HomeMy WebLinkAboutSIDEWALK EXTENSION HIGHWAY 6 (2004)SIDEWALK
EXTENSION
HIGHWAY 6
2OO4
Iowa Department of Transportation
SHALL BE SUMIT~D TO: PLANS OF PROPOSED IMPROVEMENTS FOR THE ~.o,w P~c~ .uaa[~
JOHNSON COUNTY o[ s.[ TS
STP-E-3715(62~)-- 8V- 52 ~o. DESC~m~o.
A 1.0 ~TLE SHEET
A 3,0 ESTIMATED OF OUAN~TIES ~ [STIMA~B REFERENCE
end 5peciol Pro,siGns shell opply to c~struction work on this pro~ct. U 1.0 - U 3.0 LAYOUT PL~
Votue Engineering Sores. Refer to ~nerol Note~ ~ ~eet A2.O
STANDARD ROAD
PLANS
~ · MILEAGE SUMMARY TABLE I STANgA~ OA~E
~ STA 0+00.00 TO TA 14+56.8~436.87 0.2721 RC-16ARB-3 10-27-98 1-12-98 NEW12
EH-50 10-21-03 12
z
STANDARD LEGEND z
~ ~ '~"~' UTILITY IDENTIFIERS cnY [NOINEER
LOCATION MAP ' o~z[:
"~ 02035
Permit No. 2. The Contrector shell corry et the terms end conditions of Generol ~,~ ~ ,~ me u u. ~ ~y ~rect ~ ~si~ end t~.t I em . duix Regist~N TIT~ SHE~
oddHiono' informotion. 8h :011~IV 8 I ~]J h~Z ~/~r~
A1.0A
REF. ITEM CODE ITEM UNITS QUANTITY
PROJECT UMIT LINE. ALL MATERIAL ~ALL BE REMO~D AND DISPO~D ~ AT AN 0~-~
1 9 25t2-1725206 CURB ~O G~ER, P.C. CONCEDE, 2.0 ~.
~ LF 198
1011 2516-862~02515-2475006 COMBINEDDR~AY' P.C. CONCR~, 6 IN. SY 90
5 2213-6745~ ~UT 24' PCC ~RB & ~R ~EEE ~0~ ~ ~E P~N~
R~NNING
15 2599-9999009 ~D~L LF
~ 17 2602-~20 SILT FENCE LF ~
10 2515-2.7~6 DRI~ AND DOlL INTO EXIS~NG PCC DRI~WAY. REMOVAL OF EXlS~NG GRANULAR
m ~mlN~ALL BEDR[~WAY.~RED INCIDENTAL. ~AN~ AND UNIT BID IN~UDE ~DEWA~ LOCA~D
Z~
0
2599-99~
17 2~2-0~20 ~E ~EET [ 1.0 F~ L~A~ ~ ~LT FENCE. CON~ACT~ ~ALL MAINTAIN ~EKLY
] mN~C~ REPOTS ~ ~LT F[NC~
~ DA~ ~9~
~ ESTI~TE OF
~ Bq :01 ~'[~ S I 8]~ 1i8~ QUA~ITIES&EsTi~TED
~ REFERENCE
A3.0
C(~C~ETE CAST-IN-PLACE
~ ~ 4. ~~ ~,~/~-
co.~.2~o. ~o,~ ~
~0~ ' "~'~ TM ~' 02035
WALL SEC~ON ~ O~ ~ [ ~ ~3 J ~B~ ~ ~m~,m~ ~,~. m ~*~ ~ aYOUT P~
Ul.0
· . ..... 1 ~** '
WALL EL~A~ON '
~PICAL WALL CR~S SEC~ON ~ ~
BASE LIB/I:'iL, I~I6 PAD NOTES:
MODULAR RLOCK C(3N~F'TE R£TAINING WAII ~ ~ t.~(uN~ ~,,w ~s m ~ cG'*~mUc~D
... ~ ~ STANDARD UNIT/B~E PAD ~OM~IC ~~ ~
~YOUT
P~
I I I I II
- L~ELING P~ D~AIL ~ TOP OF WALL S~
STEEL. NOTES &., ~
~P. GU~DRAIL ~SE P~ D~NL u.um m~ ~. ~CT .~ ~
~PIC~ GU~D~L E~A~ON
Z
~ 02035
0 10 20 30 40 0 10 20 30 40 40 50 0 10 20
670 ......... / . - · 677 .............
- 707 ............
669 ........ / .... 676 ................ 706 ............
668' ./ ............
