Loading...
HomeMy WebLinkAboutBRIDGE IOWA AVENUE PEDESTRAIN REHABILITATION (2003) BRIDGE IOWA AVENUE PEDESTRIAN REHABILITATION 2003 I 03-11-03 Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 ~L~...~__~,~ I RESOLUTION NO. 03-67 RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 8th day of April, 2003, at 7:00 p.m. in Emma J. Harvat Hall, Civic Center, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 11th day of [,larch ,2003. City"Clerk Approved by: City Attorney's Office Resolution No. 03-67 Page 2 It was moved by Champion and seconded by 0' Donnel 1 the Resolution be adopted, and 'upon roll call there were: AYES: NAYS: ABSENT: X Champion X Kanner X Lehman X O'Donnell X Pfab T Vanderhoef X Wilbum I 02-18-03 I' ' 12 Prepared by:. Brian Boel~, Civil Engineer, 410 E. Washin[~3~ St., Iowa C~t'/, IA 52240 (31g) 356-~37 . RESOLUTION NO. 03-62 RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY .CLERK TO ATTEST A PROJECT AGREEMENT BETWEEN THE IOWA DEPARTMENT OF TRANSPORTATION, THE CITY OF IOWA CITY AND THE BOARD OF REGENTS OF THE STATE OF IOWA. WHEREAS; the Iowa Department of TransportatiOn, the City of Iowa City and University of Iowa have previously entered into a Memorandum of Undemtanding (No. 2003-16- 071) that cladfies the responsibilities for three pedestrian overpasses crossing US 6 (Riverside Drive); and WHEREAS, the Iowa Department of Transportation, the City of Iowa City and the Board of Regents desire to clarify their respective responsibilities specifically for the repair of . - the Iowa Avenue pedestrian bddge, which crosses US 6 (Riverside Drive) along the south side of Iowa Avenue; and WHEREAS, this Agreement (No. 2003-16-080) serves as an outline of the responsibilities for the design, bid process, and inspection duties between the Iowa Department of Transportation, the City of Iowa City, and the Board of Regents; and WHEREAS, this Agreement (No. 2003-16-080) includes the financial responsibility of Iowa City, the Department of Transportation and the Board of Regents spedfically for the repair of the Iowa Avenue pedestrian bddge, as outlined previously in Memorandum -.of Undemtanding No. 2003-16-071. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITM OF IOWA CITY, IOWA, THAT: . The Mayor is hereby authorized to sign and the City Cierk to attest the attached Agreement No. 2003-16-080 (three copies). Passed and approved this 200~. 18th ~ ~ayor " ~ ATTEST: /~~e? ~ Approved by: / 'City Attorney's Office Resolution No, 03-62 Page_ 2 It was moved by Vanderhoef and seconded by O' Donne11 the Resolution be adopted, and upon roll call there were: AYES: NAYS: ' ABSENT: · X Champion X Kanner ~ Lehman , X O'Donnell X Pfab X Vanderhoef X Wilbum Staff Action: S-2003-0652 AGREEMENT County Johnson City Iowa City Board of Regents, State of Iowa Project No. MB-6(3)251--77-52 BR-801-0(70)- -7A-5?- I~wa DOT Agreement No. 2003-16-080 It is agreed by and between the Iowa Department of Transportation (hereafter "DOT"), the city of Iowa City (hereafter "CITY") and the Board of Regents (hereafter "BOARD") as follows: 1. The DOT, CITY and BOARD agree that the Iowa Avenue pedestrian bridge, which crosses · U.S. 6 (Riverside Drive) along the south side of Iowa Avenue, is in need of repair work. The BOARD has programmed a project for said repair work and the project has been included in the DOT's current five year progxam for State park and Institutional Roads (P/IR) construction. 2. The amount programmed by the BOARD for this project is $70,000. The P/IR eligible project costs (estimated at approximately $57,033) will be paid from the BOARD's 2003 and subsequent P/IR allocations. 3. The proposed work will include an epoxy overlay coating of the bridge deck andchloride extraction of the existing deck. The proposed project will be developed and constructed in accordance with the following terms and conditions and the responsibilities previously outlined ih Memorandum of Understanding No. 2003-16-071: A. The CITY will design the proposed pedeslrian bridge improvement and shall secure DOT and BOARD approval of said design prior to advertising for construction bids. B. · The CITY will let and inspect the construction contract and shall secure DOT and BOARD concurrence in award of said contract. C. The estimated quantities and costs for said 'improvement are shown below: Estimat~ (Lump Sum), Mobilization 3,500 S.F., Epoxy Overlay Coating 473 S.F., Class "A" Deck Repair 122 S.F., Class "A" Overhead Repair 5,337 S:F., Bridge Coating 125 S.F., 4" PCC Sidewalk 125 S.F., Removal of Sidewalk 3,500 S.F., Chloride Extraction 13.5 SQ., Sod ~ 5 Sta., Pavement Markings (Lump Sum), Traffic Control (5), Expansion Joint Repair 10% Contingency Engineering Estimated Total $228,133 50% DOT $114,067 25% CITY $ 57,033 25% BOARD $ 57,033 Project costs, and associated reimbursement amounts, will be determined by the quantities in place and the accepted bid at the contract letting. Actual reimbursement by the DOT and BOARD will be due upon completion of construction and receipt of a properly documented billing from the CITY. 3. If any section, provision or part of this Agreement shall be found to be invalid or unconstitutional, such judgement shall not affect the validity of the Agreement as a whole or any section, provision or part thereof not found to be invalid or unconstitutional. 4. This Agreement may be executed in three counterparts, each of which so executed shall be deemed to be an original. 5. The principles as set forth in sections 1 through 5 herein represents the understanding of the DOT, CITY and BOARD. Any subsequent change or modification to the terms ofth/s Agreement shall be in the form of a duly executed Addendum to this Agreement. IN SVlTNESS WItEREOF, each of the parties hereto has executed Agreement 2003-16-080 as of the date shown opposite its signature below. CITY OF IOWA CITY: By:~. ~-~., ~~ Date February 28 2003 Title: ~Mayor , ' I, Marian K. Karr , certify that I am.the Clerk of the CITY, and that Ernest W. Lehman , who signed said Agreement for and on behalf of the CITY was duly authorized to execute the same on the 28th day 9f February ,200 3 City Clerk of Iowa City, Iowa. BOARD OF REGENTS, STATE OF IOWA: Title: Execu~ve I3irector ' ' ' IOWA DEPARTMENT OF TRANSPORTATION: By: ]~(-clc{ O ]~O-/24t~ o~- $/ 200 ~. Pdchard E. Kautz, P.E. ' ' District Engineer District 6. 3 Publish 4/2 NOTICE OF PUBLIC HEARINGS ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE IOWA AVENUE PEDESTRIAN BRIDGE ~ REHABILITATION OVER HIGHWAY 6 PROJECT IN THE CITY OF IOWA CITY, IOWA AND 2003 PARKING RAMP MAINTENANCE AND REPAIR PROJECT IN THE CITY OF IOWA CITY TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Iowa Avenue Pedestrian Bridge Rehabilitation over Highway 6 Project and the 2003 Parking Ramp Maintenance and Repair Project in said city at 7 p.m. on the 8t~ day of April, 2003, said meeting to be held in the Emma J. Harvat Hall in the Civic Center, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the Civic Center in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City,' Iowa and as provided by law. MARIAN K. KARR, CITY CLERK SPECIFICATIONS OF THE IOWA DEPARTMENT OF T~NSPORTATION, ~ THE FOLLOWING STANDARD ROAD P~NS SHALL PLUS CURRENT SUPPLEMENTAL SPECIFICATIONS BE CONSIDERED APPLICABLE TO CONSTRUCTION AND SPECIAL PROVISIONS SHALL APPLY TO ~ ~ ~- WORK ON THIS PROJECT. CONSTRUCTION WORK ON THIS PROJECT. IDENT. DATE IDENT. DATE s.ov o~w~sos IOWA AVENUE PEDESTEI~ BRIDGE THAT REQUIRE ~PROVAL SH~L BE SUBMI~EO TO: NNW, INC. ~,~ [. ~o,,[~ ~. CI~ OF IOWA CITY, UNIVERSITY OF IOWA IOWA CI~. IOWA 52240 ~*'~) **'-~'~ ~D IOWA DEPARTMENT OF T~SPORTATION ~ ~ROdECT LOCATION sE co~. OF~SECT. 9 R6W ~ 10'--0 WIDE X 397' LONG PEDESTRIAN BRIDGE ~ .... ~ [L[CTROCHLORID[ EXTRACTION CONCR[I[ REPAIR / ffl ~ ~L ' 4 GENE~L P~ ANDo~NLsEL~AnON .,. ~ 6 SOUNDING P~N 7 SOUNDING P~N BRIDGE ~ ~ ~ ~ ~ ~/~ .... ~ 'l~ 9g SPAL~INGSPALLING P~P~ (UNDERN~(UNDERN~ 8RIDG~ LOCATION MAP IOWA CITY, IOWA / Bg-801-0(70~--7A-52 I~ I ' I I ~ ] ]2 GENERAL NOTES SPECIFICATIONS ESTIMATE OF QUANTITIES THE PURPOSE OF THIS PROJECT IS TO REMOVE EXISTING CHLORIDE IONS VIA DESIGN: AASHTO, STANDARD SPECIFICATIONS FOR HIGHWAY BRIDGES, SERIES OF 1996, OUANTI~Y ELECTROCHEMICAL CHLORIDE EXTRACTION (ECE) ON THE EXISTING PEDESTRIAN BRIDGE AND PLUS CURRENT INTERIM SPECIFICATIONS ITEM NO ITEM UNIT TOTAL TO PROVrDE A PROTECTIVE COATING TO THE SURFACE OF THE DECK, PRIOR TO PERFORMING 1 MOBIUZATION L.S. 1 ECE, THE CONTRACTOR SHALL REPAIR GELAMINATED, SPALLED, AND DETERIORATED CONCRETE CONSTRUCTION: lOOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE 2 DECK SEALANT COATING ~; F 3.500 AS PER SECTION 2426 OF THE STANDARD SPECIFICATIONS. THE CONTRACTOR WILL THEN CONSTRUCTION, SERIES OF 2001. DEVELOPMENTAL SPECIFICATIONS, PLUS CURRENT .3 CLASS A CONCRETE REPNR HORIZONTAL S.F. 475 4 CLASS A CONCRETE REPAIR OVERHEAD S.F 122 APPLY ECL TREATMENT, AFTER THE BCE IS COMPLETE THE CONTRACTOR SHALL APPLY A SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS, IOWA DEPARTMENT OF 5 ELECTROCHEMICAL CHLORIDE EXTRACTION ON BRIDGE STRUCTURE S.F. 5.500 DECK POLYMER SEALANT TO THE SURFACE ANO SIDES OF THE BRIDGE DECK. THE BRIDGE TRANSPORTATION. 6 SAFETY CLOSURE FA. 4 SHALL BE OPEN TO PEDESTRIAN TRAFFIC AF'rER THE ECE IS FINISHED THEN CLOSED AGAIN 87 SIDEWALK.BRIDGE COATING4. PCO Ry.LB' 1251 TO APPLY THE DECK SEALANT. THE ECE IS TO DE APPLIED TO THE ENTIRE BRIDGE DECK. DESIGN LOADING: 9 REMOVAL OF SIDEWALK RY 125 10 SOD ~O, 13.5 WHERE PUBLIC UTILITY FIXTURES ARE SHOWN ON THE PLANS OR ENCOUNTERED WITHIN THE LIVE LOAD: AASHTO (85 PSF) OR 10,000 LB VEHICLE 11 PAVEMENT MARKING STA. 4.6 CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBrLI'D¢ OF THE CONTRACTOR TO NOTIFY THE IMPACT: NONE 12 TRAFFIC CONTROL I ~. 1 OWNERS OF THE UTILITIES PRIOR TO THE BEGINNING OF CONSTRUCTION, THE CONTRACTOR 1.3 EXpANS[ON JOl~ REPAIR ~ 5 SHALL AFFORD ACCESS TO THESE UTILITIES FOR NECESSARY ~0OIF~CATIONS, STRUCTURES AND UTILITIES HAVE BEEN PLO"ED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT'S POSS'BLE DESIGN STRESSES: SEE SEC330N 01025 IN THE SPECIFICATIONS FOR BID I~M DESCRIPTIONS THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH AASHTO, IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL STANDARD SPECIFICATIONS FOR HIGHWAY BRIDGES, SERIES OF 1996, PLUS CURRENT BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH INTERIM SPECIFICATIONS WORK. STRUCTURAL CONCRETE IN ACCORDANCE WITH SECTION 8.2, CLASS C, F'c=4,000 psi SOUNDING DATA SHOWN ON THESE PLANS WAS PERFORMED NOVEMBER 14, 2001 AND WERE REINFORCING STEEL: ASTM AB16, GRADE 60, Fy=60,000 psi ACCUMULATED FOR ESTIMATING PURPOSES. THEIR APPEARANCE ON THE PLANS DOES NOT CONSTITUTE A GUARANTEE THAT CONDITIONS OTHER THAN THOSE INDICATED WILL NOT BE ENCOUNTERED, FIRES FOR THE DISPOSAL OF RUBISH ON THE SITE ARE EXPRESSLY PROHIBITED NO DEMOLITION DEBRIS SHALL BE LEFT ON SITE, iT SHALL BE THE CONTRACTORS RESPONSIBILITY TO PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL (EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOT ALLOWED TO BE INCORPORATED INTO THE WORK INVOLVED ON THIS PROJECT. NO PAYMENT WiLL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. NO MATERIAL SHALL BE STORED OR DISPOSED OF WITHIN THE RIGHT-OF-WAY, UNLESS SPECIFICALLY STATED IN THE PLANS OR APPROVED BY THE ENGINEER. IOWA CITY, IOWA 52240 2. GENERAL PROJECT SCHEDULE ALL SUBMI~FALS SHALL BE SUBMITTED TO NNW, INC, FOR APPROVAL. !;? ~ ~.- GENERAL NOTES AND QUANTITIES IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 CITY OF IOWA CITY, UNIVERSITY OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY, IOWA lJlJltl.c. (~,~,~5,_z,~ r^~m~, oz~ BR-801-0(70)--7A-52 '~* ' I I 2 112 '~ 694.6 , ~ SOURCE IOWA Cl~ HYDRANT WATER CONTACT IOWA CI~ WATER DEPARTMENT (556-5160) ~ POWER SOURCE GENERATOR PROVIDED BY Cl~ OF IOWA CI~ - SEE SPECIFICATIONS FOR D~AILS SITUATION P~N IOWA AVENUE PEDESTRIAN BRIDGE ~ OPTIONAL POWER SOURCE - M~ER PROVIDED BY MID AMERICAN ENERGY. LOCATED NORTH OF IOWA AVE. BY REHABILITATION OVER HIGHWAY6 RAILROAD TRACKS. CONTRACTOR TO RUN ELECTRICAL LINES. Cl~ OF IOWA Cl~, UNIVERSI~ OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY IOWA 10~-0° 9~-11' CANTILEVER CANTILE\ ER CANTILEVER J 22,_0, 2~'-0' ~ / E~'-3'/ CANTILEVER .4'-0' CANTILEVER ELEVATION VIEW ~ ~. TRAFFIC DURING CDNSTRUCTIDN THIS % ~ ',t m rn STAGING AREA FrNC~ GENERAL P~N AND ELEVATION IOWA AVENUE PEDESTRIAN BRIDGE GENERAL NOTES ~ ~ REHABILITATION OVER HIGHWAY 6 THE PEDE~R~ BRIDGE OVER U.S. HICHWAY 6 AT IOWA A~NUE W~ BUILT IN 1960. TOT~ SURFACE ~ OF PEDE~R~ BRIDGE = 3500 sq. ft. P~N VIEW CI~ OF IOWA CI~, UNIVERSI~ OF IOWA ~C. (319)3Si-2~68 FAX (3tg)35t~O~56 A ) ) ) ~ ) 1 i U.S. HIGHWAY 6 ELEVATION iI I I I I' ~ SECURE TO ~C" UNE "0~/ ' SECURE AT TOP. CROSS SECTION ~ CROSS SECTION ~ CROSS SECTION ~ RAMP ~ , ~ OF P0~*. ~,,s,__ -- --*~"'c-- -- ----*-- -- -- CONSTRUCTION FENCE ELEVATION CONSTRUCTION FENCE P~N CROSS SECTION DETAILS ~s~s.~.~o.~oc~o.~ IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 CI~ OF IOWA CI~, UNIVERSI~ OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY IOWA SEE REPNR DETAIL A MATCH UNE I '~-I [] /-.P~SlON Jo,MT P~N VIEW GENERAL NOTES MINIMUM CLEAR ~I~TANCE FROM FACE DF CONCRETE ID NEAR ALL REINFORCING STEEL TO ~E ASTN A615-GRGO EXCEPT CAP ALL REINFORCING STEEL IS TO ~E SECURELY WIRE9 IN PLACE SOUNDING P~N ~ o / ['~lOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 ~ CI~ OF IOWA Cl~, UNIVERSI~ OF IOWA P~N VIEW and IOWA DEPARTMENT OF TRANSPORTATION REINFORCING BAR LIST CORE SAMPLE TEST RESULTS LOCATION CORRECTED CL DECK HORIZONTAL SEQ. SAMPLE NAME CONCENTRAllON, · (lbs. / yd.) 1 CORE I (0,5') O.7g 29.96 2 CORE 1 (1.0') 0.22 8.40 5 CORE 1 (~.5') O.Og 5,29 10'-0' , 4 CORE 1 (2,5") 0,01 0.55 ' 5 CORE 2 (0.5") 0.51 19.57 6 CORE 2 (1.0~) 0.39 14.91 PIER 7 CORE 2 (1,5") 0.24 9,10 NOTE: ALL REINFORCING STEEL AND WORK TO EPOXY COAT EXISTING SllRRUPS IS CONSIDEREO 8 CORE 2 (2.5") 0.07 2.55 INCIDENTAL TO CLASS A CONCRETE REPNR. 9 CORE 5 (0.5~) 0.65 24.20 [] [] 10 CORE 5 (1.0') 0.27 10.12 11 CORE 5 (1.5') 0.29 10.20 12 CORE 3 (2,5") 0.05 2.06 151 STR)P (~. OVER PIER) ~ ~ · · · DETAIL B SEE S.EET 6 ~ " ~ P,eR REP~R OmER IN TOP OF DECK REPAIR DETAIL A ~ '~"~['~" ...... ' ~ P~NVIEW SOUNDINGP~N c~o55 5ECTmON NEAR PiER CI~ OF IOWA Cl~, UNIVERSI~ OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY, IOWA CANTILEVER CANTILEVER i 26'-3" I CANTILEVER · CANTILEVER OF CONCRETE THIS AREA OF CONCRETE THIS AREA PLAN VIEW GENERAL NOTES $OUNDINO OF THE PEDESqRIAN BRIDOE OVER U.S, HIGHWAY $ AT IOWA AVENUE WAS PERFORMED NOVEMBER 14. 2001. TOTAL SURFACE AREA OF PEDESTRIAN 8RIDGE = 3500 .q. ft. TOTN. SURFACE N~EA OF SPALLING UNDER THE BRIDGE = 122 sq. ft. PERCENTAGE OF BRIDGE SURFACE THAT IS DELAMINATED = 3.5~ ~ / I ~' IOWA AVENUE PEDESTRIAN BRIDGE ~As oc coNcRrar REHABILITATION OVER HIGHWAY 6 sP^tUU* (rm.) CITY OF IOWA CITY, UNIVERSITY OF IOWA PLAN VIEW and IOWA DEPARTMENT OF TRANSPORTATION ~ 2x4 ~NG. w~EXTERIOR Wn'H HEAVY DUlY PLASTIC OR i ([ PIER ,,/ ENGINEERING FABRIC, PROTECTED IN LENGTH. ROADWAY PROTECTION (~ i OPERATION (CONSIDERED INCIDENTAL TO~ " CLASS A CONCRETE REPNR). CONTRACTOR .5'" SHALL SUBMIT PLAN FOR CONTAINMENT. DETNL 2]g~ ~ I1~//~1 .~//~' X AR~J~S OF CONCRETE ~DETAIL 2/9 PLAN VIEW SPALLING PLAN (UNDERSIDE} IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 CITY OF IOWA CITY, UNIVERSITY OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION P P ANI) UNDERCUT ~ ~ ~ @ (CrlRRni]E[o CLEAN ANI] EPOXY CDAT , , , I SECTIDN DF UNDERNEATH REPAIR REMOVAL Of CONCRETE @ RAMP/'T~ ! i I 1' PRE-VET SURFACE TD SATURATEI] SURFACE I]RY , I I 3, PLACE MORTAR I)EHIND REI)AR FIRST, ' SEE SME~ ? --) l--1 SEE SHEET ? ~ '~' FOR BARUST , ) ) FOR BARUST 6' ONCE SET (MIN. 30 MINUTES) I)AMPEN TO SSI] AMI] NOT~: Cra-riNG OF 3bi BARS REPAIR DETAIL ADDITIONAL REBAR @ RAMP ~ MAY BE REQUIRED DEPENDING 2" 1' REPAIR DETAILS NOTCH DETAIL /5'% IOWA AVENUE PEDESTRIAN BRIDGE ~ "' "-°'~ REHABILITATION OVER HIGHWAY 6 CITY OF IOWA CITY, UNIVERSITY OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY, IOWA ~.~c,~.~ BR-801-0(70)--7A-52 ,*,m,~~ ...... I ~[~ I~-r~ ~ ~R~ TO CROSS ~ ~EC~ BY ~ PUSH BU~0N ~ I-- ~ ~:~~ POlE BASE DETAIL r~-<~. N' MAST ARM POLE TRAFFIC SIGNAL NOTES ALL ~IRING AND WORK WITH THE SIGNALS SHALL BE CONE BY THE CITY EAST SIDE OF ROADWAY PEDESTRIAN SIGNAL HEADS. THE CITY ~ILL INSTALL 1~" PEDESTRIAN IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 SIDEWALK NEAR CURB DETAIL CI~OFIOWACI~, UNIVERSI~ OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY IOWA ~*~ BR-801-0(70)--TA-52 ~*~ .... ;~ I I 1l I 12 TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH SECTION 2528 ACCORDANCE WITH THE LAYOUTS, NOTES AND DETAILS ON THE PLANS. FOR ADDITIONAL COMPLEMENTARY INFORMATION, REFER TO CURRENT SUPPLEMENTAL SPECIFICATIONS FOR I~'FIC CONTROL DURING TRAFFIC CONSOL SETUP. CHANGING AND REMOVAL FLAGGERS SHALL BE USED AS NECESSARY AS SHOWN ON lOOT STANDARD RS-20. ALL SIGNS AND BARRICADES SHALL CONFORM TO THE REQUIREMENTS OF I.D.O.T. STANDARD SPECIFICATION 1107.09, PLUS CURRENT SUPPLEMENTAL SPECIFICATIONS AND THE ENGINEER RESERVES THE RIGHT TO REQUIRE THE CONI~CTOR TO FURNISH, ERECT, OPERATE, MAINTAIN, MOVE, RELOCATE AND REMOVE TRAFFIC CONTROL DEVICES I AND/OR MODIF]' THE TRAFFIC CONTROL pLAN TO MORE EFFECTIVELY ACCOMMODATE CHANGED TRAFFIC CONDmONS, AT NO ADDmONAL COST TO THE OWNER. ALL TRAFFIC CONTROL SIGNING SHALL BE FURNISHED, ERECTED, ktNNTNNED AND .