HomeMy WebLinkAboutLIGHTING SYSTEM/MERCER PARK/BASEBALL DIAMOND #1 (2004)
I
LIGHTING SYSTEM/
MERCER PARK!
BASEBALL
DIAMOND #1
2004
--
L;':JM-;"3 5ysl-~/lVJe('cv" e('~ B&\Seb~{ M3t I o-t J--
D;c;..mol'ld :P-I / ~r;o1
/5-TwJ-01 1\~50 I '-L1 ; 0.., 01 - 17;), ~.e.fh n'b Cl P'-Lb[;c. h~ri n~ -6" -:JlA. \y 10 C,,",-
-p(O-I\S sp-ecs. -in 1'........, 0+ <:n.-J ro...cf C(.nd e.sJ. ~"...c<::iL 0+ <:.~ ~........
., I
i ns+CL/{;Vl8 ~ "e.v I; 'Jh+; ""'0 ~e.......... On fYt-erc..e..... ~r K 73:..s~ b a..11
T); kmonel :# /, cL.-red:"'J Ct 'C1eY'/t.. -IDrv<-6/;s4 ..,.,.J;c_ crt: '8A-i<!
h.l2.cv;"3 ",-.0 d: .-ed,''!) -I-Jv. R.V"\4; ",-"d 12:et:.,..-uo..../;cr.-.... .1:Y("-i!.L-\"'V -Iv
-r}Otc..e, Sa..icl ? Io..~ '0" .1;; Ie. +Or ?...blic. iYlspe.c.-/;Oi'1,
d 8-..l,,V.. 01 PIG\\"\S., Sp'u',f,c:.cJ;D71Sj pr'DpDSQ( f con-lraJ -kv 1~..Q.. ;ns/-a/(cc-hCh..
of sr,..{s lf8h'+;"'t MJ2<rc:-ev P:<vlL. \3ccs" hd l -0 ',qY>'lord -#" I ::r:;;"v"<,.
(;y~ J 4.
Ob-::J.......L.. Dt f(e.s.o l\..l..--f.;.;:ln 'Dt-/g~ "ffr:OLJ;~ ~\C:ttl.s/ sr-ec..:..f;c.a..-tio"1S, ~~1'Y1 o.f
confl"<'tr4"/ e.".J.;"l1Q.~ 0+ cos-t- -for+h~ ;>'l~k//;'1iJ Cl ne.w l0ltt'Lo sysde,..,
. On M:t(ct.v' -R...t( 1)l{.S~l:,c4( iJ;C\..rY'e>-rl -:xt:./; es-kb!is";,,~ 4....n,o",-f'J.+ of b;d
St..<:.tM"it .f.J o-.CCOO1P7 ead. b;d, dire.v-l-',l'1~ C -Ii Cle.rK -/0 ru..blis4
Cl-due"..4:,seYl1'!n+- .fo... '..b;ds. I ~ J;).;...,~ ,J;""L o-n.ct f10..C.(" L,... re.c.~;r+ 0+
b.:ds.
o3-ALl0-0t t\Jl.<;;.lil......+iDtt 04 - ~7 Ctwo...rd;'1'} c.on.}.,..Cl.f'.+ 10..- in.s-lo../J;'1f) ti. ne.w
I; "t.Ji,vt3 .sys-l--e"" On- Me.re..>"" Pa......1( (SC>.'Hb...(/ .[);q""ond ttJ.
Prcor of' 'Rcblic...o-.-t-iOYl - r\....b-tiC.e.... o-r ~bil'c- l-le..a..ri"3
~ of' I-<co I,' C-CL -+ i QYL - Ad.-. -f6r- B (cLs
.
'1- OE.C- 04. 1)e.so\........~;o't'\. 01- - ~..:z. g QCC ~r+; Y'\j Ik wo;,/~ -Co.... .fl~_ ;"l'S1c.jl'L+;~
1).f 0. n~1-O 1:~MiVl1} ~~'5--l--e.."",- -0'""'- tVt.-i.....tt.c H..f~ &"'i.W(
fJ; "'-"1o",cl 7L.t.
r ----.------
1=k.oT [I;]
Prepared by: Terry Trueblood, Parks & Ree, 410 E. Washington 51., Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. 04-172
RESOLUTION SETTING A PUBLIC HEARING FOR JULY 6 ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR
INSTALLING A NEW LIGHTING SYSTEM ON MERCER PARK BASEBALL DIAMOND
#1, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND
DIRECTING THE PARKS AND RECREATION DIRECTOR TO PLACE SAID PLANS ON
FILE FOR PUBLIC INSPECTION.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
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 6th day of July,
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 Parks
and Recreation Director in the office of the City Clerk for public inspection.
Passed and approved this 15th day of June ,20~.
.~.//J. dL_-
AYOR
Approved by
ATTEST: ~~~__J ~ ~-u..J ~~C~ ~r'1lC/o.,c
City Attorne s Office
CITY CL RK
It was moved by Champion and seconded by Wilhurn 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
par1l.slresfmercer-diam1.doc
. f
6-28-04
~~
CITY OF IOWA CITY
DEPARTMENT OF PARKS & RECREATION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
INSTALLATION OF SPORTS LIGHTING
MERCER PARK BASEBALL DIAMOND #1
IOWA CITY, IOWA
C) ,,~
=
c:'>
~o ..,..
'--
.)_....---1 r:~
0-< -._- !)
N
--: ::J co r-
0-<'-
- , ITl
n ,.,.
':)=::J =;: r:
<A - '---"
,_ 0
:i> ~
-
I
,
I
-
, ,
TABLE OF CONTENTS
Page Number
TITLE SHEET
TABLE OF CONTENTS
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
GENERAL AND DETAILED REQUIREMENTS
Section 01010 Scope of the Work and Details.................,................... 01010-1
Section 01025 Measurement and Payment................................................. 01025-1
Section 01310 Progress and Schedules......................................,..............,. 01310-1
. (:) ">
COO>
=
:;;:0 ~
::r;~ ~
,..-
0:2 :ce 11
30 t'\) -
cv 1-
,-
0' , rn
-co ""
~
':)_u ~ 0
SA C3
:.~--
.1> Ul
- I
I
I
I
I ,
ADVERTISEMENT FOR BIDS
INSTAlLATION OF NEW SPORTS LIGHTING
SYSTEM ON MERCER PARK BASEBAlL
DIAMOND #1
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 27th day of July, 2004, or at a later
date and/or time as determined by the Director of
Parks and Recreation 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 Director or
designee. Bids submitted by fax machine shall not
be deemed a "sealed bid" for purposes of this
Project. Proposals will be acted upon by the City
Council at a meeting to be held in the Emma J.
Harvat Hall at 7:00 P.M. on the 3rd day of August,
2004, or at such later time and place as may be
scheduled.
The Project will involve the following:
Installation of a city-owned, six-pole sports
lighting system on baseball diamond #1 in
Mercer Park. Work will include removal of
existing wood poles and lights, and relocation
of an existing steel pole and lights.
All work is to be done in strict compliance with
the plans and specifications prepared by the City
of Iowa City, 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
fumished by the City and must be accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed 0 ~,
=
by a corporation authorized tocontract as a surety =
;;Eo ..c--
in the State of Iowa, in the sum of 10% of the bid. '-
..1>- c::
The bid security shall be made payable to the o:;! "'= 11
TREASURER OF THE CITY OF IOWA CITY, 1'.)
::::;() Q) <-
IOWA, and shall be forfeited to the City of Iowa --< r- rn
City in the event the successful bidder fails to 1'1 ",.
022 - 0
-~
enter into a contract within ten (10) calendar days <:-''- C3
of the City Council's award of the contract and <'" ..
)> Ul
post bond satisfactory to the City ensuring the -
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be retumed after the canvass and
tabulation of bids is completed and reported to the
City Council.
AF-l I
I ,
The successful bidder will be required to fumish
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 one (1) year from and after its com-
pletion and formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Completion Date: November 12, 2004
Specified Start Date: August 9, 2004
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 Parks and Recreation Department offices, 220
S. Gilbert Street, by bona fide bidders.
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 0 =,
=
proposed subcontractors, together with quantities, ~O -=-
<-
unit prices and extended dollar amounts, )>=:; c:
By virtue of statutory authority, preference must 0-< z !l
N -
be given to products and provisions grown and =in CD r-
coal produced within the State of Iowa, and to ..-<r rn
rn '""
Iowa domestic labor, to the extent lawfully re- ("~);;g :'l: 0
quired under I.owa Statutes, The Iowa reciprocal :>/..... is
resident bidder preference law applies to this :i> '-n
Project. -
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
AF-2
--
I
. .
NOTE TO BIDDERS
1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2, References shall be addressed to the Parks and Recreation Director and include the
name, address and phone number of the contact person, for City verification.
Terry Trueblood
Parks & Recreation Director
220 S. Gilbert Street
Iowa City, IA 52240
FAX: (319) 356-5487
Phone: (319)356-5110
3. Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
""
0 C;:::::l
=
<0 ,
:;;"":j c 11
z
~
o ' N r-
--,-, 0:>
-I....,; rn
.:-<r:;:; =
--:::>22 -"-'" 0
<'" 6
"'--
)> <.n
N
NB-1
-
. .
FORM OF PROPOSAL
INSTALLATION OF SPORTS L1GHTING-
MERCER PARK BASEBALL DIAMOND #1
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PRCPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
PROVIDED.
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
City Hall
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 Specifrcctions."
The undersigned bidder, having examined and determined the scope of the C01tract
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.
LUMP SUM BID AMOUNT: BASE BID: $
ADD AL TERNA TES:
,....,
A. Utilize copper wire as opposed to aluminum wre. ADD $ 0 '=
5..2
<::0 L.
B. Install remote key switch next to electric panels in )>=:j c:
0--< Ol': !l
concession building; include spare pair of wires if N -
=10 co r-
diamond #4 is ever set up with contactors. ADD $ _--< I in
"1 :n.
--0 :::: 0
o=- C3
-- '"
:<
)> c.n
'"
FP-1
I
,
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:
"-'
0 -=
=
~() .r-
L
~
.9_, X !l
0-< N -
-Ie; ill 1
.:-< I m
m 2?:
---,-, 0
~~J
::;::::.;;;::': 23
~ Ul
N
FP-2 I
,
BID BOND
, as Principal, and ,
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated for
Project.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons perfoming
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., 20_.
(Seal)
Witness Principal
By (Title)
'Vt-JID\ ',,1\8 \JiI^O\ (Seal)
. '7\tHi8 l,,1\8 Surety
82 N!\\ 11G:ji: By
Witness Zs:O\ \W (Attorney-in-fact)
AttachPowe~o~Attamey
G31\:l
B8-1
,
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, specificctions, proposal and bid documents
dated the _ day of , 20_, for the
Project ("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
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; =
0 =
-"""
~- <.-
~:::O
e. Advertisement for Bids; );>~ c: -n
z
../
o - !'V .-
f. Note to Bidders; --\0 CD iT!
~-<i :n-
'm 0
--n :::I:
g, Performance and Payment Bond; 0 /~ is
:2: c.n
h. Restriction on Non-Resident Bidding on Non-Federal-Aid Proj~ts; N
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 altactment):
4. Payments are to be made to the Contra::tor in accordance with the Supplementary
Conditions.
DATED this day of ,20_.
~ Contractor
By By
(Tille)
Mayor
ATTEST: ATTEST:
(Tille)
City Clerk (Company Official)
Approved By:
City Attomey's Office
VND\ HO VMOI
>\cHl~) H\8
zS :01 WiI 8 Z Nnr linn
O:::fl\::l
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, jQI!jtly and
o or
severally. ~O '-
c:: 11
):> -! "'"
0-< -
N .-
-c:- eo hl
WHEREAS, Contractor has, as of , entered into a:2 r
- r1'1 "'" 0
(date) -::0 --
Q7' 6
written Agreement with Owner for Project; and ~ ..
~ en
):>
WHEREAS, the Agreement requires execution of this Performance and Payment B6n'd, to
be completed by Contractor, in accordance with plans and specifications prepared by
i -' which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter
!
referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLlGAllON are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety 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
funds to pay the cost of completion, less the balance of the Contract Price, but not
PB-1
,
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 ( ) years from
the date of formal acceptance of the improvanents 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 fumished 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 DAY OF ,
20 -
IN THE PRESENCE OF:
(Principal)
Witness (Title)
(Surety)
Witness (Title)
(Street)
WNJI ')-1\8 't/t,^O\ (City, State, Zip)
,>\831'J )J.\8
2S :01 \.1'4 82 Nflr Il\J\Jl (Phone)
::r1\:l
0
PB-2
i
I
I .
I
Contract
Compliance Program
~
CITY OF IOWA CITY
'<:\1'1\0\
.~') )'::J
1'1\0\ -{) r-. \ ,~
. '<:\ y-;", '<\\i\;~'
'1\-' -' ,>\,\\\
~1~"
'\)\',\'~
~s' 6\\-;)'
C\
.
SECTION i- GENERAL POLICY STATEMENT
it is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROViSIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another govemmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting fonns. 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 ordesignations
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.
...,
0 =
=
-"'"'
~O <-
)>, c: !l
J z
o ' N ~
-10 co !
<"'r-- m
'-'rn ~ 1-:
,,:0 ~. '-J
~^ 9
)> <J1
N
CC-1
I
,
SECTION II - ASSURANCE OF COMPLIANCE
I 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
I 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
payor 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 behaf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S,C. ~ 1608 et seq.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. 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, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
.....,
0 =
,- ~
~O '-
P:-j c::
:.: 11
O-~ N
--l0 co r
---~ fTJ
~ .......,
m """
:=>:0 :z 0
'~A 6
;2: ,
>)> en
CC-2 N
I
I
.
6. How does your business currently inform applicants, employees. and recrui1ment 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
"--'
0 ''''
=
~O ~
<-
p- c:
-j ~ fl
0-<' N -
:jQ co r-
- " m
m ::
,--) :::rJ 0
'-A
~ Cl
U'l
N
CC-3
I I
. ,
SECTION 11/ - 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.
~,
0 c-...:;,
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER =
$'"
-< t-
<_0
Designate an equal employment opportunity officer or, at minimum, assign sOme6n~the ~spon1ibility of
administering and promoting your company's Equal Employment Opportunity Pro9mm___Thi~erspnshould
have a position in your organization which emphasizes the importance of the progra~ ~ m
. -fTl~O
..~
. -~ -
3. INSTRUCT STAFF . ~ 7;;. C?
Your staff should be aware of and be required to abide by your Equal Employment apporb.m~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 poos. 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 fo!?" 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, transfer and training are based
upon a fair assessment of an employee's ability and work record. Furthermore, all companies
should post and otherwise publicize all job promotional opportunities and encourage all qualified
employees to bid on them.
CC-4
I
-.
. I ~ j
-...= -~~
;t~~~ ~
-...::..", ...l1li.'
.......-
~ CIty of ~
~ eX
i
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.
i
,
i
r--:>
=
0 =
"'-
:2::(} ,
p- c. 11
-:j ::JC
()' N I
-J(} co iT1
-:(j "'"
'm "
0;;1 ::l:: u
<;:" C5
)> U1
N
,
i
CC-5 I
I .
2-3-1 2-3-1
CHAPTER 3
DISCRIMINATORY PRACTICES
SECTION: C. It shaU 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 IIse 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 Of membershIp be-
IntimIdation cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religIon, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
2-3-1: EMPLOYMENT; EXCEPTIONS:
O. Employment policies fl!llating to preg-
I A. II shall be unlawful for any employer nancy and ~hlldblrth shall be govemed
to refuse to hire, accept, register, by the followIng:
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 practlca 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 2. Disabilities caused or contributed to
orientation.
by the employee's pregnancy, mlscar-
B. II shall be unlawful for any labor orga- riage, childbirth and recovery there-
nlzation 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 wrttten or unwrlt..
privileges, rights or benefits of such ten employment policies and practices
membership, apprenticeship or traln- involving terms and conditions of
Ing because of age, color, creed, employment as applied to other tem-
dIsability, . gender identity, marital porary disabilities.
status, national origin, race, religion,
sex or sexual orientation of such ap.. E. II shall be unlawful for any person to
plicant or member. solicit or require as a condition of
employment of any employee or pro-
N\OI
, II':) \1\ '
\1N\q\~:) r.~'J 897
Iowa City '-}I'D II\' '1\\\\1.
~ \\\
I,\\l ~(,
?,S ..\)\.
. -:3.\\~
0--
CC-6
I
. .
2-3-1 2..3-1
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 concernIng employment, pay creed, disability, gender identity, mari-
or benefits to an employee or pro-. tal status, national origin, race, reli-
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 p'rohibited. The prohibitions of this 3, The employment of individuals for
subsection do not apply if the State work within the home of the employer
epidemiologist determines and the if the employer or members of the
Director of Public Health . declares family res/de thereIn during such em..
through the utilizatIon of guidelines ploymen!.
established by the Center for Disease
, Control of the United States Depart- 4. The employment of individuals to
I ment 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 a significant risk of
transmission of the hum'an immunode- 5. To employ on the basis of sex In
fic/ency virus to other persons in a those certain instances where sex is a
specific occupation. bona fIde occupational qualification
reasonably necessary to the normal
F. The following are exempted from the operation of a particular business or
provisions of this Section: enterprise. The bona fide occupational
quallficat/on 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 classl-
based on religion when such qualiflca- fication which serves a bona fide pub-
tions are related to a bona fide rell- lie 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 disabil/ty is a bona fide occu-
religious educational facility or rell.. pational qualltlcation reasonably nec-
glous Institution shall be presumed to essary to the normal operation of a
be a bona fide occupational qualifica.. partiCUlar business or enterprise. The
tlon. (Ord, 94-3647,11-8-1994) bona fide occupational qualification
, shall be interpreted narrowly. (Ord.
94-3647, 11-8-1994)
,...,
=
0 =
.r-
:2:0 <-
c: Ii
897 )>:::j :z I
0-< ~ i
Iowa City N I
-0 Cf) m
.:<:~ ".. 0
-:D ::r~
,,- Ci
~/,
-s:
CC-? )> U1
, . N
. ,
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportclion
"Standard Specifications. for Highway and Bridge Construction," Series of 2001, as amended, shall
apply except as amended in the Supplementary Conditions.
""
Q =
c-..>
.-
:2:0 ,
)>-1 2 11
L
,,-< N r-
L,
;::20 OJ hl
_ r >
[T1 :Jl: f!
OIl '-../
'7' Cl
~ U1
N
GC-1
. ,
SUPPLEMENTARY CONDITIONS
*************************************************************************************************************
'"
ARTICLES WITHIN THIS SECTION -=
Q ~
:>-'0 ,-
c:: -n
).>:;J ,-~
,~
o ' N 1
:=\0 0:> m
S..1 Definitions
-<, :D> .-'
S-2 Limitations of Operations - rn :x U
S-3 Insurance O:JJ '2
<;;,,,
S-4 Supervision and Superintendence :;; U1
S-5 Conceming Subcontractors, Suppliers and Others w
S-6 Compliance with OSHA Regulations
S-7 Employment Practices
S-8 Contract Compliance Program (Anti-Discrimination Requirements)
S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects
Caption and Introductory Statements
These Supplementary Conditions amend or supplement I?ivision 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 lOOT STANDARD SPECIFICA-
TIONS,
"ENGINEER" shall mean the Director of Parks & Recreation 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.
S-2 LIMITATIONS OF OPERATIONS. .
Add the following paragraph to 1108.03 of the lOOT STANDARD SPECIFICATIONS:
SC-l
.
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 DIRECTOR.
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
1. Before commencing work, the C01tractor 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 shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage
Comprehensive General Liability Each Occurrence Aggregate
Bodily Injury & Property Damage. $1,000,000 $2,000,000
Automobile Liability Combined Single Limit
Bodily Injury & Property Damage $1,000,000
Excess Liability $1,000,000 $1,000,000
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
.Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
,...,
Q =
C:)
~
:2:0 L..
)>-\ ~ Il I
0--< '" r-
--,,.-... co
---, ..... ~' hl
.--< , '""
m -,
-::D ::Jt t....J
0;7
;E , =
)> t.!'!
W
SC-2
.
In addition, the Contractor shall be required to comply witlJ the following provisions with
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified i1
the policy and on the Certificate of Insurance, must, under the policy, be available to pay
damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction 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
I 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
I limitations not common to the type of coverage being provided, such exclusions or
, limitations shall be noted on the Certificate of Insurance.
I 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,
I 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 low bidder, or declare a default and pursue any and all remedies available to tQ9
~ 0 g
~ -'='"
~O '-
-{ S JJ I
-< ~
(') '"
';<0 co -
, , rn
rn ;bo
-:JJ :Jl: G
0--
~^ 9
SC-3 ):> CJ1
w I
. .
6. In the event that any of the pOlicies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance, and such
losses reduce the' aggregate limits of Contractor's liability insurance below the limits
required hereunder, then in that event the City may in its discretion either suspend
Contractor's operations or activities under this Contract, or terminate this Contract, and
withhold payment for work perfonned on the Contract.
7. In the event that any of the policies or insurance coverage identified on Contractor's
Certificate of Insurance are canceled or modified, the City may in its discretion either
suspend Contractor's operations or activities under this Contract, or tenninate this
Contract, and withhold payment for work perfonned on the Contract.
C, HOLD HARMLESS
1, The Contractor shall indemnify, defend and hold hannless 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.
5-4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the lOOT 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. CONTRAC-
TOR shall provide to DIRECTOR the phone number and/or paging service of this individual.
5-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraph to 1108.01 of the lOOT STANDARD SPECIFICATIONS:
Bidders shall list those persons, finns, companies cr other parties to whom it
proposes/intends to enter into a subcontract regarding this project as required for approval by
the City and as noted on the Form of Proposal and the Agreement.
If no minority business enterprises (MBE) are utilized, the CONTRPCTOR shall furnish
documentation of all efforts to recruit MBE's.
'"
0 =
=
~3 ..<'"
'--
~ Tl
0' N -
-;0 co r---
_-<r ". m I
m
-::0 :x G
~^ C5
)> Ul
SC-4 c..>
---- -
-
. .
5-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the lOOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requiremerts of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
The Contractor will provide Material Safety Data Sheets (MSJS) for all hazardous chemicals
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right-to--know.
5-7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or
mental condition is such that his/her employment will endanger the health and safety of them-
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee. ""
=
0 =
.r-
To discharge from employment or refuse to hire any individual because of s~ ffiI::e, ~Ior,
religion, national origin, .sexual orientation, gender identity, marital status, agl," ()f~ disaoility 11
unless such disability is related to job performance of such person or employee.O C' ';;; I
-i-' m
:<r'
5-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). 5: 0
O~" -
~' c:>
For all contracts of $25,000 or more, the Contractor shall abide by the requirements the g:r.s
Contract Compliance Program, which is included with these Specifications beginning on page C .. .
5-9 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 lOOT STANDARD SPECIFICATIONS.
5-10 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 lOOT Standard Specifications. The City of
. Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to
project acceptance by the City Council, the Contractor shall submit to the Director a statement of
taxes paid, including all information required by the State of Iowa for reimbursement of taxes.The
City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa.
Reimbursement to the Contractor will Occur within 30 days of the City receiving reimbursement
from the State. Tax statements submitted after the project has been accepted by the City Council
will not be accepted or reimbursed. I
SC-5 I
.
S-11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105,06 of the lOOT 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.
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.
.....,
0 =
=
.r-
:2:0 <....'
)>--; c::: 11
Z
_/ .-
O' N r-
~c) co tn
_-<I :c>
m 0
-:JJ :::;;:
~^ C3
)> U1
c..J
SC-6
-- -
. , .
RESTRICTION ON NON.RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
PROJECT NAME:
TYPE OF WORK:
DATE OF LETTING:
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the publiC 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 hislher 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:
6/04
data on cilynllEng/MaslerSpec:s/frontend,doc
.....,
0 =
=
~
:2:0 ,
)>--1 E Il
=
0--< '" .-
:::;0 CO rn
-<i
". m "'" \1
-:JJ :x
97' ....../
9
~ U1
<.J
R-l
-
-
. , .
I
SPECIFICA TIONS
GENERAL AND
DETAILED REQUIREMENTS
,
~,
=
- =
o .&"
::2:0 <-
)>=1 ~ II
-< -
0' N ,-
=10 0:> m
,"<m ,.,. n
11:::K: '
-:D' '-'
~^ '?
)> U'1
W
. ,
~ 6/28/04
SPECIFICATIONS <5:?
:zo '2:
"","-, ~ 11
->"-1 - __
LIGHTING PROJECT S-~~ ~ r;,
MERCER PARK BASEBALL DIAMOND #1':-< \-n ~ 0
CITY OF IOWA CITY ~~ ~
>': c...:>
Scope of Work
Contractors bidding this project are submitting a price to assemble and install the light system
already purchased by the City ofIowa City for the lighting of Mercer Park Baseball Diamond #1.
The lighting system previously purchased is the Light..Structure 2 System by Musco Lighting,
LLC.
The successful bidder is responsible for a complete installation of a fully functional sports
lighting system. Installation is to meet all local, state and national codes. All equipment needed
for the electrical installation leading up to the poles is to be supplied by the installing contractor.
Any questions regarding the installation of the lighting system, please contact Todd Stych,
Musco Lighting, LLC representative, at 563-260-0994. Other questions should be directed to
Terry Trueblood, Director of Parks and Recreation at 356-5110. If not available contact
Mike Moran at the same number.
Electrical
Contractor Responsibility
The installing contractor shall be responsible for providing the materials, equipment and
installation of a complete and operational electrical system commencing from the load side of the
service transformer and terminating at the safety disconnect breaker within the electrical
enclosure, 10' above grade, on each lighting pole. The electrical contractor shall coordinate the
transformer and switchgear locations, as well as identifYing the voltage and phase of the service,
with the local power company and the Owner's representative before any equipment is installed.
Contractor is responsible for furnishing materials and labor as follows:
1. Install a new 400 Amp Square D panel on back side of existing service equipment
located outside left field fence.
2. Install new lighting contactors controlled by a key switch for on-off operation of
lights.
01010-1
. .
3. Drill holes and install 6 Musco supplied concrete bases and 5 Musco supplied
poles, relocate the one existing steel pole to one of the new bases; all per Musco
design specifications.
4. Trench and install direct burial underground aluminum' wiring to each of the 6
poles, with wires sized appropriately for voltage drop.,
5. Remove existing wood poles and lights and lay poles close to where they are
removed; relocate existing steel pole to new base; fill holes left by removal with
soil and compact. r-->
"'"
0 =
.;:-
6. Restore ground and seed as necessary. ~o <-
c: -n
):>-' :z:
-.
/ -
-', N ..----
. . So CD f-r\
System DesIgn :< ~ ~ 11
The ~Iectrical system equipment shall consist of: 0 :r: ~ 'J
~/ ..
· Conductors and conduit from the main service transformers to the service entrance ~el
board.
. The service entrance panel board with appropriate individual circuit over-current
protection. The panel board shall meet local and National Electrical Code (NEC)
requirements for the size of the service, AlC rating, and the type of environment to which
it will be exposed. Electrical switchgear housing will be mounted either on a permanent
structure wall or on a frame constructed from 3" galvanized angle iron, a minimum of
1/4" thick, with hardware that is either stainless steel or hot dipped galvanized, All
feeder brakes shall be bo It on type.
. Conductors and conduit for the feeder and control circuits from the service entrance panel
board to the lighting control contactors. Lighting control contactors, supplied by the
installing Contractor shall be sized per local codes and the NEC according to the circuit '
amperage. The contactors shall be rated for H.I.D. lighting applications and shall be
housed in a NEMA 4 enclosure.
.' Conductors and conduit for feeder circuit from the service entrance panel board (or from
the contactor panel if applicable) to the safety disconnect breaker mounted in the
electrical enclosure on each lighting pole 10' above grade.
. Grounding conductors and grounding methods for the following:
I. The main service entrance panel board (per NEC or local codes).
2. The lighting contactor enclosure (per NEC or local codes).
3. Each electrical component enclosure mounted on the lighting poles
(Equipment Grounding System - per NEC or local codes).
4. Lightning Protection for individual poles as follows (per NFP A 780):
. A 5/8" x 8' copper grounding rod buried vertically in undisturbed
earth. The bottom tip of the grounding rod should reach a
minimum of 10' below grade (one rod located at each pole).
. A copper grounding conductor (size #2) shall be connected to the
top of the copper grounding rod and extend and connect to the
01010-2 j
I
. .
grounding lug located inside the handhole of the pole
approximately 10' above grade.
. Underground wiring shall be. buried to a depth meeting the NEC and local electrical
codes. Acceptable wire types need to comply with any local requirements. If above
ground conduit must be used, it shall be rigid galvanized steel. Conduit elbows located at
the electrical panel should be rigid conduit, as opposed to PVC.
Trenching or Directional Boring
. The installing contractor shall be responsible for locating all underground utilities
including, but not limited to, natural gas, electric, water, sewer, cable TV, and telephone.
. The owner shall be responsible for locating and staking any underground facilities that
are not utility rated. Owner accepts responsibility for damage to such facilities that are
not properly located or staked.
. Trenching depth and width shall be adequate to install appropriately sized conduit and to
meet local and National Electrical Code.
. Trenches shall be back-filled with excavated soil and compacted to approximately the
same density of the surrounding soil to minimize settlement.
. No trench line or feeder circuit shall cross the playing area,
Design Standards
. All circuits shall be designed so as not to exceed 3% voltage drop at the safety disconnect
breaker in the electrical enclosure near the base of each pole.
. All work shall meet local and National Electrical Codes. It shall be the installing
I contractors' responsibility to correct any work deemed unacceptable by local electrical
! inspectors.
. Each pole shall be on.a dedicated circuit. Consult lighting equipment specifications and
lighting manufacturer for special circuitry information.
Site Visit
A pre-bid meeting will be held at the site on July 20, 2004 at I :30 p.m. All prospective bidders
are encouraged to visit the site of the project, and may do so on their own if unable to attend the
pre-bid meeting.
Delivery of Light System
. Delivery of lights from Musco will occur in early August.
Starting Date
The successful bidder will receive authorization to proceed within one week after the bid is
awarded, and may begin work anytime thereafter (on or about August 9, 2004).
r--.>
0 =
Completion Date =
or-
November 12, 2004 ~~ '-
c:: 11
-' =
n ' ~ ~
=in 0) :
..-<r fT
",. . I
m \...J
-:n ~
o.~<
01010-3 :;'>/'. C5
j> c..n
w
i
-..-
. ,.
Testing
Upon completion of project the contractor and manufacturer's rep will be responsible for
gridding the fields and taking light measurements in the presence of the owner. Manufacturer's
rep will provide written test results showing compliance with proposal. Testing will be done
with full/complete grids as outlined in design section. Light readings are to be taken (in
accordance with IES guidelines) after 50 hours of use and allow for a a + or 10% variance when
compared to initial footcandle scans.
Rejection of Bids
The City of Iowa City reserves the right to reject any or all bids. I
I
I
i
....,
=
0 =
.r-
zO <-
c::: -n
):>==i -r.
~- -
(') N r
-0 0:> [il
~~ 5t 0
-::0
0-- a
z-'" U'1
):> w
01010-4
. " .
'J ~ N N gl
" :O:OS1?
0' g ~:!::~." m
g +- ,OWl ~ ~ ~ ~ ~.~ 0
o' 111 ( c
~ 'ij
0. +- ~f ;::
3' '" ~1 ~~~i:.~
m
~ Ln en Ln Ln ... W W W W tv --i
0 W '" W f-' en '" -J CO tv w <'1!1<!Ufii
o'
~
0 tv '" en w CO tv 0 en en -J 0 -i
. <:;!qq~ Z
~ Gl
~ en --.! --.! --.! --.! Ln ... ... ... .. ... <D;;:'" ~~
!I CO Ln tv Ln 0 W W en --.! Ln 0 ...
~. CO '" '" ... --.! ... tv f-' en tv 0 ... :;;:: F3!"'?i!:i
0; ... .... ... i,~
91~ Ln -J --.! --.! en Ln ... ... .. ... Ln W
o '" W tv en W --.! Ln en f-' .. '" 0 tv
~-+ en '" f-' w CO CO 0 tv Ln -J W Ln
~ ~I~
~ Ln -J --.! en Ln .. W W ... ... Ln W
iil f-' Ln W ... W Ln '" en f-' '" ... en
"
0 W ... W W '" --.! en W .. '" W --.!
a
!8i ... --.! en Ln ... W W W W .. ... tv
en 0 -J W tv Ln f-' f-' '" CO en en ~j
CO -J '" '" CO ... 0 ... '" w CO 0
W Ln Ln ... W tv tv tv W ... W
CO W lJ1 Ln Ln '" en CO Ln ... '" Q ;;::
tv .. '" -J .. 0 lJ1 .. 0 f-' CO m
~
w .. ... w W tv tv tv tv W ... m
--.! w en '" f-' en w .. '" '" tv ::0
j~ 0 tv 0 en 0 Ln CO f-' --.! CO tv "tl
"'+ ~
... ... ... w W tv tv tv tv W tv '"
WI~ f-' en f-' en f-' CO .. .. --.! W '"
tll
en f-' tv W ... .. f-' f-' 0 W ~
W ... ... ... w W tv tv tv tv m
CO -J .. f-' '" Ln '" -J en w tll
)>
en en Ln .. CO 0 --.! 0 CO en ,...
,...
w ... .. ... .. ... w W tv "'II
tv Ln '" CO CO .. '" w w iii
,...
--.! tv --.! '" W f-' '" W en 0
r-'
<='
tv ... Ln Ln .. W .. tv 6 =
w 0 0 .. en '" tv '" or
:?:o <-
0 0 w w co '" tv S \l
:v-::::; - -
tv W W tv 0-< N ,-
.. tv en en ::::.0 CO '01
Ln --.! 0 :<~
:po 0
:It
'~I () -::JJ 9
'" ~7'
U'l
):> c..:>
~~E"!;:!!
CDCD33:i
0 +s-as::o w~.::oz 3'3'2: z ~~: 3;r : ,; -i' . ~z ocs:::t>S::S::J>-1 05~~ ~'ftCD'O~
::l'OcO fg.~UJ 3~CDQ E;~ ::;- ~.(') )> 0 o ::; -. -.:J ....,Ql
80urtl -g,E:);! _.ca m .a 52; ~ w::o< C <(j)Ql<S"w<Ql z;:ocn:j ~o?!'<-1
II :J 0.(")-< . "'<
8~&5.. ~ "- 9:!.(il e. -00 3 .. _~cg_.~.~r.a "Nlll~ 0)...... (11"0
"UCJI@O::!2 ocrUl, -5 ~~ca: '" ....C a: ~ g' 0; r-n" gg ~~~~ 3~ So ':c:~ "!1!
(J) Q.~Q...cnG'l O:9!..~~ :I:3&- . lO'~~ ):0)>-
() c __ -oI <bii)'tfl-f c:o_:r .00 0.0. 3 "'00 ~~ :O'::!::!~3~d' zZ'F
)> b as'O"'" <5-~3a fD@CP= ~::Ir- =0.;- " ;::@-I m~rC
r- ~ ~~~9 ~" z ...c::8.~ "oC 3 ~.g m 00-= 3; g .. a )>r- ;::
_00 ~g~~ 003 ~ 0-- "&3 ~
m Ox+;u O'C -. ~.tg ~ mO" -i" - :30'1................,
~jl)wm ;o::-....~ '" "c:~ NO Z !ll <OOHII;-
g 8 'Dr-tO lt~~~ m 0-'
'" z g.a~@ (O~ -. g.gg 0. 0'" _ ~~ 110 ~ ~~go
0 CIlQG5~ =tu c... 5=(i)"m ~;;:tQ ..0 -i -
"'II ~~< ~ ~. ",0 0 -...JO:;ES:
17l-g6;tj 0111 UJm meO (D!:1~ Q r-" ~
"8" ::I::'N ~ l:: (ice ~ o~~~......," )" _0 'OJ
m Ql::!O . -3m !"l (b O~ g,g::i < 0 0 -0 !'< :....u,~~~~~J\,)::!l )> Z m ~ ;::
m ::l~ZO m ::i":S: 5-'0 m~" 1l' r-m Z ~ <f ~r-
3' . prflS- ....m .........O)...............J\,)Ul~ 0
-l ~~.G>~ g!!!.~ ~" 0 m 2!~ ...oocoO)w...... 0. ~ )> -0
m :I:~ . e" Zc: r- 0 " '"
cg:g:~ !a~~ ~oo. ,,"" " n m ;(, 815
,,~c 0-0 c'" n en ~
co rn Q. o~ s: 0;
s-sa ~or.. 3 ~ 2. -- ~ 0 :;
l1lz~ oS n il 0
'PS:6' ~'ai III (1) 0' ~ .. 0~"'~"'''''''_1~ ..
~.:""3 ~)>g ~0 x ;::
0" ~e. . 0 0 . '" J\,)Ul...... N
~ III =: N' N......~ . . . 0
~o .... 0 0 co wcoJ\,)~<OcoO)o~
'" ~. 5'0 '< " il. 0 3' prp ~Ul O)OJCOC>>O)~N cr
0 .,. 0 0 - '" "'0'"
0. ,"0," '"'"
....0.... 0
01010-5
-
~ " .
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 paidon a
unit cost basis. In either case, some work may be required for which a separate pay item is
not provided. Completion of this work is required. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate paymel)1"will be
made, =
- =
o .:-
""-0 t-
PART 2 - PRODUCTS ~- c:: -n
'J:="--! %
0:'< '" F
2.01 NONE -0 OJ m
~r I
- rn '"'" 0
-:0 :I::
PART 3 - EXECUTION ~7' 9
)> ~
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
" .. .
3,02 BID ITEMS:
A. GENERAL
The following subsections describe the measurement of and payment for the work to be
done under the items listed in the FORM OF PROPOSAL.
Each unit or lump sum price stated shall constitute full payment as herein specified for each
item of work completed in accordance with the drawings and specifications, including clean
up.
It is the Contractor's responsibility to identify the locations of public and private utilities. No
additional compensation will be made for any interference or delay caused by the
placement and/or relocation of said utilities. No additional compensation will be made for
repair costs to fix damage caused by the Contractor or hislher Subcontractors.
Work associated with existing items on private and/or public property that are to be
protected, removed, relocated, replaced, reinstalled or modified is considered incidental
unless it is listed as an item in the FORM OF PROPOSAL, Existing items damaged or
unsuitable for relocation or reinstallation will be replaced with like item and painted, if
necessary, at the Contractor's expense.
All trees and shrubs shall remain and be protected from damage unless specifically noted as
"REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by
the Engineer. The prices for those items which may have any impact on existing trees and
shrubs shall include compensation for special precautiomry measures required to prevent
injury or damage to said tree, shrub or root system.
The prices for those items which involve grading or excavation shall include canpensation
for top soil removal and replacement (unless it is listed as an item in the FGRM OF
=
PROPOSAL), disposal of surplus excavated material, handling water, @lstallatiQiI of all
necessary sheeting, bracing and temporary fencing around all open excavaaufiS an~pplYn
placement and compaction of specified backfill. )> ~ z _
. 0 ~ I
-" .
The prices for those items which involve surface removal adjacent to b\!itdiITgs oVaulfSl1
shall include compensation to protect exposed surfaces from water which ~fHeak .<)r seelJ-j
into vaults and/or basements. . ~ '^ '?
)> U1
All labor, materials and equipment required to bring surfaces to the proper elevati~ and
density including loading, hauling, and disposal of unsuitable material, below grade
excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill
material, and all such work as may be required to make the grading work complete with a
uniform surface free of rock, broken concrete, tree roots, limbs and other debris' is
incidental to this project unless it is listed as an item in the FORM OF PROPOSAL.
The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and
parking tickets. The Contractor must figure these costs into their bid prices. The City will
not waive parking fees or fines. Permits paid for by the Contractor will be issued only for
construction vehicles, not personal vehicles.
The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent
driveways, streets, sidewalks and private property, when mud and debris is deposited there
as a result of any construction activity. The cost of clean up shall be incidental.
01025..2 I
I
----
. .. .
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 street closings. Work may not begin until the schedule is
approved by the Director.
N
B. The Contractor shall submit updated construction schedules at tw.o... week ;mtervals
throughout the project. ~ () ~
)> ::::\ :z; JJ
PART2-PRODUCTS 0-< ~ .-
None. ':2. Q 01
- \-n ~ 0
PART 3 - EXECUTION 9 ~ <?
z U'I
3.01 MEETINGS PRIOR TO CONSTRUCTION: )> c..:>
A. A Pre..Bid meeting will be held on July 20, I :30 p.m., Mercer Park, Baseball Complex.
B. A Pre-Construction meeting will be held prior to beginning work.
3.02 PROGRESS OF WORK:
A. Specified completion date is November 12, 2004. The specified start date is August 9,
2004.
B. No work shall be done between the hours of 10:00 p.m, and 7:00 a.m. without the approval
of the Director.
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.
D. Restoration activities such as pavement replacement will fdlow closely behind the work
even if multiple mobilizations are necessary.
E. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
01310-1
?R$ ~
.
,
Prepared by: Marilyn Kriz, Parks and Recreation, 220 S. Gilbert, Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. 04-188
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF
CONTRACT, ESTIMATE OF COST FOR THE INSTALLING A NEW LIGHTING
SYSTEM ON MERCER PARK BASEBALL DIAMOND #1, 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 CITY COUNCIL OF THE CITY OF IOWA
CITY IOWA, THAT:
1, The plans, specifications, form of contract, and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above
named project shall be in the amount of 10% 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 City Hall, until 10:30 a.m, on the 27th day of July, 2004,
or at a later date as determined by the Director of Parks and Recreation or designee,
with notice of said later date to be published as required by law, Thereafter the bids will
be opened by the Parks and Recreation Director or 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 City Hall (in Emma J. Harvat Hall), Iowa City, Iowa, at 7:00 p,m. on the 3rd
day of August, 2004 or at such later time and place as may be fixed.
Passed and approved this 6th day of July ,20~.
~/4!. ~~
AYOR
Approved by
ATTEST:~~oJ!- ~~ 1ItJ!1./ ) . ~ '=>12It lu~
CI LERK City Attorney's Office
parksrecJreslrrercer Iighting.doc
-
. Resolution No. 04-188
Page 2
It was moved by Vanderhoef and seconded by Wil burn 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
""'
~w ww
I
Prepared by: Terry Trueblood, Parks & Rec, 410 E. Washington 51., Iowa City, IA 52240 (319) 356-5110
RESOLUTION NO. 04-227
RESOLUTION AWARDING CONTRACT FOR INSTALLING A NEW LIGHTING
SYSTEM ON MERCER PARK BASEBALL DIAMOND #1.
WHEREAS, Merit Electric, Ltd. of Iowa City, Iowa, has submitted the lowest responsible bid of
$33,567 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 Merit
Electric, Ltd., 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 3rd day of Auaust ,20 04
J2-/~ ~~
MAYOR .
Approved by
ATTEST: ~ ,f'. J::b~ III~ .(J, .-~ -t:; ?/t'7,4.,..
CI LERK City Attorney s Office
It was moved by Wilburn and seconded by Bailey 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
parksredreslawrd mercer lighting.doc
I
L
Printer's Fee $~ r'). lo'}
CERTIFICATE OF PUBUCATION
STATE OF IOWA, ,OFFICIAL PUBLICATION
JOHNSON COUNTY, SS: Publish 6/30
NOTICE OF PUBLIC HEARING ON
THE IOWA CITY PRESS-CITIZEN PLANS, SPECIFICATIONS; FORM OF
FED. ID #42-0330670 CONTRACT AND ESTIMATED COST
FOR INSTALLING A NEW LIGHTING
SYSTEM - ON MERCER PARK BASE.
BALL DIAMOND #1 IN'THE CITY OF.
I, .IOWA <2ITY. IOWA
TO All TAXPAYERS OF THE CITY OF
Linda Krotz, being duly sworn, say IOWA CITY, IOWA, AND TO OTHER
INTERESTED PEA SONS:
that I am the legal clerk of the IOWA Public notice is hereby given that trie City
CITY PRESS-CITIZEN, Council of the City of J,owa City, Iowa, will
a newspaper ~~?t a public hearing on plans, speci-
fications. form of contract and estimated
published in said county, and that a cost for installing a new lighting syStem on
Mercer Park Baseball Diamond #1 in said
notice, a printed copy of which is City at 7:00 p.m. on the 6th day of July,'
hereto attached, published 2004, said meeting. to be held in the
was in Emma J. Harvat Hall in City, Hall in said
said paper J time(s), on the City, or jf said meeting is cancelled, at the
n.ext meeting of the City .Council there-
foJklwing date(s): . ~.ft~ ~EOst~~~~~ Cle~__,._~
Said plans, specifications, form of con-
-J Lt /i\.<=. 3d ~ ~('Jc)C1 tract and estimated cost are now on file in
the office of the City Clerk in' City Hall in
. Iowa City, Iowa, and may be Inspected by
any interested persons.
Any interested persons may appear at
said meeting of the City Council for the
Y-A~c~ purpose of making Objections to and com-
ments concerning said plans, specifica-
tions, contract or the cost of making said
Legal Clerk improVement. .
Subscribed and s,ID to before me 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
this~aYOf (,(~
A.D. 20 . 57369 !une 30, 2004
~~~-
Notary Public
:i ORLENE MAHER
! ! Commission Number 715848
My Commission Expires
.. Aprl12,200S
I
Printer's Fee $ 53,40
CERTIFICATE OF PUBUCATlON I-;eportedlothecily, Council. "1
The successful bidder will be required to
STATE OF IOWA OFFICIAL PUBLICATION furnish a bond In an amounl equal to onel
, hun-dred percent (100%) of the contract
JOHNSON COUNTY, SS: ADVERTISEMENT FOR BIDS price. said bond 10 be issued by a 'espon'
INSTALLATION OF _NEW sible surety ap-proved by the City,. and'
THE IOWA CITY PRESS-CITIZEN SPORTS LIGHTING SYSTEM ON MER. shall gua"",tee the pmmpt paymenl 01 all
CER"PARK BASEBALL DIAMOND #1 . . materials and labor, and also protect and
FED. ID #42-0330670 Sealedpmposalswillbereceive~bythe save harmless-the City from all dalms
City Clerk of the City of Iowa City, Iowa; and damages of any kind caused.directly
until 10:30 A.M. on the 27th day of JulY. or indirectly by the ,operation of'the con,
I 2004, or at a later date and/or time as! ..traCt, an~L"shall. also "guarantee':the
, determined by the Director of Parks and . mainte-nance of the improvement for a
L' d K b . Recreation or designee, with notice.of;: period of one (1) year_from and atter its I
In a rotz, elng duly sworn, say said later date and/or time to be pub- 'com-pletion' and formal accep-lance by
th I th I lished as required by law. Sealed propos- the City Council. ' , i
at am e egal clerk of the IOWA als will be opened immedl-ale-Iy there, The following limitations shall apply to '
CITY P S- after by the Director or designee. Bids this Project: ','
RES CITIZEN, a newspaper sub-mltted by fax machine shaJ! nol be Completion Date: November 12,2004
bl' h . . deemed a "sealed bid" tor purposes of, Specified.Start Date: August 9; 2004
pU IS ed In saId county, and that a this Project Pro-posals will be acted' 'j, The pla:ns, specifications and proposed
.. . . upon by the City Council at a meeting to con-tract documents may be examined at :
notice, a pnnted copy of whIch IS be held in the Emma J. HarvalHall al Ihe office of the Cily Clerk. Copies of said '
h h .. ,7:00 P.M. on the 3rctday of August, 2004, plans and spedfi~tions and form of pro-
ereto attac ed, was pubhshed In or at such later time and place as may be posal blanks may ~ secured at the Park;s- ,
'd I . scheduled. and Recreation Department offices, 220
sal paper tlme(s), on the . The Project,will involVe,the following: S: Gilbert StreeI,'Iby'bonaJ.idebidders.
f I . Installation of -a, city-owned, P~pective bidders are advisedthat the i
01 oWIng date(s): six-pole sP9rts l!ghting system on ~a~ ~ityoflowaC~d~irestol!mpJ_c?yimir]Or;:
...-.-. ball diamond #110 Mercer Park. Work Wilt lty contrac-tors and, subcOntractors on F
,J u.. L \:J ~O 0 c-j inclu~e removal' of, e~ting wood po!es, , City projects. A list(n.9 of,minOrity ccintrac-j
d- ) an9 hghts, and relocatIOn of an existing tors. can be ob-lalOed fro,m ,the Iowa
steel pole and lights.' Department of Economic Development at
All work is to be done i!"!.strict compH-' (515)'242-4721 and the Iowa Department
ance with the' plans and specifica-tions of Transportation. Contracts ~Office ~t I
preparedby'the City' of Iowa City,whlch. (?15) 239~1422. ;, "'~.:
~ have hereto-fore-been approved 'by' the Bidders shall list on the Form of
-A /t:.., ~ City Council,' and are on file for_'public Proposal. the, names .of pe~ns, firms,
-- exami-nation in the ,Office of the City .companies or othe~ parties. with ~h6m
Clerk..,..,:".,:'. ,the bidder intends to subcon-tracl This
Legal Clerk 'Each proposal shaJl be cOmpleled on a list,shall indude,:the type of work and
. form furnished:by the City'and must be . approximate subcontract amount(s). .
Subscnbed and SJ~fore me accompilnl<!d ina sealed envelope, sep- '. > The Conl.actor<aWarded"he,conlract
. aratefromth~~neconlainingthepropos- shall. submit a list on ,the ',Form~of
thIS day of aI, by a bi~ bond executed by a c,orpora- '. 1\greement of, the proposec;t subcontrac-
A D ~20 (J' tion aUthorized to contract as a surety;in . ',tors, !Ogether with quanti-ties; unit prices
. .' 20' G4 . the State of Iowa, in the' sum of 100/0 of and,extended dollar. amounts.' ,-
a the bid. The bid secu"lyshall be,made ' By, .nrtue of slatuto')' authorily, p,ef-
J pay-able to the TREASURER, OF., THE . erencemust be given to prOducts and
CITY OF IOWA CITY.' IOWA, and shall be provi~sionsgrown and_ coal p'roduced
~ forfeited. to' the CitY of Iowa City in _the within,:the State_. of Iowa; and to Iowa
~ evenl the success-ful bidder falls 10 enter ,domestic labor, to the extenl lawfully re-
Notary Public lnto:a contra~ ~thin ~n,(10) calendar ~ui_re(l'unde~lowa~tatutes.Thelow~rec-
days of the CIty Council's award of the ,.Ipro-all' reSident bidder preference law
contractand~tbondSatisfactorY'tothe" ~applie$to:thisProject., '_'_~ 0.. I
City ensutingtheJaithful,performance,of / The City reserves the right to,rej8ctany
the contract and mainte-nance of said' ,- oralLproposcils, and, also.'reserves the
_ Project, if reqLiired, pu'rsuant to the provi- right to' waive tl?Chni-calities - and irregu-
sions of this notice and the other contract .larities.. '
docu-menls. Bid'bonds of the lowest two Publishe'd upon order of the City Council
or more bidders may be retain~ for a of Iowa City, IoWa.
period of not to exceed fifteen (15) calen; :MARIAN K. KARR,'CITY CLERK
dar days following award of the contract, .
or until rejec-tion is made. Other bid 57653 ' JulY 12, 2004
bonds will be returned after the canvass
~buta.tion of bids is completed and
i
P<'D) I][]
Prepared by: Marilyn Kriz, Parl<s & Ree. Division, 410 E, Washington Sl., Iowa City, IA 52240,356-5110
RESOLUTION NO. 04-328
RESOLUTION ACCEPTING THE WORK FOR THE INSTALLATION OF A NEW
LIGHTING SYSTEM ON MERCER PARK BASEBALL DIAMOND #1.
WHEREAS, the Parks and Recreation Director has recommended that the work for the
installation of a new lighting system on Mercer Park Baseball Diamond #1, as included in a
contract between the City of Iowa City and Merit Electric, Ltd. Of Iowa City, dated August 3,
2004, 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 7th day of December ,2004,
~---,Lw. ~/~ -
MAYOR
Approved by
ATTEST:~C;RK) ~. k'~ ~ ' ,( z.rd V"f
City Attorney s Office
It was moved by Champion and seoonded by SA il ev 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
parksrec\reslroercerlights.doc