EXISTING GRADE ."~/ 675 .............. / 705' .......... / . 80=~. 0 "-"-
..................... EX~STI"O ~ ~// ........... /
667 ............
674 ............. /. . . 704 ...... EX. ISTIN?
....... /. . ...... /..
666 ...... "~5.~ .... 673 ..... / 703 .........
' 672 702 .~
665 ......................
664 ........... 671 ............... 70i
663 ........... 670 ...........
.... 700'
662 ........... 669' · · * */ .....
/ 699 ..........
.......... ~ ...... ~.~.~
661 ........... 66~ .......... ~ .....
........... / 698' ~97.6~J
660 ........... 667 ......... / ...... 697- z
...... RE:TAININO WALL / ............
658 ........... 665 ........ / ...... 695 ............
657 ...... ~,,o~os~ o,~- / ............
..... 664. .............
694 ............
656 ...... 663 ..... o" '~-IICK ' P CC *SIDEW^LK · -- 0
...... / 693 ............ ",- '-~
PS,.OPO~.D ~,*Z~."~ . . [ US HWY O' / ............
65 ..... 662 .... / ...........
~,.~ TC .Z. 692 ............
.......::.:,
bs hw,; o ' ~:,::~]1 '__ ............ - ...........
654-' 65~.~0 TCF~'"~= -~ ..... 661 '~ .............. 691 ............
' ~ ~ -:- --.J] ' ~6~ '~IICK'PCC'SIDEWALK' ~ ~ ~ '''j PflOJECTNUM~
................ 02035
653 .... '~- -~ 10 20 .-.~0 660' 0 10 20 50 ' 4:0 4:~,,,,~"~/')',~tO V~N~'OI ............ ~""
SECTIONsTATiON ~+oo A - A SECTION B - B ~ :ol~ t~ a3]~z SECTION C - C ~c~o~
STATION 5+50 STATION 11+56
~ Wl.0
RE','
Prepared by: Kim Johnson, PW, 410 E. Washington St., Iowa City, IA 52240, (319)356-5139
RESOLUTION NO. 04-55
RESOLUTION SE'I-rING A PUBLIC HEARING ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION
OF THE HIGHWAY 6 SIDEWALK EXTENSION (STP-E-3715(624)--8V-52)
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 16th day of March,
2004, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, iowa City, Iowa, or if said meeting
is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk.
2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. That the copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above-named project is hereby ordered placed on file by the City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 2nd day of March 20 04
MAYOR
Approved by
ATTEST:
ClTY~LERK ' ' '"City A'{torney s Office
It was moved by 6hampion and seconded by 0'Donne] ] the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X Champion
X Elliott
X Lehman
X O'Donnell
X Vanderhoef
X Wilburn
Printer's Fee $ I ~ .'-~ ~
CERTIFICATE OF PUBLICATION
STATE OF IOWA.
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID #42-0330670 OmC~^LPUB.C^~ON
NOTICE OF PUBLIC HEARING ON
pLANS, SPECIF~CATtONS, AND EST]-
], MATED COST FOR THE HIGHWAY 6
SIDEWALK EXTENSION PROJECT IN
Linda Krotz, being duly sworn, say THE CITY OF IOWA CITY, IOWA
that I am the legal clerk of the IOWA TO ^LL T~Xp~YERS OF ME C~ OF
iOWA CITY. IOWA. AND TO OTHER
CITY PRESS-CITIZEN, a newspaper INTERESTED PERSONS:
Public notice is hereby gh,en that the City
published in said county, and that a cou~ of the
conduct a public hearing on plans, sped-
notice, a printed copy of which is r~.,ons,
struction of tbe. Highway 6 Sidewalk
hereto attached, was published in Extension~oect. insaidcityat7:0Op.m.
on tl~ 16 day of March. 2004. sad
said paper1 time(s),on the meeting to be held in the Emma J. Hare'at
Hall located in City Half. 410
following date(s): Washinglon Street in said city, or if said
Legal Clerk m~ ~o~0 ~d ~ns, ~-
Subscribed and swom to before me
this ~z:~.__day of ~F"-~ Council of tho City of IOW~ City. iowa and
Li .S prcvideci by law.
A,D.
200
---
Notary Public
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, AND ESTIMATED COST
FOR THE HIGHWAY 6 SIDE~NALK EXTENSION
PROJECT IN THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF IOWA
CITY, IOWA, AND TO OTHER INTERESTED
PERSONS:
Public notice is hereby given that the City Council
of the City of Iowa City, Iowa, will conduct a public
hearing on plans, specifications, and estimated
cost for the construction of the Highway 6
Sidewalk Extension Project, in said city at 7:00
p.m. on the 16~ day of March, 2004, said meeting
to be held in the Emma J. Harvat Hall located in
City Hall, 410 E. Washington Street in said city, or
if said meeting is cancelled, at the next meeting of
the City Council thereafter as posted by the City
Clerk.
Said plans, specifications, and estimated cost
are now on file in the office of the City Clerk
located in City Hall in Iowa City, Iowa, and may be
inspected by any interested persons.
Any interested persons may appear at said
meeting of the City Council for the purpose of
making objections to and comments conceming
said plans, specificetJons, 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
NOTICE TO BIDDERS
STATE OF IOWA - Sealed bids will be received on Apri~ 20, 2004 by the iowa Department of
Transportation at the Office of Contracts in Ames, Iowa until 10 o'clock A.M., C.T., for various items of
construction and/or maintenance work.
Plans, specifications and proposal forms for the work may be seen and secured at the Office of
Contracts, Iowa Department of Transportation, 800 Lincoln Way, Ames, Iowa until noon on the day
previous to the letting.
Mailed bids are to be sent to the iowa Department of Transportation, Office of Contracts, 800 Lincoln
Way, Ames, Iowa 50010. Staff will be available at the Office of Contracts the day previous to the letting
and the day of the letting for the dropping off of bids during regular business hours 7:30 a.m. to 4:30
p.m.
The Iowa Department of Transportation (DOT) uses the Bid Express website (www.bidx.com) as an
official depository for electronic bid submittal. The Iowa DOT will ensure that this electronic bid
depository is available for a two-hour period prior to the deadline for submission of bids. In the case of
disruption of national communications or loss of services by www.bidx.com during this two-hour period,
the Iowa DOT will delay the deadline for bid submissions to ensure the ability of potential bidders to
submit bids. Instructions will be communicated to potential bidders.
Opening and reading of the bids will be performed at the Iowa Department of Transportation, Ames,
Iowa after 10:30 A.M. on the same date such bids are scheduled to be received, unless otherwise
specified by the Iowa Department of Transportation.
All proposals must be filed on the forms furnished by the Iowa Department of Transportation, Contracts
Office, sealed and plainly marked. Proposals containing any reservations not provided for in the forms
furnished will be rejected. The Iowa Department of Transportation reserves the right to waive
technicalities and to reject any or all bids.
A Proposal Guarantee not less than the amount as set forth in the proposal form shall be filed with each
proposal. The Proposal Guarantee shall be in the form of a certified check or credit union certified
share draft, cashier's check, money order or bank draft drawn on a solvent bank or credit union.
Certified checks or credit union certified share drafts shall bear an endorsement signed by a
responsible official of such bank or credit union as to the amount certified. Cashier's checks, money
orders or bank drafts shall be made payable either to the Contracting Authority or to the bidder and,
where made payable to the bidder, shall contain an unqualified endorsement to the Contracting
Authority signed by the bidder or the bidder's authorized agent. A properly completed Contractor's Bid
Bond (Form No. 650001), or a properly completed Contractor's Annual Bid Bond (Form No. 650043),
both available from the Iowa Department of Transportation, Office of Contracts, may be used in lieu of
that specified above.
The contracting authority will issue an exemption certificate for the purchase or use of building
materials, supplies, and equipment that will be used in the performance of the construction contract, as
provided by Iowa Code Sections 422.42(16), 422.42(17) and 422.47(5).
Failure to execute a contract and file an acceptable Performance Bond and Certificate of Insurance
within 30 days of the date of the approval for awarding the contract, as herein provided, will be just and
sufficient cause for the denial of the award and the forfeiture of the proposal guarantee.
The iowa Department of Transportation (or other approved contracting authority) hereby notifies all
bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, or national origin in
consideration for an award.
On Federal Aid projects, where disadvadtaged business enterprise goals have been established, the
bidder is required to complete and submit form 102115 with the bid documents. On all projects without
goals, the contractor must show that affirmative actions have been marie to seek out and consider
disadvantaged business enterprises as potential sub-contractors.
Some of the projects may be listed in multiple proposals (as an individual project or as part of a
combined package of projects). The Contracting Authority will determine which combination of
proposals produce the lowest bid for these projects.
The listing of projects, and details of the project, for which bids are to be taken will be available to
potential bidders and suppliers three (3) weeks prior to the letting dates at the following locations:
· Posted on the Internet at www.bidx.com
· Available in the Iowa Department of Transportation's "Weekly Letting Report"
· Available by calling the Office of Contracts of the Iowa Department of Transportation at 515-
239-1414.
Minimum'wage rates for all Federal Aid projects have been predetermined by the Secretary of Labor
and are set forth in the specifications. However, this does not apply to projects off the Federal-Aid
System.
All Federal Aid projects are subject to the Work Hours Act of 1962, P. L. 87-581 and Implementing
regulations.
By virtue of statutory authority, a preference will be given to products and provisions grown and coal
produced within the State of Iowa, and also, 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 both on projects in which there are no Federal Funds involved.
IOWA DEPARTMENT OF TRANSPORTATION
OFFICE OF CONTRACTS
TELEPHONE: 515-239-1414
Bid Order: 107 No DBE Goal
Work Type: PCC TRAIL
Guarantee: $12,500.00
Project(s): JOHNSON - STP-E-3715(624)--8V-52
SIDEWALK EXTENSION PCC TRAIL ALONG US 6 FROM HAWKINS DR. TO INTER. OF
NEWTON RD.
__ OFFICIAL PUBLICATION 'The Iowa Department of Transportation
(or other approved contracting a~thodty)
NOTICETO BIDDERS hereby rmtifiss all bidders that it will affir-
Printer's Fee $ (~/.~ *~ I STATE OF IOWA - Sealed bids will be rnativaly ensure· that in any contract
received on April 20, 2004 by the Iow'~ entered into pursuant to this advertise-
Department of Transporta on at the OftideI
of Contracts in Ames, Iowa until 10 o'clock;~ ment, disadvantaged business enterpds-
CERTIFICATE OF PUBLICATION A'M" C'T', for various items of construc-~i es will he aflorded full opportunity to sub.
mit bids in response to this invitation and
tion and/or maintenance work. will not be discriminated against on the
STATE OF IOWA, P'a,s. s~ti~atio.s and propo~ormsl
JOIINSON COUN'I~,SS: for the work may be seen and secured atI consideration for an award.
the Office of Contracts Iowa Department: On Federal Aid projects, where d[sadvan-
of Transportation, 800 Uncoln Way. Ames,; raged business' enterprise goals have
~ IOWA C11~PRESS-CITI:XFN fo~ until noon on the day previous o the~r
letting . i been established, the bidder is required to
complete and submit form 102115 with'
FED. ID #42-0330670 Malted bids are to he sent fo ~ fowa~ the bid do~umerds. On al~proj~t~ wi~ut:
Department of Transportation, Office of~
goals, the contractor must show that ~affir-
Contracts. 800 Lincoln waY. Ames, Iowa mative actions have been made o seek,
[~ 50010. Staff will·be ava[labid at the Office~ out and consider disadvantaged business
of Contracts the day previous to the letting enterprises as potential sub-contractors.
and the day of the letting for the dropping Some of the projects rday he I~s ed in.
Linda Krotz, being duly sworn, say o~ of bids during regular business hours rnultipfo proposals'(as ~n individual proj-
that I am the legal clerk of the IOWA 7:30 a.m: fo 4:3O p.m. ~ or as part bfa .=nbined pochage
The I;m~a Depa[trnent of Trar~portafion projects). The Contracting Au~ority will
(DOT) uses the Bid Express Website determine which COmbi~iton of propos-
CITY PRESS-CITIZEN, a newspaper f~,~,,.b~..~.~ ~as an o,iaal ~ep<~ory als prnduce the fow~ bid fo~ the~e proj-
for electronic bid submittal. The 10wa DOT · · ·
acts.
published in said county, and that a - will ensure that this efoctronic bid dshoal. Thelistirlgofl~rojects, and details of thel
· toryisavaitabieforatwo-hourporiod riot' ~'
· . p project, for which bids are to be taken wlli
notice, a printed copy of which is tothedeadhneforsubm~sson0f.bids, n he avaitab~e to potential bidders and sup.'
the case Of disruption of nagO~al comn~u- pliers three (3) weeks prior to the retting
hereto attached, was published in hi~rions or loss of services by dafesatthefolfowinglocedons:
www. bidx.com during this two-hour peri- Posted on the Irdernnt at www. bidx.c~m
said paper ~ time(s), on the ed, tbe Iowa DOT w~rl delay the deadline Available in the Iowa Department of
following date(s): for bid suSmissions to ensure the ability of Trar~portation's 'WeekJy Letting Report'
potential bidders to submit bids· Available by calling the Offfoe of Contracts
Instructions will be communicated to of the Iowa Department of Tranaportation
~j ~ Opening and reading of the bids will he Minimum wage rates for all Federal Aid
· performed at the Iowa Department of projects heve beenpredetarmined by the
Transportation, Ames. Iowa after 10:30 Secretary of Labor and are set forth in the
A.M. on_the same date such bids are specifications. However. this does not
scheduled to he ~eceh,ed, unless other-
apply,to projects off the Federal-Aid
Transportation. All Federal Aid projects are subject to the
All proposa~ must be filed 'on the forms Work Hours Act of 1962, R L 87-581 and
· furnished by the Iowa Department of Implementing regulations.
Legal Clerk Tmnspo~tion, Contracts Oftice, sealed By virtue of statutory authority, a prefer-I
Subscribed and st~e~rn to b -~ed plainly marked. Proposals containing e~ce will be g~ve. to products and provt-
e~.~re me any reservations not provided for in the s~ons grown and coal produced within the
Department of Transportation reserves shall be allowed a preference es agains a
A.D 20 (~ L~ ~r- the dght to w~ive technicalitio~ and to non-;'esidentbidderfromastate0rforegn
are no Federal Funds involved.
· . reject any'or all bids. - . ' country which gives or requires a prefer=
A Proposal Guarantee not less than the ence to bidders from that state or foreign
country beth on projects in which there
/'~L~ j7 shall he flied with each proposal. The
Proposal Guarad ee shall be in the form IOWA DEPARTMENT OFTRANSPORTA-
of a certified check( or credit union corti- TION ' -
Notary Public fled share,draft, cashiefs check, money OFF~CE OF CONTRACTS
order or bank· drag drawn on a solvent TELEPHONE; 515-239-$414
bank or credit union. Certified chechs or Bid Order: 107 ' No DBE Goal
credit union certified share drafts shelf; WorkType: PCCTRAIL
bear an endorsement signed by a respon-. Guarantee: $12,500.00 . .
sibie official of such bank or credit union i Project(s): JOHNSON - sTP-E-
I as to the amount certified. Cashier,sl 3715(624}--8V-52
Comml$$ton Number 715843 be made payable either to the Contracting. ALONG US 6 FROM HAWKINS DR. TO
~ oj~* ~ My Comml$$ton E~[pires Authority Or to tl~e bidder ahd~ where:
~ ~ ~ April 2, 2003 INTER. OF NEWTON RD.
made i~ayabie to the bidder, sha contain
an unqualified ~hdors~ment to the, 55504 Aprir6, 2004
Contrachng Authority signed by the bidder ~
or the bidddr's a~thor~ed agent· A prop-;
eHy completa~ 'contractor's Rid Bond'
(Form No. 65000 f ), or a p;'(~pedy complet~
ed cordFactor's Annual Bid Bond (Form
No. 650043). beth available from the Iowa
Oepartment of Transportation. Office of
contracts, may be used in rieu of thai
specified abeve~
The contracting authority will issue an,
exemption c~rtificata for the purchase or
use of building materials, supplies, and
equipment that will be used in the per~
formance of the construction contract, as
provided by ~owa Code Sections
422.42(16), 422.42(17) and 422·47(5)·
Falfore to execute a contract ar'~ file an
acceptable Performance Bond and
Cortlticate of Insurance wtihin 30 days of
the date of the approval for awarding the
contract, as herein provided, will be just
and sufficient cause for the denial of the
award and the forfeiture of'the proposal
guarantee.
Prepared by: Kim Johnson, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5139
RESOLUTION NO. 04-].57
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO A'n'EST A CONTRACT FOR
CONSTRUCTION OF THE HIGHWAY 6 SIDEWALK EXTENSION PROJECT
(STP-E-3715(624)--8V-52).
WHEREAS, Peterson Contractors, Inc. of Reinbeck, Iowa has submitted the lowest responsible
bid of $148,889.00 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the. construction of the above-named project is hereby awarded to
Peterson Contractors, Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and subject to Iowa Department of.
Transportation concurrence.
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 subject to Iowa
Department of Transportation concurrence.
Passed and approved this 18th day of Fla.y ,20 04
CITY'CLERK ~ty"'A-ttorney~s Office
It was moved by Champion and seconded by E'i ]iott the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
X Bailey
X Champion
X Elliott
X Lehman
X O'Donnell
X Vanderhoef
X Wilburn
9~99
0
r^s6 ,Fo,m CONTRACT
9-02
Letting Date: April 20, 2004 Contract ID: 52-3715-624 Bid Order No.: 107
County: JOI-INSON Project Engineer: SHOEMAKER & HAALAND P.E.
Cost Center: 849300 Object Code: 890 DBE Commitment $0.00
Contract Work Type: PCC TRAIL
This agreement made and entered by and between the CITY OF IOWA CITY CONTRACTI~t~J3T~ORITY. m-%
PETERSON CONTRACTORS INC. OF REINBECK, IA, (PE320) CONTRACTOR
It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor,~specti~cations,
the plan, if any, for project(s) listed below, together with Contractor-s performance bond, ar~nade a~'~l?art hereof
and together with this instrument constitute the contract. This contract contains all of the te~ns and ~z~nditinns
agreed upon by the parties hereto. A true copy of said plan is now on file in the office of' the Contracting
Authority under date of 0411512004 .
PROJECT: STP-E-3715 {624) --8V-52 COUNTY: JOI-.I~8ON
WORK TYPE: PCC TRAIl. .... ACCOUNTING ID: 22797
ROIJTW..: SIDEW/~K ~.XTENSION I.ENGTIt (MIl,ES): 0.27
LOCATION: ALONG U8 6 FROM HAWKINS DR. TO
OF NEWTON RB
FEDER/~, AID - PRED!~TERMINED WAGES ~ NOT IN EFFECT
The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2001
of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and
addendums: DBE--2004, DBE-040420, FHWA- 1273.02, GS-01006, SP-016084
Contractor. for and in considerations of $148,889. oo payable as set forth in the specifications constituting
a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in
accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders.
Contractor certifies by signature on this contract, .under pain of penalties for false certification, that the Contrac-
tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5
(Public Registration Number), if applicable.
In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor-
ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the
specifications.
It is further understood and agreed that the above work shall also be commenced or completed in accordance
with Page lB of this Contract and assigned Proposal Notes.
Time is of the essence for this contract. To accomplish the purpose herein expressed, Contracting authority and
Contractor have signed this and one other identical instrument as of the day of
By ~ C~n~u~rfty
Contractor
FB96 (Form 650019) Page: 1 B "* ~.
Letting Date: April 20, 2004 Contract ID: 52-3715-624 Bid Order No. : 107
It is further understood and agreed that the above work shall be commenced or completed in accordance with
the following schedule:
SITE NUMBERI CONTRACT PEI~IOD IWORKINGDAYS LIQUIDATED DAMAGES
CONTRACT LATE START DATE 06/28/2004 35 $350.00
CONTRACT NOTES
Approved By
City A~or~ey's Office
CONTRACT SCHEDULE OF PRICES Page: 2
Vendor No.: PE320 Bid Order No.: 107
Contract ID No.: 52~3715-624 Letting Date: April 20, 2004
Primary Work Type: PCC TRAIL 10:00 A.M.
Primary County: JOHNSON
Line Item Unit Price Bid Amount
Item Number Quantity ...............................
No Item Description and Unit Dollars I Cts Dollars ICts
SECTION 0001 ROADWAY ITEMS
2101-0850001 CLEARING ACRE 0.120
0010 AND GRUBBING 16,300.00000 1,956.00
12102-2710070 EXCAVATION, CY 700.000
0020 CLASS 10, ROADWAY ~2gD 14.22000 9,954.00
BORROW
2213-6745500 REMOVkL OF STA 1.980
0030 CURB 600.00000 1,188.00
0040 OF2303-3400000FIxTUREs ADJUSTMENT EACH 1.000 600.00000 600.00
0050 BACKFILL2402-0425030 GRANULAR CY 250.000 40.00000 10,000.00
2511-6745900 REMOVAL OF 000
0060 SIDEWALKSY 220. . 9.00000 1,980.00
2511-7526006 SIDEWALK, 000
0070 P.C. CONCRETE, 6 IN.SY 1,075. 25.00000 26,87'5.00
2511-7526106 SIDEWALK, SY 50.00000
0080 REINFORCED P.C. CONCRETE, 30.000 1,500.00
6 IN. ·
2512-1725206 CURB AND LF
0090 GUTTER, P.C. CONCRETE, 198.000 20.0~000 3,960.00
2.0 FT.
2515-2475006 DRIVEWAY, SY 25.00000
0100 P.C. CONCRETE, 6 IN. 90.000 2,250.00
2516-8625000 COMBINED CY 395.00000
0110 CONCRETE SIDEWALK AND 110.000 43,450.00
RETAINING WALL
CONTRACT SCHEDULE OF PRICES Page: 3
Vendor No.: PE320 Bid Order No.: 107
Contract ID No.: 52-3715-624 Letting Date: April 20, 2004
Primary Work Type: PCC TRAIL 10:00 A.M.
Primary County: JOHNSON
Line Item Unit Price Bid Amount
Item Number Quantity ..............................
No Item Description and Unit I Dollars I Cts Dollars ICts
12528-8445110 TRAFFIC LUMP ILUMP
0120 COI~ROL 3,880.00
12533-4980005 LUMP LUMP
0130 MOBILIZATION 8,996.00
12535-2000440 MODI. JId~
0140 BLOCK RETAINING WALL ISF 725.000 18.00000 13,050.00
2599-9999009 ('LINEAR
0150 FEET' ITEM H~kNDRAILLF 130.000 85.00000 11,050.00
2601-2639010 SODDING SQ 210.000
0160 30.00000 6,300.00
017012602-0000020 SILT FENCE LF 380.000 5.00000I 1,900.00
ITOTAL BID I I I 148,889.00
PERFORMANCE AND PAYMENT BOND
Bond No. 400TA5674
KNOW ALL MEN BY THESE PRESENTS:
That we, Peterson Contractors, Inc.
of Reinbeck, Iowa (hereinafter called the Principal),
and Seaboard Surety Company of Baltimore, Maryland
(hereinafter called the Surety), are held and firmly bound unto City of Iowa City, Johnson
County, Iowa, 410 E. Washington Street, Iowa City, Iowa 52240 (hereinafter called the Obligee),
in the penal sum of One Hundred Forty Eight Thousand, Eight Hundred Eighty Nine and
No/100 ........................................... Dollars ($ 148,889.00 ), lawful
money of thc United States, to payment of which sum, well and truly bc made, thc
Principal here firmly binds himself/themselves, his/their heirs, executors and
administrators, and the said Surety binds himself, his successors, assigns, executors and
administrators, jointly and severally, ftrmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that, WHEREAS the above
bounden Principal did, on the day of ,2004,
enter into a written Contract with the City of Iowa City, Johnson County, Iowa
to do PCC Trail as called for letting April 20, 2004
Proposal ID No. 52-3715-624
Project No. STP-E-3715(624)--8V-52
copy of which Contract, together with all of its terms, covenants, conditions, and
stipulations, is incorporated herein and made a part hereof as full and
completely as if said Contract were recited at length herein; and
WHEREAS, the Principal and Surety on this bond hereby agree to pay to all persons,
firms or corporations having Contracts directly with the Principal or with the
Subcontractors, all just claims due them for labor performed or materials furnished in the
performance of the Contract on account of which bond is given when the same are not
satisfied out of the portion of the Contract price which the public corporation is required
to retain until completion of the public improvement but the Principal and Surety shall
not be liable to said persons, firms or corporations unless the claims of said claimants
against said portion of the Contract price shall have been established as provided by law.
(1 of 2)
Now, if the Principal shall in all respects fulfill his said Contract according to the
terms and tenor thereof, and shall satisfy all claims and demands incurred for the same
and shall fully indemnify and save harmless the Obligee from all costs and damages
which it may suffer by reason of failure to do so, and shall fully reimburse and repay the
Obligee all outlays and expenses which it may incur in making good any such default,
then the obligation is to be void and of no effect, otherwise to remain in full fome and
effect.
Every Surety on this bond shall be deemed and held, any Contract to the contrary
notwithstanding, to consent without notice:
1. To any extension of time to the Contract in which to perform the
Contract.
2. To any change in the Plans, Specifications, or Contract when such
change does not involve an increase of more than twenty percent (20%)
of the total Contract prince, and shall then be released only as to such
excess increase.
3. That no provision of this bond or of any other Contract shall be valid
which limits to less than one (1) year from the time of the acceptance
of the work the right to sue on this bond for defect in workmanship or
material not discovered or known to the Obligee at the time such work
was accepted.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of ,2004.
Peterson Contractors, Inc.
Seaboard Surety Company
Surety
'7 Attorney.in.~fa~t
(2 of 2)
Paul Fire .nd M=rine [.surance Company Uniled Slates Fidelily and Guar~nl¥ Company
Paul Guardian Inzurance Company FidelHy and Guaranly Inzurauce Comp~my
Paul Mcrcur~ Insurance Company Fidelity and Guaranly Insurance Underwrilers, [nc.
Seaboard Surely Company St Paul Medical Liability Insurance Company
Bond No. 400TA5674
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
"Act"). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism wOuld be partially
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism losses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds $100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case, we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,000,000.
The portion of your premium that is attributable to coverage for acts of terrorism is
$o.oo.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
lheSTRluI ov
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company ~idellty and Guaranty l~surance Underwriters, Inc.
St. Paul Mercuo' Insurance Company
22789
Power of Attorney No Certlficate No. ~.?13460
KNOW ALL MEN BY THESE PR£SENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and thal
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State o f iowa, and that Fidelity and Guaranty Insurance Unde~,riters,
lnc. is a corporation duly organized under the laws of the State of Wisconsin (herein collective~v called the "Companies '), and that the Companies do hereby make,
constitute and appoint
Dianne S. Riley, Craig E. Hansen, Janet Alessio, Jay D. Freiermuth, Martha Lathmm and Brian M. Deimerly
Des Moines Iowa
of the City of State , their true and lawful Attorney(s)-in-Fach
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other wriBen instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
17~ March 2003
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this day of__,
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Company ~ETER '~~ent
S~ale of Maryland
City of Baltimore THOMAS E HUIBREGTSE. AssistanI Sccretar~
On this 17n day of March__, 2003 , before me, the undersigned officer, personally appeared Peter V~ Carman and
Thomas E. Huibregtse, who acknowledged thenrselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Conrpany, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereof, I hereunto set my hand and official seal. O
My Commission expires the I st day of July, 2006. REBECCA EASLEY-ONOKALA. Notary Public
86203 Rev. 7-2002 Printed in U.S.A.
This Power of Attorney is gnmted raider and by the authority of the following resolmions adapted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Mantle insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, lnc on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLYED, tirol in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or emities appointed as Attorney(s)-m-Fact pursuant t? a Power of Attorney issued in
accordance with these resolutions. Said Powex(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company. either by the Chairman, or the President. or any Vice President, or an Assistant V~ce Presidem. jointly with the Secretory or an Assistm~t Secretary.
tmde~ their respective designations. The signature of such officers may be engrave& pnnted or lithographed. 'I]~e signature of each of the foregoing officers and
the seal of the Compauy may Be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Anomey(s)-in-Fact for purposes
only of executing and attesting bonds and under.kings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of AJlomey or certificate bearing such facsimile sigrmmre m' facsimile seal shall be valid and binding upon the Company. and any such power so
executed and certified by such facsimile signamre~and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
Attorney issued them, to execute and deliver on Behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings~ and other
writings obligatory in the nature thereof, and any such inslmment executed by such Attomey(s)-in-Fact shall be as binding uFon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
L Thomas E. Huibregtse, Assistant Secretary of Seahoard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance
Underwriters. l~c. do hereby certify flint the above and foregoing is a tree and correct copy of the Power of Attorney executed by said Companies, which is in full force
mad effect and has not been revoked.
IN TESTIMONY WHEREOF, 1 hereunto set my hand this day of .... 200~__.
To vevify the authentici~ of this Power of Attorne)'. call 1-800~121-3B80 and ask for the power of Attorney clerk Please refer to the Power of Attorney number, the
above-named individuals and the de~ails of the bond, to which the power is attachedL
CITY O[ IOW^
410 last Washington Street
Iowa City~ Iowa 52240 1826
(319} 356-5000
(319) 356 5009 FAX
www,icgov.org
ENGINEER'S REPORT
June 17, 2005
City Clerk
City of Iowa City, Iowa
Re: Highway 6 Sidewalk Extension Project
Dear City Clerk:
I hereby certify that the construction of the Highway 6 Sidewalk Extension Project
has been completed by Peterson Contractors, Inc. of Reinbeck, Iowa in
substantial accordance with the plans and specifications prepared by Shoemaker
& Haaland of Coralville, Iowa.
The final contract price is $156,790.00.
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. 02-207_
RESOLUTION ACCEPTING THE WORK FOR THE HIGHWAY 6
SIDEWALK EXTENSION PROJECT [STP-E-3715(624)--8V-52].
WHEREAS, the Engineering Division has recommended that the work for construction of
the Highway 6 Sidewalk Extension Project, as included in a contract between the City of
Iowa City and Peterson Contractors, Inc. of Reinbeck, Iowa, dated May 18th, 2004, be
accepted; and
WHEREAS, the performance and payment bond has been filed in the City Clerk's office.
WHEREAS, the final contract price is $156,790.00
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 71 ,qt- day of .~'una ,2005.
Mayor
City (,~le rk
Approved by:
C[t~' Attorney'~Office
Resolution No. 0.5-207
Page 2
It was moved by Bailey and seconded by Champion the Resolution be
adopted, and upon roll call there were:
AYES: NAYS: ABSENT:
x Bailey
× Champion
× Elliott
X Lehman
x O'Donnell
× Vanderhoef
× Wilburn