~ -- REMOVED BY THE CONTRACTOR, EXCEPT AS OTHERWISE NOTED. THE CONTRACTOR SHALL DESIGNATE A PERSON WHO SHALL BE ON-CALL DURING NON-WORKING HOURS TO MAKE NECESSARY REPAIRS AND ADJUSTMENTS TO THE TRAFFIC CONTROL SCHEMES. SND PERSON'S PHONE NUMBER AND ADDRESS SHALL BE PROVIDED TO THE ENGINEER AND TO THE CIIY OF IOWA CITY POLICE DEPARTMENT. MEET EXISTING FIELD CONDITIONS. OR TO PREVENT OBSTRUCTION OF THE MOTORISTS R RDSSING VIEW OF PERMANENT SIGNING. WHERE POSSIBLE, ALL POST MOUN~ED SIGNS SHALL THE CONTRACTOR MAY PROVIOE A CATE FOR HIS ACCESS AT A LOCATION APPROVED BY THE ENGINEER. THE GATE(S) MUST BE CLOSED WHEN NOT IN USE. COST OF FURNISHING, INSTALLING AND REMOVING GATES SHALL BE CONSIDERED INCIDENTAL TO 'TRAFFIC CONTROL'. SHORT TERM RELOCATION OF BARRIER RAILS AND OTHER BARRICADES OR SIGNS BY THE CONTRACTOR FOR ACCESS OR CONSTRUCTION PURPOSES SHALL BE CONSIDERED INCIDENTAL TO TRAFFIC CONI~OL ALL CONSTRUCTION FENCING SHAM. HAVE A RIGID TOP (2x4) TIED TO POSTS. COST OF ALL CONSTRUCTION FENCING SHALL BE CONSIDERED INCIDENTIAL TO TRAFRC CONTROL. TR~-FIC CONTROL SIGNING SHALL BE ERECTED PRIOR TO THE ACTUAL OATE OR TIME IT IS REQUIRED. SIGNS SHALL 8E MASKED OR COVERED UNqlL THEY ARE REQUIRED. THIS WILL PERMIT A MORE IMMEDIATE IMPLEMENTATION OF TRAFFIC CONTROL AND FOR THE ENGINEER'S APPROVAL. HIS PLANS FOR IMPLEMENTING EACH STAGE OF THE TRAFRC CONTROL. TRANSmOH 8E"RVEEN STAGES SHAll BE MADE AS SMOOTHLY AS POSSIBLE. THE CONTRACTOR IS HEREBY NOTIFIED THAT THE REMOVAL OF ANY EXISTING TRAFFIC MARKER. WARNING DEVICES OR BARRIERS SHALL BE SCHEDULED SUBJECT TO THE APPROVAL OF THE ENGINEER. THE CONTRACTOR MAY BE REQUIRED TO PLACE I TEMPORARY WARNING OEWCES AT CERTAIN LOCATIONS WHERE REPLACEMENT FEATURES ARE NOT INSTALLED THE SAME DAY DURING WHICH ANY SUCH REMOVALS TAKE PLACE. PLAN THE CO~TRACTOR Will BE PAID THE LUMP SUM CONTRACT PRICE FOR 'TRAFRC I' = 40' CONTROL'. THiS PAYMENT WILL BE FULL COMPENSATION FOR FURNISHING ALL MATERIALS, LABOR AND EQUIPMENT FOR ERECTING, MNNTAINING. MOVING AND REMOVING ALL TP~FIC CONTROL DE~CES REQUIRED BY THE PLANS AND SPECIFICATIONS. INCLUDING WARNING UGHTS. INSTALLATION AND REMOVAL OF TEMPORARY PAVEMENT MARKINGS (PEDESTRIAN GRADE CROSSING) SHALL BE PAID FOR UNDER PAVEMENT MARKING BID iTEM. TRAFFIC CONTROL SIGN TABULATION CON~C~OR IS rD COORDINATE TRAFFIC CONTROL SIGRAGE WITH HIGHWAY 6 PATCHING PROJECT CONTRACTOR DURING CONSTRUCTION. US HIGHWAY 6 IS TO REMAIN OPEN TYPE SIZE ND, AT ALL TIMES. PEDESTRIAN 1]RAFFIC IS TO EITHER HAVE A TEMPORARY GRADE CROSSING OR BRIDGE ACCESS AT ALL TIMES. TOPSOIL EXISTING 48x30 8 PLACE ON EX]ST[NG GRADE . . . ~'~ TRAFFIC CONTROL ~Tu '-° ._-, IOWA AVENUE PEDESTRIAN BBIDGE DETAIL A ~ 48x3B 3 REHABILITATION OVER HIGHV~,Y 6 CI13( OF IOWA CIIY, UNIVERSITY OF IOWA and IOWA DEPARTMENT OF TRANSPORTATION IOWA CITY, IOWA ~u~c,~j BR-801-0(70)--7A-52 '"~ I · I I 12112 CiTY OF I0 WA CITY DEPARTMENT OF PUBLIC WORKS · ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 · IOWA CITY, IOWA · I hereby certify that this engineering document was prepared by me or under my direct personal · supervision and that I am a duly licensed Professional Engineer under the laws of the State of · Iowa. · SIGNED: DATE: ____ February. 1R S Iowa Reg. No. 10597 My license renewal date is December 31,2004. · · · · TABLE OF CONTENTS ~ '--' · TITLE SHEET :~ '"' -- O TABLE OF CONTENTS O ADVERTISEMENT FOR BIDS ............................................................................... AF-1 · NOTE TO BIDDERS ............................................................................................... NB-1 · FORM OF PROPOSAL .......................................................................................... FP-1 · BID BOND .............................................................................................................. BB-1 · FORM OF AGREEMENT ....................................................................................... AG-1 · PERFORMANCE AND PAYMENT BOND ............................................................. PB-1 · CONTRACT COMPLIANCE · (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1 GENERAL CONDITIONS ....................................................................................... GC-1 · SUPPLEMENTARY CONDITIONS ........................................................................ SC-1 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID · PROJECTS ....................................................................................................... R-1 · SPECIFICATIONS · DIVISION 1 - GENERAL REQUIREMENTS · Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 · ~ Section 01310 Progress and Schedules ..................................................... 01310-1 · Section 01570 Traffic Control and Construction Facilities .......................... 01570-1 · DIVISION 2 - SITE WORK ~ Section 02050 Demolitions, Removals and Abandonments ....................... 02050-1 · Section 02100 Site Preparation .................................................................. 02100-1 · Section 02800 Site Restoration ................................................................. 02800-1 Section 03350 Colored Concrete Finishes ................................................. 03350-1 · Section 07120 Elastomeric Traffic-Bearing Waterproofing System ............ 07120-1 · Section 07900 Joint Sealant ....................................................................... 07900-1 · Section 16980 IDOT Electrochemical Chloride Extraction .......................... 16980-1 · · · · · · NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND · ESTIMATED COST FOR THE · IOWA AVENUE PEDESTRIAN BRIDGE · REHABILITATION OVER HIGHWAY 6 PROJECT IN THE CITY OF IOWA CITY, IOWA · TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED · PERSONS: · Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public · hearing on plans, specifications, form of contract · and estimated cost for the construction of the · Iowa Avenue Pedestrian Bridge Rehabilitation over Highway 6 Proect in said city at 7 p.m. on · the 8th day of April, 2003, said meeting to be held · in the Emma J. Harvat Hall in the Civic Center, 410 E. Washington Street in said city, or if said · meeting is cancelled, at the next meeting of the · City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the · City Clerk in the Civic Center in Iowa City, Iowa, and may be inspected by any interested persons. · Any interested persons may appear at said · meeting of the City Council for the purpose of · making objections to and comments concerning said plans, specifications, contract or the cost of · making said improvement. · This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by · law. · MARIAN K. KARR, CITY CLERK · · · · ADVERTISEMENT FOR BIDS IOWA AVENUE PEDESTRIAN BRIDGE · REHABILITATION OVER HIGHWAY 6 · PROJECT · Sealed proposals will be received by the City · Clerk of the City of Iowa City, Iowa, until 10:30 · A.M. on the 29~ day of April, 2003, or at a later date and/or time as determined by the Director of · Public Works or designee, with notice of said Eater · date and/or time to be published as required by law. Sealed proposals will be opened immediately · thereafter by the City Engineer or designee. Bids · submitted by fax machine shall not be deemed a · "sealed bid" for purposes of this Project. Pro- posals 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 6t~ day of May, 2003, or at such later time and place as may be scheduled. · The Project will involve the following: · · Repair delaminated, spalled, and deteriorated concrete areas · · Provide protective polymer overlay on · the bridge · · Remove the existing chloride ions via elect electrochemical chloride · extraction on the existing pedestrian bridge · All work is to be done in strict compliance with · the plans and specifications prepared by NNW, · Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file · for public examination in the Office of the City · Clerk. · Each proposal shall be completed on a form furnished by the City and must be accompanied in · a sealed envelope, separate from the one · containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety · in the State of Iowa, in the sum of 10% of the bid. · The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, · IOWA, and shall be forfeited to the City of Iowa · City in the event the successful bidder fails to · enter into a contract within ten (10) calendar days of the City Council's award of the contract and · post bond satisfactonj to the City ensuring the ~I faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the · provisions of this notice and the other contract · documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to · exceed fifteen (15) calendar days following award · of the contract, or until rejection is made. Other · bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the '· City Council. · AF-1 · · · The successful bidder will be required to furnish · a bond in an amount equal to one hundred · percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the · City, and shall guarantee the prompt payment of · all materials and labor, and also protect and save harmless the City from all claims and damages of · any kind caused directly or indirectly by the · operation of the contract, and shall also guarantee the maintenance of the improvement for a period · of five (5) year(s) from and after its completion · and formal acceptance by the City Council. The following limitations shall apply to this · Project: · Working Days: The contractor shall complete all · patching and associated work on the bridge deck in 22 working days; no time shall be charged for · the time required to perform electrochemical · chloride extraction; and an additional 15 working days shall be allowed once work can begin on the · protective polymer deck overlay. · Specified Start Date: May 19, 2003 · Liquidated Damages: $600 per day The plans, specifications and proposed contract · documents may be examined at the office of the · City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at · the Office of NNW, Inc., 316 E. College Street, · Iowa City, Iowa, by bona fide bidders. A $20 non-refundable fee is required for each set · of plans and specifications provided to bidders or · other interested persons. The fee shall be in the · form of a check, made payable to NNW, Inc. Prospective bidders are advised that the City of · Iowa City desires to employ minority contractors · and subcontractors on City projects. A listing of minority contractors can be obtained from the · Iowa Department of Economic Development at · (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- · 1422. · Bidders shall list on the Form of Proposal the · names of persons, firms, companies or other parties with whom the bidder intends to subcon- · tract. This list shall include the type of work and · approximate subcontract amount(s). The Contractor awarded the contract shall · submit a list on the Form of Agreement of the · proposed subcontractors, together with quantities, unit prices and ex~ended dollar amounts. · By virtue of statutory authority, preference must · be given to products and provisions grown and · coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- · quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this · Project. · The City reserves the right to reject any or al~ · AF-2 · · · proposals, and also reserves the right to waive · technicalities and irregularities. Published upon order of the City Council of Iowa · City, Iowa. · MARIAN K. KARR, CITY CLERK · · · · · · · · · · · · · · · · AF-3 · · · · · NOTE TO BIDDERS · 1. The successful bidder and all subcontractors are required to submit at ~east 4 days prior to award three references involving similar projects, including at least one municipal · reference. Award of the bid or use of specific subcontractors may be denied if sufficient · favorable references are not verified or may be denied based on past experience on · projects with the City of Iowa City. · 2. References shall be addressed to the City Engineer and inc ude name, address and · phone number of contact person, for City verification. 3. Bid submittals are: · Envelope 1: Bid Bond · Envelope 2: Form of Proposal · NB-1 · · · · FORM OF PROPOSAL · IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION · OVER HIGHWAY 6 PROJECT · CITY OF IOWA CITY · NOTICE TO BIDDERS: · PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND · VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE · CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. · Name of Bidder · Address of Bidder · TO: City Clerk · City of Iowa City · Civic Center 410 E. Washington St. · Iowa City, IA 52240 · The undersigned bidder submits herewith bid security in the amount of · $ , in accordance with the terms set forth in the "Project Specifications." · The undersigned bidder, having examined and determined the scope of the Contract · Documents, hereby proposes to provide the required labor, services, materials and equipment · and to perform the Project as described in the Contract Documents, including Addenda __ , , and , and to do all work at the prices set forth herein. · -- · We further propose to do all "Extra Work" which may be required to complete the work · contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. · FP-1 · · · The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the · subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. · The undersigned bidder certifies that this proposal is made in good faith, and without · collusion or connection with any other person or persons bidding on the work. · The undersigned bidder states that this proposal is made in conformity with the Contract · Documents and agrees that, in the event of any discrepancies or differences between any · conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the · more specific shall prevail. · Firm: · Signature: · Printed Name: · Title: · Address: · Phone: · Contact: · FP-2 · · EST UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT (~1 MOBILIZATION L.S. 1 02 DECK SEALANT COATING S.F. 3500 03 CLASS A CONCRETE REPAIR HORIZONTAL S.F. 473 04 CLASS A CONCRETE REPAIR OVERHEAD S,F. 122 05 ELECTROCHEMICAL CHLORIDE EXTRACTION ON BRIDGE STRU¢ S.F. 3500 06 SAFETY CLOSURE EA. 4 07 BRIDGE COATING L.S. 1 08 SIDEWALK, 4" PCC S.Y. 125 09 REMOVAL OF SIDEWALK S.Y. 125 10 SOD SQ. 13,5 11 PAVEMENT MARKING STA. 4.6 12 TRAFFIC CONTROL L.S. 1 13 EXPANSION JOINT REPAIR EA 5 TOTAL EXTENDED AMOUNT · 7-- · · · BID BOND · ., as Principal, and · as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, · hereinafter called "OWNER," in the sum of · Dollars ($. ) to pay said sum as herein · provided. We as Principal and Surety further promise and declare that these obligations shall bind · our heirs, executors, administrators, and successors jointly and severally. This obligation is · conditioned on the Principal submission of the accompanying bid, dated ~. for · Iowa Avenue Pedestrian Bridge Rehabilitation Over Highway 6 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 deli,~'r a co~?act in the form specified, and the Principal shall then furnish a bond for the Principal's · faithful performance of said Project, and for the payment of al~ persons performing · labor or furnishing materials in connection therewith, and shall in all other respects · perform the Project, as agreed to by the City's acceptance of said Bid, · then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, · provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed · the amount of the obligation stated herein. · By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the · Owner in the event that the Principal fails to execute the contract and provide the bond, as · provided in the Project specifications or as required by law. · The Surety, for value received, hereby stipulates and agrees that the obligations of said · Surety and its bond shall in no way be impaired or affected by any extension of the time within · which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. · The Principal and the Surety hereto execute this bid bond this day of · ., A.D., 2003. · (Seal) · Witness Principal By (Title) (Seal) · Surety · By · Witness (Attorney-in-fact) · Attach Power-of-Attorney · BB-1 · · FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa · ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents · dated the __ day of ,2003, for the Iowa Avenue Pedestrian Bridge · Over Highway 6 Project ("Project"), and · Whereas, said plans, specifications, proposal and bid documents accurately and fully · describe the terms and conditions upon which the Contractor is willing to perform the Project. · NOW, THEREFORE, IT IS AGREED: · 1. The City hereby accepts the attached proposal and bid documents of the · Contractor for the Project, and for the sums listed therein. · 2. This Agreement consists of the following component parts which are incorporated · herein by reference: · a. Addenda Numbers ; · b. "Standard Specifications for Highway and Bridge Construction," Series of · 2001, Iowa Department of Transportation, as amended; .~ ~ · c. Plans; _~'~ ~'. :~ -~- · d. Specifications and Supplementary Conditions; .~ · e. Advertisement for Bids; -2/- .. · f. Note to Bidders; ~' ~ · g. Performance and Payment Bond; · h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); · j. Proposal and Bid Documents; and k. This Instrument. · The above components are deemed complementary and should be read together. In the · event of a discrepancy or inconsistency, the more specific provision shall prevail. · AG-1 · · · 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): · 4. Payments are to be made to the Contractor in accordance with the Supplementary · Conditions. · DATED this day of ,20__ · Ci~ ~.nnt rnntor · By By · (Title) · Mayor ATTEST: ATTEST: · (Title) · City Clerk (Company Official) · Approved By: · City Attorney's Office ~-~ · · AG-2 · · · PERFORMANCE AND PAYMENT BOND · , as · (insert the name and address or legal title of the Contractor) · Principal, hereinafter called the Contractor and · (insert the legal title of the Surety) · , as Surety, hereinafter called · the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter · called the Owner, in the amount of Dollars ($. .) for the payment for which Contractor and Surety · hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly~_., and · severally. ~ *~% .~.~L, · WHEREAS, Contractor has, as of entered into a · (date) · written Agreement with Owner for .Project; and · WHEREAS, the Agreement requires execution of this Performance and Paym~ Bond%t'.o · be completed by Contractor, in accordance with plans and specifications prepared by · __, which Agreement is by reference made a part hereof, and the agreed-upon work is hereaffer referred to as the Project. · NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if · Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond · shall be null and void; otherwise it shatl remain in full force and effect until satisfactory completion · of the Project. · A. The Surety hereby waives notice of any alteration or extension of time made by the · Owner. · B. Whenever Contractor shall be, and is declared by Owner to be, in default under the · Agreement, the Owner having performed Owner's obligations thereunder, the Surety may · promptly remedy the default, or shall promptly: · 1. Complete the Project in accordance with the terms and conditions of the · Agreement, or · 2. Obtain a bid or bids for submission to Owner for completing the Project in · accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even · though there may be a default or a succession of defaults under the Agreement or · subsequent contracts of completion arranged under this paragraph), sufficient · PS-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor Under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowc_~a, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) I: (Street) · (City, State, Zip) · (Phone) · PB-2 Contract Compliance Program ,= · CITY OF IOWA CITY · · · · t RI::~.TI(3i"J I - ~FNFRAI POI I~V RTATFMFNT I · It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure · that applicants seeking employment with them and their employees are treated equally without regard to · race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, · and age. · It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing · and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and · opportunity to gain and maintain employment. · PROVISIONS: · 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. · 2. All City contractors, vendors, and 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, ail contractors, vendors, and consultants are subject to the · City's Human Rights Ordinance, which is codified at Article 2 of the City Code. · 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants · are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal · and notice of bids. · 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. · 5. Contracting departments are responsible for answering questions about contractor, consultant · and vendor compliance during the course of the contract with the City. · 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations · which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and · instead use gender neutral signs. · 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the · City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code · section 2-3-1. ,...~ · · CC-1 · · · · gFC, TIC)N Il - A.c;glIRAN(':,F OF ~OblPl IAN~F The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program · which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO · THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: · (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) · a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard · to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, · marital status, and age. Such efforts shall include, but not be limited to the following: employment, · promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. · b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the · contractor, state that it is an equal opportunity employer. · Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the · regulations (see generally 29 U.S.C. § 1608 .et .~¢.q.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. · 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? · 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? · (Please print) · Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, ali posters reguired by · federal and state law for the duration of the contract. NOTE: The City can provide as§i~tance in · obtaining the necessary posters. · · CC-2 · · · 6. How does your business currently inform applicants, employees, and recruitment sources (including · unions) that you are an Equal Employment Opportunity employer? · The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment · Opportunity policies. · Business Name Phone Number · Signature Title · Print Name Date · cc-3 · · · · SECTION Ill - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY · Determine your company's policy regarding equal employment opportunities. Document the policy and post · it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement · should recognize and accept your responsibility to provide equal employment opportunity in all your · employment practices. In regard to dissemination of this policy, this can be done, for example, through the · use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. · 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER · Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of · administering and promoting your company's Equal Employment Opportunity program. This person should · have a position in your organization which emphasizes the importance of the program. · 3. INSTRUCT STAFF · Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions · should be trained and required to comply with your policy and the current equal employment opportunity · laws. · 4, RECRUITMENT · (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". · (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment · will only perpetuate the current composition of your workforce. Send recruitment sources a 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 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, tr~fer arC'training are · based upon a fair assessment of an employee's ability and work re~r~.. Fu~ermore, all · companies should post and otherwise publicize all job promotional opport~s an~d enc~age all qualified employees to bid on them. · " · CC-4 Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa · City Code of Ordinances which prohibits certain discriminatory · practices in employment. Please note that the protected · characteristics include some not mandated for protection by Federal · or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions · of the local ordinance in conjunction with your performance under a · contract with the City. · cc-5 · · · 2-S-1 2-3-1 · · CHAPTER 3 · DISCRIMINATORY PRACTICES · SECTION: ., C. It shall be unlawful for any employer, · employment agency, labor organiza- 2-3-1: Employment; Exceptions tion or the employees or members · 2-3-2: Public Accommodation; thereof, to directly or indirectly adver- · Exceptions rise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- · 2-3-4: Education come, objectionable or not solicited · 2-3-5: Aiding Or Abetting; Retaliation; for employment or membership be- · Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- · al o?igin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) · 2-3-1: EMPLOYMENT~ EXCEPTIONS: · . D. Employment policies relating to preg- · A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by thefollowlng: · classify, upgrade or refer for employ- ment. or to otherwise discriminate in 1. A written or unwritten employment · employment against any other person policy or practice which excludes from · or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy · gender Identity, marital status, nation- is a prima facie violation of this Title. · al origin, race, religion, sex or sexual · orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- · B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- · nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be · applicant, to expel any member, or to treated as such under any health or · otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available In connection with · ship or training or any member in the employment or any written or unwrit- · privileges, dghts or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of · lng because of age, color, creed, employment as applied to other tern- · disability, · gender Identity, marital porary disabilities. status, national origin, race, religion, · sex or sexual orientation of such ap- E. it shall be unlawful for any person to · plicant or member, solicit or require as a condition of · employment of any employee or pro- ~--~ 897 · Iowa City ~ ~ · CC-6 ":: " · spective employee a test for the pres- 2. An employer or employment agency · ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the · ment between an employer, employ- disabled or elderly. Any such employ- · ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or · and an employee or prospective em- elderly on the basis of age, color, · ployee ~:oncerning employment, pay creed, disability, gender identity, marl- or benefits to an employee or pro- tel status, national origin, race, rail- · spective employee in return for taking gion, sex or sexual orientation. (Ord. · a test for the presence of the antibody 95-3697, 11-7-1995) · to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for · subsection do not apply if the State work within the home of the employer · epidemlologlst determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- · through the utilization of guidelines ployment. · established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to · merit of Health and Human Services, render personal service to the person · that a person with a condition related of the employer or members of the to acquired immune deficiency .syn- employer's family, · drome poses e significant risk of · transmission of the human immunode- 5. To employ on the basis of sex in flciency virus to other persons in a those certain instances where sex is a · specific occupation, bona fide occupational qualification · reasonably necessary to the norma~ · F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational · qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. · its educational facility, association, · corporation, or society with respect to 6. A State or Federal program de- · any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- fication which serves a bona fide pub- · tions are related to a bona fide tell- lic purpose. · gious purpose. A religious qualifica- tion for instructional personnel or an 7. To employ on the basis of disability · administrative officer, serving in a in those certain instances where pres- · supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- pational qualification reasonably nec- · gious institution shall be presumed to essary to the normal operation of a · be a bona fide occupational qualifica- particular business or enterprise. The · tion.(Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrow~lY: (Ord. · cc-7 · · · · · GENERAL CONDITIONS · Division 11, General Requirements and Covenants of the Iowa Department of Transportation · "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, · shall apply except as amended in the Supplementary Conditions. · · · · · · · · · · · · GO-1 · · · · · SUPPLEMENTARY CONDITIONS · ARTICLES WITHIN THIS SECTION · S-1 Definitions S-2 Limitations of Operations ~ · S-3 Insurance ~ ~ · S-4 Supervision and Superintendence ~ · S-5 Concerning Subcontractors, Suppliers and Others ~ J_~ ~ _~ S-6 Compliance with OSHA Regulations C') - ~ -~', · S-7 Employment Practices · S-8 Contract Compliance Program (Anti-Discrimination Requirements) ~ k_.J · S-9 Measurement and Payment 'L~-~ ~ S-lO Taxes ~ r~ · S-11 Construction Stakes -.,~ ._¢ · S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects · Caption and Intredtmtory Rt~tement.~ \ · These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of · Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so · amended or supplemented remain in full force and effect. · S-1 DEFINITIONS. · ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD · SPECIFICATIONS. · "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. · "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council · and duly authorized agents. · "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" · shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation · "Standard Specifications for Highway and Bridge Construction," Series of 2001, as · amended. · SC-1 · · · · S-2 LIMITATIONS OF OPERATIONS. · Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: · Except for such work as may be required to properly maintain lights and barricades, no work · will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. ·. · S-3 INSURANCE. · A. CERTIFICATE OF INSURANCE: CANCEl I ATION OR MODIFICATION · 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for · the full contract period. The name, address and phone number of the insurance · company and agent must accompany the certificate. The liability limits required · hereunder must apply to this Project only. · 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to · any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shalt be considered just cause for · the City of Iowa City to immediately cancel the contract and/or to halt work on the · contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGF · Any policy or policies of insurance purchased by the Contractor to satisfy his/her · responsibilities under this contract shall include contractual liability coverage, and shall ,~ in · the following type and minimum amounts: ~. · Tyne. nf ~nvnrnnn ~ -~-I · Comprehensive General Liability ~ Ao0r~.0nth~ ~ · Bodily Injury & Property Damage* $1,000,000 $2,000,000<_~-~ · Automobile Liability C. omhin~d &in_nlh-I init · Bodily Injury & Property Damage $1,000,000~' · Excess Liability $1,000,000 $1,000,000 · Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. · *Property Damage liability insurance must provide explosion, collapse and underground · coverage when determined by City to be applicable. · The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. · In addition, the Contractor shall be required to comply with the following provisions with · respect to insurance coverage: · 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in · the policy and on the Certificate of Insurance, must, under the policy, be available to · pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage · SC-2 · · amount shall not be subject to reduction by virtue of investigation or defense costs · incurred by Contractor's insurer. · 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured · retention to be attributed to, the Contractor unless this requirement is waived by the · City. Contractor's Certificate of Insurance must set forth the nature and amount of any · such deductible or self-insured retention. · 3. If Contractor's liability insurance coverage is subject to any special exclusions or · limitations not common to the type of coverage being provided, such exclusions or · limitations shall be noted on the Certificate of Insurance. · 4. The City prefers that Contractor provide it with "occurrence form" liability insurance · coverage. If Contractor can only provide "claims-made" insurance coverage, then the · Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance · coverage is canceled, during the contract period or within two years after City's · acceptance of the work, Contractor agrees to immediately notify the City of such · event. · b. If Contractor's insurance is canceled or is allowed to lapse during said period, · Contractor shall be required to obtain replacement insurance coverage to fulfill its · obligation hereunder. · c. If, during said period, Contractor voluntarily changes insurance carriers or is · required to obtain replacement coverage from another carrier, Contractor shall · either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" · insurance coverage from its new carrier, covering prior acts during the period of · this Contract from and after its inception. · d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to · any further limitations or exclusions, or have a higher deductible or self-insured · retention than the insurance which it replaces. · 5. The City reserves the right to. waive any of the insurance requirements herein provided. · The City also reserves the right to reject Contractor's insurance if not in compliance · with the requirements herein provided, and on that basis to either award the contract to · the next Iow bidder, or declare a default and pursue any and all remedies available to the City. · 6. In the event that any of the policies of insurance or insurance coverage identified on · Contractor's Certificate of Insurance are canceled or modified, or in the eve~4that Contractor incurs liability losses, either due to activities under this Con~ract, or ~t~e to · other activities not under this Contract but covered by the same insur~e~.and:such · losses reduce the aggregate limits of Contractor's 'ab' 'ty 'nsurance b~l~v-~the:li'-~'mits~._~l · required hereunder, then in that event the City may in its discretion ei_tb~'r'sus~nd~ Contractor's operations or activities under this Contract or terminate this ~G-'o~rac~, and '.-~'[ · withhold payment for work performed on the Contract. ~' ~ -~ ~_.-'~ · · · SC-3 · 7. In the event that any of the policies or insurance coverage identified on Contractor's · Certificate of Insurance are canceled or modified, the City may in its discretion either · suspend Contractor's operations or activities under this Contract, or terminate this · Contract, and withhold payment for work performed on the Contract. · c. · 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and · expense (including reasonable attorney's fees and court costs) resulting from, arising · out of, or incurred by reason of any claims, actions, or suits based upon or alleging · bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or · herself or by any Subcontractor or by anyone directly or indirectly employed by either of · them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of · Iowa City, Iowa.. · S-4 SUPERVISION AND SUPERINTENDENCE. · Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: · CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. · CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this · individual. · S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. · Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: · Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for ap, p~roval · by the City and as noted on the Form of Proposal and the Agreement. · If no minority business enterprises (MBE) are utilized, the CONTRACTOR~;~_h_~II f~ish?~.~ documentation of all efforts to recruit MBE's. -- · S-6 COMPLIANCE WITH OSHA REGULATIONS. ~''~. Add the following paragraph to 1107.01 of the IDOT STANDARD SPECIFICATIONS: · The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 · (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. · S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or · mental condition is such that his/her employment will endanger the health and safety of them- · selves or others employed on the project. · SC-4 · · · Contractor shall not commit any of the following employment practices and agrees to include the · following clauses in any subcontracts: · To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, · marital status, age or disability unless such disability is related to job performance of such · person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, · religion, national origin, sexual orientation, gender identity, marital status, age, or disability · unless such disability is related to job performance of such person or employee. · S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). · For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's · Contract Compliance Program, which is included with these Specifications beginning on page CC- · 1. · S-9 MEASUREMENT AND PAYMENT. · Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede · applicable sections in the IDOT STANDARD SPECIFICATIONS. · S-10 TAXES. · Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in · accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. Rrior to project acceptance by the City Council, the Contractor shall submit to the Engineer;a;statem~nt of · taxes pa d, nc ud nga Information required by the State of Iowa for reimbursementt~f-taxe~The · City will reimburse Contractor for taxes approved and reimbursed by the State¢of 'ldwa.~.~- · Reimbursement to the Contractor will occur within 30 days of the Qty receiving re~.~m~b'__u, rseCQent ~--'. · from the State. Tax statements submitted after the project has been accepted by th~(~ C(~_ULqCil ~ · will not be accepted or reimbursed. '.~' ~'~~ ~._~" · S-ll CONSTRUCTION STAKES. '~ r.o · Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: · The Contractor shall be responsible for the preservation of stakes and marks. Any · necessary re-staking will be at the Contractor's expense and will be charged at a rate of · $75 per hour. · S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS. · The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to · the Engineer before work can begin on the project. · N~t~ that th~_~_ r~_n. uir~_m~_nt_~ invnlv~_ nnl.v hi_~hw~.v .nrn?nt_~ nat ft~nd~_d with F~_d~_r~l · sc-5 · · · · · RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS · PROJECT NAME: · TYPE OF WORK: · DATE OF LE'FrlNG: · A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. · That preference is equal to the preference given or required by the state or foreign country in · which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to · transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the · case of a corporation, the above requirements apply as well as the requirement that the · corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and · subcontractors at the work site until the project is completed. · I hereby certify.that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. · COMPANY NAME' · CORPORATE OFFICER: · TITLE: · · DATE: · 4/03 ©r~l · a-1 · · · · · SECTION 01010 · · SUMMARY OF Tl-l-E WORK · · PART 1 - GENERAL · General description, not all inclusive. · A. Base Bid Work: · 1. Remove existing chloride ions using electrochemical extraction. 2. Repair existing concrete spalled areas. · 3. Apply protective coating to concrete deck. 4. Provide traffic control. · 5. Other work associated with concrete mspomtion. · o · · · · · · · · · OlOlO-I · · · · SECTION 01025 · · MEASUREMENT AND PAYMENT · · · PART 1 - GENERAL · 1.01 SUMMARY: · · A. Procedures and submittal requirements for schedule of values, applications for payment, · and unit prices. · 1.02 STANDARD OF MEASUREMENTS: · A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work · specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity · to be present during measurement. 1.03 SCOPE OF PAYMENT: · A. The Contractor shall accept the compensation as herein provided as full payment for · furnishing materials, labor, tools and equipment and for performing work under the contract;- also, for costs arising from the action of the elements, or from any unforeseen · difficulties which may be encountered during the execution of the work and up to the time · of acceptance. · B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is · not provided. Completion of this work is required. Ifa separate pay item is not provided for · this work, it is to be considered incidental to the project and no separate payment will' be · made. C2 ,-~ · PART 2 - PRODUCTS ;> ~ '~ (-~ '- ~ · 2.01 NONE :< ~_~ __ · PART 3 - EXECUTION .... ~.. · 3.01 PROCEDURE: ~ · A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work · completed minus 5% retainage. It is not the City's policy to pay for materials and · equipment stored or furnishings fabricated off site. · The 5% retainage will be released 31 days after the project is accepted by the City Council, · provided no claims against the project have been filed within 30 days of project acceptance. · Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of · claims. · · · 01025-1 BID ITEMS: A. The following subsections describe the measurement of and payment for the-~work done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein spedi~e~for ~h ttem of work comvleted ~n accordance w~th the drawings and sveclficauofigT. ~ncludm clean up. ~ ~ It is the Con~actorg responsibility to identify the locations of public and private utilities. No additional compensation will ~ ~de for any interference or delay caused by the placement ancot rel~ation of said utilities. No additional compensation will be rode for repair costs to fix damage caused the Contractor or hi,er Su~ontractors. Work ass~iated with existing ite~ on private anWor public property that are to protected, removed, rel~ated, replaced, reinstalled or m~ified is considered incidental unless it is listed as an item in the FO~ OF PROPOSe. Existing items damaged or unsuitable for relocation or reinstallation will ~ replaced with like item and painted, if necessa~, at the Contractor~ expense. All trees and s~bs shall remain and be protected from damage unless specifically noted as "~MO~" or "CLE~ ~ GR~" on the project plans and as otherwise directed by the Engineer. The prices for those ite~ which my have any impact on existing trees and shrubs shall include compensation for special precautiona~ measures required to prevent inju~ or damage to said tree, s~b or root system. The prices for those items which involve ~ading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FO~ OF PROPOSe), disposal of su~lus excavated material, handling water, installation of all necessaw sheeting, bracing and tempora~ fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those ite~ which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which my leak or seep into vaults ancot basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, ~low ~ade excavation, bogow and hauling, placing, foming, d~ing, watering and compaction of fill ~tefial, and all such work as ~y be required to make the ~ading work complete with a unifo~ surface free of rock, broken concrete, ~ee roots, limbs and other debris is incidental to this project unless it is listed as an item in the FO~ OF PROPOSe. The Contractor must pay for all p~hng pe~t fees, meter h~s, lot and ramp fees, and paring tickets. The Contractor must figure these costs into their bid prices. The City will not waive parhng fees or fines. Pe~its paid for by the Contractor will ~ issued only for construction vehicles, not personal vehicles. The Contractor shall ~ responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private propeny, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BlD ITEM DESCRIPTIONS · 1. Mobilization. Payment for this item shall be in accordance with section 2533 of the [DOT · specifications. · 2. Deck Sealant Coating · This work shall be in accordance with section 07120 of the specifications. · The cost of fumishing all materials, equipment, and labor required to accomplish this work as shown in the plans and called in the specifications shall be considered · incidental to this item. · 3. Class A Concrete Repair Horizontal · This work shall be in accordance with Section 2413 of the Standard Specifications · of the Iowa Department of Transportation. Repair type shall be classified as "Class · A Bridge Floor Repair" · The cost of furnishing all materials, equipment, and labor required to accomplish · this work as shown in the plans shall be considered incidental to this item. · 4. Class A Concrete Repair Overhead This work shall be in accordance with Section 2426 of the Standard Specifications · of the Iowa Department of Transportation. Repair type shall be classified as O "Regular Repair" The cost of furnishing all materials, eqmpment, and labor reqmred to: accomplish th~s work as shown ~n the plans shall be considered ~nctdental to this iteh~)~ · 5. Elecirochemical Chloride Extraction on Bridge Structure ~ · This work shall be in accordance w~th Section 16980 of the specfficatlons2,:~ :~9 ~ ,_. · The cost of furnishing all materials, equipment, and labor required Lo;accomplish · this work as shown in the plans and called in the specifications shall be considered O incidental to this item. 6. Safety Closure · This work shall be in accordance with Section 2518 of the Standard Specifications of the Iowa Department of Transportation. Type of closure specified shall be · "Hazard Closure" · 7. Bridge Coating · The lump sum price for this item will be paid based on percent complete of the bridge · surface completed. This item shall include all items needed for surface preparation · and application as called out in the specifications. See Section 03350 of the · specifications. · 8. Sidewalk, 4" PCC · 01025-3 · · · · Portland Cement Concrete sidewalk constructed at the specified widths and mix · designs. Included with this item are subgrade preparation and compaction, subgrade · treatments, forming, concrete placement and finishing, curing, jointing and joint sealing, and backfilling with topsoil as shown in the plans. ACC pavement may be · substituted at the contractor's discression. Maintenance of the sidewalk during · construction is considered incidental to this item. · 9. Removal of Sidewalk · The unit price for these items will be paid based on the number of square yards of · temporary sidewalk removed as shown in the plans. · 10. Sodding · The unit price for this item will be paid based on the number of squares (1 square = · 100 square feet) of sod placed and includes preparation of sod bed, fertilizing materials, installation of sod, watering and all upkeep as specified, including a one- · year guarantee. All disturbed areas not replaced with pavement shall be sodded unless · noted on the plans or directed by the Engineer. 11. Pavement Markings · The unit prices for these items will be paid based on the number of stations installed · based on a 4-inch width and the number of symbols and legends placed. Work includes removal of old markings as applicable, prep work,- layout, supply and · placement of temporary marking tape. Layout must be approved by the Engineer. · I.D.O.T. Standard Specification 2527 will govern this item. 12. Traffic Control · The lump sum price for this item will be paid based on percent complete for · furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, lights, standard signs, flaggers, and · orange safety fence at road closures. Flaggers shall be considered incidental to this · item. All flaggers shall meet the requirements of IDOT Standard Specification 2528.10. · The bridge shall be opened to pedestrian traffic after the ECE is complete. The · bridge shall remain open until the deck sealant may be applied as per manufacturer's specifications. · 13. Expansion Joint Repair The unit prices for this item will be paid based on each expansion joint removed and · replaced as shown in the plans and specifications. · 01025-4 · · · · · SECTION 01310 · PROGRESS AND SCHEDULES · PART 1 - GENERAL · 1.01 SUMMARY: · A. Prepare, submit and update as necessary a schedule of the work. · B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be · planned with this in mind. 1.02 SUBMITTALS: · A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of · the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of sidewalk closings. Work may not begin until the schedule · is approved by the Engineer. · B. The Contractor shall submit updated construction schedules at two week intervals · throughout the project. · PART 2 - PRODUCTS · None. · PART 3 - EXECUTION -- · 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. co · 3.02 PROGRESS OF WORK: · A. The contractor shall complete all patching and associated work on the bridge deck in 22 working days; no time shall be charged for the time required to perform electrochemical · chloride extraction; and an additional 15 working days shall be allowed once work can · begin on the protective polymer deck overlay. Saturdays will not be counted as working days. The specified start date is May 19, 2003. Liquidated damages of $600 per day will · be charged on work beyond the working days allowed. · B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval · of the Engineer, with the exception of running ECE system. · C. Work will proceed in a well organized and continuous manner to minimize the disruption · to the general public (both pedestrian and vehicular) and the local businesses and residents. · Access to businesses and residences shall be maintained at all times. · 01310-1 D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the · Engineer. ' E. Restoration activities such as pavement replacement will follow closely behind the work · even if multiple mobilizations are necessary. · F. The Contractor will become an active partner with the City in communicating with and · providing information to concerned residents and businesses. · G. Work will be staged to minimize the length of time parking spaces and parking revenue are · lost. · 3.03 COORDINATION WITH UTILITIES AND RAILROADS: · A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead · of time. The Contractor shall work closely with the utility companies to aid in these · relocations to keep the project on schedule. · 3.04 STREET CLOSINGS: · A. Notify the Engineer four days in advance of sidewalk closings so that a press release can be · issued. No street or sidewalk may be closed without the Engineer's approval and said · notification. · 01310-2 · · · · · SECTION 01570 · · TRAFFIC CONTROL AND CONSTRUCTION FACILITIES · PART 1 - GENERAL · · 1.01 SUMMARY: · A. Furnish, install and maintain traffic control and construction facilities required for the · work· Remove when work is completed· · 1.02 REFERENCES: · A. /DOT Standard Specifications. · · B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. · · C. Traffic Control Notes on project plans. · 1.03 SUBMITTALS: · A. Submit a traffic control plan for all activities requiring traffic control not specifi~cally · addressed by the project plans. · PART 2 - PRODUCTS · 2.01 MATERIALS: '-'o · A. Traffic control devices may be new or used, but must meet the reqmrements-~6f~the/D~T · Standard Specifications. · co · B. All construction fence shall be new and securely fastened to approved posts and installed as · directed by the Engineer. · 2.02 EQUIPMENT: · A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. · PART 3 - EXECUTION · 3.01 TECHNIQUES: · · A. Except as amended in this document, the work in this section will conform with the · following divisions and sections of the/DOT Standard Specifications: · Division 11. General Requirements and Covenants. · o1570-1 · · · · Section 1107.09. Barricades and Warning Signs. · Division 25. Miscellaneous Construction. · Section 2528. Traffic Control. · 3.02 NO PARKING SIGNS: · A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the · signs 48 hours in advance of when the vehicles must be removed. · 3.03 MAINTENANCE OF FACILITIES: · A. The Contractor shall monitor the condition of traffic control and construction facilities at · all times, including non-work hours. Repair, replace and maintain as necessary. · B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. · 3.04 EXCA VA TIONS: · A. All excavations shall be fenced. · 3.05 ADDITIONAL FACILITIES: · A. All signs, barricades and fences within and beyond the project area deemed appropriate by · the Engineer shall be the responsibility of the Contractor. · · · · · · · · · · 01570-2 · · · · · SECTION 02050 · · DEMOLITIONS, REMOVALS AND ABANDONMENTS · PART 1 - GENERAL · · 1.01 SUMMARY: · A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as · indicated and specified. · B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. · 1.02 REFERENCES: · A. IDOT Standard Specifications. · · 1.03 QUALITYASSURANCE: · A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. · B. Comply with all state and local ordinances pertaining to hauling and disposal of rub, b~sh, broken concrete, asphalt, stone, bricks, castings, and other waste or debris ;~ ulting ~,om · work on the project. · 1.04 SUBMITTALS: · A. Locations of disposal sites. · PART 2 - PRODUCTS 2.01 MATERIALS: · A. Granular backfill material shall consist of Class A Crashed Stone, IDOT Standard · Specification Section 4120.04 and Section 4109, Gradation No. 11. · B. Explosives shall not be used for demolition. · PART 3 - EXECUTION · 3.01 TECHNIQUES: · · A. Except as amended in this document, the work in this section will conform with the · following divisions and sections of the IDOT Standard Specifications: · Division 24. Structures. · Section 2401. Removal of Existing Structures. · 02050-1 · · · · Division 25. Miscellaneous Construction. · Section 2510. Removal of Old Pavement. · Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. · Section 2515. Removal and Construction of Paved Driveways. · Section 2516. Removal and Construction of Retaining Walls and Steps. · 3.02 INSPECTION: · A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to · revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: · A. Utilities · 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, · telephone, cable television, fiber optic, and other public or private utilities shown · on the drawings or otherwise known or discovered to be in the project area. · 2. When active utilities are encountered, promptly take necessary measures to support · and protect said utilities and maintain them in service. · 3. If active utilities are'damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services · under these circumstances shall be at the Contractor's expense. · 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance · with instructions from the Engineer. Generally, the respective utility owners shall · be responsible to perform relocation work for their facilities. The C_C_ontracto¢'}hall cooperate with these efforts in every reasonable way and shall n e entitled to · addmonal ..... compensation for delays resulting from such relocations. ~>'.~. · B. Site Protection Measures ~ ~ r,o · 1. Refer to Traffic Control Sheets for details. -- · 2. Barricade and fence open excavations or depressions resulting fron-7~work du£[ng · non-working hours and when not working in immediate area. Provide suitable · warning devices adjacent to excavations and work areas. · 3. Waming devices shall be kept operational during all non-working and non-active · periods. · 4. The contractor shall protect adjacent areas and streets from the construction · operation. The contractor shall submit, for approval, a plan for such protection · prior to beginning work. Approval of this plan shall not relieve the contractor of · responsibility of protecting the public. · C. Site Access Measures · 02050-2 · · · · · 1. Pedestrian access to homes and businesses shall be maintained at all times. · Temporary gravel surfaces shall be provided as directed by the Engineer. · 2. Contractor shall perform demolition and removal operations so as to maintain · vehicular access to adjacent properties and businesses to the maximum extent · possible. · D. Disposals · 1. No material or debris shall be buried within the project work area. All unsuitable · material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor-furnished site approved by the Engineer or to the landfill. The · Contractor shall pay the current tipping fee at the landfill. · 3.04 DEMOLITIONAND REMOVALS: · A. Removals · 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. · 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete · pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or · aggregate surfaces is not considered pavement removal. · 3. Sawcuts shall be approved by the Engineer. · 4. Removal operations shall conform to construction phasing noted on the plans or as · directed by the Engineer. · · 02050-3 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY: i~ A. Furnish labor, material, tools and equipment to site as indicated and specified. prepare 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS ~ ~ vo None. PART 3 - EXECUTION  3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the  following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. · Section 2101. Clearing and Grubbing. · ~ Division 25. Miscellaneous Construction. Section 2519. Fence Construction.  3.02 EXISTING TREES, SHRUBS AND VEGETATION:  A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. · B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. · C. Trees shall be protected with fencing as sho ,wn on the plans. D. Contractor is responsible for damage outside the limits of construction, and for trees, · shrubs and vegetation not designated for removal. The Contractor's liability for tree and · shrub damage will be based on the appraised value, not replacement value, and shall · include the cost of appraisal by a qualified arborist. · 02100-1 · · 3.03 EXISTING STRUCTURES AND PROPERTY: · A. Remove existing signs and posts within the construction area as directed by the Engineer. · All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign · replacement. Permanent signs will be replaced prior to concrete pours. · B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their · prior location and condition when road is reopened. · 3.04 EXISTING FENCING: · A. Only fencing designated by the Engineer shall be removed. · B. Sections of fence removed for construction shall be replaced per the applicable bid item. If · not addressed, replace with new materials. · 3.05 EXISTING UTILITIES: · A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. · 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. · · · · · · · · 02100-2 · · · SECTION 02800 · · SITE RESTORATION · PART 1 GENERAL · I.l DESCRIPTION · A. Repair and/or replace areas of the site damaged during demolition and construction operations including landscaping, sidewalks, curbs, pavements and site furnishings · immediately after completion of all operations in that area. Repairs must, as a minimum · standard, be equal to or exceed the condition which existed prior to the start of work under · this contract, in accordance with the requirements of Contract Requirements and be · completely coordinated with the work of all other trades. · 1.2 QUALITYASSURANCE · A. Qualifications: · 1. Contractor shall employ Subcontractors and/or tradesmen with a minimum of · two (2) years experience in performing the work required. 1.3 SUBMITTALS (3)-.[gop~es · A. The Contractor shall submit to the Owner's Representative for approva~.~ree ~ ' · of a statement detailing the restoration work required. · B. The statement shall as a minimum contain the following: © _~ ~ "-UI__ O 1. Description of work. · 2. Location and quantity of work. ~.~.~, --~" 705 '~----: ~...~ 3. Materials and standards for workmanship. ~--~'/" ~" · 4. Schedule of operations. · C. Approval of this statement by the Owner's Representative will not constitute approval of methods or materials. Such approval will not be granted until the work is installed and · fully cured. · PART 2 PRODUCTS · 2.1 LANDSCAPING · A. The Contractor shall guarantee the landscaping work against defects in materials and workmanship in accordance with the General Conditions, except that the guarantee · period shall be a minimum of one (1) planting season beyond the date of use or · occupancy of the project, which may be beyond the one (1) year period stated therein. · 02800-1 · · 1. This guarantee includes furnishing new plants, as well as labor and materials for · installation of replacements. All replacement plants shall be guaranteed and · maintained for the period of one (1) season. Guarantee is limited to one · replacement per plant. Replacement stock must meet Specifications and quality of original stock. · 2. Contractor will not be held responsible for damages to or loss of plants caused · by fire, flood, lightning storms, freezing rain, winds over 60 miles per hour, or · vandalism. · 3. Inspection of the planting will be made jointly by the Contractor and Owner's Representative at the completion of planting. All plants not in a healthy, · growing condition shall be removed and replaced with plants of like kind, size · and quality as originally specified before the close of the next planting season. · 4. At the end of the guarantee period, the Contractor shall remove all guying, staking, wrapping, saucers and mulch from the site. · B. Lawns shall be restored by placement of new sod to match the existing type of grass. · C. Plant materials shall be replaced with the same species and size as plant being replaced. · 2.2 PA VING AND SURFACING · A. Replacement of all damaged paving, walks, curbs, and other surfacing on the site shall · match the adjacent material to remain in color, shape and texture. · 2.3 SITE FURNISHINGS · A. All site furnishings damaged during construction operations shall oe reptaf~eq,.m, Kma. · PART 3 EXECUTION · 3.1 LANDSCAPING ~ ~Z_ : (.--~ · A. Prior to placement of new lawn material, the area shall be graded to matcii adjacent~eas · with a minimum of 6 inches of top soil scarified to a depth of 2 to 3 inches. · B. All areas to receive sod shall be prepared, fertilized, protected and maintained as · necessary until the following condition is achieved. · 1. Sodded Areas: Sod is firmly knit and has been mowed two (2) times when it · reaches a height of 3 inches. Areas of non-uniform growth exceeding one foot · shall be replaced. · C. Plantings shall be set in appropriate pits, backfilled, mulched, guyed, staked or otherwise · protected. · 3.2 PA VING AND SURFACING · A. Means and methods for the installation of replacement pavings, walks, curbs and other · surfacing shall match existing conditions in size, materials and workmanship. · 02800-2 · SECTION 03350 · COLORED CONCRETE FINISHES PART 1 - GENERAL · 1.01 SUMMARY · A. Provisions for applying a high-build, water-based, 100 percent acrylic, textured coating to above grade exterior cementitious surfaces indicated; including surface substrate testing, · reparation and application· All concrete surfaces (excluding the bridge deck walking · surface) above grade shall be coated with this product. · 1. Coating system includes 2 coats of Thorocoat. · 1.02 REFERENCES · A. American Society for Testing and Materials (ASTM) B. Federal Specification and Standards · 1.03 SUBMITTALS · 1. Submit manufacturer's technical bulletins and MSDS on each product. · 2. List of project references as documented in this specification under Article 1.04, Quality Assurance· Include contact name and phone number of person charged with · oversight of each project. · 3. Sample of manufacturer's limited warranty and warranty application procedures. · 1.04 QUALITYASSURANCE · A. Qualifications: · 1. Applicator: · a. Minimum of 5 years experience in the successful application of acrylic textured coatings. · b. Successful completion of a minimum of 3 projects of similar size and complexity · to the specified work. · 2. Manufacturer: a. Minimum 5 years experience in manufacturing of cementitious products and · acrylic textured coatings. · B. Mock-Up: Install at the project site a pre-selected job mock-up, three (3) samples 2 feet by · 2 feet, using specified coating system of various colors to match the existing concrete. Obtain Engineer/Owner's approval of surface preparation, repair, color, texture, finish and · workmanship as a standard by which remainder of the project will be judged· Apply · material in strict accordance with manufacturer's written application instructions· Mock-up must be approved and accepted prior to start of system application· Maintain mock-up · during construction for workmanship comparison. Do not alter, move or destroy mock-up · until the work is completed and approved by the Owner's representative· · 03350-1 · · · · 1.05 DELIVERY, STORAGEAND HANDLING · A. Deliver, store, handle, and protect products in accordance with provisions in Sections · 01650 and 01660. · B. Comply with manufacturer's ordering instructions and lead-time requirements to avoid · construction delays. C. Deliver coating system materials in manufacturer's original, unopened, undamaged · containers with identification labels intact. · D. Store tightly sealed coating system materials off the ground and away from moisture, direct · sunlight, extreme heat and freezing temperatures. · 1.06 PROJECT CONDITIONS · A. Substrate and ambient air temperature shall be a minimum of 40 degrees F (4 degrees C) and rising at application time and remain above 40 degrees F (4 degrees C) for at least 24 · hours after application. · B. Do not apply coatings in snow, rain, fog, mist or at temperatures less than 5 degrees F (2 degrees C) above the dew point. Allow surfaces to attain temperature and conditions · specified before proceeding with coating application. · C. Provide protection for plants and vegetation from Thorocoat overspray or damage could · result. 1.07 WARRANTY · A. Submit manufacturer's standard warranty form for specified system. Approval of warranty · period and confirmation of system compatibility with substrate is required prior to system application. · PART 2 - PRODUCTS ,.~ · 2.01 MANUFACTURERS · A. ChemRex Inc. · 889 Valley Park Drive Shakopee, MN 55379 · 612496-6000 · · · · · · · · 03350-2 · · · 2.02 MATERIALS · A. Thorocoat, 2-Coat Textured Acrylic Coating System · 1. Top Coat Color: Match Existing Concrete Color · 2. Texture: Smooth · B. Performance Requirements: A two-coat system for Thorocoat of 16 to 20 mils DFr shall · meet or exceed the following performance standards. 01. Water Vapor Transmission ASTM E96-84 8.7 Grams / m2 / 24 hours · 02. Sand Abrasion Resistance ASTM D-968A Passes at 3000 liters · 03. Accelerated Weatherin~ ASTM G26-90 Passed 5,000 hours exposure with no chan~e · 04. Mildew Resistance TT-P-29 Fed. Std. 141 No growth ·. · 05. Fungus Resistance TT-C-555B Fed. Std.141 No m'owth · 06. Salt Spray Resistance ASTM B-117-90 300 hours exposure with no effect · 07. Wind Driven Rain Resistance TT-C-555-B Meets recluirements, no water penetration · 08. Flexibility ASTM D1737 I inch Mandrel equals no cracking, chipping, or TT-C-555B) flakin~ · 09. Water Val>or Permeability ASTM D1653 13 Perms · 10. Impact Resistance' ASTM D2794-90 Passed at 30 inch lbs., min required equals 6 inch · TT-C-555B) lbs. · 11. Freeze Thaw Resistance DOT (Method A and B) 50 cycles eauals no chan~e · 12. Surface Burning ASTM E84-86 Flame equals 1, smoke equals 4 · 13. Moisture Resistance TT-C-555B No blisterine, loss of adhesion Or discoloration. · Meets requirements 2.03 RELATED MATERIALS · A. Primer or Surface Conditioner · 1. Thoro Primer 1000, for soft, friable aggregate surfaces. 2. Thoro CM Primer, for new, aged or previously coated cementitious surfaces. · 2.04 MIXES · A. Mix coating system materials in accordance with manufacturer's printed recommendations and product technical bulletins. Mix with approved mechanical mixers using light agitation · to ensure color uniformity, aggregate dispersion and to minimize air entrapment. · 1. In multi-pail applications, mix contents of each new pail into the partially used pail to · ensure color consistency and smooth transitions. ~ · 03350-3 ,~2 c~ PART 3 EXECUTION  3.01 PREPARATION · A. Protect adjacent work areas and finish surfaces from damage during coating system application.  B. Test and clean substrate in accordance with coating system manufacturer's recommendations and the following national standards: 1. ASTM D 3359 Methods for Measuring Adhesion by Tape Test  2. ASTM D 4258-83 (1988) Surface Cleaning Concrete for Coating 3. ASTM D 4259-88 Practice for Abrading Concrete · 4. ASTM D 4261-83 (1988) Practice for Surface Cleaning Concrete Masonry for Coating  5. ASTM D 4285-83 (1988) Indicating Oil or Water in Compressed Air 6. ASTM D 4541-85 (1989) Pull-Off Strength of Coatings Using Portable Adhesion Testers · ~ 7. ICRI Tech Guide #32 & Surface For Concrete Selecting Specifying Prep · C. Substrate shall be sound, clean, dry and free of all dust, dirt, oils, grease, laitance, efflorescence, mildew, fungus, biological residues, chemical contaminants or previous coatings that could prevent good adhesion. Removal shall he by approved methods demonstrated during mock-up.  D. Treat, neutralize and remove efflorescence, mold, and mildew prior to coating application. E. Substrate shall exhibit a surface profile of CSP 3 - CSP 6 as specified by ICRI Tech Guide · #32. · 3.02 APPLICATION · A. Apply Thoro Primer 1000 at a rate not to exceed 375 square feet per gallon or Thoro CM · Primer at a rate not to exceed 275 square feet per gallon or Thoro Blockfiller at a rate not to · exceed 100 square feet per gallon. Allow a minimum of 2 to 4 hours drying time before top coats are applied.  B. Apply 2 coats of Thorocoat by brush, roller, or spray and backroll to achieve a waterproof finish. · C. For roller application of Thorocoat, use a 3A inch to 1-inch nap roller cover. Keep roller · fully loaded with material, cross-roll working uniformly, maintaining a wet edge O throughout. Material may need to be brash applied into mortar joints. · D. For spray application of Thorocoat, use spray equipment recommended :f6rCfi'eavy-_-10odied · textured coating materials. Backroll for proper distribution. · 1. Thorocoat Coarse can only be applied by spray application. · 03350-4 · · · E. Apply Thorocoat in 2 coats, at approximately 60 to 100 square feet per gallon, per coat. · Apply at a minimum of 12 to 16 mils total DYT (smooth texture), 16 to 20 mils total DFT · (fine texture), and 16 to 22 mils total DFF (coarse texture). · F. Allow Thorocoat to cure a minimum of 2 to 4 hours between applications at a minimum of · 70 degrees F. and 50 percent relative humidity. Lower temperatures and higher relative · humidity will require longer curing times. G. Finished system shall be pinhole free. · H. Match approved samples for color, sheen and coverage. Remove, refinish or re-coat work · not in compliance with Contract documents. · 3.03 CLEANING AND PROTECTION · A. Remove temporary coverings and protection of adjacent work areas. Remove over-spray · coating from areas not intended to be coated. Remove construction debris from project site. · B. Protect applied coating system finish from damage during construction. · END OF SECTION · 03350-5 · SECTION 07120 · · ELASTOMERIC TRAFFIC-BEARING · WATERPROOFING SYSTEM · PART 1 - GENERAL · 1.01 SCOPE OF WORK · A. The work covered under th~s section consist of furmshing ail labor, materials;Ye'cluipmefit~, · u ...... s perv s~on, and me,dentals as reqmred for applying an elastomenc waterpoofing system to · concrete decks as indicated on the drawings. · 1.02 QUALITYASSURANCE · · A. Qualification of Contractor's Firm and Field Applicators · 1. The Contracting firm shall be approved by the manufacturer and shall have · performed this type of work for a minimum period of five (5) years. The Field · applicator performing and supervising the work shall also have a minimum of five years experience with this type of work. · · B. Qualification of Waterproofing System · · 1. Products used in the work of this section shall be produced by manufacturers regularly engaged in manufacture of similar items and with a history of · successful producing acceptable to the Owner's Representative. · 2. The waterpoofing system shall be one of these systems specified in this section or shall be an equivalent system approved by the Owner's Representative. · C. Qualification of Workers · 1. Use skilled workers who are thoroughly trained and experienced in the necessary · crafts and who are completely familiar with the specified requirements and · methods needed for proper performance of the work. · 2. In acceptance or rejection of the work, the Owner's Representative shall make no · allowance for lack of skill on the part of the workers. · 1.03 SUBMITTALS · A. Sample of coating system applied to %-inch plywood or similar rigid base. Submit one · sample of each color coating to be used on the project. · B. Manufacturer's Literature: Two copies of manufacturer's literature for all products · furnished including complete printed application Specifications and listing required mil · thickness of each coat. · C. Maintenance Manual: Upon completion of the work required by this section, submit one · maintenance manual, identified with project name, location, and date, type of coating · system applied, and surface of which system was applied including sketches where necessary. Include recommendations for periodic inspections, care and maintenance, · 07120-1 · Identify common causes of damage with instructions for temporary patching until permanent repair can be made. D. Guarantee: Upon completion and acceptance of the work required by this section, submit an executed guarantee. Waterproofing membrane shall be warranted for five (5) years. 1.04 PRODUCT DEL1VER Y AND STORAGE A. General · 1. Install deck coating materials in strict accordance with all safety and weather conditions required by manufacturer's products literate or as modified by applicable rules and regulations of local, state, and federal authorities having jurisdiction. B. Environmental Conditions 1. The Contractor shall install the materials when of coating only all the following criteria can be met: a. Surfaces receiving materials shall be dry. b. Substrate surface temperatures are above 40°F (5° C) and lower than · 110°F (44°C) during and seven days after completion of work, or as · recommended by the membrane manufacturer. · c. Positive ventilation of interior application can be continuously supplied throughout the application period and eight (8) hours after. · 1.06 GUARANTEE · A. Completed installation shall be guaranteed jointly on a single document, by manufacturer · and applicator, against defects of materials and workmanship, for a period of Seven (7) · years beginning with date of acceptance of the improvements by the Owner. · PART 2 PRODUCTS · 2.01 WATERPROOFING MEMBRANE · A. Acceptable coating system manufacturers include those listed below, or equivalent · substitutes approved in advance of bidding by the Owner's representative. All work shall be completed in strict accordance with the manufacturer's written instructions and · specifications. In addition, the system's applicator shall be licensed or approved by the · material manufacturer. The finished product color shall be gray (charcoal). · I. Autogard II by Neogard .~ C) · 2. Sonoguard by Sonnebom Building Products ~ -< ~ "-Fl.. · 3. Sikafloor Traffic Systems ~ ' · 4. Iso-Flex 750U by Lym Tal International Inc. .~ · 07120-2 B. Substitute systems shall, in general meet or exceed the published performance criteria specified herein. The following minimum information shall be submitted to the Architect/Engineer by the manufacturer of a substitute system for consideration of approval. 1. Manufacturer and manufacturer's brand name of the proposed waterproofing system. 2. Number of years manufacturer has actively produced waterproofing products (acceptable period shall be five (5) years). 3. A prepared sample of the proposed waterproofing system including standard color chart for possible Owner selection. 4. Intended use and limitations of the proposed waterproofing system. 5. Indicate the following minimum properties including the American Standard Testing Materials procedures when applicable for determining the property values: a. Tensile Strength CD b. Elongation 7,> ~ c. Moisture Vapor Transmission ~ d. Abrasion Resistance ~C'~ e. Hardness .:-'- ~-2 .--v f. Chemical Resistance 7:5~~ g. Weathering Resistance ~ " h. Fire Resistance ~. 6. Names of approved or licensed applicators if applicable. 7. Manufacturer's published installation specifications for the waterproofing system including, but not limited to, the following items: a. Product Handling b. Environmental Conditions c. Surface Preparation d. Recommend details at cracks, joints, and interface of vertical surfaces. e. Application procedures including numbers of coats and thickness of each coat. 2.02 RELATED MATERIALS A. Manufacturers supplied and/or recommended concrete primer, grit primer and metal primer. B. Aggregate 1. Traffic Lanes and Parking Areas: 24 Mesh 18-30 Silica Sand C. Cleaning Agents; Toulene, IA,l, - trichloroethane, xylene, or other manufacturer's approved type. 07120-3 0 PART 3. EXECUTION · 3.01 PREPARATION OF SURFACE · · A. General · 1. Joint and cracks shall be filled using a joint sealant. · · 2. Remove oil and grease spots with a commercial grade, alkaline cleaner. Thoroughly rinse and dry surface. · 3. Provide adequate bonding surface by using water-blasting or blast-trac methods. · 4. Protect vehicles on roadway below at all times from any falling debris. · 3.02 COATING APPLICATION- VEHICULAR DECK SURFACE · A. Equipment and Materials · 1. Application shall be in accordance with manufacturer's printed instruction using · equipment and methods as specified by the manufacturer. · B. Each of the traffic systems listed in Paragraph 2.01, A, shall be installed in accordance · with the following coating schedule: · Note: Ample time, as determined by the engineer, shall be allowed between chloride · extraction and application of surface coating. All surface coating membranes shall be · gray (charcoal). · 1. Neogard Auto-Gard II · Primer: As required Base Coat: One (1) coating to yield an average of 25 dry mils · Wearing Coat: Apply one (1) 15 mil coat and apply aggregate at rate of 25 · lbs/100 S.F., clean off loose aggregate and apply an average · of 13 mfl coating and aggregate at the rate of 10:}bs/100'S?~,F. · Aliphatic Surface Coat: Clean loose aggregate and apply 10-mil dry co~t_~:n,._g) :~. · Total coating thickness is 65 dry mils · 2. Sonneborn's Sonoguard System ~-~ Primer: #772 · Base Coat: 25 dry mils · Wearing Coat: Apply 25 mil wet coat and apply aggregate to refusal · Aliphatic Surface Coat: Apply 10 wet mil coat. Prohibit traffic for minimum of 48 · hours. · Total coating thickness is 65 dry mils · 071204 · · · O Primer: Sikafloor 152 Primer I~ Base Coat: Sikafloor 450, 25 dry mils Intermediate Coat: Sikafloor 450, 25 dry mils and apply aggregate to refusal · Aliphatic Surface Coat: Sikafloor 455, 10 dry mils · Total coating thickness is 60 dry mils · 4. Iso-Flex 750U- MVTI Primer: 750 Primer · Base Coat: 30 dry mils · Wearing Coat: 20 dry mils with aggregate to refusal · Aliphatic Surface Coat: 10 dry mils · Total coating thickness is 60 dry mils · C. Workmanship · 1. Form neat lines at points of coating termination by installing straight masking tape lines prior to applying coatings. Remove tape after coating has cured. · 2. Apply coating in a uniform manner free of runs and drips. · 3. Apply special aggregate to straight lines as shown on the Drawings. · 3.03 SPALL OVERBAND AND RANDOM CRACK OVERBAND AND CONTROL JOINT OVERBAND · A. Primer · 1. Prime all concrete, masonry, and metal surfaces as recommended by the · manufacturer. Concrete primer coat shall be allowed to completely dry but shall not · be applied more than eight (8) hours preceding application of deck coating. · B. Overband Base Coats (See Paragraph 3.02.B above) · 1. Apply minimum of 25-mil dry film thickness overband of non-flowin~g_type c~_~ing · fora distance as detailed on the Plans. .~ · 07120-5 · · · C. Overband Top Coat · 1. Apply topcoat with silica sand grit over all areas, which previously received a base · coat. Thickness of topcoat and quality of grit shall be as recommended by coating manufacturer. (minimum thickness shall be 15 mils dry film thickness.) · 3.04 CLEANING · A. The Contractor shall clean stains form adjacent surfaces with toluene, 1,1,1, - · tricholorethane, xylene, commercial tar remover, or as recommended by coating · manufacturer. Also, remove foreign matter from finished coating surfaces. · 3.05 PROTECTION OF THE SURFACE · A. The Contractor shall protect the waterproofing membrane surface from all traffic and damage during the curing period of the membrane. The contractor shall repair at this · expense all portions of the membrane, which are damaged prior to final acceptance of · membrane surface. · EXISTING EXPANSION JOINT 1. Remove deteriorated joint sealant · 2. Sandblast and clean face of joint and remove debris · 3. Prime prepared face of joint (if required) · 4. Reposition existing backer rod or install new backer rod as required · 5. Fill joint with sealant- recess sealant 1/16" · WATERPROOFING MEMBRANE · 1. Shot-blast all horizontal surface to receive new waterproofing membrane. · 2. Clean all horizontal surfaces to receive new waterproofing membrane · 3. Add primer as required by manufacturer ~} · 4. Place new membrane system. 'Refer to specifications for mil thickness for each co'~,~t. ~ · -5::' ~ ~ ...~. · --. · · · · · · · · · 07120-6 · · · · SECTION 07900 · · JOINT SEALER · · · Part 1 - General · The work shall consist of furnishing and installing a preformed closed cell bridge joint seal in accordance · with the plans the specifications. Approved suppliers are Wabo InverSeal Joint System, Ganor GC · compression seal, or approved equal. · 1.01 Product · A. Provide a bridge joint seal extruded from a preformed flexible cellular neoprene expanded rubber with a relatively dense layer of skin at the surface. Bridge joint seal shall be held in · place by a two component 100% solids epoxy adhesive. The design of the seal shall be · capable of accommodating movement and variations in joint widths through compression · and tension of its shape. Serrated sidewalls shall be extruded to ensure an effective and quality surface for adhesion. Provide seal profile that satisfies project requirements · including movement and watertightness. Install all components utilizing manufacturer's · recommended adhesive for complete installation. 1.02 Component and Materials · The Contractor shall furnish a manufacturer's certification that the materials proposed have been · pre-tested and will meet the requirements as set forth in the specification. · A. Elastomeric Seal · The seals shall be preformed and manufactured from closed cell polychloroprene (neoprene) exhibiting the physical properties listed in the table below: · PHYSICAL PROPERTIES TEST METHOD REQUIREMENT · Tensile Strength ASTM D412 125 psi, Elongation @ break ASTM D412 200%, rain · Compression deflection ASTM D 1056 5- 9 psi · Hardness, Shore "00" ASTM D2240 35 - 65 Water Absorption, by weight ASTM D1056 5% ~ "-'" · Density (pcf) average ASTM D 1056 12 - 25 · Compression Set, average % ASTM D1056 15-25 · ~/2" compressed 50% 22 hrs @ 70°F - 24 hr recovery · 07900-1 · · · · · B. Adhesive · Elastomeric seal shall be installed utilizing a two component epoxy based adhesive which · meet the requirements of the properties listed below2: · PHYSICAL PROPERTIES REQUIREMENT · Tensile Strength 4000 psi Compressive Strength 8000 psi · Solids hardness 5 mohs · Pot Life 40 minutes @ 68°F (207C) Flash Point Greater than 200° F (93°C) · Initial Cure 24 hours · Fill Cure 7 days at 68°F (20°C) · 1.03 Construction Requirements · The Contractor shall submit product information and necessary details after the award of the contract. At the discretion of the Engineer, the manufacturer may be required to furnish a · representative sample of material to be supplied in accordance with the project specifications · Where indicated and noted on the contract plans, install bridge joint seals in a neat and workmanlike manner. All surfaces to receive bridge deck joint seal shall be free from dirt, water · and any other loose foreign debris, which may be detrimental to effective joint sealing. · The neoprene seal shall be supplied in the longest continuous length possible. A cyanoacrylate · adhesive shall be used to field splice and or miter the seal to accomplish directional changes. · Bridge deck joint seal shall be set to the proper width for ambient temperature at the time of · installation and shall be installed in strict accordance with the manufacturers written instructions. · 1.04 Payment · The accepted quantity of bridge joint seal will be paid for at the contract unit price per each location. · Payment will be made under: · Expansion Joint Repair Each · Payment will be full compensation for all work necessary to complete the items including · furnishing and installing the bridge joint seal, removing the existing joint material and any miscellaneous patching required. · 07900-2 · · · · · SECTION 16980 · · ELECTROCItEMICAL CHLORIDE EXTRACTION · ON BRIDGE SUBSTRUCTURE · 1. DESCRIPTION This Special Provision pertains to the use of electrochemical treatment to remove chloride from salt · contaminated concrete substructure units and, thereby, prevent and/or halt reinforcement corrosion. This · desalination treatment is performed by applying an electrical field between the reinforcement and an · anode mesh placed in a reservoir on the surface of the concrete. · Electrochemical Chloride Extraction (ECE) shall be performed on the above-grade concrete surfaces of the substructure units as shown in the contract documents. Substructure units may be either abutments · or piers. ECE may also be performed on other surfaces as described in the contract documents. · Prior to performing ECE, the Contractor shall repair delaminated, spalled, or deteriorated concrete in the substructure units in accordance with Section 2426 of the IDOT Standard Specifications. The locations of · the concrete repair shall be as specified in the contract documents. The Contractor shall allow sufficient · curing of the concrete before proceeding with the treatment. · 2. TECHNICAL REQUIREMENTS · The Contractor shall secure the technical service of a company that has performed ECE on at least five · previous successful ECE installations on concrete structures. These documented experiences shall be · submitted at the preconstruction conference. The qualified company shall perform and monitor ECE process. · o · 3. MATERIAL AND EQUIPMENT · 3.01 Materials for Concrete Repair 'Y~ ~jj -o · Only hydraulic cement concrete shall be used for concrete repair · 3.02 Anode System · 3.02.1 General cD · The anode system shall consist of an anode mesh embedded in a reservoir placed on the concrete surface. The reservoir shall consist of either cellulose fibers or felt cloth · saturated with an electrolyte. 3.02.2 Anode Mesh · The anode mesh to be utilized during the treatment shall be steel or platinized titanium mesh. · Ot6980-t 3.02.3 Cellulose Fibers · Cellulose fiber specifically designed and tested for use with ECE shall be used. The cellulose fibers shall: · · Consist of 100% natural cellulose fibers · · Betreated with fire retardants · Be treated with pH buffers to reduce anode consumption · · Be self-adherent · ° Have water absorption of up to approximately 1500% of dry fiber weight. Prior to spraying of the cellulose fibers onto the concrete surface to be treated, wooden · battens of appropriate size or suitable spacer shall be fixed to the concrete. 3.02.4 Felt Cloth · Felt cloth shell be not less than 3mm thick. 3.02.5 Electrolyte · The electrolyte shall consist of potable water. However, if during the treatment, the pH of the electrolyte drops below 7, then sufficient amount of calcium hydroxide (probably .25 · to 1.25 ounces per gallon of water) shall be added to the electrolyte until the pH is at · least 7. · City water is available via a fire hydrant located adjacent to the bridge. The contractor · will be required to pay the City standard rate for water used as well as meter and hook up · charges. Contact the City Water Department (356-5160). · 3.03 Electrical Insulating Material · The electrical insulating materials to be used to cover all electrical connections shall be · waterproof. · 3.04 AC Power Supply · The contractor may provide an appropriate AC power supply either by securing such with the local power company or by providing an appropriately controlled AC generator. See · plans for available power locations. The Contractor shall determine the adequacy of · these sites. If none of the available sites are adequate, or determined to be too far a~w~ay to be practical, then the Contractor shall use City supplied generator (see section 3.0.5_:;1 ). · It is the choice of the contractor to obtain their own power supply or to us~t~e..prm/ided · city generator..-~.~'~ · 3.05 DC Power Supply · 3.05.1 General · The City will supply a trailer mounted generator (Onan), gas fueled, 120/2Dl~v, 226~r~p. The contractor will be responsible for providing and keeping the generator fueled, r-T-he · City will provide routine maintenance· · The contractor may supply their own generator. However, the sound muffling system shall not exceed 80 decibels (typical new and in good working generator). · The DC power supply shall have sufficient number of independent AC/DC converter circuits for the number of individual concrete substructure units (zones) to be treated. · 0i6980-2 · · Each AC/DC converter shall be rated to provide total output current and voltage to meet · the current demand of the individual substructure unit (zone). A current distribution box · shall be provided for each zone, so that each zone can be divided into subzones that can operate electrically in parallel. The voltage on the secondary side shall be limited to · approximately 40 VDC. These converters shall be rated to operate continuously at · maximum output under site conditions of temperature and relative humidity. · 3.05.2 Enclosures · The converters shall be housed in vandal-proof enclosures suitable for site conditions. · 3.05.3 Controls and Connections --C_.~ ~ · Each AC/DC converter output unit shall be provided with: ~' ~ii --o · (i) All output controls. _~ ~-) r-o ~'__~ · (ii) One output voltmeter and one output ammeter. ~ ~q ---- ~_j · (iii) Provision for direct measurement of output voltage of the secondary, side · with an external meter, c3 (iv) Fuses which are labeled with circuit designation. The rating of each fuse · shall be marked by indelible labels on the panel adjacent to the · appropriate fuse holder. · (v) Easy access to the positive and negative terminals of each output, which · shall be clearly marked "+VE Anode" and "-VE Rebars". All output · terminals shall be fully insulated from the chassis or it enclosure, · (vi) An adequately rated circuit breaker, enclosed in a molded case designed for operation at ambient temperature, on the main input to ensure · protection against short circuit and thermal overload. · (vii) Convenient separate "ON" indicators (either bulbs or LED's) or indicating AC power supply and DC output are on. · (viii) Main cable connections shall conform to all applicable standards and regulations. · 3.05.4 Electrical Components · All electronic component subassemblies shall be encapsulated in epoxy resin or · varnishes which shall be recommended by the component manufacturers. · The rectifiers shall be suitable for continuous operation at the specified output ratings, · with a peak inverse voltage of at least 800 volts. These rectifiers shall have double windings, which must be separated by a grounded metallic screen or mounted on · separate limbs of a grounded core. · Rectifiers shall be of the silicon type with suitable AC surge protection. Fuses shall be · used to protect the rectifiers on the DC output side. AC ripple on DC output of all rectifiers shall not exceed 2 volt at all output settings from · 10 to 100% of the rated voltage and current outputs. · 016980-3 · · 3.06 Cables · 3.06.1 General · All AC cables or wiring shall be stranded copper conductors. The cables shall be · insulated with crosslinked polyethylene listed by UL RHH/RHW/Use. · 3.06.2 DC Cables · Cables for connection to the anode mesh (positive) shall be identified by red insulation and be a minimum of 10 AWG. Cables for connection to the reinforcing steel (negative) · shall be identified by black insulation and be a minimum of 6 AWG. Each DC cable shall · be labeled according to the zone or portion of a concrete structure that it is connected to. · 3.07 Digital Voltmeter · A battery-operated digital voltmeter (DM) shall be provided to enable testing and monitoring during the treatment period. Spare batteries shall be provided. The DVM shall, at minimum, have a 3.5 digital display, a resolution of 10 millivolts and an · error of no more than 1 digit. The input impedance of the DVM shall be at least 10 · megaohms. · 3.08 Current Probes A battery-operated current tong probe, with spare batteries, shall be provided for current · readings during the treatment period. The error of the probe shall be no more than _+5%. 3. 09 Equipment and Tests for Monitoring Chloride and Electrolyte · 3.09.1 Core and Rotary Impact Drills · Drills for obtaining concrete cores and powder during and after treatment shall be · available. Typical diameter of the cores to be drilled is 2 to 4 inches. · 3.09.2 Chloride Analyses · Sampling of concrete for chloride analyses is performed by dry drilling of either cores or powder. Cores shall be dry cut into slices and crushed to fine powder, r--~ · Analyses to determine the residual water-soluble chloride content in the con,rOte sh~!~ be in accordance with ASTM C 1218 of AASHTO 277. ~' -~ ~o ~ · '~ - x ~.T1 · 4. INSTALLATION PROCEDURE '~'~-_ ~... __; ~_ ~-~ · 4.01 Preparation of the Concrete Substructure Unites for Treatment ~-~- .. · 4.01.1 Pre-Installation Survey ~ · Visual and sounding surveys shall be carried out over the full surface area of the structure to determine the exact locations of delamination and previous repairs. The · approximate locations of delamination and repairs is shown in the plans. Area where · concrete cover over rebar is insufficient (i.e. less than Y~ inch) shall be located using a cover meter/pachometer, selective chip-outs, or an equivalent methods as approved by · the Engineer. · 0169804 · · 4.01.2 RemovalandReplacementofDelaminatedorSpalledConcrete · As stated in Section I of this Special Provision, delaminated and spalled concrete areas shall be repaired before the treatment. The removal of deteriorated concrete and repair · shall be in accordance with Section 2426 of the IDOT Standard Specifications. 4.01.3 Remediation for lnsufficient Concrete Cover · A cement-based screed (grout) shall be applied over all areas determined to have · insufficient concrete cover until the total cover at each area is at least Y2 inch. · 4.01.4 lnsulationofVisibleorShallowMetalComponents · Any tie wires, nails, or other metal components, that are close to the surface or visible on · the surface of the concrete, shall be removed or insulated with silicon rubber or other · non-conductive epoxy coating. If necessary, these may be cut back to not less than Y2 below the surface, then patched with a cement-based grout. · 4.01.5 Reinforcement Continuity · The Contractor shall ensure that the outer-layer rebars in the structure are electrically · continuous prior to treatment. If the Voltage difference between any two rebars (from different locations in the structure) is no more than 1.0 millivolts (when measured with a · high input impedance voltmeter with a resolution of no less than 0.1 millivolts), these · rebars are considered to be continuous. In addition, DC resistance can be measured · using a portable ohm meter. · Drawings of the structure showing reinforcement details shall be inspected to locate · areas where continuity might not exists, and direct measurement of voltage differences between rebars in these areas and other areas in the structure shall be made. In · addition, measurement pints shall include the perimeters and the middle of each structural component. Records of the locations of measurement point and the measured · voltage references shall be submitted to the Engineer. Where any electrical discontinuity area identified, proposals for providing continuity shall · be submitted to the Engineer for approval proceedings. · 4.01.6 Reinforcement (negative) Connections · There shall be at least one connection to the rebars per 80 square yards of concrete · surface, and never less than 2 connections per abutment, pier, or zone. Connection to the rebars shall be made by drilling and using self-tapping screws or an alternative · method. Immediately after a connection has been made, the connections and the · adjacent rebars shall be coated with a non-conductive materials, such as silicon rubber. · 4.01.7 ConnectionofMetalFixtures Any metal fixtures attached to the concrete structure must be protected against corrosion · by electrical connection to the reinforcement. Any cable used ~n prov'~d~ng ele~ct_,ncal · connections shall comply with the requirements of Section 3.06.2 e~f~this Special · Provision and the sheathing shall be color coded black. .. ~ ~ · 016980-5 4.02 Installation of the Anode System · 4.02.1 Preparation of the Concrete Surface · The surface of the concrete shall be cleaned, if necessary, of any grease, coating, etc., · that may interfere with the passage of the electrical current to ensure optimum treatment efficiency. The cleaning can be performed by sandblasting, water jetting, or chiseling. · Traffic below shall be protected from falling debris at all times. · To prevent short circuits, any exposed steel in or on the surface of the concrete shall be adequately masked and, if necessary, connected to the reinforcement or removed before · applying the anode system. 4.02.2 Electrolytic Reservoir · The reservoir shall consists of an anode mesh embedded within electrolyte-saturated cellulose fibers. · The fibers and the electrolyte shall be delivered through separate hoses, then mixed at a nozzle and sprayed directly onto the surface of the concrete abutments or piers. The · total layer of this fiber-electrolyte mixture shall be approximately 1 1,~ to 2 inch thick and · must completely submerge the anode mesh. · Wooden battens or suitable plastic spacers may be used to facilitate the installation for · the anode mesh. (Plastic screws and plugs must be used with wooden battens). The distance between the wooden battens shall depend upon the geometry of the structure · and the dimensions of the anode meshes proposed for use. There shall be at least two · wooden battens for each face of any pier cap and square column (that is no more than 4 feet wide), and at least four batten for each cylindrical column. The anode mesh shall be · securely fastened. Throughout the ECE treatment, the fibers shall be wetted with the electrolyte and kept · wet. · 4.03 Connection of Cables · All DC cables shall be placed and connected so that they do not cause any unnecessary · inconvenience. Cable insulation shall be checked; any damage insulation shall be repaired using a generous amount of an appropriate insulation material, or by making · new joints, which shall be contained in junction boxes or otherwise isolated. · All AC power cables shall be installed in accordance to relevant NEC codes and · standards. 4.04 Placement of the AC/DC converters · The chassis of the converters shall be grounded in accordance with relevant NEC codes and standards. · 4.05 Inspection of the Installation · The location for placement of the converters shall be approved by the Engi~9.er. ~,~' The AC power cables and equipment shall be inspected by a qualified ele~'fri~an pi'i6r to · the initiation of ECE treatment. · · 016980-6 · · 5. SYSTEM OPERATION AND MAINTENANCE · 5.01 System Start-Up · 5.01.1 Circuit Verification · Prior to start-up or energization of power, tests shall be undertaken to ensure that all measurement, and power distribution circuits are correctly wired, connected and labeled. · Where appropriate, the circuits shall have the expected resistances. · Using a suitable voltmeter, the polarity of the reinforcement shall be ascertained when · the power sources are switched on. 5.01.2 Adjustment of Current Output · Initial energizing of the system shall be undertaken only upon completion of the · procedures described in Section 5.1.1 of this Special Provision. · The current used for the chloride removal treatment shall not exceed 0.5A/ft2 of concrete. · During the treatment, the current output shall be measured individually in each anode · cable. The total current can be adjusted by decreasing or increasing the applied voltage. If the results indicate an unexpected current distribution, an inspection shall be carried · out to determine the reason, and remedial action shall be taken. · 5.02 Monitoring of System Operation · 5.02.1 Inspections During the treatment, the operation of the system shall be checked per[od=.ic~lly ahd the · following records shall be made: · Date and time · · Current (to each zone and subzone · · Voltage (to each zone and subzone · · Amp-hour ~-/~, .:- · If a sharp decrease in current or increase ~n voltage is observed, a problem mayq~ve · developed. In such case, the Contractor shall determined the cause, rectify the problem, and report it to the Engineer. · In addition, visual inspection of cable connections, cable insulation, and anode meshes, and wetting of the fibers and/or felt cloth shall be conducted daily. · Any interruption in the operation shall be recorded and reported to the Engineer. Inspections shall be made daily during the first 7 to 10 days or until readings stabilize. · Once readings stabilize inspections will be made two times per week until termination in · accordance with Section 6 of this Special Provision. · 5.02.2 Determination of Residual Chloride · In addition to the periodic inspection, determination of the residual water-soluble chloride in the concrete (per ASTM C 1218 or AASHTO T277) shall be carried out before and · after every treatment. The determination shall be conducted on concrete samples to be taken from at least two tests locations from each concrete abutment or pier. These · locations shall be submitted to the Engineer for approval prior to commencement of · treatment. Tests are generally completed near the location and at the same depth · (reinforcing steel depth)as previous pre-treatment test locations. · 016980-7 · · If the results of any of these analyses indicate that the system is not operating properly, · the Contractor shall determine the cause and rectify the situation. 5.03 Remedial Work · , · During the treatment, remedial work shall be conducted whenever any inspection indicates that the system is not performing properly. This remedial work shall included, · but not necessarily be limited to, the following: fill) Repair or replacement of defective components of the system Modification to correct any electrical shorf circuits or to prevent stray currents. The materials and quality for remedial works shall be in accordance with Sections 1 and · 2 of this Special Provision respectively, except where otherwise agreed. · 6. TERMINATION OF ECE TREATMENT · The ECE treatment shall be performed: (i) For approximately 60 days, or · (ii) Until the results of the residual water-soluble chloride analyses (Section 5.02.2 of this Special Provision) indicate that the chloride in the concrete (at the depth of the reinforcing · steel) has decreased by no less than 50% and has stabilized, and that the Engineer and · Contractor are satisfied with the results, or · (iii) Until total accumulated charge of 600 to 1500 A-hr/yd2 of steel surface area has been · achieved, whichever is the earliest. · 7. DISMANTLING AND DISPOSING OF THE SYSTEM After the system is turned off, the Contractor shall remove all electrical cables, conduits, hangers, and · power supplies from the site. The cellulose fibers, anode mesh, and wooden battens shall also be · removed from the site or be disposed in accordance with applicable disposal and safety regulations. · The concrete sudace shall be lightly sandblasted to remove any stain left by the borrosion of the mesh. · 8. POST-REATMENT CLEANING AND PATCHING OF THE CONCRETE · The entire treated structure shall be inspected: the occurrence, location, and extent of any physical · damage or changes to the concrete shall be noted. Any such defects and holes made on the concrete (to install wooden battens, conduit hangers, system negative connections, etc.) shall be repaired by the · Contractor. 9. DOCUMENTATION ·Within 30 days upon completion of the surface treatment, the Contractor shall submit a written final report to the Engineer, detailing the installation and all operating data for the system. This shall include records · of all tests and measurements made before and during treatment, including those listed in Section 5.02.1 · of this Special Provision. · 016980-8 ~7 ~' 10. METHOD OF MEASUREMENT · The unit of measurement for Electrochemical Chloride Extraction shall be per square foot treated. · 11. BASIS OF PAYMENT For the number of square feet treated by Electrochemical Chloride Extraction, the Contractor will be paid · the contract price per square foot. This payment shall be full compensation for all work, materials, · equipment, testing, and incidentals to complete the work. · Repair of delaminated and spalled concrete prior to Electrochemical Chloride Extraction shall be paid as · Concrete Repair Class A in accordance with Section 2426 of the IDOT Standard Specifications. · 016980-9 Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 03-106 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the Civic Center, until 10:30 a.m. on the 29th day of April, 2003, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Council Chambers, Civic Center, Iowa City, Iowa, at 7:00 p.m. on the 6th day of May, 2003, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this ~8th .dayof.~pri1 , 2003. _ ~yor Approved by: City~eA Cit~t~r~'~O~e ' Resolution No.. 03-106 Page 2 It was moved by 0' Donne'l '1 and seconded by Pfab the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Champion X Kanner X Lehman X O'Donnell X Pfab X Vanderhoef X Wilbum ADVERTISEMENT FOR BIDS ~IOWA AVENUE'PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 29t~ day of April, 2003, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals 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 6th day of May, 2003, or at such later time and place as may be scheduled. The Project will involve the following: · Repair delaminated, spalled, and deteriorated concrete areas · Provide protective polymer overlay on the bridge · Remove the existing chloride ions via elect electrochemical chloride extraction on the existing pedestrian bridge All work is to be done in strict compliance with the plans and specifications prepared by NNW, thc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- hartco of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. AF~I The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: The contractor shall complete all patching and associated work on the bridge deck in 22 working days; no time shall be charged for the time required to perform electrochemical chloride extraction; and an additional 15 working days shall be allowed once work can begin on the protective polymer deck overlay. Specified Start Date: May 19, 2003 Liquidated Damages: $600 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of NNW, Inc., 316 E. College Street, Iowa City, Iowa, by bona fide bidders. A $20 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to NNW, Inc. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list' on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. AF-2 The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa Gity, Iowa. MARIAN K. KARR, CITY AF-3 Prepared by: Bdan Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 03-143 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION PROJECT. WHEREAS, Cramer and Associates, Inc. of Des Moines, Iowa has submitted the lowest responsible bid of $205,880.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The contract for the construction of the above-named project is hereby awarded to Cramer and Associates, 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 6th day of Hay ,2003. Approved by: ~ City'~Clerk City A~'t'n~y's ~Offi ce Resolution No. 03-143 Page 2 It was moved by 0' Donnel 1 and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Champion X Kanner X Lehman X O'Donnell X Pfab X Vanderhoef X Wilbum Printer's Fee $ ~* c~ I CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID 042-0330670 OFFICIAL PUBUCATION .o~cE or.ueuc.~m"~s Orlene Maher, being duly sworn, say ON PLANS, SPECIFICATIONS, ~o.a or co.w~c~ ~.o that I am the legal clerk of the IOWA ES~MA~D COS~ ~O" THE *,OWA AW.UE pED~Sm~ en,O~E CITY PRESS-CITIZEN, a newspaper RENABIUTA~Ofl OVER HIGHWAY $ p.o~cr~.THEcn~o~ published in said county, and *that a IOWA CIT~, IOWA ~"e notice, a printed copy of which is 2~03 PARKING RAMP MAINTENANCE ^.~.~pAI. p.o~c~,, hereto attached, was published in said paper [ time(s), on the TO ALL TAXPAYERS OF THE crl'Y OF IOWA cn~, ~ow^, A.O TO OTHER following date(s): INTERESTED PERSONS: COnduct a public beming on p~ns, ~ir>. - i - ~ ¢atJor~s, form of contract and esbmate~ Avenue pedest~an Bridge Rehabilitatkxt · ~ the Emma J. Ha~at Hall in b~e Civic Ce~ Legal Clerk or, ~ .~"g ~ c~, ~t ~e.~ Subscribed and sworn to before me meeting of the C~y Council therea'ter as the office of tbe City C~rk in the Ci~ Center in Iowa City, Iowa, and may be ins~ed by any interested persons, purpose of maldng '.obj~,c~. '. s to and ? m~ co~g ~ p~s. ~r~- Notary Public improvement. ~ - ~is no~ce is given' by order~of the Cily Council of the Ci~ of law~a city, Iowa and as p~ovided by law.' MARIAN K. KARR, CITY CLERK I~' ~ I Commission Number t30158 OFFICIAL PUBLICATION sPecaied Stsn Data: May 19, 2OO3 CERTIFICATE OF PUBUCATION ^DVE~nSEME.T PO. RIOS IOWA AVENUE PEDESTRIAN BRIDGE The plans, sp~clficafions and proposed REHABlUTAllON OVER HIGHWAY 6 contract documents may be examined at STATE OF IOWA, . - ..O~ECT JOHNSON COUNTY, SS: s~ proposals willie received by po~alblanks may be secumd at theOffice th~ Ci~ Clerk of th~ Cii~ of ta~a City, of NNW. THE IOWA CITY PRESS-CITIZEN c~, IOWa, ur~i110:30 AM. on tho 29~ day of FED. ID #42°0330670 ~iL~00a. ormatstordataan~ortima Orlene Maher, being duly sworn, say ~, ma,~in~ ~, ~of be dammed ~ ~of'~cto'~,~o~,~C~" that I am the legal clerk of the IOWA ~ t~ ~o~ ~,~ of ~s ~t o,~ta. ^ ~ of ~ino,~ ,~mct~ CITY PRESS-CITIZEN, a newspaper Emma J. Hanoi Hall at 7:00 P.M. ~o the (515) 242-4721 and ~e I°wa D~pmlmeof published in said county, and that a , aed p!ace as may be scheduled. (515)239-1422.. , notice, a printed copy of which is 1. Repeirdatan~inatad, spall~d, and Prof~ lhe names of pers~qs,~finns; hereto attached, was published in :. Pmvida protec6~e polymer OVer. bidder intends ta subcontract. This §st . said paper [ time(s), on the 3. Remove the exist~g chlOdde ions imalesubo:mtmctamo~of(s).. following date(s): ~a e~t,o~m~ ~h~edda Tho Co,~ct~ · accompaniedin a Sealed efivelope, sep- this Pro~ect. , Legal Clerk amte frbm the (~e coof,~qing the po3fx~- The City resenms the dght to reject any Subscribed and sworn to before me t~ ~ho~ to ~ ~ a su~+/in this }') dayof ~.D¢"l ~ tho ~. Tho.b~ ~c~ay ~ be ~daP~b"~h~ u~ or~o~ ~ CW Co~n~ A.D. 20 D~ crrv OF ~OWA crrY, IOW~'~ ~. be i ~ CZ.*,C~:: ~'~ .4, / days of the City Councir, awa~l of the Notanj Public c,y .r~u,r~ ~ famfal p~o,,~ of L'"3:'~" ' °* I ~A.~^.~T RIOSI w~ ~ ~tam~ ."~r ~ ~ ~ ~ e<~;'~'~1~ ~1C°mmissl°nNumber 130158l· I tabulation of bids is completed and ........ ~ furnish a bond in an amount equal to one and dama~ of any kJed caused directly C~y Counca: FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ~-_J_,,-,~,,r~er c~,'~J .A~s,¢~,c,..-~,~5, "~c. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 16 day of April, 2003, for the Iowa Avenue Pedestrian Bridqe Rehabilitation Over Hiqhway 6 Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this \S'~- day of. /V~ ,,..~ , 20 o 5. t'"x~nfra ctr~r Mayor ~ A'FrEST: ATTEST: ~ City Clerk (Company Official) Approved By: Ci(¢'y~n ~/s Office AG-2 EXHIBIT "A" VECTOR CONSTRUCTION INC. PO BOX 8120 CEDAR RAPIDS, IOWA 52408~120 CITY OF IOWA CITY PEDESTRIAN BRIDGE REHABILITATION ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL 01 MOBILIZATION 1 L.S. $9,800.00 $9,800.00 02 DECK SEALANT COATING 3500 SF $5.50 $19,250.00 05 ELECTROCHEMICAL CHLORIDE EXTRACTION 3500 SF $25.00 $87,500.00 07 BRIDGE COATING 1 SF $21,000.00 $21,000.00 TOTAL $137,550.00 CRAMER AND ASSOCIATES, INC. PERFORMANCE AND PAYMENT BOND BOND NO. 929280958 fPA~R A~D ~, IN2., 990 ~E 44TH AV~E, EES MDZk~, IA 50313 ,as (insert the name and address or legal tit~e of the Contractor) Principal, hereinafter called the Contractor and WEST~.RN SURETY COMPANY (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obllgee, hereinafter TWO HUNDRED F1-VE THOUSAND, called the Owner,. in the amount of EIGHT HHNDRED ETC~F~TY & 00/] 00 Dollars ($~05,880.00 _ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jolntJy and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for Iowa Avenue pedestrian Bddqe Rehabilitation Over Hiohwav 66 Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bend, to be completed by Contractor, in accordance with plans and specificatJons prepared by ~, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter ~'efer~ed to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory conlpletion efthe Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or pB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond In good repair for a period of five (~) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in a~cordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tom, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 12 DAY OF 20 o3 IN THE PRESENCE OF: CRAMER AND ASSOCIATES, INC. W~ERN SURETY COMPANY P.O. BOX 1562 (Street) DOWNERS GROVE, IL 60515 (City, State, Zip) (877) 517-7513 (Phone) PB-2 Western Surety Company POVIrER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By Thee Present, That WESTERN SURETY COMPANY, a South Dakota corporaton, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it dces by virtue of the signature and seal herein affixed he.by Timothy J Smith, Scott A Saveraid, Ronald L Themas, Laura A Foust, Ronni~ Pister,.Jeanne Fears, Rose Knutson, Michael E Lischer, James C Matlock, Individually of Davenport, IA, its b-ue and lawful Attomey(s)-th-Fact with full power and authority h~cby confcntd to sig~, seal and execute for and on its behalf bonds, und~takings and other obligatory instruments of similar nature - In Unlimited Amounts - and to hind it theT~by as fully and to the same extent as if such inslruments were signed by a duly authorized officer of the corporaton and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This power of Attorney is made and executed pursuant to and by autho~ty of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witn~a Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this ! st day of May, 2003. WESTERN SURETY COMPANY State of South Dakota ~ ss County of Minnehaha On this I st day of May, 2003, before me pc, tsonally came Paul T. Bruflat, to me known, who, being by me duty sworn, did d~pose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the S~lior Vice President of WESTERN SURETY COMPANY desc~bed in and which executed the above ths~aruracnt; that he knows the seal of said corporaton; that the seal affixed to the said ins~ument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Dii~ctors of said corporaton and that he signed his narc~ thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. -- D. KRELL ~' ~ ~,,~,,~,,~,,~,,~,,~,~ y November 30, 2006 t ~(~NOTARY PUBLICi~ # f SOUTH DAKOTA tt CERTIFICATE I, L. Nelson, Assistant Sccrctmy of WESTERN SURETY COMPANY do hc~cby certify that thc Power of Attorney hereinabove set forth is still in force, and further certify that thc By-Law of the corporation printed on thc reverse hereof is still in force. In testimony whereof I have hereunto subsc~bed my name and affixed the seal of the said corporation this 3- 2 day of lvlA¥ ,.._2003 O WESTERN SURETY COMPANY L Nelson, Assistant Secretary Authorizing By-Law ADOPTED BY TI-I~ SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to end by authority of the following By-Law duly adopted by the shareholders of the Compeny. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Compeny by the President, Sec~tary, and Assistant Secretary, Treasurer, or eny Vice President, or by such other officers as the Boand of Directors may authorize. The President, eny Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of eny bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer end the corporate seal may be printed by facsimile. Client#: 837 CRAMASSO CERTIFICATE OF LIABILITY INSURANCE 05114/03 PRODUCER THIS CERTIFICATE IS ISSUED AS A UA'FI'ER OF INFORMATION La Mair-Mulock-Condon Co. ONLY AND CONFERS NO RIGHTS UPON THE CERllFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4200 University Avenue, Suite 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. West Des Moines, IA 50266-5945 515 244-0166 INSURERS AFFORDING COVERAGE INSURED INSURER A: St. Paul Fire & Marine Insurance Co. Cramer & Associates, Inc. INSURER B: 990 N E 44th Ave. INSURER C: Des Moines, IA 50313 INSURER D: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ~SSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONSOF SUCH POLtClES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID ClAIMS. INER LTR ~fPE OFINSURANCE POECY NUMBER IPOLICY EFFEC~VE PO!~CY EXPIRATION A GENERAL MARILITY KK08001051 01101103 01/01/04 EACH OCCURRENCE $1,000,000 X COM M ERCtAL GENERAL LIABILITY FIRE I:)AMAGE (A~y One fire) $100~000 ! I C~S~^DE [] OCCUR UEDEXP(~o.o,~o.) $S,000 X PD Ded:5,000 ' PERSONAL&ADVINJURY $1~000~000 GENERAL AGGREGATE $2,000,000 A AUTOMOBILE UARIUTY KK08001051 01101/03 01/01104 COMBINED SINGLE LIMIT X ANY AUTO (Ma accident) $1,000,000 A EXCESS UARIUTY KK08001051 01101103 0'1101/04 EACH CCCURRENCE $2,0001000 X I OCCUR I~ CLAIMS MADE AGGREGATE $2,000,000 RETENTION SI01000 A WORXERS COMPENSATION AND WVK8000847 01101/03 01/01104 X ITORY LIMITS I IOET~ E.L EACH ACCIDENT $1,000,000 E.L. DISEASE- EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY MElT $1,000,000 DESCRIPTION OF OPERATI ON S/I.OCATION.e.~/E HICLES/EXCLUSloNS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Iowa Avenue Pedestrian Bridge Rehabilitation Over Highway 6, Iowa City, IA CERTIFICATE HOLDER I I ADDmONA~INSURED[INSURERLETI~R: CANCELLATION SHOULD ANYOFTHE AJB OVE DESCRIBED POLICIES SE CANCELLED BEFORE TEE E~=IRA~lON City of Iowa City DAT~ THEREOF, THE ISSUING INSURER WlLL]~MAIL_~J DAYSWRtTrEN Engineering Division 410 East Washington Iowa City, IA 52240 ~.~mORI2~D REPRESENTATI ACORD 25-S (7/97) 1 of 2 #S78906/M74683 CSD ® ACORD CORPORATION 1988 © IMPORTANT If the cedificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. Astatement on this certificate does not confer dghts to the cedificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. A008O2--~-S(7/97)2 of 2 #S78906/M74683 O FORM OF PROPOSAL IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION OVER HIGHWAY 6 PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder ~--~'4r~'~e_¢ ,~,~,=~J ,Z)~,.~,=',,~_~r¢.~' ..~-~,~.. Address of Bidder '~'~0 /'J. ~, ~f~ A.,e.~ ~)~'s /~,0',^~'S, ~A TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ I ~ °/. ,,-q' ~ ;,;I, , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP-1 The names of those persons, firms, companies or other parties with v~hora we intend to enter into a subcontract, together with the type of subcontracted work and appr~(imateldollar amount of the subcontract, are as follows: ~"" · NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Printed Name: Address: Phone: Contact: FP-2 01 MOBILI~TION ES. 1 02 DECK SEA~NT COATING 03 C~SS A CONCRETE REPAIR HORIZO~AL S.F. 473 05 ELECTROCHEMICAL CHLORIDE E~CTION ON BRI~E STRU6 S.F. 3500 06 SAF~ CLOSURE E~ 4 07 BRIDGE COATING · 08 SIDEWALK, 4" PCC S.Y, 125 09 REMOVAL GF SIDEWALK 10 SOD SQ. 13.5 PA~EMEN~ MAR~ING 12 T~FFIC CONTROL ES. 1 ~3 EXPANSION JOINT REPAIR ' . ,' .: .~ 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 April 25, 2005 City Clerk City of Iowa City, Iowa Re: Iowa Avenue Pedestrian Bridge Rehabilitation Project Dear City Clerk: I hereby certify that the construction of the Iowa Avenue Pedestrian Bridge Rehabilitation Project has been completed by Cramer and Associates, Inc. of Des Moines, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City of Iowa City, Iowa. The final contract price is $244,552.30. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Ronald R. Knoche, P.E. City Engineer Prepared by: Brian Boelk, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5437 RESOLUTION NO. 05-165 RESOLUTION ACCEPTING THE WORK FOR THE IOWA AVENUE PEDESTRIAN BRIDGE REHABILITATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Iowa Avenue Pedestrian Bridge Rehabilitation Project, as included in a contract between the City of Iowa City and Cramer and Associates, Inc. of Des Moines, Iowa, dated May 15t~, 2003, be accepted; and WHEREAS, the performance and payment bond has been filed in the City Clerk's office. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 3rd day of May ,2005. C~ty ~terk ' Approved by: Oft'y At t (~r n e y '~3~fi c"6~ Resolution No. 05-~.65 Page It was moved by Champion and seconded by t3' Donn~l 1 the Resolution be adopted, and upon roll call there were: AYES:. NAYS: ABSENT: X Bailey X Champion × Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn