FOREIGN CONDUITS. MAINTAIN A MINIMUM 60' HORIZONTAL SEPARATION FROM WATER MAINS UNLESS OTHERWISE APPROVED BY CITY PERSONNEL. AT CROSSINGS PROVIDE A MINIMUM VERTICAL SEPARATION OF 6' FROM CONDUITS, DUCTS, CABLE AND PIPED FLUIDS AND GASES. SEPARATION DIMENSIONS APPLY TO EQUIPMENT USED IN CONSTRUCTING THE UNDERGROUND INFRASTRUCTURE. 10. CONTRACTOR IS REWIRED TO MAINTAIN POSITIVE DRAINAGE ALONG THE ROUTE THROUGHOUT THE DURATION OF THE PROJECT. ALL DEWATERING SHALL BE PROVIDED AT NO ADDITIONAL COST TO THE OWNER. GENERAL NOTES 11, CONTRACTOR SHALL ADHERE TO THE GUIDELINES OF THE BODY HAVING JURISDICTION FOR UNDERGROUND CABLE INSTALLATION ON CITY, UTILITY, AND PRIVATE CONTROLLED PROPERTY AND RIGHT -OF -WAV. 12. STATION MARKINGS ARE UNIQUE TO THIS PROJECT AND ARE NOT TIED TO ANY OTHER DEFINED OR FORMAL STATIONING. STATIONS MARKS AND MEASUREMENTS SHOWN ARE LEVEL LINE MEASURE. INSTALLED LENGTHS WILL BE LONGER. 13. PROVIDE PULL TAPE IN EACH HDPE DUCT IN EACH SEGMENT OF THE ROUTE. SECURE PULL TAPE TO THE ROPE LOOP ON THE DUCT PLUG AT EACH END FOR EACH DUCT. 14. HDPE DUCT SHALL EXTEND INTO HANDHOLES AND TURN UP. SEE DETAILED DRAWINGS FOR HANDHOLE INSTALLATION. 15. PLUG BOTH ENDS OF HDPE DUCT USING SPECIFIED DUCT PLUGS. PROTECT DUCT AGAINST ENTRANCE OF DIRT AND MOISTURE DURING INSTALLATION. 16. DUCT ENDS MAY BE JOINED BY EITHER ELECTRO -FUSION METHODS OR MECHANICAL COUPLINGS. USE ONLY THOSE COUPLING TYPES SPECIFIED. AS -BUILT MARKUPS SHALL REFLECT THE STATION NUMBER OF COUPLED JOINTS, GROUNDING 8 BONDING SYSTEM INSTALLATION 1. CONTRACTOR SHALL INSTALL GROUNDING BUSBAR HARDWARE IN HANDHOLES. SEE DETAILED DRAWINGS FOR HARDWARE INSTALLATION. HANDHOLE 2, REFER TO THE DETAILED DRAWINGS FOR HANDHOLE INSTALLATION DETAILS. 3. UNLESS OTHERWISE NOTED, HANDHOLES SHALL BE INSTALLED LEVEL WITH GRADE, FLUSH AND PARALLEL TO STREETS AND SIDEWALKS. PROVIDE FILL AROUND HANDHOLE AND COMPACT TO NEAR 90% MODIFIED STANDARD PROCTOR DENSITY USING A VIBRATING RAMMER 07/1512017 COMPACTION MACHINE OR ATTACHMENT WITH APPROPRIATE SIZED FOOT AND COMPACT AROUND HANDHOLES IN 8' TO 12' LIFTS. LOG COMPACTION BY BACKHOE BUCKET WILL NOT BE ALLOWED.` MSE ISSY FOR p9 1. ALL, DIRT, DEBRIS, TRASH, PACKAGING, TAPE, ETC., RESULTING FROM WORK ASSOCIATED WITH THE PROJECT SHALL BE CLEANED FROM aaamr •" u s HANDHOLES PRIOR TO ACCEPTANCE OF THE PROJECT WORK. THE RIM OF THE HANDHOLE SHALL BE CLEANED AND THE COVER BOLTED DOWN omen .m w a WHEN WORK IS COMPLETE. ALL BOLTS SHALL BE ACCOUNTED FOR. •vum Rrneco so Docs Lu s 2. EXCESS EXCAVATED MATERIAL SHALL BE DISPOSED OF OFF SITE AT LOCATION SECURED BY THE CONTRACTOR. 3. OPEN MANHOLES AND HANDHOLES SHALL BE SUFFICIENTLY BARRICADED. CITY OF IOWA CITY AND CITY OF UNIVERSITY HEIGHTS WATER DEPARTMENT • REQUESTS 46 HOUR NOTICE BEFORE CROSSING WATER MAIN LINES. • REQUIRES STANDBY WHEN CROSSING WATER MAINLINES. RAILROAD RIGHT -OF -WAV 1. CONTRACTOR SHALL HAVE RAILROAD INSURANCE AND FLAGGERS AS NEEDED WHEN WORKING IN THE RAILROAD RIGHT -OF -WAV. AMY ASNBACKER A.02 >r W Two new 2' HDPE ducts for City fiber CIC -312 STA. 01 W.0 1 -- Co Co r) J Q W LU W MELROSE AVE Three new 2' HDPE ducts for City fiber CIC -SST MELROSE AVE Three new 2' HDPE ducts for Ciry fiber Three new 2"HDPE Three new 2"HDPE ducts for City fiber ducts for City fiber dduct Ibr City fiber O SCHEMATIC DIAGRAM �,QP b O/ Sleek YMIyn H STA 3i.W.9H99.B ,F-1 v 311' HH -3-354 sTA 43;56.9 9romc Canvwer H= 1 STA.43163.5 One new 2' HDPE duct for City fiber W S Urw "HeryhU HeMOde I a HH STA. 125183 W Trek Can6dbr MwMheb z U) STA. 16140.1 (n Z ducts for City fiber Three new 2'HOPE One new 2' HDPE D 588' ww One new 2' HDPE CW -370 HH -1B6 In duct for City fiber TrwSc CaNNbr STA 52152.1 duct for City fiber Two new 2" HDPE Three new 2' HDPE ^ Three new 2"HDPE H Three new 2' HDPE TA 0.65.6 ducts for City fiber 5TA- 2176.5 ducts for City fiber STA 152.7 ducts for City fiber ducts for City fiber STA. 3142 CILdSa HH-im xnwl CICaaO Kww , ClCaat CIC -382 1�, 1,175' 178' 1,508' Set new handhole STA 31.5 CIC -361 over existing ducts III Two new 2' HDPE ducts for City fiber CIC -312 STA. 01 W.0 1 -- Co Co r) J Q W LU W MELROSE AVE Three new 2' HDPE ducts for City fiber CIC -SST MELROSE AVE Three new 2' HDPE ducts for Ciry fiber Three new 2"HDPE Three new 2"HDPE ducts for City fiber ducts for City fiber dduct Ibr City fiber O SCHEMATIC DIAGRAM �,QP b O/ Sleek YMIyn H STA 3i.W.9H99.B ,F-1 v 311' HH -3-354 sTA 43;56.9 9romc Canvwer H= 1 STA.43163.5 One new 2' HDPE duct for City fiber HwAltlf STA 521M.0 One crew 2'HDPE duct for City fiber O INSTALLED CABLE FOOTAGE DIAGRAM FROM FIRE STATION NO.2 TO HANDHOLE CIC -370 17-0483 • MELROSE AVENUE FIBER OPT IC IMPROVEMENTS hbk ENGINEERING HBI( ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, IA 5220 PHONE: (319) 358-7557 FM: (319) 359.2937 17 ♦t. CITY OF IOWA CITY DETAILS W a O EKisUng Ducts z � m b (n Three new 2' HDPE ducts for City fiber Three new 2'HOPE ducts for Cty fiber 588' ww 284' CW -370 HH -1B6 18, TrwSc CaNNbr STA 52152.1 STA. 55135.1 HwAltlf STA 521M.0 One crew 2'HDPE duct for City fiber O INSTALLED CABLE FOOTAGE DIAGRAM FROM FIRE STATION NO.2 TO HANDHOLE CIC -370 17-0483 • MELROSE AVENUE FIBER OPT IC IMPROVEMENTS hbk ENGINEERING HBI( ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, IA 5220 PHONE: (319) 358-7557 FM: (319) 359.2937 17 ♦t. CITY OF IOWA CITY DETAILS RESTORE 6"-8' MIN. TOPSOIL IF DISTURBED ^-� INSITU SOIL GR 36"MIN. FIBER OPTIC CONDUITS DIRECTIONALLY DRILLED FIBER OPTIC CABLE OBORE PROFILE DETAIL STAINLESS STEEL BOLT • eqc- a TWO-PIECE LID j SLOT 0 a SKID RESISTANCE SURFACE OTWO-PIECE HANDHOLE COVER DETAIL EXCAVATE TO ACCOMPLISH ALIGNMENT OF DUCT WITH HANDHOLE WALL AS SHOWN ON ROUTE DRI TYPICALLY EXTEND HDPE DUCTS WTO 10' BEYOh AS SHOWN. UNLESS OTHERWISE INDICATED EXT DUCTS BENEATH WALL THROUGH OPEN BOTTOM. CRUSH DUCT WITH HANDHOLE. DO NOT SET THE THE HANDHOLE ON THE DUCT. WHERE NEW OPE ARE REQUIRED IN POLYMER CONCRETE HANDHO CUT OPENINGS WITH DIAMOND -TIPPED MASONRY SAW. PROVIDE GEOTEXTILE WOVEN FABRIC, NO. 20-70 SIEVE ASTM D4751 TO HELP CONTROL HYDRAULI( SOIL INGRESS AND POTENTIAL GRAVEL ENTRY IN DUCTS. EXTEND FABRIC 10" TO 12' BEYOND WALI FULL PERIMETER. INSTALL FABRIC DIRECTLY ON OF GRAVEL. PLACE NEW DUCTS ON TOP OF FABF (NOT INSTALLED BY CONTRACTOR) MINIMUM -SIZED HOLE TO SUFFICIENTLY LOCATE UTILITIES. AVOID OVER VACUUMING RESULTING IN ENLARGE CAVITIES AND CAVERNS. DEPTH OF POTHOLE EXCAVA ( POT -HOLE BACKFILL DETAIL IF SEEDED, COVER WITH CELLULOS O HYDRO -SEED IF POT EXPOSED 'S R THAN APPROXIMATELY•24" ACR S � HAN 18" ACROSS LEAVE EXPOSED. 2018 MAI 15 PM 4 55 17-0483 TOP SOIL -ONLY. - DEPTH SHALL B 6, M. DO NOT MELROSE AVENUE FIBER =ILL WITH CLAY, CLUMPED Solt Yf.'EIEBRIS. OPTIC IMPROVEMENTS DOMPACT TOP SOIL TO REDUC LN>)1¢*jG. IF SEED IS APPLIED, -IGHTLY SCARIFY AND RAKE IN THE SEED. LEAN FILL DIRT OR SAND. DO NOT hbk JSE GRAVEL FILL. DO NOT USE SOD AND ORGANIC MATERIALS. ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CRY, IA 5220 PHONE: (319) 33&7557 FM: (319)359-2917 SAND BED OR CLEAN FILL DIRT AROUND EXPOSED UTILITIES TO A DEPTH OF APPROXIMATELY 2" OF COVER (MINIMUM) ABOVE AND BELOW UTILITY. CLEAN FILL DIRT OR SAND TO BOTTOM OF UNDISTURBED SURFACE. DO NOT USE GRAVEL \ FILL. DO NOT USE SOD AND ORGANIC MATERIALS. MINIMIZE OVER EXCAVATION.-�'- CITY OF IOWA CITY ( POLYMER CONCRETE HANDHOLE INSTALLATION CONCRETE POLYMER HANDHOLE PROVIDE NEW GROUND BUSBAR. FOR NEW HANDHOLES ATTACH GROUND BAR TO WALL WITH BOLT, NUT, FLAT WASHER AND LOCK WASHER. ALL SUPPORT HARDWARE SHALL BE STAINLESS STEEL. UNLESS OTHERWISE SPECIFIED, MOUNT GROUND BAR CENTERED ON LONG WALL AT DIMENSION SHOWN. FOR EXISTING HANDHOLES ATTACH GROUND BAR TO WALL WITH 1/4' OR 5/16" STAINLESS STEEL HEX -HEAD STYLE TAPCON CONCRETE ANCHORS. PROVIDE GRAVEL BASE TO PROVIDE STABILITY AND DRAINAGE TO DEPTH OF 6". WHERE POSSIBLE VIBRATORY COMPACT SOIL AT BOTTOM OF HANDHOLE BEFORE APPLYING GRAVEL FILL. EXTEND FILL 6' BEYOND WALL FULL PERIMETER AT EVEN DEPTH. INSTALL GEOTEXTILE FABRIC ON TOP OF GRAVEL. IF OVER EXCAVATED, PROVIDE FILL -DIRT AND VIBRATORY COMPACT SOIL TO ACCOMPLISH DESIRABLE DEPTH BEFORE APPLYING GRAVEL FILL. DETAILS a a y d s INSTALL NEW HANDHOLE ' CIC -359 +00 f 0 — FO �- 2+00 34-13 3 — 3 — 3 — 3 3---r 3— 3— __ 3 3 3+00 4 &Y H140 HH-- MELROSE AVE TD"Nuo a 3 HOPE 0 2 Y' HOPE.,L _ 2 ,dr�W �• 9_ _ IOWA CRY / W W — W'— W W I HANDHOLE CIC -31t 24 _ m MELROSE AVE 1 - �V = EXISTING CITY DUCT TO FIRE 1 STATION N0.2 ,1 ( rn fTn F N 301 U) FOFC f0 i �( A L "� -.--------- - of L �.. U I �. !xr � dq tlk Ir�aecrnx.en. - -- u11 ��"g is Ph 4:� ,� 0483 �w�3� 0 MELROSE AVENUE FIBER t• 'o1� OPTIC IMPROVEMENTS II ]s^HOPE 1 * _ - y hbk W W ENGINEERING RBN ENGINEERING, LLC 509 S. GILBERT ST. Ki (G41L_IOWA CITY, IA 522U 3'!{t PHONE: (]19)3]9455] A)L ]19562 F FZ _J I 1 ]8]1 y r= CITY OF IOWA CITY PLAN: FIBER OPTIC ALIGNMENT o +o m 411 GRAPH 1MY ASHBA M.01 ri I- 1300 e --r. - - - FILED 103 .e f Hoa L 17-0483 'e•. „11 .....SPE yo T A �I o f TING 55 f FIC �MELROSE AVENUE FIBER a g 9' 4 i� / N FIG YYY OLLER OPTIC IMPROVEMENTS is F � Tl tl• w � I. i _E !N� �Mtl[ - S r— ; 3 e OLLER _ J EXISTING I DUCTS /-2'NDPE TO CONNECT TO en UI HEIGHTS HANDHOLE 3' 0 -- i6+OO 32 HOPE 15+00 r f � - INSTALL NEW HANDHOLE CIC461 13+00 8'_0••--T.2+�.._ f _ 14+OG / _ (LOCATED IN THE PAVEMENT) l - _ INSTALL NEW HANDHOLE EXISTING DUCTS - � CIC -360 hbk ENGINEERING MELROSE AVE EXISTING HANDHOLE _ ERT ST +-` CIC�1) .� HFUNNE,(319 RING LLC [A 52240 338-7557 FA ( 1 0393] it - -ic -.T ,Y.- L' X: J19 35 - co W 3a�y .7 _ .Hll ==• •'—a 1 -! • tit co �A - t u7rn )IOWA C IT Y1250 1236 1244 104 PLANFIBER OPTIC'232 ALIGNMENT lf ! } i s ti —C._. .0 EXISTING EXISTDU_LC� LER 16,00 TS 17 +0_0 „.. - .. i^�.,.1• n. +2°I / C. ^�. ..!' • #,. 241 +00 Y rg!7 —G�aRAP' Hwm sas-E yy � -wI INSTALL NEW HANDHOLE CICn4-7 J61 n EXISTING DUCTS C �. T -r HDPE l y MELROSE AVE DRAWING LOG _Ily —i. _ _ --• .:v _. _ _. (al lW7 r]rwt—lal (°gyp 'v u. w „J m Nn EXISTING v ' ' s ovm x uoeDo« us w HANDHOLE fell: 5 ac e H� 3 . CIC -020 TJ ;`.. a e i r .i t • .' - t • '•.I/ ;. 7lt_ w i n. �• AMY ASHBACKER M.02 Nw+a m,e-•o��r�w4rtn,9xon.Wuua.ew Nu,s.M 1218 1208 -1 W 1232 ; j 122 1212 ` 1�114IB4 55 1138 �o1202 MELROSE. AVENUE FIBER OPTIC OPTIC IMPROVEMENTS n !� f 6� A� f4 ' n � � a � a � � � r � •�� � uvme _ __ 3+00 2 +00 2 +00 26+00 ----�— __ —> , -- -->—> >> I O I 1 --1 -- I r — I hbk MELROSE AVE ENGINEERING 10x1 ) y T _ T ( I NBK ENGINEERING. LLC 509 S. GILBERT ST. -. 53350 IOWANE, .. ' ---.— -�(Ox) (ox) (Ox) (ON) ! / -- •. -W�TV— y ) 3 r .% ., L� = VM) �u. (319IA PHONE:19)3 8-2937 FAX (J191358 -3W) '. d OWL r lui 0 �. 1138 1132 1128 j -�g —� 1124 1120' F A• 'It �a 5111 OFIOWA CITY 1,r 25+•0 l / _ P C { .ALS E' w 4 I :✓ Aj � ALIGNMENT ±8. 0.. M �� / R ALLOW SLwACK INMELROSE _ 4`7 AVE FIBER LINE FOR FUTURE MELROSE WIDENING NANI_NDD_EIXCTJO� �lE7 \3\7N.pE�W' I GRAPHIC SG FO ru.rw '._�.. -__ •.. �. \ `^*y`Wbr 3-iIXOPE� \ I /t '; 1 4 F .i • /'1�RAFFIC µms' •►•,,.,� ��_�I`bl NEW %'_ o�R. GRAwINGiW DA -E ssuRo rox w u �LLER _ ° XANDXOLE s�k' 1 \' 1 wm L�nx.x.Pwu I� w riri �o u1RExre Ra w " �t y7' EXISTING TRAFFIC CONTROLLER - - .'. 10 ewvn Ilernnmooca Rr w ♦!!.*. '. _: i i 41, a 8 5n - ASHBACKER n l / i , f1 + �0 I .5/ F� y �G �a'• �R �o Gy A yL a F - — - I PROPOSED STAGING AREA ALLOW EIETRASLACK IN FIBER MELROSE AVE FOR INSTALLATION EQUIPMENT. LINE AT OLIVE COURT FOR CONTRACTOR TO VERIFY LOCATION FUTURE MELROSE WIDENING AND OBTAIN CITY APPROVAL 33.(10 34+00 5.55' ww 34' HDPE O € m 1009 1007 1005 �? 909 PROFILE SCALE = 4HAV 745 1007 1005 909 740 I 735----------^ 730 ` SOIL CONDITION 730 UNKNOWN / 725 720 S � / 715 6Y HDPE CONDOR /10 1 �� �___�710 8'-0" '0705 _ L _ AVOID BRIDGE PIERS I 35")0 FILED 7/�1N W T E 5 -- FD 2018 MAY 15 PM 4- 55 CITY CLERK OWA CITY. IOWA AVOID 34" HDPE ' _ BRIDGE PIERS ,406 17-0483 MELROSE AVENUE FIBER OPTIC IMPROVEMENTS 745 700 nI 33+00 -_ =37-a _ 38.00 _ 3 iYs hbk QRST p' ENGINEERING 9 •l#9 . HBK ENGINEERING. LEG 3 - OTE Sk"OGE PIER CIINGS AS. HO VN ARE NO' 'HE 9r� 5093. GILBERT ST. CRY, IA 51=/0 EY.ACr Fa ATION i I N... VASED ON K.IELRCSEIOWA 1010, A ESRIDOE EANS�I Of 1, ; HE C11 OF lOwr. I R'Q PHONE: (319)3367557 FA%: (319) 356M37 745 700 nI 33+00 700 p 1a CITY OF IOWA CITY PLAN 8 PROFILE: FIBER OPTIC ALIGNMENT Io �a�m �Ja GPAPW—SCALE M.04 34+00 -_..-. —. _ - 35+00 700 p 1a CITY OF IOWA CITY PLAN 8 PROFILE: FIBER OPTIC ALIGNMENT Io �a�m �Ja GPAPW—SCALE M.04 (13l!*9 .�r n, a ymSIR ;;C,-io YTi, PROFILE SCALE = 4H:1V 821 N 9 � E FILED 2D18 MAY 15 PM(�}4. 55 PROPOSED STAGING ARL_ i\'; I� MELROSE AVENUE FIBER INSTALL INSTALLATION EOUI TY 0 NEW HANDHOLE TO VERIFY LOCATIO C OPTIC IMPROVEMENTS CIC367APPROVAL ex�"Ew 40+00_ -- — - ) 41.00 6'-0" 42+00 1 hbki ENGINEERING 817 811 807 805 HSK ENGINEERING, LLC 509 S. GILBERT ST. 817 1/2 IOWA CITY, IA 522m PHONE: (319)30 7557 Jam_ FAX: 1319) 3Wn37 745 C S t7 'yam --®-725 I 00 00 I � 00 720 0 715 710 3-2' HDPE CONDUIT 705 740 735 811 730 'yam --®-725 I 00 00 I � 00 720 0 715 710 3-2' HDPE CONDUIT 705 700 A V 00 PLAN 8 PROFILE: FIBER OPTIC ALIGNMENT 0� 1I0�'p 4I II GR IC M.05 9O 37+00 39+00 39 41 -A 14 700 A V 00 PLAN 8 PROFILE: FIBER OPTIC ALIGNMENT 0� 1I0�'p 4I II GR IC M.05 825 0 720 k� I F '^) EF `✓ ._ E — € � 1 O u FO f0 F o �——! —., E �`° _Er.1 E — E -� E >- Ll— .: Ey-�I; __E— o— FO _ _ Zt119 MAI 15 PM 4� 55 , weu+w�ea 7 0483 mwu. MELROSE AVENUE FIBER E/ ® 0 E " - TO w ED E LONi�.-- �' =<< YO__"F� �. '—LD FO F" -_ € F� __ FJ FO i0 —, LO E GO E —FDS-SOF )- -.. ) �F _ > I _ - { - �OW4 n, ' OPTIC IMPROVEMENTS exoulu - \ PROPOS ED STAGING AREA FOR INSTALLATION EQUIPMENT. M 74' NDPE TO INSTALL CONTRACTORTVERIFY LOCATION EXISTING XISTING TRAFFIC TRAFFIC CONTROLLER NEWHANDHOLEAND OBTAIN CITY APPROVAL CIC-367 CONTROLL�ER ] 2' HDPE EXISTING HANDHO I az HH9S4 .__- a E4435+00 F bk DO e' t V r F Tv�-- ENGINEERING HBENGINEERING, LIC C 509 5GILBERT 5T IOWA CITY IA 8-755 PHONE (338-7557-2937 FAX _1]19)350 ti. 801 G) i 1 80 m rn 807 8051 g 112(' 0'1 741 i ;. CII YOF 101VA CITY ESE i ESE E E E£'�' EFS-EE— E —' E — E E �— E — E a �1 - ' - - —_ F-' — -- FJ F,) -- FL - Fn -- FO Fn - PLAN: FIBER OPTIC E v0 Fo —' ALIGNMENT E E E W E E —E —E -- w=- F <r t,w E, g So = v •c (� E E �Fa�'[ �_•G L w_— —p E E a a - E _ _w.—Fa. w a, ry -_ _ W W W W W _ F,9 _-. Fp FO FO FD 1—M0T77) INSTALL NEW 3 HANDHOLE CIC-369 MELROSE AVENUE DRAPH 1 - ]-Z"HDPE _ 1 -r ,, �F�G 8100 ��-G si.00 e`' --- r'o FIT `0 F a� o--= rr `.., ` an �z 1 �.r. rC— "' . — ) _— �= ,»�- h F ..�..e.;m. 07/15/201] '40 F oagmNG LOO 727 t: :_ � .ESP Lp1 OB L1 IV/ W .. _ , I � s 1 ` 01 a 8 €. �66 I' 17 p 629 E af 10 om AMY gSHBACKER :'� j• 01 -- - — — - - #— _ '.•, - -' -- - M.06 �C(q) Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)356-5044 Resolution No. 18-153 Resolution setting a public hearing on May 29, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Melrose Avenue Fiber Optic Extension, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in account # S3814. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. 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 May, 2018, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 15th day of May 2018 Ma or �ov9dsy Attest � ' )SJ Ci Clerk City Attorney's Office It was moved by Botchway and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Botchway X Cole X Mims X Salih X Taylor X Thomas X Throgmorton � KC - PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWACITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: cost: 0002927944 5/21/18 05/21/18 $32.56 Copy of Advertisement Exhibit"A" ��pluuliuurrp .`�\J�G�Y % \OTARk 1• c PUBOC- O F� �W � S S ubscribed and sworn to before me by said affiant this 21th day of May. 2018 6AA Commission expires M is hereby given that ncil of the City of Iva, will conduct a ing on plans, loam of contract of Project in said Ciat 7 m. on the 29th day of ay 2018, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the CityClerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected y any interested persons. Any interested persons may a pear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans specifications, contract or the cost r of the of Iowa law. CITY G Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 18-180 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Melrose Avenue Fiber Optic Extension, establishing amount of bid security to accompany each bid, directing City Clerk to post 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; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the account # S3814. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 25th day of June, 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3d day of July, 2018, or at a special meeting called for that purpose. Passed and approved this 29th day of May _'2018. M or Attest P�Q� Ci Clerk nved by� City Attorney's Office 19 - Resolution No. 18-180 Page 2 It was moved by trims adopted, and upon roll call there were: Ayes: and seconded by sotchway the Resolution be Nays: Absent: Botchway Cole Mims x Salih Taylor Thomas Throgmorton Q 0", I. IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Melrose Avenue Fiber Optic Extension Project Classified ID: 110592 A printed copy of which is attached and made part of this certificate, provided on 05/30/2018 to be posted on the Iowa League of Cities' internet site on the following date: May 30, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/30/2018 GQ. W,WLY--;F Alan Kemp, Executive Director NOTICE TO BIDDERS MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25th day of June 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 31d day of July, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Monday, June 11, 2018 in the Engineering Conference Room in City Hall, located at 410 E Washington Street, Iowa City, Iowa. This project includes the installation of three fiber optic ducts beginning east of S. Grand Avenue in Iowa City and ending just west of Emerald Drive in University Heights. Additionally, the project will include installation of handholes and related hardware. installation of new fiber optic cable, handholes, removal and replacement of pavement, and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100°/x) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start date: July 16, 2018 Final completion date: August 29, 2018. Liquidated Damages: $500/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks maybe secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354- 8973 Toll -Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 2424721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK NTB-1 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, May 31, 2018 3:43 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.31.18 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Mormon Trek Boulevard Four Lane To Three Lane Conversion and Lighting Improvements Iowa City Landfill and Recycling Center Dual Extraction System Construction Creekside Park Improvements 2018 Project Melrose Avenue Fiber Optic Extension Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): May 31, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 31, 2018 Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — PO Box 695 - Des Moines, Iowa 50306 (D) 515.657.4388 (0) 515.288.7339 Fax: 515-288-8718 (e) mbiplanroom-dsm@mbionline.com www.mbionline.com Protect Information Fina w o Follow us on Social Medial o Facebook RECEIVE® NOTICE TO BIDDERS MAY 3 U 2018 MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25111 day of June 2016. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 3'" day of July, 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Monday, June 11, 2018 in the Engineering Conference Room in City Hall, located at 410 E Washington Street, Iowa City, Iowa. This project includes the installation of three fiber optic ducts beginning east of S. Grand Avenue in Iowa City and ending just west of Emerald Drive in University Heights. Additionally, the project will Include installation of handholes and related hardware. installation of new fiber optic cable, handholes, removal and replacement of pavement, and site restoration. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the CityClerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, If required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calender days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start date: July 16, 2018 Final completion date: August 29, 2018. Liquidated Damages: $500/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphlcs, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319354- 8973 Toll -Free 800-779- 0093 by bona fide bidders. A$30.00 refundable fee is required for each set of plans and specifications provided to bidders or other Interested persons. The fee shall be In the form of a check, made payable to the City of Iowa City. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall Include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK NTB-1 Project No. 17-0483 MELROSE AVENUE FIBER EXTENSION June 22, 2018 ADDENDUM NO. 1 Date: June 22, 2018 Project Name: Melrose Avenue Fiber Extension N 0 C= Project Number: 17-0483 gc) c Project Location: Iowa City &University Heights -Iowa n—e, N �--- a r rn From: HBK Engineering, LLC -<(— .'a 509 E. Gilbert Street v. ro Iowa City, IA 52240 "yGn Phone: 319.338.7557 —J To: All Plan Holders This Addendum forms a part of the Contract Documents and modifies the Original Bidding Documents dated May 11, 2018 as noted below. Acknowledge receipt of this Addendum by placing the number 1 in the appropriate blank provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of 1 page and the following attachments: Document No. of Pages Sheet M.02R1 CHANGES TO DRAWING: ITEM 1-1 SHEET M.02 PLAN: FIBER OPTIC ALIGNMENT 1 A. Replace Sheet M.02 _ Fiber Optic Alignment with attached Sheet M.02R1. Proposed handhole CIC -361 has been relocated from in the concrete at the north side of the intersection at Sunset Street and Melrose Avenue to the east in the grass right-of- way (near the existing traffic control cabinet). END OF ADDENDUM NO. 1 ADDENDUM NO. 1 Page 1 of 1 June 22, 2018 x ° z n Za w xn i". „ . Ey .. rF AA,aAk..n .J I e r •`d� -�j 21HDPE TO CONNECT TO UI HEIGHTS HANDHOLE; G -- G G -- v 15+00 INSTALL NEW HANDHOLE i CIC -360 W —\ - -- W \ -- ---- ---- _ — FO FO — FO - — FO F10 (OH) — (OH) e I STALL NW HANDHOLE CIC -361 .(LOCATED IN THE PAVEIILENT) .S p _ d / Cy ri SEE BELOW —� p C� — G G •G 1�LG EXISTING HANDHOLE _ CIC -020 —FO FO (OH) (OH) I 4 7At _� 'n I W O Z W R gdl� W U ri Z / J J � W 3 �• w F PROJECT NUMBER: 17-0483 PROJECT NAME: MELROSE AVENUE FIBER OPTIC IMPROVEMENTS ENGINEER: hbk ENGINEERING HBK ENGINEERING, LLC 509 S. GILBERT ST. IOWA CITY, IA 52240 PHONE: (319) 338-7557 FAX: (319) 358-2937 WW W.HBKENGINEERING.COM a �i / t T r F jo S: r Cl {f k x ( I Rf•� . ' fY s I d} 11'ry.f CENTERLINE OF STORM INTAAE ...' A 79.6 APPROR LOCATION OF UTry-(ry CR06SMG + r1 I I I Thr a - fi i 7WAMR�RA� �12+37.6 CTERNYDRANTL! —12+39.6 CTER VALVE12+66WW MQ2 A OF UTILITY GROSSING . ' I '-. W + � N rn i rn _I }� m I i t;.7 rn I 4 G1 12+93.9 EDGE OF DRNEWAf' 1'Rey [ I r INSTALL NEW j t ,/ -y w -- HANDHOLE / O4 z CIC-361 1 Y EEEyyy CUT EXISTING CITY P DUCT, RELOCATE TO; HANDHOLE CIC-361 PROTECT EXISTING CURB RAMP o — TRAFFIC J. 0 G —t-�G .� CONTROLLER / --- G G �.• 19+00 CONNECT OTHER END OF G 0 0 _ t° EXISTING DUCT TO NEW AVOID PUSH i HANDHOLE TO FEED SERVICES "- BUTTON PEDESTAL�� TO TRAFFIC CONTROLLER 1 ' MELR( c— FO FO er (oH)!oH� — ^ —� y .. off n EXISTING HANDHOLE CIC-020 W K K � � yR✓ $/ io w� — U x [J W O E.. Jun 22, 2018 - 12:14pm I:\Project\170483\dwg\CAD\Sheets\M SHEETS.dwg G E % E AVE - -'W (OH) f lb r c' CRY ME NUMBER: 1244 • a DATE CREATED: 07/15/2017 ,.. 4 '4 7 Z DATE ISSUED FOR DB J 20+09 G G — G G A (OH) ..': 1 11 "At�, 1236 a Y 1232 i 1 N 22+ 0 — G G G G C > > CITY OF IOWA CITY SHEET: PLAN: FIBER OPTIC ALIGNMENT 0 10 20 40 GRAPHIC SCALE FWT MANADER: AMY ASHBACKER KUM CRY ME NUMBER: DATE CREATED: 07/15/2017 DRAWING LOG DATE ISSUED FOR DB CB 08/03117 PRELIMINARY PLANS LBB BAB 12/11/17 FINAL PLANS BAB 03/19/18 BID DOCUME OB BAB ,-- 05111/18 REVISEDBIDdU=81M8 FWT MANADER: AMY ASHBACKER KUM Prepared by: Brett Zimmerman, Public Works. 410 E. Washington St., Iowa City, IA 52240 (319)3565044 Resolution no. 18-189 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Melrose Avenue Fiber Optic Extension Project Whereas, Utility Service Contractors of Hiawatha, Iowa has submitted the lowest responsible bid of $123,988.95 for construction of the above-named project; and Whereas, funds for this project are available in account # S3814. Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that The contract for the construction of the above-named project is hereby awarded to Utility Service Contractors of Hiawatha, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 3rd — day of _ July / 2018 / v M or J Approved by Attest: J �i 61 a 7 1t City Clerk City Al orney's Office It was moved by Mime and seconded by Thomas the ion be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Mims X Salih X Taylor X Thomas X Throgmorton ("City'), FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa WHEREAS, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 15' day of May 2018, for the MELROSE AVENUE FIBER OPTIC EXTENSION PROJECT ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listedtherein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers 1 , attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditionso N m �-, e. Performance and Payment Bond; D-+ c r- f. Contractor's Completed Bidder Status Form; attached he-�r Qo; OD rn Contractors Completed Assurance of Contract Compliargwam Wti- g. Discrimination Requirements), attached hereto; cn ^' h. Completed Form of Proposal; 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. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: one hundred twenty three thousand nine - hundred eighty-eight and 95/100 Dollars ($123, 988. 95). 5. No Alternates included as part of this agreement. 6. Final completion date: August 29, 2018. -F� Dated this J 3_ day of X 2018. C� Contractor (Sign re) (Signature) (Printed name) Mayor ATTEST: (Printed name) V�'�¢ VOPar `,6zP,�)City Clerk AG -2 (Printed name) (Company OfficialTitllee/) ATTEST: (Printed (Company Official Title) Approved By: ., udlfv-� City Attorney's Office I ?-/' N 0 'o m D� , 1 C-) �� — z r r— .<m m a70 � = ca Q N Project No. 17-0483 MELROSE AVENUE FIBER EXTENSION ADDENDUM NO. 1 Date: June 22, 2018 Project Name: Melrose Avenue Fiber Extension Project Number: 17-0483 Project Location: Iowa City & University Heights - Iowa From: HBK Engineering, LLC 509 E. Gilbert Street w Iowa City, IA 52240 CHANGES TO DRAWING: Phone: 319.338.7557 To: All Plan Holders l June 22, 2018 This Addendum forms a part of the Contract Documents and modifies the Original Bidding Documents dated May 11, 2018 as noted below. Acknowledge receipt of this Addendum by placing the number 1 in the appropriate blank provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of 1 page and the following attachments: 0 m ----------- n-< Sheet M.02R1�r �� 1 rn `off z w CHANGES TO DRAWING: w ITEM 1-1 SHEET M.02 PLAN: FIBER OPTIC ALIGNMENT A. Replace Sheet M.02 —Fiber Optic Alignment with attached Sheet M.02R1. Proposed handhole CIC -361 has been relocated from in the concrete at the north side of the intersection at Sunset Street and Melrose Avenue to the east in the grass right-of- way (near the existing traffic control cabinet). END OF ADDENDUM NO. 1 ADDENDUM NO. 1 Page 1 of 1 June 22, 2018 ` f •, 1300 _ 1 Y I 03-- `[ 17-0483 �} j{ %` p...d...a �• 1p`r;ACjl�j .10;•" t 0 araw� 1 I W _ - - �Innmarwrm MIiM.YiYY� 4 4 P c--n+pp—a—c _ hbk �t--r I_ MELROSE AVE "' e°.»Axl�icm wi no•eerauc —•-•--'.� Y.. {244F 1236 i _P c orlowe urr S ON`''OSS wr.uxewc/ � / 2` 1232WFIC A.` emrmc iii... IGbY-o �� pxmouin_ tV•W st wrtm,RP!?K wmoroleror�o.cm a rorru+nccwmau++ � •�',. .,. sedan MELROSE AVE I i i`{i , YYIpYA.try �C '1h (�44,; ,� Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: i�Yes ❑ No My company is authorized to transact business in Iowa. T (To help you determine if your company is authorized, please review the worksheet on the next page). gYes ❑ No My company has an office to transact business in Iowa. .Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another TTT business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: PT- eSen'Y Dates: Address: 93� MCiZ�iT��"� City, State, Zip: Dates: / / to / / Address: CID !� City, State, Zip: rn 3 T Dates: / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? Yes No El 11 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may bbe��a reason to reject my bid. U Firm Name: Sertl;ce BSF-1 Date: 4n -.2,J—/91 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BSF-2 N O C:) OD T n �tp rn m -70-o s C w rs W BSF-2 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a stale other than Iowa, has received a certificate of authority to transact business in Iowa anaa certificate has not been revoked or canceled. o :t> --q r _ —i n � rn = o� w t} crt W BSF-3 SECTION 11- ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? Ps�-ed �! �osf�0 pn �ddUSr1-GS 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) J A5* -1n / 319-x/3-0954/ Phone number Address N 5. The undersigned agrees to display, in conspicuous places at the work site, all posters regt§d by federal and state law for the duration of the contract. NOTE: The City can provide e'esistanain obtaining the necessary posters. �n �r ^� � rn �m = o� w } cn r�) CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? U �>G Gas ; .�- .W74ed on wbst*fcs The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Se(-V+Ce (�On*Dic rs Business Name x Signature A Print Name CC -3 of 8 319 -0713 -offs/ Phone Number Coewerd //a'-Afi Title 3l (0 Ay Date c CC) G n A oR w `> cn CI) W NAM UTILITY CONTRACTORS Equal Employment Op;.,nrtuni!y Utility Service Contractors PO Box 33 Hiawatha, IA 52233 319-213-o854 It is our policy to provide an equal employment opportunity to all individuals. We are committed to a diverse workforce. We value all employees' talents and support an environment that is inclusive and respectful. We are strongly committed to this policy, and believe in the concept and spirit of the law. We are committed to assuring that: o All recruiting, hiring, training, promotion, compensation and other employment-related programs are provided fairly to all persons on an equal opportunity basis; o Employment decisions are based on the principles of equal opportunity. All personnel actions such as compensation, benefits, transfers, training, and participation in social and recreational programs are administered without regard to any characteristic protected by state, federal or local law; o Employees and applicants will not be subjected to harassment, intimidation, threats, retaliation, coercion or discrimination because they have exercised any right protected by law; and o Reasonable accommodations will be made for disabilities and religious beliefs. We believe in and practice equal opportunity. All employees are responsible for supporting the concept of equal opportunity and diversity and assisting our Company in meeting its objectives. Please contact Management with questions or concerns. Dustin Moneypenny N O E5 ca D--4 r S �A W cn W Page 1 of 1 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 19-205 Resolution accepting the work for the Melrose Avenue Fiber Optic Extension Project. Wheras, the Engineering Division has recommended that the work for construction of the Melrose Avenue Fiber Optic Extension, as included in a contract between the City of Iowa City and Utility Service Contractors of Hiawatha, Iowa, dated July 18, 2018, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed with the City Clerk; and Whereas, funds for this project are available in account # S3814; and Whereas, the final contract price is $128,488.95. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of August 2019 M or Attest: City Clerk arovead 7 City Attorney's Office It was moved by Cole and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton