Loading...
HomeMy WebLinkAboutIOWA AVE BRIDGE REPAIR PROJECTIOWA AVE BRIDGE REPAIR PROJECT 23 -Mar -2020 Plans, Specs, proposal and contract, estimate of cost 1 24 -Feb -2020 Res 20-75, setting a public hearing 31 -Mar -2020 Notice of public hearing 07 -Apr -2020 Res 20-94, approving project manual and estimate of cost 16 -Apr -2020 Notice to bidders 05 -May -2020 Res 20-109, awarding contract (Minturn, Inc) 29 -May -2020 Contract 11 -Sep -2020 Engineers Report, Performance and Payment Bonds 15 -Sep -2020 Res 20-224, accepting the work � r ot All ql CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL IOWA AVENUE BRIDGE REPAIR PROJECT IOWA CITY, IOWA ti 0 March 19, 2020 0 N —i C7 ;<r CJ (� 1 rTl 17 iTa N O y` W 1 0005 CERTIFICATIONS PAGE 1 hereby certify that this engineering document was prepared PpF"ES AIDy by me or under my direct personal supervision and that I am r' ~'•q! a duly licensed Professional Engineer under the laws of the RANDY F :z State of Iowa. WILSON 12311 Jf r Randy R. Wilson, P.E. 3/19/2020 `'�..» �•'• THP Limited, Inc. 10 License Number: 12311 1 r10ro My license renewal date is December 31,2020 Pages or sheets covered by this seal: Iowa Avenue Bridge Repair Project 0005 — Page 1 of 1 ^J Cy > --4 armays C) L N -• -t C7 W •�'^p', -�� �� • •�T ! E O n N; 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS (continued on next page) PLANS (continued on next page) c� o -1C7 W E p N A� c - Iowa Avenue Bridge Repair Project 0010 — Page 1 of 2 Specifications Table of Contents, continued mal 4 c` O _JPECIALQVISIONS Page Number NU� DIVR�014-1=-GENERAL PROVISIONS AND COVENANTS h SUMMARY OF WORK............................................................................................... 1048-1 TEMPORARY FACITLITIES AND CONTROLS........................................................ 1049-1 DIVISION 7 — STREETS AND RELATED WORK CONCRETE REPAIRS.............................................................................................. 7049-1 EXPANSION JOINTS................................................................................................. 7099-1 SEALANTS................................................................................................................. 7999-1 PLANINDEX Drawing Number Drawing Name S101 WEST IOWA AVENUE BRIDGE PLAN REPAIRS AND GENERAL NOTES S101 WEST IOWA AVENUE BRIDGE PHASING PLANS S200 REPAIR DETAILS Iowa Avenue Bridge Repair Project 0010 — Page 2 of 2 0100 NOTICE TO BIDDERS IOWA AVENUE BRIDGE REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of April 2020. Sealed proposals will be opened immediately thereafter. 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 5th day of May, 2020, or at special meeting called for that purpose. The Project will involve the following: for the West Iowa Avenue Bridge, removal and replacement of four (4) separate expansion joints with new compressible expansion joint seals, associated concrete floor and edge repairs adjacent to the expansion joints, and repair of deteriorated concrete on the north and south sidewalks and curbs. All work is to be done in strict compliance with the Project Drawings, Specifications, and Project Manual prepared by THP Limited, Inc. of Cincinnati, Ohio, which has 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 (in the form shown in Section 0510) 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. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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 #ve (5) years for all repair work after its completion and formal acceptance by the City Gogncil. n J 7 N �r r N u X_ Iowa Avenue Bridge Repair Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Q "' Specified Start Date: June 15, 2020 LIJ I iro Substantial Completion Date: July 24, 2020 J vti Final Completion Date: August 14, 2020 N Liquidated Damages: $500 per day C?; F_ U -The _loje3�;i anual may be examined at the office of the City Clerk. Copies thereof and blank forrr_ may tae secured at the office of Technigraphics, a division of Rapids Reproduction located at Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone (319) 354-5950, Fax (319) 354- 8973, Toll Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproduction. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 list on the Contract its 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. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK Iowa Avenue Bridge Repair Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE IOWA AVENUE BRIDGE REPAIRS 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 the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Iowa Avenue Bridge Repairs Project in said city at 7:00 p.m. on the 7th day of April, 2020, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes expansion joint replacement and isolated concrete floor and sidewalk/curb repairs and is located at the Iowa Avenue Bridge. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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 K. Fruehling, City Clerk Iowa Avenue Bridge Repair Project 0110 — Page 1 of 1 v N G J3 yri �r w r r- �� _> o r Iowa Avenue Bridge Repair Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS IOWA AVENUE BRIDGE REPAIRS PROJECT 1. Bid Submittals: a. Time, Date and Location: 2:30 p.m. on April 29, 2020 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. r- 2. jfdder1q*us: (� 'Mdse the Bidder Status Form included in Section 0405. w FL L-J�bmit in accordance with 0200.2.b above. Nc� e Section 0405 for the Worksheet: Authorized to Transact Business and 875 >--Iowa Administrative Code Chapter 156 (7�, found at the following website: '-rips://www. lea is. iowa.aov/docs/iac/chapter/08-15-2018.875.156.pdf, for -49sistance in completing the form. 3. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 4. Progress and Schedule: a. Contract Times: Specified Start Date: June 15, 2020 Substantial Completion Date: July 24, 2020 Final Completion Date: August 14, 2020 Liquidated Damages: $500 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. iii. No work shall be done during community events listed below without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Community Events: i. June 5, 2020 — June 7, 2020 — Iowa Arts Festival June 19, 2020 — June 20, 2020 — Iowa City Pride Festival Iowa Avenue Bridge Repair Project 0200 — Page 1 of 2 June 27, 2020 — Downtown Block Party (5:00 PM to 11:00 PM) July 3, 2020 — July 5, 2020 — Iowa City Jazz Festival ii. No work shall occur on University of Iowa Home Football game days. 5. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 7. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 8. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 9. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 10. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days priorto award three (3) 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 based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Iowa Avenue Bridge Repair Project 0200 — Page 2 of 2 N v ---t C7 cli f — rn -u � D~ N r Iowa Avenue Bridge Repair Project 0200 — Page 2 of 2 0400 PROPOSAL IOWA AVENUE BRIDGE REPAIRS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: r AddreM ofJB oer: 0 __ Lao: obit) l— c pitycvhfowa City C-City:HSR �11OZ1 t Washington Street — - o w2 Cy, Iowa 52240 N O `'The undersigned bidder submits herewith bid security in the amount of $ , ten percent (10%) of the proposal amount shown in Part A. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes 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. 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 and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Iowa Avenue Bridge Repair Project 0400 — Page 1 of 4 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 11,020-108-A Mobilization LS 1 2 8030-108-A o� Temporary Traffic Control LS 1 3 7099-107-A r Bridge expansion joint replacements (4 totalioints) LS 1 4 7049-108-A Expansion joint edge repairs (Detail 1/S200) LF 75 5 7049-108-B Expansion joint edge spall (Detail 1/S200) LF 100 6 7049-108-C Concrete curb repairs (Detail 3/S200) LF 50 7 7049-108-D Shallow concrete floor repairs (Detail 4/S200) SF 100 8 7049-108E Deep concrete floor repairs (Detail 5/S200) SF 125 TOTAL EXTENDED AMOUNT (Bid Items 1 through 8) ............... ($ 1 Iowa Avenue Bridge Repair Project 0400 — Page 2 of 4 ti o� r Iowa Avenue Bridge Repair Project 0400 — Page 2 of 4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK I APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. Iowa Avenue Bridge Repair Project 0400 — Page 3 of 4 r — Q Q N ::r Q0 ' W _ a w J N U� ? U o - w 0 N TYPE OF WORK I APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. Iowa Avenue Bridge Repair Project 0400 — Page 3 of 4 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address _ ti o City, State, Zip Code o D� 71 C7 -1C) W Telephone Number < o� c NOTE: The signature on this proposal must be an original signature in ink; copiors, facsimiles, or electronic signatures will not be accepted. r Iowa Avenue Bridge Repair Project 0400 — Page 4 of 4 ;rLlrl•? BIDDER STATUS FORM lI bidders mu$6 sUbn7it the following completed fomf to the govemmen[al body requesting bids per 875 Iowa Administrative Code Chanter 156. _J Abe compWW by all bidders Part A e ^B..Yes cel rv� 1�—My company is authorized to transact business in Iowa. I !~ V (To help you determine if your company is authorized please review the Worksheet: Authorization to Transact Business). Q ❑ Yes o (:I QW My company has an office to transact business in Iowa. ❑ Yeses ❑ 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) ifneeded. 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 preference to bidders who are residents? ❑ Yes ❑ No 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 be a reason to reject my bid. Firm Name: Signature: Date: Iowa Avenue Bridge Repair Project 0405 — Page 1 of 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 ora limited liability limited partpefship; ose,pgftificate of limited partnership is filed in a state other than Iowa, the limited partnership or limitedtiabilitydlmited partnership has received notification from the Iowa Secretary of state that the application for cert�fiCp% o%FluthoriVhas been approved and no notice of cancellation has been filed by the limited partnership orfhe 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 state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. Iowa Avenue Bridge Repair Project 0405 — Page 2 of 2 0410 BID BOND FORM ( N IOWA AVENUE BRIDGE REPAIRS PROJECT QJ aF o CITY OF IOWA CITY 4 — M } as Principal, and 'as Sta ty `declare that we are held and are firmly bound unto the City of Iowa City, Iowa, herettfaftei�talled "OWNER," in the amount of to payseid sum as herein provided. We as Principal and Surety further promise and declare that theme; 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 the Iowa Avenue Bridge Repairs Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A.D., 20_ Witness In Principal Surety By: Witness (Attorney-in-fact) Attach Power -of -Attorney, if applicable _ day (Seal) (Title) (Seal) Iowa Avenue Bridge Repair Project 0410 — Page 1 of 1 0500 CONTRACT IOWA AVENUE BRIDGE REPAIRS PROJECT CITY OF IOWA CITY THIS CONTRACT 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 19th day of March, 2020, for the Iowa Avenue Bridge Repairs Project ('Project'), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. c�i v o C-) W Iowa Avenue Bridge Repair Project j�560 -r8age 2 X— Q LL f ,J e. 3. N 2 i N C N N The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): c NAME QUANTITY UNIT PRICE TOTAL AMOUNT 1%- )ti V c, DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) Signature of City Official Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Contractor Signature of Contractor Officer Printed Name of Contractor Officer Title of Contractor Officer ATTEST: By: (Company Official) Iowa Avenue Bridge Repair Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND IOWA AVENUE BRIDGE REPAIRS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal') and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract') wherein said Contractor undertakes and agrees to construct the following described improvements: For the West Iowa Avenue Bridge, removal and replacement of four (4) separate expansion joints with new compressible expansion joint seals, associated concrete floor and edge repairs adjacent to the expansion joints, and repair of deteriorated concrete on the north and south sidewalks and curbs. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or empfgyees f 1,fnishing., materials or providing labor in the performance of the Contract. n N _ 11 w PAYMENT: The Contractor and the Surety on this Bond hereby agre§�to ay all ust claims submitted by persons, firms, subcontractors, and corporations fq nishinggat iu for or performing labor in the performance of the Contract on account of 5hichshis Bond is given, including but not limited to claims for all amounts due fdr labor,_materfais, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the Iowa Avenue Bridge Repair Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five (5) years for all work from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to © Elie comiMry notwithstanding, to the following provisions: w wU consent without notice to any extension of time to the Contractor in which to rform the Contract; J consent without notice to any change in the Contract or Contract Documents, ich thereby increases the total contract price and the penal sum of this bond, = ;� p ovided that all such changes do not, in the aggregate, involve an increase of o -►More than 20% of the total contract price, and that this bond shall then be released N as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Iowa Avenue Bridge Repair Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Iowa Avenue Bridge Repair Project 0510 — Page 3 of 4 N O N O W t r- o<r- � rn o D _ r Iowa Avenue Bridge Repair Project 0510 — Page 3 of 4 PRINCIPAL: AM Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer 0 SURETY: rety Company Name Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact {��o City, State, Zip Code of Attorney -in -Fact . e � J� -� C'3 v — N >-- Telephone Number of Attorney -in -Fact v NOTE; 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-FacUOfficer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Iowa Avenue Bridge Repair Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City.. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state „: wpcing" or "Flagman Ahead," and instead use gender neutral signs. ro - 7. All contractors, vendors, and consultants must assure that their subco*aotorsabide by the City's Human Rights Ordinance. The City's protected classes are #it6d atybwa City City Code section 2-3-1. — r - Iowa Avenue Bridge Repair Project 0520 – Page 1 of 6 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 seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. �$rovide a copy of your written Equal Employment Opportunity policy statement. N a .Where—it this statement posted? L: w....� co N r t c- 4. `What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Iowa Avenue Bridge Repair Project 0520 — Page 2 of 6 5. ,3 The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date Iowa Avenue Bridge Repair Project 0520 — Page 3 of 6 ti 0 -< - r"' �m Zr o� Iowa Avenue Bridge Repair Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment --Opportunity program. All employees authorized to hire, supervise, promote, or discharge 6!pmpJa0es or are involved in such actions should be trained and required to comply with 2your<, acy and the current equal employment opportunity laws. LJ J � r �4 c REGRUITMENT > `t<et potential employees know you are an equal opportunity employer. This can be ;;one by identifying yourself on all recruitment advertising as "an equal opportunity cemployer". Ose recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Iowa Avenue Bridge Repair Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 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 can be found at: htto://www.sterlinacodifiers.com/codebook/index.php?book id=953. 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. Iowa Avenue Bridge Repair Project 0520 — Page 5 of 6 N O N -1C7 <r W v N v - r Iowa Avenue Bridge Repair Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, 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 Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Q N SGS' w n- JY Telephone: U r" N >- NOTE Ehis'iir aSAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to forr*ate a policy which specifically meets the needs of your company. Iowa Avenue Bridge Repair Project 0520 — Page 6 of 6 0530 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. 0 IV. Waivers. If a person or entity is ineligible to contract with the City as a res(,It of tW Wage Theft Policy it may submit a request in writing indicating that one or A-1lowingl actions have been taken: n '� a. There has been a bona fide change in ownership or control of theQ tAgi& persprr- or entity; r— -'ab. Disciplinary action has been taken against the individual(s) respq�Sle fthe arQ giving rise to the violation(s); ry C7 C. Remedial action has been taken to prevent a recurrence of the�cts giving rise to the disqualification or default; r or d. Other factors that the person or entity believes are relevant. Iowa Avenue Bridge Repair Project 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility 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. Iowa Avenue Bridge Repair Project 0530 — Page 2 of 3 to ® _ N C Sc 3: WO W = n- LAJ Cl) -J V LL - Z U o N CD N Iowa Avenue Bridge Repair Project 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY ss: upon being duly sworn, state as follows: I 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%. 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. This record was acknowledged before me on by , (name of individual) as of Signature (date) (type of authority, such as officer or trustee) (name of party on behalf of whom the record was executed) Signature' Notary Public in and for the State��' �a Iowa Avenue Bridge Repair Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. Iowa Avenue Bridge Repair Project Page 1 of 1 �.n — et N Er C) 1 _ 0 06- - wr J N Y�v C,: cx: t—,:L U a cv a O cv Iowa Avenue Bridge Repair Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: hfti)s:Hiowasudas.ora/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Iowa Avenue Bridge Repair Project Page 1 of 1 N G N G G -71 C-) N r �m o� Iowa Avenue Bridge Repair Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2020 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: hftps://www.iowa- citv.org/weblink/0/edoc/1845668/CIC%20Su pplemental%20Specs.pdf or are available in the City Engineering Division Office. Iowa Avenue Bridge Repair Project Page 1 of 1 Q _ N G EEC:, a W N >-U LL v 3 0 N 17 0 N Iowa Avenue Bridge Repair Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer-generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual: DIVISION 1 - GENERAL PROVISIONS AND COVENANTS SUMMARY OF WORK............................................................................................... 1048-1 TEMPORARY FACITLITIES AND CONTROLS........................................................ 1049-1 DIVISION 7 - STREETS AND RELATED WORK CONCRETE REPAIRS.............................................................................................. 7049-1 EXPANSION JOINTS................................................................................................. 7099-1 SEALANTS................................................................................................................. 7999-1 Iowa Avenue Bridge Repair Project Page 1 of 2 N 0 N d r -o Mazl_ r Iowa Avenue Bridge Repair Project Page 1 of 2 Drawing Number S101 S101 S200 PLANS Drawing Name WEST IOWA AVENUE BRIDGE PLAN REPAIRS AND GENERAL NOTES WEST IOWA AVENUE BRIDGE PHASING PLANS REPAIR DETAILS Iowa Avenue Bridge Repair Project Page 2 of 2 .n a Q �1 N >- V Cn v' L) c+ c-+ tv PLANS Drawing Name WEST IOWA AVENUE BRIDGE PLAN REPAIRS AND GENERAL NOTES WEST IOWA AVENUE BRIDGE PHASING PLANS REPAIR DETAILS Iowa Avenue Bridge Repair Project Page 2 of 2 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 1048 RUN RJT--T;AVK*TdV1,V*TZH9 PART1 GENERAL 1.01 SECTION INCLUDES A. Summary of Work Efforts: Concrete Repairs adjacent to bridge expansion joints and at sidewalk/curbs. 2. Replacement of expansion joints with new compressible seals at 4 locations. 3. Barriers and traffic control. 1.02 CONTRACTS A. Proposals for all the work will be received from the Contractor. B. The Work will be performed under one General Contractor. 1.03 CONTRACTOR'S DUTIES A. Assume all Contractor responsibilities and provide for the Work required by the Contract Documents. B. Give required notices where and when requested. C. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on the performance of the Work. D. Pay all legally required taxes. Note that the Owner will issue sales tax exemption certificates per section 0200. E. Apply, secure and pay for all required local permits, fees, licenses and apRrovals as outlined in the Project Manual.' 1.04 NOTES TO CONTRACTOR n A. The division of the body of the Specifications into various Parts has en 0)�anged for clarity in the delineation of the various parts of the whole Work: -'It is not the intent of such division to develop any secondary responsibilities for the satisfactory, completion of the Work and all of its parts as required of the Contractor by the Contract Documents, nor is the assignment of any parts of the Work to any trade or craft to be inferred from the Contract Documents. Summary of Work 1048-1 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 B. Division 01 Specifications typically address items in a general nature and the Contractor must take notice that more specific requirements may be included in the Technical Sections in Division 7. 1.05 PROJECT COORDINATION A. The Contractor has full responsibility and authority regarding the scheduling and coordination of the Work within the Contract time and within the requirements of Article 1.7. B. The Contractor also has full responsibility for the completeness and quality of the Work as outlined in the Contract Documents, and must staff the project with qualified, competent personnel to the extent required for the Work. C. The Contractor's Project Manager and Lead Project Superintendent are subject to the review and approval of the Owner. Upon request at any portion of the project (i.e. pre -award, post -award and prior to project start, or during the project), the Contractor shall produce a detailed resume, with references, documenting the D experience of the Project Manager and Lead Project Superintendent for the 0 N = Z wner's review and approval. w a ,,AII subcontractors shall abide by the Project Schedule and coordination requests r,� v made by the Contractor. — _ a subcontractor is substantially responsible for specific components of the Work -:1+.e. concrete repairs or new concrete placements, waterproofing efforts, electrical 0 ork, painting, etc.), the Contractor must have a regular, periodic site presence cv during those efforts, not less than two separate days per week, nor less than 20 percent of the total work week time, to provide a level of coordination and quality control consistent with that expected of a wholly self -performing Contractor labor force. F. Unless otherwise directed or allowed, the Owner (or the Owner's representative) communicates directly with the Contractor. All dealings and decisions regarding execution of the Work shall be from the Owner, (or Owner's representative,) to the Contractor; and the reverse flow. G. The Contractor communicates directly with the subcontractors, vendors and suppliers. At the Engineer's option, direct communications between the Engineer and subcontractor may occur, for clarification of material delivery, installation procedures, technical support, logistics and other matters. Contractor will be kept advised of any such Engineer/subcontractor communications. H. The subcontractor shall coordinate with the Contractor who has the overall responsibility for the Work. I. Where Work of any one Section of the Specifications affects the Work of other Sections, successive Work shall not be installed until conditions have been inspected by the Contractor and are satisfactory for successive Work. Installation Summary of Work 1048-2 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 of successive Work shall serve as the Contractor's acceptance and confidence with the conditions being covered by subsequent work. The performance of successive Work shall be the responsibility of the Contractor to coordinate. Contractor is required to be on site to conduct regular, weekly job progress meetings with the Owner. Contractor shall include Engineer via telephone for said progress meetings and shall distribute written meeting minutes as directed by Owner. K. The Owner reserves the right to hold additional job progress and coordination meetings on an as -needed basis as determined by the Owner. The Contractor shall be given 48 hours notice (when possible) to said meeting. L. A preconstruction project meeting shall be held by the Owner prior to the start of work. 1.06 APPLICABLE CODES A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. 1.07 PROJECT SCHEDULE AND SEQUENCING A. The Contractor shall submit to the Owner a complete itemized time schedule and detail program for construction, purchasing of critical materials, and for submission of shop drawings and samples. This schedule is required within seven calendar days after Notice of Award. The schedule shall indicate the duration of time required for the performance of all work. All construction activities and each phase of work must be clearly indicated on the schedule. The schedule must be signed by an official of the firm. It must be realistic as its faithful execution will be considered a commitment, not an estimate. B. Normal working hours are 7:00 AM to 5:00 PM, Monday through Friday. C. Work requested by the Contractor to be performed outside of normal working hours must be approved and coordinated through the Owner. Provide the Qpvner a minimum of 4 working days notice prior to the requested time t0i ' rfornwork outside normal working hours. Such request shall include type etrork,*to be performed and expected duration. -" D. Odor or fume producing work performed in the vicinity of fre`Zh�r ir>kes or similar occupied building access points) must be performed .� r1 hXafter shutdown of fresh air intakes. At the Contractor's option,aM fi approved_,in R' . vl Summary of Work 1048-3 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 advance by the Owner, work may begin prior to air intake shutdown. If work is elected to begin prior to intake shutdown, the Contractor shall at their expense, employ measures to draw fresh air from areas beyond the work activities that produce odorstfumes. All methods or procedures must be approved by, and meet the satisfaction of the Owner. E. Work performed outside of normal business/working hours shall be performed at no additional cost to the Owner. Additional cost incurred for testing and inspection, including services of the Engineer or Owner's representative shall be solely borne in full by the Contractor. F. Work Phasing: 1. Refer to Drawing S101 for phasing information, including traffic control requirements. t53. So Restrictions [] N b When work is performed which may create a hazard to persons or property W a �r above, below or in the proximity of the work, those areas shall be blocked or Cl) c..> �-- otherwise protected to eliminate the hazard. N } k> —' o= t-2< All work at entry/exits is to be performed in such a manner to allow traffic flow k -'o in and out without significantly constricting the accessibility. 0 N Change order work that is to be performed on a time and materials basis shall be billed as if performed during normal work hours. In the event that work is required to be performed outside normal work hours due to schedule or site restrictions, the Contractor shall be compensated at their standard overtime rate. Should the Contractor fall behind the approved or adjusted schedule in the performance of his Work and, in the judgment of the Owner, it appears that the Contractor cannot complete his Work within the time established by the Contract, then the Contractor shall work overtime, additional shifts or adopt such other procedures with the Owner's approval, as may be necessary to restore adherence to the schedule while maintaining the required level of quality control, testing and inspection. The full cost of such work or procedures shall be borne by the Contractor, including the cost of additional services of the Owner or Owner's representative. J. Work rejected by the Owner as not meeting the intent or requirements of the Contract Documents shall be replaced by the Contractor and shall not result in additional costs to the Owner. Rejected work will not be cause for an extension to the Contract Time. K. The Contractor is responsible for securing work area for performance of the Work Summary of Work 1048-4 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 L. Project Schedule and Sequence: 1. The Contractor shall deliver submittals to the Engineer at least 7 days prior to mobilizing. 2. The Contractor shall mobilize and begin work on June 15, 2020 pending project approval by the City. Work shall follow the sequence and phasing as outlined in Contract Documents or Pre -Construction Meeting. 3. The anticipated Substantial Completion Date for all Work, including Change Order and/or Add Alternate work is 6 weeks from date of mobilization. 4. Final completion of all Work shall be 21 days beyond specified Substantial Completion date. Refer to paragraph 1.9.3 for additional information. M. Within 7 days after Notice of Award, submit a detailed plan for the project schedule implementation following the outline sequence shown above. 1.08 LIQUIDATED DAMAGES A. All required work shall be completed within the specified time period. If the Work is not completed for any reason, Liquidated Damages may be charged to the Contractor per the following schedule: 1. Lump sum of $500.00 per day until substantial completion is reached 2. At Final Completion, all punch list issues shall be fully addressed to the satisfaction of the Owner, and all required project close-out documents, including final pay requests and all warranties, as -built drawings and maintenance manuals, shall be submitted to the Owner. Liquidated Damages equal to the Engineer's costs to administer the project beyond the Final Completion date will be assessed via a reduction in the retainage payment to the Contractor. 1.09 SAFETY A. The Contractor is responsible for all safety issues regarding performance of the Work. B. The Contractor must submit to the Owner a copy of the contractor's safety program prior to the start of work. C. The Contractor shall have weekly Tool Box Safety Meetings which must be attended by all Contractor and subcontractor personnel on-site. D. Fire extinguishers shall be provided at all contractor furnished gasoline pperated equipment, contractor storage area, at membrane applica#qri-.,areas and."l membrane mixing areas, and at each area of other work effort- fprYimable_- components. Extinguishers to be 10 Ib. A, B, C Class. < d Summary of Work 1048-5 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 PART 2 PRODUCTS - NOT USED. PART 3 EXECUTIONS - NOT USED. END OF SECTION Summary of Work 1048-6 0 N .� LJJ -1, a or --p J} i C�) U F-- N >- C-) 1' Q F-- Q o C7 N v N END OF SECTION Summary of Work 1048-6 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 DIVISION 01 - GENERAL REQUIREMENTS SECTION 1049 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for temporary services and facilities, including such items as temporary utility services, temporary construction and support facilities, and project security and protection. 1.02 OWNER OPERATION, MAINTENANCE OF OPERATION AND SAFETY A. The structure is currently operated by the Owner as a roadway bridge. Areas outside the limits of a particular construction area shall remain functional throughoutthe construction period. B. All construction operations shall be carefully coordinated with the Owner so as to minimize the overall inconvenience to the Owner, maintain the use of the entrances at all specified times and to expedite job progress. C. All fumes and dust arising from construction operations shall be controlled so as to not adversely affect persons using the structure. D. The Contractor shall protect his Work and equipment from damage by the public and other entities occupying or using the structure during the construction period. E. The Contractor shall take all necessary precautions during all Work Areas to prevent debris from falling and causing damage outside the work area, including damage to existing mechanical/electrical fixtures. The Contractor shall be held liable for all damage caused by excavation, patching, drilling, coring, cutting, sandblasting, dust and debris. The Contractor shall be held liable for all damage to mechanical/electrical fixtures systems due to construction related activities. Contractor shall be responsible for all injury to people and property, including motor vehicles, caused by any construction related activity. The Owner will endeavor to field complaints and forward same to Contractor. Contractor is responsible for contacting people or property owner and resolving complaints. F. When Work is performed which may create a hazard to persons or property above, below or in the proximity of Work, affected areas shall be blocked or otherwise protected to eliminate the hazard. Coordinate this activity with the OwMr a minimum of 4 working days prior to the requested time for performance of such work. " -= G. Access to all emergency egress routes outside the limits o!- p ind[vidua1-.;' construction area shall be continuously and safety maintained. ErrLe�g#ncy,9gre routes shall not be impaired due to construction activities. a =z y N s Temporary Facilities and Controls 1049-1 City of Iowa City Iowa Avenue Bridge Repairs Project March,�2020 HP #'[9438.09 N` (jl HW�oordinate Work Areas with the Owner to minimize interference with normal --.% C,) V 8perations. N j,- o~ I�'The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all c,--requirements of the National Fire Protection Association, the National Electric <Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. 1.03 WORK AREAS A. The Work is divided into sections termed Work Areas. Work outside the closed Work Area is not allowed, except work permitted by the Construction Documents or authorized by the Owner. B. The Construction limit lines are defined as the extent of the Work Areas designated on the Drawings. Areas outside the construction limits may not be used by the Contractor for staging, storage of materials, or any other purpose, except as indicated in the Construction Documents. 1.04 MATERIAL AND EQUIPMENT STORAGE AND DELIVERY A. An area will be made available to the Contractor for material and equipment storage, staging and other facilities deemed necessary by the Contractor. B. Deliveries shall not block areas in the dedicated pedestrian or vehicle lanes at any time during the work. 1.05 PROTECTION OF THE SURROUNDING AREA A. All construction operations shall be conducted such as to protect the surrounding areas and adjacent buildings. B. Fumes and dust shall also be controlled so as to prevent harmful or undesirable effects in the surrounding areas. All potential avenues for penetration of fumes or dust into occupied spaces adjacent to the work area must be located and sealed by the Contractor in a manner acceptable to the Owner prior to the start of the work in the affected area. C. Areas below regions of construction activity may remain open for portions of that activity. However, the Contractor is totally responsible for damage as a result of the Work. 1.06 PROTECTION OF EXISTING CONDITIONS A. All portions of the existing structure, all utilities and all other building contents not part of the work damaged, moved or altered in any way during construction shall Temporary Facilities and Controls 1049-2 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 be replaced or repaired to the Owner's satisfaction at the Contractor's expense. B. Contractor and Owner shall conduct a preconstruction inspection of all finish materials and equipment located within the Work area to record in writing existing damaged finish materials and/or equipment not directly involved with this Contract. The Contractor shall be deemed responsible for damaged finish material and/or equipment not recorded during the preconstruction inspection. Contractor shall replace or repair to the Owner's satisfaction damaged finish material and/or equipment. It is the Contractor's responsibility to schedule and coordinate this preconstruction walk-through with the Owner. Provide a minimum of 5 calendar days notice prior to the requested walk-through time. C. Accidental interruptions caused by the Contractor to services outside of the work area shall be reported to the Owner at once, and immediate, emergency efforts to restore the service shall be made at the expense of the Contractor. D. When performing work adjacent to building and structures, protect buildings and structures from dirt, dust and debris. E. Protect drain openings during construction from construction debris entering drainage system. Provide filter cloth over openings to prevent debris from entering pipes, but still allowing water to enter. Clean debris from drains as necessary to maintain water removal. Remove drain protection during non -working hours and reinstall prior to commencing work. 1.07 TEMPORARY FACILITIES A. Existing electric and water service, if available, shall remain at their present level of service and may be used by the Contractor. The Owner will pay for current and water used. Additional electricity and water and their service connections which may be required for construction shall be provided by the Contractor. Contractor shall verify existence and usability of listed services prior to submitting Bid. Non - listed services required by the Contractor shall be provided by the Contractor. B. The Contractor shall provide his own job phone. C. The Contractor shall provide temporary toilet facilities for use by its employees and subcontractors. Locate in an area approved by the Owner. Use of Owner facilities is not allowed. D. The Contractor shall furnish temporary lighting or heat required so that work may proceed to meet the Contract schedule. E. The Contractor shall arrange and establish a location satisfactory to the Owner where workmen may eat; provide a rubbish container, and clean and remQye all debris at the end of each work day. ti F. At all times when work is being performed, the Contractor's fore"�rrsh a on-- site. Both the foreman and the superintendent shall have aIle j one or beeper with him/her at all times while on the job site. Provide tfta=7 neT With jhe- c`� % Temporary Facilities and Controls 1049-3 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 telephone number. G. Ajob site office/trailer is not required. fiRii �7r7_ r RIM A. Parking for a maximum of two Contractor vehicles associated with the production of the work will be permitted within or directly adjacent to the work area, without restricting pedestrian or vehicle access. 1.09 USE OF FACILITY ci 1.11 A. Contractor employees are not permitted to use Owner and tenant facilities except as previously noted. Failure to comply with this restriction can result in the dismissal of the offending employee from the construction site. B. Except for materials being used during a work shift, store all materials in approved storage area. C. Materials being used for work shall be uniformly distributed throughout the work area so as to not overload or otherwise distress the supported structural system. TR�FIC CONTROL 4t> -Perform all traffic control in accordance with Drawing S101. C3 - B-4rovide lighting, signage, barricades, traffic cones, signals, and traffic direction F --`-personnel as required by Drawing 5101 to clearly and safely re-route traffic in non- -work areas. Coordinate with the Owner a minimum of 7 days in advance of when an area is scheduled to be closed. C. Erect barricades to prevent unauthorized entry of pedestrian or vehicular traffic into, on or under the Work Area. Post appropriate signs to warn against entry. USE OF STREETS AND WALKS A. All use of streets and walks must be in accordance with local authorities having jurisdiction. The Contractor must coordinate such use directly with the local authorities. B. The Contractor shall provide and maintain control device necessary for the protection of his Work, and areas which the local authorities may consider hazardous, including necessary lighting. Further, should conditions arise which necessitate the use of flagman and/or the services of the local police, the Contractor shall supply this type of control at no expense to the Owner. C. Maintain traffic in accordance with local authority's requirements. D. The Contractor shall provide and maintain signage, barricades, warning devices, etc. that may be necessary or required by local authorities or the Owner for the protection of pedestrians and vehicles while performing the work. Temporary Facilities and Controls 1049-4 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 1.12 CLEANUP A. Each Contractor or Subcontractor, upon completion of his division of the work, shall collect and remove all rubbish, surplus material, tools and scaffolding pertaining to his work, and shall keep the work area neat and orderly by periodic removal and cleanup. Crates and cartons in which materials or equipment are received shall be removed daily. Contractor shall leave each phase of the work broom -clean upon completion of that phase. B. Each Contractor shall be responsible for daily collection and disposal of rubbish created by his materials, men and work. If this is not done, the Owner may direct that cleanup be done and the cost of same shall be deducted from the Contractor's contract. C. Contractor shall clean surfaces of all lights, control panels, overhead piping, duct work, etc., after construction is complete, to the same level of cleanliness as surfaces were before construction. D. Protect from damage during subsequent construction activities all new work and existing construction cleaned upon the completion of any one phase. E. Contractor shall legally dispose of all debris (including concrete) off the site. 1.13 FIRE PROTECTION A. It shall be the responsibility of the Contractor to take the proper precautions to prevent fires when welding or while other fire -hazardous work is being performed. B. Gasoline and other flammable liquids shall be kept in approved safety cans at all times. 1.14 WATCHMEN A. The services of a watchman will not be provided by the Owner. B. The Contractor shall assume full responsibility for protection and safety of material and equipment stored at the job site both within and outside of the work areas or storage areas. 1.15 ADDITIONAL REQUIREMENTS A. During the term of this Contract, the employees of the Contractor shall not consume or be under the influence of alcohol while on the premises of the Owner. The use of nonprescription, over the counter drugs and medications (i.e., Contact,_ Actifed, etc.) is discouraged, but if used, manufacturer's guirleiines must bet followed. Drugs considered illegal by federal, state, and locat-'autho4es areal strictly prohibited. - � B. Owner reserves the right with or without cause and at its sole 00$t tion"prov- that such right is lawful, to have the Contractor temporarily or permanently rem2 C"i Temporary Facilities and Controls 1049-5 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 any of the Contractor's employees from the Project. C. Shutting down of existing apparatus and service lines shall be done only at times prescribed and approved by the Owner. Apparatus and service lines shall not be left out of service overnight, during non -working periods or during scheduled events. D. Notice of temporary service interruption (or potential interruption) shall be given to the Owner and his designated representative not less than (5) working days prior to required interruption to allow adequate preparation to be made. E. Provide the Owner with emergency telephone numbers to be able to contact the Contractor's superintendent or project manager 24 hours a day. END OF SECTION Temporary Facilities and Controls 1049-6 — r N ✓ -'. Jr o _ N O N END OF SECTION Temporary Facilities and Controls 1049-6 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 DIVISION 03—CONCRETE SECTION 7049 CONCRETE REPAIRS PART1 GENERAL 1.01 SECTION INCLUDES A. All labor, material, tools, equipment and services to perform concrete repairs at areas indicated on the Drawings and in the Specifications, including but not limited to: 1. Shallow and deep floor repairs, joint edge and spall repairs, and concrete curb repairs. 2. Miscellaneous repairs indicated on the Drawings. 1.02 RELATED SECTIONS A. Expansion Joints — Refer Section 7099. B. Sealants — Refer Section 7999. 1.03 UNIT PRICES A. Unit prices are assumed to be the total for each line item in the form of proposal divided by the quantity allowance listed in the form of proposal. B. Final adjustment to the contract amount will depend on actual quantities of repair performed. C. Repair quantities will be determined by measurements made jointly by the owner or its representative and the contractor. The contractor will record the measurements with both parties signing the record to attest to its accuracy. 1.04 REFERENCES A. American Concrete Institute (ACI) 1. ACI 301 - Specification for Structural Concrete for Buildings. 2. ACI 305R -Hot Weather Concreting. "— a 3. ACI 306R - Cold Weather Concreting. 4. ACI 318 - Building Code Requirements for Reinforced Concrefe.� N r � :J B. American Society for Testing and Materials (ASTM): cn Concrete Repairs 7049-1 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 1. ASTM A185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 2. ASTM A615 - Specification for Deformed and Plain -Billet Steel Bars for Concrete Reinforcement. 3. ASTM A775 - Standard Specification for Epoxy -Coated Reinforcing Steel ` Bars. ,,,Structural Steel Painting Council (SSPC): � �o LA�_ Surface Preparation Specification No. 3 (SP3) —Wire Wheel Cleaning. C) or — cj >2,ES Surface Preparation Specification No. 6 (SP6) — Commercial Blast Cleaning. -giiierican Association of State Highway and Transportation Officials (AASHTO): AASHTO M182 - Specifications for Burlap Cloth Made from Jute or Kenaf. 0 N E. Keep a copy of the referenced specifications cited in this section in the on-site field office. 1.05 SUBMITTALS A. Submit literature for manufactured products, including manufacturer's speci- fications. test data and installation instructions. B. Letter stating this Contractor and supplier are familiar with the referenced standards. C. The Owner's review of details and construction operations shall not relieve this Contractor of his responsibility for completing the work successfully in accordance with the Contract Documents. 1.06 QUALITY ASSURANCE A. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with this Specification, then the laws, codes or ordinances shall govern, except in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. B. Concrete that does not conform to the specified requirements, including bond to substrate, strength, finish and tolerances shall be subject to removal and replacement, including necessary preparatory work, at no additional cost to the Owner and without extension to the Contract Time. C. Contractor shall be responsible for restoration of other components of the Work Concrete Repairs 7049-2 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 damaged during placement of concrete or damaged during removal of unsatisfactory concrete. D. ACI 301, ACI 305R and ACI 306R are a part of the Contract Documents, are incorporated herein as fully as if here set forth and are referred to as General Concreting Requirements. E. Chloride Ion Limitations: Maximum acid -soluble chloride ion concentration, in hardened concrete shall not exceed .10% by weight of cement. F. Concrete testing and certification shall be as described in ACI 301, Chapter 16. 1.07 WARRANTY A. A warranty period of five (5) years shall be provided for concrete work performed under this Section against defects, as determined by the Owner, including but not limited to debonding, excessive cracking and surface scaling. 1.08 MEASUREMENT AND PAYMENT A. Expansion Joint Edge Repairs (Detail 1/5200) 1. Measurement: Measurement for all expansion joint edge repairs will be made in inches and then converted to the unit of measurement noted in Detail 1 on Drawing S200 (per linear foot, respectively), up to one decimal place (e.g. — 18 inches of measurement in linear feet will be billed as 1.5 linear feet). 2. Payment: Payment will be at the unit price per the unit of measurement noted in Detail 1 on Drawing S200 (per linear foot, respectively). Payment for partial units, up to one decimal place, will be permitted. 3. Includes: Unit prices include but is not limited to all sounding, removal of deteriorated concrete, surface preparation, supplemental reinforcement or patch anchors, placement of new patch material, curing, and sealants incidental to the repair. Refer to Detail 1 on Drawing 5200 and this section for complete scope of work. B. Expansion Joint Edge Spall (Detail 1/5200) 1. Measurement: Measurement for all expansion joint edge spalls will be made in inches and then converted to the unit of measurement noted in Detail 1 on Drawing 5200 (per linear foot, respectively), up to one decimal place (e.g. — 18 inches of measurement in linear feet will be billed as 1.5 linearfeet). 2. Payment: Payment will be at the unit price per the unit of measuremexlpnoted in Detail 1 on Drawing S200 (per linear foot, respectively). Payment f&d partial units, up to one decimal place, will be permitted. y 3. Includes: Unit prices include but is not limited to all so T" rnovaTbf deteriorated concrete, surface preparation, supplementaLl ynfo%ement or ST Concrete Repairs v 7049-3 n City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 patch anchors, placement of new patch material, curing, and sealants incidental to the repair. Refer to Detail 1 on Drawing S200 and this section for complete scope of work. C. Concrete Curb Repairs (Detail 3/S200) 1. Measurement: Measurement for all concrete curb repairs will be made in inches and then converted to the unit of measurement noted in Detail 3 on ,Drawing S200 (per linear foot, respectively), up to one decimal place (e.g. - N c18 inches of measurement in linear feet will be billed as 1.5 linear feet). c_ � J o- L2J, yfayment: Payment will be at the unit price per the unit of measurement noted I Cl) Li Hn Detail 3 on Drawing S200 (per linear foot, respectively). Payment for partial c-Lnits, up to one decimal place, will be permitted. r Y -'Includes: Unit prices include but is not limited to all sounding, removal of deteriorated concrete, surface preparation, supplemental reinforcement or patch anchors, placement of new patch material, curing, and sealants incidental to the repair. Refer to Detail 3 on Drawing S200 and this section for complete scope of work. D. Shallow Concrete Floor Repairs (Detail 4/S200) 1. Measurement: Measurement for all shallow concrete floor repairs will be made in square inches and then converted to the unit of measurement noted in Detail 4 on Drawing S200 (per square foot, respectively), up to one decimal place (e.g. - 216 square of measurement in linear feet will be billed as 1.5 square feet). 2. Payment: Payment will be at the unit price per the unit of measurement noted in Detail 4 on Drawing S200 (per square foot, respectively). Payment for partial units, up to one decimal place, will be permitted. 3. Includes: Unit prices include but is not limited to all sounding, removal of deteriorated concrete, surface preparation, supplemental reinforcement or patch anchors, placement of new patch material, curing, and sealants incidental to the repair. Refer to Detail 4 on Drawing S200 and this section for complete scope of work. E. Deep Concrete Floor Repair (Detail 5/S200) 1. Measurement: Measurement for all deep concrete floor repairs will be made in square inches and then converted to the unit of measurement noted in Detail 5 on Drawing S200 (per square foot, respectively), up to one decimal place (e.g. - 216 square of measurement in linear feet will be billed as 1.5 square feet). 2. Payment: Payment will be at the unit price per the unit of measurement noted in Detail 5 on Drawing S200 (per square foot, respectively). Payment for partial units, up to one decimal place, will be permitted. Concrete Repairs 7049-4 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 3. Includes: Unit prices include but is not limited to all sounding, removal of deteriorated concrete, surface preparation, supplemental reinforcement or patch anchors, placement of new patch material, curing, and sealants incidental to the repair. Refer to Detail 5 on Drawing S200 and this section for complete scope of work. PART 2 PRODUCTS 2.01 MATERIALS A. General: 1. Ready mixed materials used for concrete shall be furnished from the same source throughout the project unless otherwise approved by the Owner. B. Cement: 1. Use ASTM C150, Type I cement unless noted otherwise. Air -entrained cement shall not be used. Air requirements shall be met by separate admixtures. C. Admixtures: 1. Air -entraining admixtures meeting the requirements of ASTM C260. 2. High range water reducer meeting the requirements of ASTM C494. 3. Calcium chloride, calcium nitrate and thiocyanates are not permitted. Admixtures containing more than 0.05% chloride ions are not permitted. 4. Use approved admixtures in accordance with manufacturer's recommendations. D. Fine and Coarse Aggregates: 1. Meeting requirements of ASTM C-33. E. Water: 1. Mixing water shall be potable meeting requirements of ASTM C-94. F. Pre -packed Concrete Materials: ti 1. Horizontal Application —Typical Repair Areas (Patch Material Type A):o L_ a a. MasterEmaco T 310CI by BASF ti b. SikaQuick 1000 by Sika Corp. r CO P` C. MasterEmaco T 1060/1061 by BASF ti d. Planitop 18 ES by Mapei. (Planitop 18 TG is trowel grade for ramps) U? Concrete Repairs 7049-5 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 G. Bar Coating: 1. Sikadur 32, Hi -Mod LPL by Sika, Inc. 2. MasterEmaco ADH 326 by BASF ing Agent (used for shallow floor patches if the patch is not deep enough for LL1 Lpgtch anchors; patch material must be placed while epoxy is still wet) c\,1�, Sikadur 32, Hi -Mod LPL by Sika, Inc. rr � I. �gt$Ided Wire Reinforcement: p N N 1. Conforming to ASTM A185. J. Reinforcing Steel: 1. All reinforcing steel shall have a minimum Fy of 60 ksi. 2. Provide epoxy coated steel where shown on Drawings. K. Curing Materials: 1. 10 oz. burlap meeting the requirements of AASHTO M-182. 2. Visqueen: 6 mil polyethylene (white). L. Curing Compound: 1. VOCOMP-25 by W.R. Meadows. 2. MasterKure CC 1315WB by BASF 3. Liquid membrane forming curing compound shall conform to the requirements of ASTM C1315, Type 1, Class A and have data from an independent laboratory indicating a maximum moisture loss of 0.40 grams per square cm. when applied at a coverage rate of 300 square feet per gallon. M. Form Lumber: 1. New fire -retardant material, grade and size to adequately form, support and brace concrete and to provide finishes that match adjacent surfaces. N. Epoxy Grout: 1. Sikadur 32, Hi -Mod LPL epoxy mixed with silica sand. O. Patch Anchors: 1. Stainless steel spikes by Powers Rawl. PART 3 EXECUTION Concrete Repairs 7049-6 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 3.01 GENERAL A. Prior to the start of work, the Contractor shall survey areas to receive repair concrete to determine locations and approximate quantity of material. B. Prior to start of excavations, perform an on-site review of the work areas with the Owner. Provide a minimum of 2 working days' notice prior to the requested review day. C. Prior to performing operations such as jack hammer work, the Contractor shall make a careful and thorough survey of the underside of the level on which he intends to work and shall remove all loose soffit concrete which may fall as a result of those operations. The Contractor shall also be responsible for posting all signs and erecting all barricades as necessary to prevent pedestrians and vehicles from entering the area below hazardous work. D. During concrete removal work, Contractor shall not damage existing mild steel reinforcement. Mild steel reinforcement that is damaged by the Contractor, as determined by the Owner, shall have a new reinforcing bar the same size as the damaged bar lapped to each side of the damaged area. Lap lengths shall be determined by ACI 318. Cost of new reinforcing bar, concrete removal and patching for lap length shall be borne by the Contractor. E. It is intended that the existing reinforcement steel exposed during the work shall remain in place (unless noted on Drawing for removal) and undamaged during removal of the unsatisfactory concrete. Tie loose reinforcement bars in place in an approved manner prior to placing patch mix. If the reinforcement is deteriorated, as determined by the Owner, the Owner may direct that it be replaced and spliced in accordance with ACI splice and development requirements for reinforcement bars. Additional concrete removal may be required to expose undamaged reinforcing. If required, compensation will be made in accordance with the established Unit Prices. F. Concrete placement for patches or overlays on sloping surfaces shall begin on the low elevation end and proceed upwards to the high elevation end. G. Control joints to be either tooled or sawed into concrete slab at all patches to match existing conditions. Confirm control joint pattern with Owner gior a minimum of 24 hours prior to placement of concrete. Tooled joints are to cut while concrete is wet. Sawed joints to be cut within 6 hours of s lab placement before slab begins to crack. N .. 3.02 PROTECTION —C c) A. Contractor shall protect all open excavations, and reinforcing theAifroda due to mechanical disturbance, weather conditions or other cauiei. _ B. Contractor shall protect occupied areas below the work area during arphases of the work including removal, preparation and placement of materials. Concrete Repairs 7049-7 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 C. Provide barricades to close areas immediately below the work area. Coordinate the time closing of required areas with the Owner. 3.03 SHALLOW AND DEEP FLOOR REPAIR, JOINT EDGE SPALL, AND CONCRETE CURB REPAIR PROCEDURE M N A. Refer to the Drawings for repair details. Contractor shall sound the concrete deck using chain drag method and hammer survey to identify the limits of deteriorated concrete within the Work Area. Mark with paint each area to be repaired. Location of paint marks must be approved by the Owner's representative. B. Before removal of floor concrete within a Work Area, the Contractor and the Owner's representative will record the area bounded by the paint marks. Take measurements to the nearest inch in such a way that results in a total plan area at each location. C. Contractor and Owner's representative shall affix their signatures to each measurement sheet completed, attesting to the agreed-upon accuracy of the measurements. Furnish copies of measurement sheets to both parties for their records. D. Sum and calculate the total repair area to yield total square feet. Measurements are the sole basis for calculation of final payment, based upon the item's unit price. Refer to Section 012100 and Section 012900. Base unit price on the area of the repair and the depths indicated on the repair details. E. Remove floor concrete within the Work Area by conventional chipping methods. F. Conventional Chipping Method: 1. Sawcut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of sawcuts shall be 3/4 inch. Cut perimeter of removal area before beginning chipping hammer work. Do not over cut corners of patch area. 2. Perform concrete removal with no larger than 18 pound chipping hammers. 3. Begin concrete removal at the center of the removal area and work towards C) the sawcut perimeter. Maintain vertical sawcut edge at perimeter. Re -saw if w— necessary, to maintain required edge. J>" Contractor shall use due diligence to perform concrete chipping operation in a manner to avoid punching through slab. Means such as utilizing wide L.)��; chipping blades and performing chipping procedures on a low angle are 0 o recommended. N 0 The surface of the sound, exposed concrete shall be relatively flat with 1/4" amplitude over the repair area for new concrete patches and overlays. Contractor is responsible for ensuring that the final concrete repair area is sound. Concrete Repairs 7049-8 City of Iowa City r. Iowa Avenue Bridge Repairs Project =?w, March, 2020 THP #19438.00 C-) W m H. Within 24 hours of concrete repair material placement, media blast the Obavatlon and the immediately adjacent surface. Reinforcing steel shall be cleaned tV a SSPC-SP6 condition unless otherwise indicated. I. After completion of all cleaning operations, blow-out excavations with oil -free and water -free compressed air. Previously cleaned excavations that are subjected to contamination must be re -cleaned. J. The Owner will inspect excavations prior to coating reinforcing steel. Final touch- up of excavations and reinforcing steel shall be performed before proceeding. K. Within 8 hours after cleaning, coat all surfaces of exposed steel with one coat of bar coating. Allow coating to become tack free before proceeding with second coat. L. Apply second coat of bar coating to previously coated steel. Do not apply coating to substrate or allow coating to puddle in low areas of excavation. M. Thoroughly saturate all concrete surfaces to be in contact with new concrete as necessary to provide a saturated surface dry condition. N. Just prior to concrete placement blow -down area with oil -free compressed air to remove standing and puddled water. O. Place Patch Material Type A in the excavations. Vibrate new patch material to ensure consolidation in maximum -depth areas and at the excavation's perimeter. Screed material flush with adjacent surfaces and finish with a float or light trowel to match adjacent surface finish. P. After finishing, fog concrete surfaces with water using approved fog spray device (hose not permitted) to prevent surface drying prior to start of curing. Q. Cure Patch Material Type A in accordance with manufacturer's written instructions. 3.04 EPDXY GROUT INSTALLATION PROCEDURE AT JOINT EDGE REPAIR A. Saw cut the concrete deck surface along the perimeter of the paint marks which define the removal area. Do not cut existing reinforcement. Depth of saw cuts shall be'/< inch. Cut perimeter of removal area before beginning chipping hammer work. B. Begin concrete removal at the center of the removal area and work towards the saw cut perimeter. Maintain vertical saw cut edge at perimeter. Resaw if necessary, to maintain required edge. C. Prior to epoxy grout placement, media blast the excavation and the immediately adjacent surface. Reinforcing steel shall be cleaned to a SSPC-SP6 condition unless otherwise indicated. D. Mix epoxy mortar using 2 parts epoxy and 1 part clean over dried silica sand Concrete Repairs 7049-9 City of Iowa City Iowa Avenue Bridge Repairs Project March. 2020 THP #19438.00 E. Apply neat epoxy worked into substrate for positive adhesion. Immediately follow with application of the epoxy mortar. Follow manufacturer's instructions for mixing and installation. F. Do not allow traffic on epoxy mortar patch for a minimum of 24 hours. 3.05 FIELD QUALITY CONTROL A. All excavations shall be inspected and approved prior to placing concrete. The Contractor shall notify the Owner 2 working days in advance of required inspection. B. Notify the Owner at least 2 working days prior to placing concrete. `OC. Acpeptance of Structure: o Acceptance of Structure shall be in accordance with ACI 301 Chapter 18. LIJ 0- w- 8� Contractor shall bear all costs of correcting rejected work, including the cost of _j N >-E Owner's services thereby made necessary. 18.06 S.LEANING QA. Empty containers shall be removed from the Garage at the end of each working L" day. Cloths soiled with adhesive materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage of disposal of flammable materials. Comply with health, fire and environmental regulations. B. All spilled materials shall be completely removed from hardware, adjacent floor areas, metal work, etc. Remove spilled coating by approved methods. C. Repaint in matching color all curbs, columns, walls, etc., where existing paint was removed during preparation of adhesive materials installations. D. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dust, dirt and debris. END OF SECTION Concrete Repairs 7049-10 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SECTION 7099 EXPANSION JOINTS PART1 GENERAL 1.01 SECTION INCLUDES o N CJ A. Compressible expansion joint seal installation. 1.02 RELATED SECTIONS n� w m A. Section 7049 - Concrete Repairs. s B. Section 7999 - Sealants. o N 1.03 SUBMITTALS s cP A. Joint and Several Warranty Form meeting the requirements of Paragraph 1.7. B. Letter of inspection approving blockout or noting unacceptable conditions per Paragraph 1.4F. C. Shop drawings of all expansion joint conditions, including typical section, factory manufactured splices and each termination detail. D. Literature for manufactured products, including manufacturer's specifications, test data and installation instructions including temperature limitations and joint opening recommendations. E. Letter of approval per Paragraph 1.4.A. F. Prior project experience per Paragraph 1.4.6. G. Joint System Sample per Paragraph 1.4.D. H. Name and resume of persons per Paragraphs 1.4.0 and 1.4.E. I. Letter from expansion joint manufacturer per Paragraph 1.6. 1.04 QUALITY ASSURANCE A. The expansion joint installer shall be approved by the manufacturer. B. All work under this Section shall be performed by Contractors which have successfully performed at least three verifiable years of projects that are similar in magnitude and type to those involved in this Contract and three or more prior projects in a climate similar to that for this project. C. All work under this Section shall be under the immediate control of the Expansion Joints 7099-1 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 Contractor's non -working superintendent(s) experienced in this type of work. The person(s) shall have supervised three prior projects of similar magnitude and type, and shall be present during all operations. This person(s) shall be approved by the Owner. D. The Owner may submit material samples to an independent testing laboratory for verification of material properties and/or conformance to performance standards. E. A technically competent employee of the expansion joint manufacturer (not `D associated with the installation crew or Contractor) shall be present before and N 'during the installation of the initial lengths of the joint system (minimum 50% of � w 6tal joints) on this project. This person shall be approved by the Owner. o F.�Phe expansion joint manufacturer and installer must inspect the completed block - CJ N >...Z9uts prior to the start of new joint system installation. Unacceptable conditions r r �—must be reported, in writing, to the Owner prior to start of work. Starting c �stallation of the new expansion joints constitutes acceptance of the completed o lock -out conditions. N 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver all materials to job site in sealed, undamaged containers. Each container shall be identified with materials' name, date of manufacture, lot and batch number. B. Store materials when not in actual use in a place specifically assigned for that purpose which is well ventilated and lighted and not subject to direct sun rays. Materials shall be kept or packaged when not in use. Keep storage area neat and clean and secure from vandalism and theft. C. Perform work in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. D. When toxic or flammable solvents are used, the seal installer shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. 1.06 SEQUENCING A. The expansion joint seal manufacturer shall provide a written procedure for installation of new expansion joint seals within 10 days after placement of cementitious material used for the modification of expansion joint block-outs and overlays. 1.07 WARRANTY A. A warranty of five years shall be provided for all types of new expansion joint Expansion Joints 7099-2 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 seals. The manufacturer and approved installer shall jointly and severally maintain the joint in a safe, waterproof condition for the warranty period at no additional cost to the Owner. The Contractor is responsible for compliance of both the manufacturer and approved installer for the warranty period. 1.07 MEASUREMENT AND PAYMENT A. Bridge Expansion Joint Replacements (4 total joints) 1. Measurement: Measurement for the expansion joint work is considered lump sum and is to include all lengths of seal at the four (4) joints over the bridge structure, including over curbs and sidewalks, as identified on Drawing S100. 2. Payment: Payment will be on a lump sum basis for all four (4) bridge expansion joints. Contractor may submit partial payment based on percent of total joint completed for each phase of work. 3. Includes: Includes but is not limited to removal of existing expansion joint seals, preparation of joint opening, and installation of all lengths of new compressible seal at the four (4) joints over the bridge structure, including over curbs and sidewalks. Refer to Drawing S100 and this section for complete scope of work. PART2 PRODUCTS 2.01 COMPRESSIBLE EXPANSION JOINT SEAL SYSTEM -TYPE B (BRIDGES):—. A. Jeene - FW Bridge Series by Watson Bowman Acme Corp N O v� ri_I 1. Seal size - Field verify seal size during bidding. w C-) PART EXECUTIONS <rn -0 M �� 3.01 GENERAL �? A. Where scheduled for replacement, remove existing expansion joint systdins and perform minor concrete repairs as required to perform the work. Refer to Drawings and Section 030100 as appropriate. B. If found, remove styrofoam or any other form of joint filler material in expansion joint openings. C. Cure all expansion joint system nosing and adhesive materials in accordance with manufacturer's recommendations. Allow nosing to cure for minimum time period based on temperature conditions required by the manufacturer. Verify nosing and adhesive material is cured, prior to allowing vehicular traffic across the joint. Use traffic plates if necessary, temporarily anchor to the deck side of the joint, to accommodate traffic. D. Accelerated curing by heating of nosing and adhesive material is not permitted. Expansion Joints 7099-3 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 E. Do not install seals or associated materials over or on wet substrate materials. F. Cease installation of seals under adverse weather conditions, or when temperatures (deck or ambient) are outside the allowable temperature limits. G. Install seals as soon during the Work as substrate temperatures permit. 3.02 NEW COMPRESSIBLE EXPANSION JOINT SYSTEM INSTALLATION A. Preparation of concrete joint openings: 1. Where appropriate, perform all necessary repairs to establish consistent joint openings across the entire deck surface. Use manufacturers approved epoxy based repair materials for minor joint edge or block-out repairs, or alternative concrete repair materials for larger repair areas. Refer to Specification Section 030100. 2. Rout and seal adjacent construction joints or cracks that intersect the block- out for a length of 8 inches. Refer to Specification Section 079200. 3-�, Sandblast all concrete surfaces to be in contact with seal system no sooner N Y than 24 hours before seal installation. Contact surfaces shall be clean, dry and a o d w— sound. Re -sandblasting is required if contact surfaces become contaminated after the initial blasting. This includes contamination by rainwater runoff. -� Coordinate sandblasting to avoid damage to vehicles on levels below or adjacent to work area. Remove all sand, dirt, durst and debris from joint NCDopening and adjacent floor areas on both levels immediately after work is complete. B. Seal Installation: 1. Install new seal per manufacturer's installation instructions. Perform work during coolest portion of day, typically in the middle of the night. Complete work at least 4 hours prior to anticipated rising deck temperatures. Cease installation of joint system under adverse weather conditions. 2. Install manufacturer's approved adhesive or bonder to compression seal and concrete, nosing or metal surfaces which will be in contact. 3. Install seals per manufacturer's installation instructions. 4. Install the seals in continuous lengths with no splices in the horizontal plane of the seal. Recess seals slightly from adjacent floor surfaces. 5. Turn seals up onto and across curbs and up 4 inches at adjoining vertical wall and column surfaces. Vertical installation to be flush with adjoining wall and column surfaces. 6. As appropriate, provide heat welds or adhesive at direction changes from Expansion Joints 7099-4 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 horizontal to vertical. Execute welds per manufacturer's requirements. 7. Before installation, test splices with a 150# axial tension load. 8. Seal splices at end conditions as recommended by the manufacturer if those conditions are not shown on the Drawings. 9. Install any supplemental cap seal materials in the same work shift, or no later than the next day if no inclement weather is predicted. 3.03 CLEAN-UP A. During the progress of the Work, remove from the project all discarded materials, rubbish, cans and rags. B. Clean all surfaces of drops or spills of nosing materials with manufacturer approved solvents which are not deleterious to the concrete surface. C. All hardware, adjacent floor areas, metal work, etc., and the premises shall be lift clean and free of all construction dust, dirt and debris. This includes the removal of dust from pipes, etc., which resulted as part of the construction process. D. Empty containers shall be removed from the building at the end of each working day. All cloths soiled with solvent or other materials that might constitute a fire hazard shall be placed in suitable metal safety containers or shall be removed from the building at the end of each working day. Special care shall be taken in storage or disposal of flammable materials. Comply with health and fire regulations. END OF SECTION Expansion Joints 7099-5 ti —i c-> w I, r— 'jrrr 'v vx N rn Expansion Joints 7099-5 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #1 W8.00 u N -DIVISION 07 - THERMAL AND MOISTURE PROTECTION a W SECTION 7999 SEALANTS �. N L` �!PART_f' GEWRAL 1.01 r=-SECTION INCLUDES A. Tooled joints and cove joint sealant installations to bridge and curb/sidewalk incidental to concrete repair work. 1.02 RELATED SECTIONS A. Section 7049 - Concrete Repairs. B. Section 7099 - Expansion Joints 1.03 DEFINITIONS A. Where the term "manufacturer's recommendations," or variations thereon, are found in this Specification, it shall mean "manufacturers recommendations which are found in publications available to and commonly used by the general architectural and consulting professions." 1.04 SUBMITTALS A. Copies of literature for all manufactured products, including manufacturer's specifications, test data and installation instructions or applicator's manual. B. Letter per Paragraph 1.5.B. C. Resume of contractor superintendent or employee per Paragraph 1.5.D. D. Manufacturer's certification per Paragraphs 1.5.F. E. Proof samples of sealants intended to be installed per Paragraph 1.5.G. F. If requested, Field samples of sealants installed on site per Paragraph 1.5.H. G. Material Safety Data Sheets on all materials which are classified as hazardous materials. H. Upon completion of the Work and prior to final payment, provide written recommendations for routine care and maintenance. Provide list of three Contractors nearest the project location who are qualified to perform repairs to the sealants. Identify common causes of damage and include instructions for temporary patching until permanent repair can be made by qualified personnel. I. Upon completion of the Work and prior to final payment, provide a fully executed warranty. Sealants 7999-1 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 1.05 QUALITY ASSURANCE A. Applicable Codes: 1. The Contractor shall comply with all Federal, State and Municipal laws, codes, ordinances and regulations applicable to the Work in this Contract and also with all requirements of the National Fire Protection Association, the National Electric Code, and the Occupational Safety and Health Administration (OSHA). If the above laws, codes or ordinances conflict with the Specification, then the laws, codes or ordinances shall govern, excerpt in such cases where the Specification exceeds them in quality of materials or labor, then the Specifications shall be followed. B. The sealant installer must be acceptable to the manufacturer. Provide written confirmation that the intended sealant installer is acceptable to the manufacturer. C. The Contractor shall review locations where joint sealant work is specified and shall submit in writing existing conditions and newly specified details which would cause sealant material to fail. Failure to review existing conditions or identify details or procedures which will cause failure of sealant material to perform as specified, the Contractor shall become responsible for all costs relating to correcting the deficient work, including all direct and indirect costs to the Owner. D. The Contractor's superintendent, or another technically competent employee of the Contractor approved by the Owner and Manufacturer, shall be on site and supervise installation of all sealant on this project. Sealant identified as being installed not under the direct supervision of this person shall be subject to removal and replacement, at the direction of the Owner. This person identified for supervision of the work shall have supervised at least three prior projects of similar magnitude and type. E. The Owner may, at his discretion, choose to remove up to a six-inch ledgth of sealant in locations at a time after installation and initial curing of issalant4e verify installation as specified. The Contractor shall include in his Bid th-_d&�,ts JE repair." one such location for each 100 ft. of sealant installation. If 1nspp91Vns # thew -- locations by the Owner reveal deficient installation of sealant, 1t Owner may �' remove additional sealant to further quantify the length of deficiettt� alavJ TNq Contractor shall repair all deficient locations of sealant found by wZ at ria_, additional cost and no extension of time for the work. ry .J T3 _ F. Sealant materials shall be certified to be compatible by the manufacture"or use with the membrane system. - G. Proof Samples of all sealant materials used on the job site shall be prepared in advance of the work by the Contractor and submitted to the Owner for purposes of testing and examination. Samples shall be manufactured with a unit of material from the first batch intended for use on the project. Samples (4 total) shall be at least 2 -inch x 2 -inch square and 1/2 -inch -thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location of preparation. Sealants 7999-2 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 H. Mock-ups: 1. Sealant foreman and crew assigned to project to complete all mock-ups listed. a. The Owner may, at his discretion, direct the Contractor to prepare and submit Field Samples of sealant materials used on the job site during the work. Samples shall be manufactured on site, from a unit of material from the same batch in use that day. Samples (2 total) shall be at least 2 -inch x 2 -inch square and 1/2 -inch -thick, with troweled top surfaces, identified with manufacturer's batch numbers, date and location on the project where the sealants represented in the samples were installed. Up to three sets of Field Samples may be requested on this project in the Base Bid. A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. C. Sealant materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. E. Storage areas shall be heated or cooled as required for maintaining the product temperatures within the range recommended by the manufacturer. 1.07 PROJECT CONDITIONS A. Install sealant materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. B. Fumes and debris shall be controlled to prevent harmful or undesirable effects in surrounding areas. Sealants 7999-3 — 25�_ Control, Isolation, and Cover Joints: CD GV 7__ �� Demonstrative removal and cleaning technique. W a a - _J i c-)r='b. Demonstrate backer rod installation. U i N i- =—� . Demonstrate sealant installation and tooling technique. It N L 3.9Preformed silicone strip installation: 0 N a. Demonstrative stone cleaning and preparation technique. b. Demonstrate installation and tooling technique. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to job site in sealed, undamaged containers. Each container shall be identified with material's name, date of manufacture and lot number. B. Only those materials being used during any one work shift may be stored in the Work area. Coordinate location of storage area with the Owner. C. Sealant materials shall be kept sealed when not in use. D. Storage and handling of materials shall conform to the requirements of the applicable safety regulatory agencies. E. Storage areas shall be heated or cooled as required for maintaining the product temperatures within the range recommended by the manufacturer. 1.07 PROJECT CONDITIONS A. Install sealant materials in strict accordance with all safety and weather conditions required by product literature or as modified by applicable rules and regulations of Local, State and Federal authorities having jurisdiction. B. Fumes and debris shall be controlled to prevent harmful or undesirable effects in surrounding areas. Sealants 7999-3 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 C. When toxic or flammable solvents are used, the Contractor shall take all necessary precautions as recommended by the manufacturer. In all cases, the handling and use of toxic or flammable solvents, including adequate ventilation and personal protective equipment, shall conform to the requirements of the applicable safety regulatory agencies. 1.08 SEQUENCING A. Install sealants after any required concrete repairs. B. Install sealants after adequate cure of concrete repairs. Confirm required cure time with sealant manufacturer. C. Install all sealants prior to installation of membrane systems. 1.09 WARRANTY A. New exposed sealant work shall be warranted for a period of five (5) years against defects due to installation or material deficiencies, including but not limited to excessive softness, excessive entrapped air in cured cross sections, disbonding, cohesive failure, leakage and ultra violet exposure degradation. B. All required testing and quality assurance operations necessary to furnish the warranty are Contractor and manufacturer's responsibility. 1.10 MEASUREMENT AND PAYMENT A. Measurement: Measurement of sealant work will not be taken. All sealant work to be performed where required as incidental to concrete repairs, as outlined on Drawing S200 and Specification Section 7049. B. Payment: Payment will be included as part of the unit price of all concrete repairs, as outlined on Drawing S200 and Specification Section 7049. C. Includes: Includes but is not limited to removal of existing sealants, joint preparation, and installation of new sealants at all construction joint and cove joint sealant incidental to concrete repair efforts. Refer to Drawing S200 and Specification Sections 7049 and this section for complete scope of work. PART 2 PRODUCTS 2.01 CRACK AND JOINT SEALANTS A. Multi-component, unmodified, poyurethane. Approved products mam8;,,;cturers include: A` n .1 1. Sika 2c NS-TG/SL by Sika Corp.h a :10 m E o 2. Dymeric 240FC by Tremco, Inc. —.. <rn— ra w oX 3. Isoflex 880/881 by Lymtal International. Sealants v 7999-4 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 B. Minimum compression or extension of 25% of the nominal joint width without Lr) adhesive or cohesive failure. [j 6:C. ,Fg ner(s) as recommended by sealant manufacturer for each substrate. Wo a D._ealants in areas to be coated with membrane per Section 071800 shall be gun N�ra rde (non -sag) unless otherwise noted on the Drawings or in this Section. >- 9 E_ 'Cove sealants shall be gun grade (non -sag). F. 'Backer Rod or Bond Breaker Tape: Backer Rod shall be closed -cell, polyethylene `" in sizes to maintain 25 percent compression. Backer rod shall not be used except where indicated on the Drawings or unless approval for each intended application location is obtained from the Owner. Alternative use of bond breaker tape in size appropriate for the width of joint and approved for use by the sealant manufacturer will be allowed on a case-by-case basis. G. For joint edge repairs refer to Specification Section 030100. PART 3 EXECUTIONS 3.01 GENERAL A. Remove existing sealants in joint cavities, coves and other locations and clean surfaces to remove residue. Rout any new joint cavities scheduled for new sealant. Grind and vacuum clean all joint cavities, coves and other locations scheduled for new sealant as required by the sealant manufacturer within 24 hours of sealant installation. B. Primer shall be used for all sealant installations regardless of manufacturer's requirements, unless a letter from the manufacturer states use of a primer is detrimental. Allow primer to cure per manufacturer's recommendation prior to sealant installation. C. Joint cavities that become contaminated by dirt or moisture after initial preparation, shall be cleaned again at no additional cost to the Owner. D. Modify the depth of existing joints by additional routing or positioning of backer rod to maintain a width to depth ratio of 2 to 1 unless otherwise noted on the drawings. At no location is the sealant width allowed to exceed 1-1/2". E. In areas indicated on the Drawings or otherwise directed by the Owner, remove existing failed and deteriorated sealant, all existing cove sealants and existing sealants to be covered by urethane traffic membrane. F. Reinstall new sealant where existing sealant is removed. Refer to Article 3.2 for new sealant installation requirements in membrane areas and Article 3.3 for repair sealant requirements. G. Where necessary, square up joint edges and execute repairs with epoxy repair Sealants 7999-5 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 mortar in accordance with manufacturer's recommendations. H. Rout cracks per details in surfaces at locations directed by the Owner. I. Rout joints per details. 3.02 NEW SEALANT A. Refer to Article 3.1 for joint cavity preparation requirements. B. Clean joint cavity and apply primer as recommended by the sealant manufacturer. C. Install backer rod or bond -breaker tape where required. Vary size of backer rod if necessary, based on field conditions per Article 2.15 or Article 2.2.F. D. Install sealant as indicated in details on the Drawings. 3.03 JOINT EDGE REPAIRS A. Identify joint edge spalls which are too large to be filled with new sealant. Review repair locations with Owner in advance of the work. B. Square edges of spall with diamond blade as indicated on Drawings. C. Clean cavity per Article 3.1. D. Mix epoxy and clean, dry sand to form grout material, and install per Specification Section 7049. E. Allow for cure prior to sealant installation. 3.04 CLEAN-UP A. During the progress of the Work, remove from the project all discarded coating materials, rubbish, cans and rags. B. All sealant material and drops shall be completely removed from hardware, adjacent floor areas, metal work, etc., and the premises shall be left clean and in orderly condition. C. All hardware, adjacent floor areas, metal work, etc., and the general premises shall be left clean and free of all construction dirt and debris. This includes removal of all debris from pipes, etc., which resulted from work specified herein. D. Repaint in matching color all curbs, columns, walls, etc., where existing paW was removed during preparation for sealant installation. Refer to Sectiodr 9 7M E. Empty containers shall be removed from the garage at the end erach orking day. All cloths soiled with coating that might constitute a fire 7yard shall be placed in suitable metal safety containers or shall be removed fr6+'retunldingr-at) the end of each working day. Special care shall be taken in storj@e br ftposafbf c, Sealants 7999-6 City of Iowa City Iowa Avenue Bridge Repairs Project March, 2020 THP #19438.00 flammable materials. Comply with health and fire regulations. LO a. W r UC) J } F- o- �U Ia $ U< o N O O -- N END OF SECTION Sealants 7999-7 Iowa Avenue 2020 Bridge Repair Project Construction Cost Estimate THP #19438.00 February 19, 2020 Lump Sum Repairs Expansion Joint Replacement - 4 locations Quantity Allowance Repairs Joint Edge Repairs (Detail 1/Drawing 5200) Edge Spall (1/S200) Curb Repairs (3/S200) Shallow Concrete Repairs (4/5200) Deep Concrete Repairs (5/S200) $35,000 75 If $50 $3,750 100 sf $80 $8,000 50 if $115 $5,750 100 sf $80 $8,000 125 sf $100 $12,500 Miscellaneous Items General Conditions (Permitting, Mobilization, O&P, and Misc) Traffic control, signange and barricades (2 phases) TOTAL, ALL WORK 30% $23,700 $6,000 k"m01'AlIO d", 01 Wd313 A110 ' EI -.Z Odd EZ 040101 LID $102,700 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5149 Resolution No. 20-75 Resolution setting a public hearing on April 7, 2020 on project manual and estimate of cost for the construction of the Iowa Avenue Bridge Repair Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Annual Bridge Maintenance and Repair account # S3910. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 71 day of April, 2020, 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 project manual 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 24th day of march '2020 or AaorQovedr \ Attest: �( /JI i %� i -? - ;, , City Clerk 0 City Attorney's Office It was moved by Taylor and seconded by trims the Resolution be adopted, and upon roll call there were: Ayes: x Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner -Pa I ow, p�%ri der CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 P®rheadia Poi I� z PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits 1 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 tha 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: 0004129967 3/31/20 03/31/2020 $42.81 Copy of Advertisement Exhibit "A" Subscribed nd sworn to before me by said affiant this 31th day of March. 2020 Notary Pu c Commission expires Prepared by: Josh Slattery Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 Resolution No. 20-94 Resolution approving project manual and estimate of cost for the construction of the Iowa Avenue Bridge Repair Project, 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 project manual 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 Annual Bridge Maintenance and Repair account # S3910. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual 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 2:30 p.m. on the 291h day of April, 2020. 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, in Iowa City, Iowa, at 7:00 p.m. on the 51h day of May, 2020, or at a special meeting called for that purpose. The City Clerk's Office is closed to the public due to the health and safety concerns from COVID-19. Sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. Passed and approved this 7th day of April 2020. Ma i2• Q o �. 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 Iowa Ave Bridge Repairs Classified ID: 126058 A printed copy of which is attached and made part of this certificate, provided on 04/16/2020 to be posted on the Iowa League of Cities' internet site on the following date: April 16 , 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 4/16/2020 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS IOWA AVENUE BRIDGE REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of April 2020. Sealed proposals will be opened immediately thereafter. 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 5th day of May, 2020, or at special meeting called for that purpose. The Project will involve the following: for the West Iowa Avenue Bridge, removal and replacement of four (4) separate expansion joints with new compressible expansion joint seals, associated concrete floor and edge repairs adjacent to the expansion joints, and repair of deteriorated concrete on the north and south sidewalks and curbs. All work is to be done in strict compliance with the Project Drawings, Specifications, and Project Manual prepared by THP Limited, Inc. of Cincinnati, Ohio, which has 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 (in the form shown in Section 0510) 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. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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 for all repair work after its completion and formal acceptance by the City Council. Iowa Avenue Bridge Repair Project Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 15, 2020 Substantial Completion Date: July 24, 2020 Final Completion Date: August 14, 2020 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproduction located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone (319) 354-5950, Fax (319) 354- 8973, Toll Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproduction. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 list on the Contract its 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Iowa Avenue Bridge Repair Project Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Friday, April 17, 2020 11:55 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: 04.17.20 notice to bidders.pdf RISK 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 Iowa City— Iowa Avenue Bridge Repairs 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): April 17, 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. April 17, 2020 Date President/CEO of The Construction Update Plan Room Network Cindy Adams— Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — Des Moines, Iowa 50309 (D) 515.657.4388(0)515-288-7339 (e) cuhelp@MBI.Build (w) https://MBI.Build (w) https://IowaConstructionUpdate.com (w) www.iowabiddate.com DAILY NOTICE TO BIDDERS construction update 0100 NOTICE TO BIDDERS IOWA AVENUE BRIDGE REPAIRS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of April 2020. Sealed proposals will be opened immediately thereafter. 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 5th day of May, 2020, or at special meeting called for that purpose. The Project will involve the following: for the West Iowa Avenue Bridge, removal and replacement of four (4) separate expansion joints with new compressible expansion joint seals, associated concrete floor and edge repairs adjacent to the expansion joints, and repair of deteriorated concrete on the north and south sidewalks and curbs. All work is to be done in strict compliance with the Project Drawings, Specifications, and Project Manual prepared by THP Limited, Inc. of Cincinnati, Ohio, which has 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 (in the form shown in Section 0510) 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. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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 for all repair work after its completion and formal acceptance by the City Council. Iowa Avenue Bridge Repair Project Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 15, 2020 Substantial Completion Date: July 24, 2020 Final Completion Date: August 14, 2020 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproduction located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone (319) 354-5950, Fax (319) 354- 8973, Toll Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproduction. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the 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 list on the Contract its 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Iowa Avenue Bridge Repair Project Page 2 of 2 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149 Resolution No. 20-109 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Iowa Avenue Bridge Repair Project Whereas, Minturn, Inc. of Brooklyn, Iowa, has submitted the lowest responsible bid of $128,025 for construction of the above-named project; and Whereas, funds for this project are available in the Annual Bridge Maintenance and Repair account # S3910; and 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: 1. The contract for the construction of the above-named project is hereby awarded to Minturn, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 5th day of 2020 1� Mayor A5/red by Attest: / City erk City Attorney's Office - 04/30/2020 It was moved by Taylor and seconded by salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner (0,c 0500 CONTRACT IOWA AVENUE BRIDGE REPAIRS PROJECT CITY OF IOWA CITY THIS CONTRACR) madg and entered into by and between the City of Iowa City, Iowa ("City"), and // l 16 f7A.Y/ 1 I fit: ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 19th day of March, 2020, for the Iowa Avenue Bridge Repairs Project ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listejn its Proposal including the total extended amount of $ V.� �Z S . , which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto, and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Iowa Avenue Bridge Repair Project _ N O Fri 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY UNIT PRICE TOTAL AMOUNT -t rya h M1*01 G DATED this _:Z -OH -h day of , 20 -'- Q (The City of Iowa City will date this Contract a er all signatures are obtained) City B' Signature of City Official Printed Name oLpity Official ATTEST: I V. ity Jerk (for Formal Projects only) 37 APP VED BY: Cit Attomey's Office (Eric Goers - 05/29/2020) Iowa Avenue Bridge Repair Project Contractor Signature of Contractor Officer _r/�r"ri m . e )0,4s_ Printed Name of Contractor Officer Wt77 A 0 f Title of Contractor Officer ATTEST: 0500 - Page 2 of 2 C� `0 2 -� M �rn 2:2. M 0500 - Page 2 of 2 t r CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org ENGINEER'S REPORT September 3, 2020 City Clerk Iowa City, Iowa Re: Iowa Avenue Bridge Repair Project Dear City Clerk: I hereby certify that the Iowa Avenue Bridge Repair Project has been completed by Minturn, Inc. of Brooklyn, Iowa in substantial accordance with the plans and specifications prepared by THP Limited, Inc., of Cincinnati, Ohio. The project was bid as a unit price contract and the final contract price is $128,578.18. There was a total of one (1) change or extra work order for the project as follows: Extra Expansion Joint in Sidewalk $1,751.00 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely Jason Havel City Engineer =tc� CZ) n m lr� Ilrrrnrenir_V4911 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND IOWA AVENUE BRIDGE REPAIRS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and Merchants National bonding, Inc. as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Twenty -Eight Thousand Twenty -Five and no/100 dollars ($ 128.025.00 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: For the West Iowa Avenue Bridge, removal and replacement of four (4) separate expansion joints with new compressible expansion joint seals, associated concrete floor and edge repairs adjacent to the expansion joints, and repair of deteriorated concrete on the north and south sidewalks and curbs. U rn To faithfully perform all the terms and requirements of said Contract within thetimi0herein specified, in a good and workmanlike manner, and in accordance with the Contrat Doouments. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the Iowa Avenue Bridge Repair Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five (5) years for all work from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited -to all contract- or employee expense, all equipment usage or rental, materials}letting, outside" experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred: by the ` Jurisdiction. It is intended the Contractor and Surety will defend andjnderrtnify the.. Jurisdiction on all claims made against the Jurisdiction on account of Copiractor's failure to perform as required in the Contract and Contract Documents,7�that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Iowa Avenue Bridge Repair Project 0510 - Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond orto collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor orwhether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Iowa Avenue Bridge Repair Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Mintum, Inc. Merchants National Bonding, Inc. Printed Name of Contractor Officer Surety Company Name By By ignature of Contractor fficer Sig atur of Attorney -in -Fact Officer Abigail R. Mohr Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Merchants National Bonding, Inc. Company Name of Attorney -in -Fact P. O. Box 14498 Company Address of Attorney -in -Fact Des Moines, IA 50306 City, State, Zip Code of Attorney -in -Fad 515-243-8171 Telephone Number of Attorney -in -Fad NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered-bn this bond must be exactly as listed on the Certificate or Power: of Attorney accompanying this bond.' rn_ J N R C3 C3 Iowa Avenue Bridge Repair Project 0510 — Page 4 of 4 M E RCHAN BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Abigail R Mohr; Enid P Devries; John R Fay; Kent M Rosenberg; Mat DeGroote; Matthew R Fay; Michael L McCoy their true and lawful Attorney(s)-in-Fact, to sign its name as surely(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Powerof-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Altomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consent ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February 2020 ............ . .•'Pt10Nq! ' . .•p\NO Co •. i� 4pttPORq eG': :•�O0oQ ...... '9•• MERCHANTS BONDING COMPANY (MUTUAL) A* , V 9A.��; MERCHANTS NATIONAL BONDING, INC. 0. w 2003 1933 ; c: By !/ .. • .: : ds . acs:• STATE OF IOWA ••�"n.....p• �' ...... COUNTY OF DALLAS as. J -" On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known',V—;.being by me duty sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was slimy' and sealed In behalf of the Companies by authority of their respective Boards of Directors. 5klAt 0 POLLY MASON c;+ i�Commission Number 750576 �t��I,Gtp�. 7-1My Commission Expires v y P January 07, 2023 Notary Public (Expiration of rotary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 7th day of May , 2020 . 2003 POA 0018 (1/20) secretary tj/l Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 Resolution No. 20-224 Resolution accepting the work for the Iowa Avenue Bridge Repair Project Whereas, the Engineering Division has recommended that the work for construction of the Iowa Avenue Bridge Repair Project, as included in a contract between the City of Iowa City and Minturn, Inc. of Brooklyn, Iowa, dated May 29, 2020, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Annual Bridge Maintenance and Repair account # S3910; and Whereas, the final contract price is $128,576.18. 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 15th day of September 2020 Ma or Attest: It City Jerk Appr ved by / J ` City Attorney's Office (Sara Greenwood Hektoen — 09/09/2020) It was moved by Thomas and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner