Loading...
HomeMy WebLinkAboutTRAIL/CLEAR CREEK (2004) TRAIL/ CLEAR CREEK 2004 ~ -----.- -- ---- - ----~.\d-t3- ~a'l I I QteP-r' Cr~eK .g>ov4 1'l-'~tJt Ke.Solu-+ioYl D4--/3~ srd/;'11 o..pv..bJ;c.. ht~";"a On plallSJ Sj"QCS. -brrn -0+- eorJro.c-+ * ~,.....~ ef wsf +Dr .J.-~e.. con&lt^'-LcJ;O"1 of -fh~ (})ec,v- C"'-e...e I< -r;..,,; I Pr~-eC+ / di .....ec.+; \"\~ Q j-+r C / e v-K ~ p.<.b/;s~ n.oJ;ce d %d kri,,'J ~ diredill~ ..J.-h-t- QAy El\5"r1.ter ../0 plClc<2. sll;d rJc('>t~ On J;/~ J.~.. f'-i.-b/-'c.. ;"'SP~...!jo.,. .;j5-~-O<f Plt;iLP<-S I -spe.c8) prOPOScJ2 0--rLd C!..on-l-rO--C-t hr -H,-e..- (!kaJ C~ /~ ~'e..c-{;, J\) 0 -4 c.e c-t Pub) 'f c.. ~ e.~I":J '<121 I No.{:,c..Q.. oJ PlA.b/~ c +lea,; "':r R~ '6 ~b /; c..J/~ I-Ju.r.,)-D~ ~.{L<;'o\l.L.}fOh. 04- 165 cz.L.\.+~OV^'I2-'I"'<2! +h-t qC8~'S;~;OI\ 0+ pe-'(VY\<A.V1~vtt QV\d -+-et'Y1fovcz."y E'CcS\'rY\.e.\f1+s' ~D.. +~... C I {'c.vo (I v^{'pf(, rfto.:! PV'oJect- ~ C\v--l-hor;Z:"v>2 +h", M~ov- -Iv ~',~Yl q'1.d -(0. 0:+( el-rvK -/0 ~'Sf-- doc\.AYV)~V\.-k+',-Uvt o-f -+~~ So. ""'.a... }-JLAA)- DLI. ~-f.SO Iv...+: OV( 04 - \ 1010 o..-pp",D-J'\Y"\<J p\o..\'\'S, Sp-€ c: -f. co. -I- ; 0115 +o.y\-,,\ rrl ~OI'\'+V"ac-+ C\V\cl pS+;""'Ctil uf G00 .ray +t,-t cOt'\S+vu~ho,'1 0-+ t-h-.e C /"i{ V' 0(-1'{ Ie ~a', l PI" oJ H+ / f's+", b I ;sh '''''12 a..""0l.\."+ of -b;J S'QClAl'<'" -Iv q:CCOvnpctj (?C<C~ kd d:l".Qc-L'\3 C:7 CI~v-~ +-u (lAb '-,sh <<dveV".t..s.p",-e.~ -+0(' b;J~ ~ ..L""IV\~ -k,,,,,,f. Cli/ld pletc.., -+~y rec<.?~f 0+ b;ds_ ---- - - ------- ~ -~ ---~- ------ - ~--- --~ - ~~o+' ~ I...",', I / q ~(' c.V'.e:~ l( dpo"'f / \ ob-Ju..t..-ot l\'<.SoIl.lt'lO!'\ "04 - IqS It<Ja.V'd~n~ Q.on.k-a.&\- ~ cz.u...+hO(IZ'"'"[j +hQ. ~ -1-0 <;;'i~y\ wd -+he C;'i O/.e..l<.......fo cdf..(<.-;.-I- CL corJro..d- -ro(' cons-\-.-u.c).;~ of +h./L o.lett.r- C...-e.e\(l...~i I i1-oJv:.-f., ~ Ad -+o\" [,;ds. D1 ...Jt.c.L - 04- 03-4LtG-D4 J::o("'o'V\ 0+ ~V'~-eI'Y\-en--t J F;.ufoSC<. II Rr-h,rma..... C~ ~ P"(rn-en +-l3."J.. J~. .t;bc- 01 f Y7:in. .<<~ 's qyo..-+ 4 - 'J'\I\l- oS "1\-eso 1....-1-; 1Jh "DS-I::, Qec.-e~;"'a & r..QOV"'<.. ..kvv ~ CJ.e.<<.r (y-L-LI<. ~; I . Bo~.ecA', 7~ IJ;: Prepared by: Daniel Scott. Civil Engineer. 410 E. Washington SL.lowa City.IA52240 (319) 356-5144 RESOLUTION NO. 04 -138 RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CLEAR CREEK TRAIL 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 151 day of June, 2004, at 7:00 p.m, in 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 18th d'Y~ ,20 04 ~/ /M Y R Approved by ATTEST:]J~AAd ;/! idAA) L../ J ~S"-//'4Y CI LERK City Attorney's Office It was moved by Champion and seconded by O'Donnell 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 pwenglresldearcrktrail.doc FILtD ZOO~HAY25 PH 4:28 CITY CLERK IOWA CITY, IOWA i I ~~ CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CLEAR CREEK TRAIL PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: !J~V k/ 5/z~/o4 Daniel R. Scott, P,E. Project Engineer Iowa Reg. No. 14048 My license renewal date is December 31,2004, FII -0 Il-'= TABLE OF CONTENTS 2004 MAY 25 PH 4: 28 CIT'~f~ooxr IOWA I Y, 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 DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ........................................................, 01010-1 Section 01025 Measurement and Payment ............,................................... 01025-1 Section 01310 Progress and Schedules ...................................................., 01310-1 Section 01570 Traffic Control and Construction Facilities........................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments....................,.., 02050-1 Section 02100 Site Preparation..,....,......,........,.............,..,..,..,......,......,...... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading..,............,...,..... 02220-1 Section 02270 Slope Protection and Erosion Control..............................,.. 02270-1 SeCtion 02520 Portland Cement Concrete Paving .,.............,........,....,........ 02520-1 Section 02524 Curb Ramps ............................,........,....,............................. 02524-1 Section 02900 landscaping ,..,..,..,.....,..,..,..,...,..,................,..,.............,...., 02900-1 Section 03350 Colored Concrete Finishes ...........,....,........,........,............,.. 03350-1 FII '-D _t ArWFRTISFMFNT FOR AIDS 200~ MA Y 2S CLEAR CREEK TRAIL PROJECT PH 4: 28 Sealed proposals will be received by the City CITY CLERf< Clerk of the C~ of Iowa City, Iowa, until 10:30 IOWA CiTY, IOWA A.M. on the 22 day of June, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at th 7:00 P.M. on the 6 day of July, 2004, or at such later time and place as may be scheduled. The Project will involve the following: Approximately 1700 feet of 5-inch thick PCC sidewalk paving and seeding. All work is to be done in strict compliance with the plans and specifications prepared by Daniel R. Scott of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk, Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, lOW A, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of AF-1 all materials and labor, and also protect and save harmless the City from all claims and damages of FILeD any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period 200~ MA Y 25 PM ~: 28 of five (5) year(s) from and after its completion and fonnal acceptance by the City Council. CITY CLERK The following limitations shall apply to this Project: IOWA CITY, IOWA Working Days: 20 Specified Early Start Date: July 19, 2004 Specified Late Start Date: August 23, 2004 Liquidated Damages: $100 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and fonn of proposal blanks may be secured at the Office of City Engineer, 410 E. Washington Street, Iowa City, Iowa, 51140 by bona fide bidders, A $30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City f Iowa City. 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 Fonn of Proposal the names of persons, finns, 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 Fonn of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts, By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor,. to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or 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 FILtD NOTE TO BIDDERS ZDO~ MA y 2S Pti 4: 28 r;:/T\I r.' r-r::v 1. The successful bidder and all subcontractors are required to sUg31 at Jeasl4:tta~or to award three references involving similar projects, includin MVAe~sif'6ne') icipal reference, Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City, 2, References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification, 3, Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL FILED CLEAR CREEK TRAIL PROJECT 2Da4MAY25 P114:28 CITY OF IOWA CITY . NOTICE TO BIDDERS: CITY CLERK IOWA CITY. IOWA PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS, SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT, Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center 410 E. Washington SI. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , , and , and to do all work at the prices set forth herein, We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work, ESTIMATED UNIT EXTENDED ITEM [)F!';r.RIPTION UN.II 01 JANTITY PRIr.F AMOI JNT 1, Clearing and Grubbing Lump Sum 1 $ $ 2, Excavation, Class 10 Cubic Yd, 200 3. Subgrade Repair Ton 30 4. Silt Fence Linear Feet 200 5, Traffic Control Lump Sum 1 6, Pavement, 5-inch PCC, Class 3 Sq, Yard 1895 7. Topsoil, Strip, Salvage and Spread Cubic Yard 210 8. Seed, Fertilize, Mulch Acre 0,5 TOTAL EXTENDED AMOUNT = $ FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dOllar Emo~ of the subcontract, are as follows: r _.L U ZOD~ MA Y 25 PI4 L: 26 (;ITY 1'1 tRf< IOWA CITY, IOWA NOTE: All subcontractors are subject to approval by City, The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work, The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-2 BID BOND , as Principal, and FIL.t:D , as Surety declare that we are held and are firmly boun~OIlIri~ Itt%5CIij.l elf: @~a City, Iowa, hereinafter called "OWNER," in the sum of ell y L.Ll:.I1K Dollars ($ lOW,^) i!.qT~I1~Yvt\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 performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law, The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension, The Principal and the Surety hereto execute this bid bond this day of , A.D., 2004, (Seal) Witness Principal By (Tille) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and iFetUeln~~ City of Iowa City, Iowa ("City"), and 7nn~HAY ?5 PM 4f'e8ntractor"). Whereas the City has prepared certain plans, specif~\iC?n{;i:>E<W1Asal and bid documents IOWA CITY, IOWA dated the _ day of , 2004, for the Clear Creek Trail Project ("Project"), and . Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1, The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein, 2, This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers , b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of Transportation, as amended; c, Plans; d, Specifications and Supplementary Conditions; e, Advertisement for Bids; f, Note to Bidders; g. Performance and Payment Bond; h, Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i, Contract Compliance Program (Anti-Discrimination Requirements); j, Proposal and Bid Documents; and k, This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follo~~ ~Qb~n on an attachment): 7V~I; MJH 2a PM ~. 29 Cll\/ ..-., r:-'I, I I uLL.nr IOWA CITY, IOWA 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions, DATED this day of ,2004, Ci1}! Contmctor Ay Ay (Titlp.) Mayor ATTEST: ATTEST: (Titlp.) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND FILtD (insert the name and address or legal title of the Contract~6~4 MA Y 2 5 . PM ~: 29 ' as Principal, hereinafter called the Contractor and (insert the 1!(3~~~~~~~~TAY) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for the Clear Creek Trail Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Daniel R. Scott, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project, NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project, A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B, Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety 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 PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not FI Lt[) 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 2004 MAY 25PI1 4:jy~ . p ble by Owner to Contractor under the Agreement, together with any addenda CITY CLERKand/or amendments thereto, less the amount properly paid by Owner to IOWA CIT't, IO~tractor, C. 'The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573. Code of Iowa. shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials 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 ,2004, IN THE PRESENCE OF: . (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 FILED ZOOH1A Y 25 PM 4: 29 CITY CLERK IOWA CITY; IOWA Contract Compliance Program ~,&... CITY OF IOWA CITY ------ FILtD SFCTION 1- C-lFNFRAI POliCY STATFMFNT Z004MAY25 PM 1,:29 It is the policy of the City of Iowa City to require equal employment opportunity in all C~o/.- contract work, This policy prohibits discrimination by the City's contractors, consultants and vendors and rGlwi'reS]I1t4Wi~ ensure that applicants seeking employment with them and their employees are treatedliElQMI\ly(W~il?u/0l!1~d 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 forms. A notification of requirements will be included in any request for proposal and notice of bids, 4, Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City, 5, Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City, 6, All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs, 7, All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance, The City's protected classes are listed at Iowa City City Code section 2-3-1, CC-1 ~FC:TION II - A~~l JRANC:F OF C:OMPI IANC:F FILFD The following sets forth the minimum requirements of a satisfactory Equal EfT11JJg~rnll6 ~p~~ty arogram which will be reviewed for acceptability, PLEASE RETURN PAGES CC2 AND CC3 f HI C i1lN TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CO~TiRfCC[ERf< With respect to the performance of this contract, the contractor, consultantIQ\*n~h~rdQ\IlIS\foIlOws: (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 behalf of the contractor, state that it is an equal opportunity employer, Note: Contracts that are federally funded are subject to Executive Order No, 11246, as amended, and the regulations (see generally 29 U.S.C. ~ 1608 et seq,) and relevant orders of the U,S. Secretary of Labor, The Secretary of Labor, and not the City, enforces said regulations and orders, 3, 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, CC-2 6, How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? FILFD LUU4 HA Y 25 PM 4: 29 CITY CLERf< /nit/A CiTY, IOWA The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMi~'t~t9RTUNITIES 1, COMPANY POLICY zaa~ IiAY 2S PM ~: 29 Determine your company's policy regarding equal employment opportunities~~u~ent~~ policy and post it in a conspicuous place so that it is known to all your employees, Furth~~cW !rtiI ~~r the policy to all potential sources of employees and to your subcontractors asking their od'p~ tibh., TiQ\j)0'ijcy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices, In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program, This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program, All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal. employment opportunity laws, 4, RECRUITMENT (a) Let potential employees know you are an equal opportunity employer, This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools, Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools, (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory baniers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals, (e) Review periodically job descriptions to make sure they accurately reflect major job functions, Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance, (f) Review the jOb application to insure that only job related questions are asked, Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people, (g) Monitor interviews carefully, Prepare interview questions in advance to assure that they are only job related. Train your interviewelS on discrimination laws. Biased and subjective judgments in personal interviews can tie 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 ~ j . -,.= -~!t !~W!S FILED '-" -.r'~ ....,.... ZnOH1AY 25 PH 4: 29 ~ City of ~ CITY CLERK l)~CX IOWA CITY, IOWA Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 ---- -----..----.--- 2-3-1 2-3-1 FILEr; CHAPTER ~ . ZDD~ MAY 2S PM 4: 29 DISCRIMINATORY PRACTICES CITY CLERK IOWA CITY, IOWA SECTION: .. C, It shan 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 tlse 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 OJ membership be- Intimidation cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Orc!, 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies r~latlng to preg- A. It shall be unlawful for any employer nancy and (lhlldblrth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discrlmlnat~ in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital status, nation- Is a prima facie violation of this Title, al origin, race, religion, sex or sexual orientation, 2. Disabilities caused or contributed to by the employee's pregnancy, mlscar- B. It shall be unlawful for any labor orga- rlage, childbirth and recovery there- nlzatlon 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 dlsablllty Insurance or sick applicant for membership, apprentlce- leave plan available In connection with ship or training or any member In the employment or any written 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, It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- 897 Iowa City CC-6 2-3-1 FILED 2-3-1 Z00411AY 25 PM 4: 29 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the huma{;rry CLE~~ich chooses to offer employment or immunodeficiency virus. An agrmvA CITY. 'alSe for employment to only the men! between an employer, employ. ' .ed or elderly, Any such employ- ment agency, labor organization or ment or offer of employment shall not their erT\ployees, 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, rell- spective employee in return for taking gion, sex or sexual orientation, (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human Immunodeficiency virus. is prohibited. The prohibitions of this 3, The employment of Individuals for subsection do not apply If the State work within the home of the employer epidemiologist determines and the If the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4, The employment of individuals to ment of Health and Human Services, render personal servloe 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 human Immunode- 5, To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a specific occupation. bona fide occupational qualitication 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 qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. its educational facility, association, corporation. or society with respect to 6, A State or Federal program de- any qualifications for employment signed to benefit a specific age class i- based on religion when such qualifica- flcation which serves a bona fide pub- tlons are related to a bona fide reli- lic purpose. glous purpose. A religious qualifica- tion for Instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a In those certain Instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- patlonal qualification 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 tion. (Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrowly, (Ord, 94.3647,11-8-1994) 897 Iowa City CG-7 FILtD GENERAL CONDITIONS 2DOI1 Hkt 25 PH 4: 29 CITY CL~RK Division 11, General Requirements and Covenants of the Iowa Departmeni@lvJ'racspo atk,~/A ' ..II I I, H.)~ "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 FILtD SUPPLEMENTARY CONDITIONS 2UOH1AY 25 PM 4: 30 ARTICLES WITHIN THIS SECTION , CITY Cl.ERf( IOWA CiTY, IOWA S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Conceming Subcontractors, Suppliers and Others 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 C!'Iption !'Ind Introductory Rt!'ltp.mp.ntl': These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents, All provisions which are not so amended or supplemented remain in full force and effect. 5-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101,03 of the IDOT STANDARD SPECIFICATIONS, "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative, "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents, "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY, "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108,03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. FILED A. CERTIFICATF OF INSlJRANCF' CANCFII ATION OR MODIFICATION za04MAY25 PM 4:30 1. Before commencing work, the Contractor shall submit to the City for a~proval a Certificate of Insurance, meeting the requirements specified herein, to be(jf/ effeqtUQRK the full contract period. The name, address and phone number ofi(ffie'An@r~'rfCE10WA 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. MINIMIJM COVFRAGE 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: T ypA of CovArngA Comprehensive General Liability F~r.:h nt"'..r.llrn:::mr.:p- AggrAg"tA Bodily Injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability r:nmhim:~rl ~inglA 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 detennined by City to be applicable, . The City requires that the Contractor's Insurance carrier be A rated or better by A.M, Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1, The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must,under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer, 2, The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City, Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention, SC-2 FI Lt[J If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance, ZDO~ 1M Y 25 PM 4: 30 4, The City prefers that Contractor provide it with "occurrence form" liability insurance CITY CLERK coverage, If Contractor can only provide "claims-made" insurance coverage, then the IOWA CITf, IOWft(ontractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c, If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d, "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces, 5, The City reserves the right to waive any of the insurance requirements herein provided, The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City, 6, In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7, In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work perfonned on the Contract. C, Hal [) HARMI F~~ 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 attomey's fees and court costs) resulting from, arising SC-3 FI p~"or incurred by reason of any claims, actions, or suits based upon or alleging . bo'dil fnjury, including death, or property damage rising out of or resulting from the ~ntractor's operations under this Contract, whether such operations be by himself or 2004 MA Y'" rJ'e'lf 6r W1ny Subcontractor or by anyone directly or indirectly employed by either of them. CITY' CLERf< IO~ C&6trK'cl6IAs not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours, CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual, S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposeslintends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall fumish documentation of all efforts to recruit MBE's, S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107,01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard), The Contractor and all subcontractors are solely responsible for compliance with said regulations, The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site, The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-ta-know, S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that hislher 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, SC-4 marital status, age or disability unless such disability is related to job performanHls!JCb person or employee. ;- ') To discharge from employment or refuse to hire any individual because ot?aYl</1m~,5X>p.~ . religion, national origin, sexual orientation, gender identity, marital status, age, or dlsablli ~'30 unless such disability is related to job performance of such person or emPlojoeCITY ClEiiK S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREM~~fJi.7Y, IOWA For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the lOOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109,07 of the 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 Engineer 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, 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 and will be charged at a rate of $75 per hour, S-12 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAl-AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. NntA th:d th,:loc:.A rAqllirAmAntc:. invnlv~ nnly highw~y prnjAr.:h:i. nnt fllntl,ui with F~tfAr:ll1 mnniAc:.. SC-5 FILtD RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEBBRAL..?3DIP.RCj).J~TS CITY CLERK PROJECT NAME: IOVVA CITY, IOWA 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 advertisj3ment for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed, I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion, COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 5/04 pwengfdear creek trailffrontend.doc R-1 FILtD SECTION 01010 zna~ 1M y 2S PH 4: 30 SUMMARY OF THE WORK CITY CLERK IOWA CITY, IOWA PART 1 - GENERAL General description, not all inclusive. A, Base Bid Work: I. Construct 5-inch thick Portland Cement Concrete sidewalk 10 feet in width along Hawkeye Park Drive. 2. Provide traffic and pedestrian traffic control during all phases of project. 3. Clear and grub existing vegetation and furnish and install seed, fertilizer and mulch throughout project. 4. Other work associated with PCC Sidewalk Construction, B. Alternate Bid Work: I. No alternates are proposed. 5/04 pwengldearaeektraiMIOIO 01010-1 FILED SECTION 01025 2DDH1A Y 25 PI1 4: 30 MEASUREMENT AND PAYMENT CITY CLERK IOWA CITY, IOWA 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 shan be measured by the Engineer. Payment win 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 win 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 perfonning work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance, B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis, In either case, some work may be required for which a separate pay item is not provided, Completion of this work is required, If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made, PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shan 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 win 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 win govern the release of retainage and resolution of claims, 01025-1 3.02 BID ITEMS: FILED A. GENERAL Z004MAY25 PM~:3~ The following subsections describe the measurement of and payment for the work to e done under the items listed in the FORM OF PROPOSAL. CITY CLERK IOWA CITY, IQ'g;A Each unit or lump sum price stated shall constitute full payment as herein specifie or each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities, No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors, Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL, Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense, All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer, The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system, The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill, The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements, All labor, materials and equipment required to bring surfaces to the proper elevation 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 Contrnctor 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 ------ .-- .------ FIL.tO B, BID ITEM DESCRIPTIONS Za04MAY25 PM 4: 30 1. Clearing and Grubbing, CITY CLERK The lump sum price for this item includes all work reqw\Aa\to=4~r'ltiJilWland dispose of trees, stumps, roots, logs, down timber, hedges, brush, shrubs, com, crops, vegetation, rubbish and field fence within the limits of construction as directed by the Engineer, Also included is removal, salvage, relocation and replacement of mailboxes, decorative fencing, planters, flagpoles, and similar other items as directed by the Engineer. 2. Class 10 Excavation. The estimated quantities are: _ cubic yards cut and _cubic yards fill (including 30% shrink), The unit price for this item will be paid based on the plan quantity for cubic yards of _Iinsert cut or fill whichever is laI1:er), Included with this item is all work required to bring the roadway to the proper subgrade elevation and density along the entire cross section with a uniform surface free of debris, Also included is cutting, loading, hauling and disposal of unsuitable material, including chip seal, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material. Approved Contractor-provided borrow pit and materials, as needed, shall be incidental to this item, There will be no payment for overhaul. 3, Subgrade Repair. The unit price for this item will be paid based on the number of tons of rock used to repair unsuitable subgrades and includes removal and disposal of unsuitable material and supply, placement and compaction of rock This item is to be used only at the direction of the Engineer. Measured quantity may vary up to 100% with no unit price adjustment. Acceptable subgrades which become unsuitable due to the Contractor's sequence of operations will not be paid for under this item. 4, Erosion Control. The unit price for silt fence will be paid based on the number oflinear feet installed at locations indicated on the plans or as directed by the Engineer and includes installation, maintenance and removal upon establislunent of ground cover, The unit price for erosion control mat will be paid based on the number of squares (I square = 100 square feet) of actual area covered and includes supply and placement of specified material, anchor slots, junction slots, check slots, tenninal folds, lap joints and maintenance, Erosion control for areas disturbed by careless actions of the Contractor shall be at the Contractor's expense, 5, Traffic Control. The lump sum price for this item will be paid based on percent complete for furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, safety fencing, drums, lights, standard signs, temporary 01025-3 ----- --.- ---- --- F II t ['I barrier rails, sequential flashing arrows, flaggers, uniformed officers, temporary ~ ..J pavement markings and orange safety fence at road closures. ZOO~ HA Y 25 f6t1 l;pQt&nd Cement Concrete Sidewalk and Curb Ramps, CITY CL.ERK The unit price for these items will be paid based on the number of square feet of IOWA CITY, IOWAtland Cement Concrete sidewalk constructed at the specified widths, thicknesses and mix designs. Included with these items is subgrade preparation and compaction, subgrade treatments, forming, concrete placement and finishing, curb ramps, curb ramp coloring per Section 03350, curing, jointing and joint sealing, and backfilling at . form lines, 7, Topsoil, Strip, Salvage & Spread. The unit price for this item will be paid based on the plan quantity of cubic yards of topsoil stripped, salvaged and spread, Included with this item is all work required to remove topsoil from cuts, or areas to be covered by fill, preparation of vegetation, and hauling, depositing, and spreading the topsoil on areas to be seeded and sodded, Also included is mowing, plowing, blading, disking, and stockpiling, Topsoil shall be removed to a uniform 9-inch depth, 8, Seed, Fertilize, and Mulch, The unit price for this item will be paid based on the number of acres seeded, fertilized, and mulched and includes preparation of seed bed, supply and application of seed, fertilizer, mulch, and water, and all upkeep as specified, including a one-year guarantee. No distinction in unit price shall be made for various seed mixtures specified. Only disturbed areas not replaced with pavement and sod shall be seeded unless noted on the plans or directed by the Engineer, 5/04 pwcnglcleu creek trail\OlO2S.doc 01025-4 Fll_ED SECTION 01310 ZOOHlAY 25 PH ~: 30 PROGRESS AND SCHEDULES CITY CLERK IOWA CITY, IOWA 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 bnsinesses is a high priority. Schednling of work shall be planned with this in mind. 1.02 SUBM11TALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified, The schedule shall include proposed dates and durations of street closings, Work may not begin until the schedule is approved by the Engineer, B. The Contractor shall submit updated construction schedules at two week intervals throughout the proj ecl. PART 2 - PRODUCTS None, PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A, A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work will be limited to 20 working days, Saturdays will not be counted as working days, The specified early start date is July 19,2004, The specified late start date is August 23, 2004. Liquidated damages of $100 per day will be charged on work beyond 20 working days, B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m, without the approval of the Engineer, with the exception of saw cutting freshly poured concrete, 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. Construction will proceed in phases, The particular phasing sequence is outlined in the 01310-1 FI Lt.D project plans, Prior to advancing to the next phase or sub-phase, the existing phase or sub- ZOO~ I1A Y 25 P t1 4: 3 ghase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. lo0~'i~~~~VARestoration activities such as pavement replacement will follow closely behind the work , even IfmultJple mobilIzatIOns are necessary, F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES: A, It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued, No street may be closed without the Engineer's approval and said notification, 5/04 pwenyclearcrcck trail\0131O.doc 01310-2 SECTION 02100 FILED 2DDy MA Y 25 PM 4: 30 SITE PREPARATION CITY CLERI< iOWA CITY, IOWA PART 1 - GENERAL 1.01 SUMMARY: A, Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A, !DOT Standard Specifications, PART 2 - PRODUCTS None. PART 3 - EXECUTION 3,01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections ofthe !DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction, Section 2519, Fence Construction, 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer, B. No construction materials and/or equipment are to be stored, piled, or parked within the trees\drip line, C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 E~ 'T' .0 _LJDIISTING STRUCTURES AND PROPERTY: 2004 MA Y 2 5 A~ 4: iQmove existing signs and posts within the construction area as directed by the Engineer. TY CLERK All permanent traffic signs will be removed, stored, and replaced by the City ofIowa City, CI TY IOW4ontractor shall provide 48 hour minimum advance notice for sign removal and for sign IOWA CI, r placement. Permanent signs will be replaced prior to concrete pours, B. Move mailboxes to.a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EX/STING FENCING: A, Only fencing designated by the Engineer shall be removed, B. Sections of fence removed for construction shall be replaced per the applicable bid item, If not addressed, replace with new materials. 3.05 EX/STING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 5/04 pwenglclear creek traiM2100.doc 02100-2 - SECTION 02220 FILtD 2004 MA Y 25 PI1 4: 30 EARTH EXCAVATION, BACKFILL, FILL AND pRADmp IIY LLH IOWA CITY. IOWA PART 1 - GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread, 1.02 REFERENCES: A. IDOT Standard Specifications, 1.03 QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimwn moisture as determined by ASTM 0698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use, PART 2 - PRODUCTS 2.01 MATERIALS: A, Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120,04 and Section 4109, Gradation No, 11. PART 3 - EXECUTION. 3.01 TECHNIQUES: A, Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21, Earthwork, Subgrades and Subbases, All sections Division 24, Structures, Section 2402. Excavation for Structures, 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and 02220-1 F I L t Dandscaping, Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 2DO~ MAY 25 PI1 4:t~ 3.03 DRAINAG V DEWATERING: CITY CLE~ IOWA c-j\rv I ~,Rde and maintain ample means and devices (including spare units kept ready for , immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of alI water entering trenches and other excavations, Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged, B. Dispose of alI pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site, C. Take alI precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General 1. Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed, 2, Do not excavate lower part of trenches by machinery to subgrad.e when pipe is to be laid directly on bottom of trench, Remove last of material to be excavated by use of hand tools, just before placing pipe, Hand shape belI holes and form a flat or shaped bottom, true to grade, so that pipe wilI have a uniform and continuous bearing, Support on fIrm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom, B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non-working hours and when not working in immediate area, C. Trench Width 1. Make pipe trenches as narrow as practicable and safe, Make every effort to keep sides of trenches fIrm and undisturbed until backfilIing has been completed and consolidated, 2, Excavate trenches with vertical sides between elevation of center of pipe and elevation I foot above top of pipe, 3, Refer to plans for alIowable trench widths within the pipe envelope for various types, sizes and classes of pipe, 02220-2 FDlLtfiiench Excavation in Fill ZOOH1A Y 25 ph 4: 3~lace fill material to final grade or to a minimum height of6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas, Take CITY CLEI=:K particular care to ensure maximum consolidation of material under pipe location, IOWA CITY, IOWA Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures, Continue excavation by use of hand tools, 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil 1. The Contractor shall notifY the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2, Soil disposal and remediation method shall be an option outlined in the lOOT Construction Manual Section 10.22, and approved by the Iowa DNR and City, The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer, 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR, 4, Contractor is responsible for completing and filing all necessary Federal, State and local government agency fonus and applications. G, Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems, 2, All branch, limb, and root cuttings shall be avoided, When required, they shall be performed smoothly and neatly without splitting or crushing, Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots, Do not leave frayed, crushed, or tom edges on any roots I" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife, Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notifY the Engineer. 3, No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line, 4, Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 02220-3 FILtD Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. ZOO~ HA y 25 PM 4: 30 6. Restore all surfaces which have been damaged by the Contractor's operations to a CITY CLERf< condition at least equal to that in which they were found before work commenced, IOWA CiT'{, IOWA Use suitable materials and methods for restoration, 7. Aerate all grassed and planter areas compacted by construction activities. 8, Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable, b, Connect drainage tiles to nearest storm sewer, The Contractor shall document the location and elevation of any utility lines encountered, The Contractor shall notifY the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench, H. Water Services 1. Pennanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc,) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall.be at the Contractor's expense, 2, In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new I-inch or larger copper water service pipe from the water main to the curb box, The Contractor will be paid per the applicable bid item, If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. 3, When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. 4, Water service pipe shall be type k soft copper. 3.05 ROCKEXCAVATION: A. Rock excavation will be considered Class 12 Excavation as defmed in !DOT Standard Specification Section 2102,02. B. Explosives shall not be used for rock excavation. 02220-4 fl! F--' 3.0 "BA(}JILLING: 2004 MA Y 2~, PM l!iedeh.1 CITY "I EPf\ Do not place frozen materials in backfill or place backfill upon frozen material. v__ 1\ IOWA CiTY IOWA Remove previously frozen material or treat as required before new backfill is placed, B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a, Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density, The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density, If under pavement, backfill to bottom of the subgrade, If not under pavement, backfill to within 12 inches of finished surface, , b. -All other areas: Backfill shall consist of suitable job excavated material I placed in one foot lifts compacted to 90% Standard Proctor Density, If I excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface, c, Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill, Do not drop large masses of backfill material into trench, C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected, A void unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified, 3.07 UNAUTHORIZED EXCA VA TION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 5/04 pwenglclear creek traiI\02220.doc 02220-5 -- FILED SECTION 02270 200H1A Y 25 PH 4: 3 I SLOPE PROTECTION AND EROSION CONT~~ ~ERJ\ h vi , IOWA PART 1 - GENERAL 1.01 SUMMARY: A, Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition, 1.03 QUALITY ASSURANCE: . A, Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications, B. Engineering Fabrics (geotextile) shall be of a non-woven material and conform to the requirements ofIDOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place, Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873, PART 2 - PRODUCTS 2.01 MATERIALS: A, Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Section 4130. Revetment Stone and Erosion Stone. Section 4169, Erosion Control Materials, Section 4196. Engineering Fabrics, 02270-1 PART 3 -EXECUTION FILED 3.01 TECHNIQUES: ZODHIA y 25 PI1 4: 31 A. Except as amended in this document, the work in this section w,t!)~~?f5rf?lJiiiiIltJte following divisions and sections of the !DOT Standard Specifications: \A IT'( IOWA Division 25. Miscellaneous Construction, Section 2507. Concrete & Stone Revetment. and the following !DOT Standard Road Plans: RC-5 Wood Excelsior Mat RC-16 Silt Fence 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading, Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation I. The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water, B. Placement I. Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction, The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans, The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to pennit proper placement in the designated area. 2, The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation, Pins will be steel or fiberglass formed as a "U", ilL", or "T" shape or contain "earsll to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up- slope line will be inserted through both layers along a line through approximately the midpoint of the overlap, At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified, Additional pins will be installed 02270-2 FILED as necessary and where appropriate, to prevent slippage or movement of the ZDDy HA Y 25 geotextile, The use of securing pins will be held to the minimum necessary, Pins PM 4 :a&/to be left in place unless otherwise specified, Crr! Ca,ERI< Should the geotextile be tom or punctured, or the overlaps disturbed, as evidenced IOWA CITY, 10\1\9\' visible damage, sub grade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition, The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile, Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 5/04 pwengldcar creek traiM2270.doc 02270-3 FILtD SECTION 02520 2004 MAY 25 PI1 4: 3/ PORTLAND CEMENT CONCRET~~vm-ffii< 'A CITY, IOWA PART 1 - GENERAL 1.01 SUMMARY: A, Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans, 1.02 REFERENCES: A. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section, B. Quality testing: 1. Compressive Strength Tests, 2, Entrained Air, 3, Slump. 4, Density Tests of Base and Subgrade. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the !DOT Standard Specifications: Division 41, Construction Materials, Sections 4101 through 4122, B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3, 02520-1 PART 3 - EXECUTION FILED 3.01 TECHNIQUES: 20DH!AY 2S PI1 1,: 3/ A. Except as amended in this document, the work in this section will c@lfpi,:inc,vrtbFtg,e following divisions and sections of the !DOT Standard Specifications: IOWA CITY, L10WA Division 21. Earthwork, Subgrades and Subbases, Section 2111. Granular Subbase. Division 22. Base Courses. Section 220 I. Portland Cement Concrete Base, Section 2212. Base Repair. Section 2213, Base Widening. Division 23, Surface Courses, Section 2301. Portland Cement Concrete Pavement. Section 2302, Portland Cement Concrete Pavement Widening, Section 2310, Bonded Portland Cement Concrete Overlay, Section 2316. Pavement Smoothness, Division 25, Miscellaneous Construction, Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515, Removal and Construction of Paved Driveways, Section 2517, Concrete Header Slab, Section 2529, Full Depth Finish Patches, Section 2530, Partial Depth Finish Patches, 3.02 CURING AND PROTECTION OF PAVEMENT: A. Curing compound shall be applied immediately following fmishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 350F, the following requirements must be met for concrete less than 36 hours old: 74 HOl1r Tp.mpp:rntnTp. FnrpC':::Id rovP"ring Minimum 35-320 F One layer plastic or burlap. Minimum 31-250 F One layer plastic and one layer burlap or two layers burlap, Below 250 F Commercial insulating material approved by the Engineer, B. Concrete shall be protected from freezing temperatures until it is at least five days old, C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 FI L.F 0 D. Maximum allowable concrete temperature shall be 900 F, ZDDH1AY 25 PIi 4: 31 E. If concrete is placed when the temperature of the concrete could rist' ,99~ j::. the Contractor shall employ effective means, such as precooling of aggr I,Lidfbr1ffiif water, as necessary to maintain the temperature of the concrete as it is ~ e(fb/k.'J'90~J!~VA 3.04 OPENING TO TRAFFIC: A, Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of6" dia. x 12" cylinders is at least 3,000 Ib, per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to I traffic of any kind. I I I C, Opening to traffic shall not constitute final acceptance, 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up, An streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shan notifY the Engineer if weather conditions make it difficult to use Class M concrete, when specified, 5/04 pwenglclear creek tJ1li1\02S20.doc 02520-3 ------- - - SECTION 02524 FI L.ED 2aO~ /{A y 25 PH 4: 31 CURB RAMPS CITY CLERK PART 1 - GENERAL IOWA CiTY, IOWA 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City of Iowa City Design Standards, C, Iowa DOT ADA Curb Ramp Compliance (Alterations) - (I IA-4) 1.03 QUALITY ASSURANCE: A. Use adequate number of skilled workers who are thorougWy trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper perfonnance of curb ramp construction, B. Slope measurements, Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense, PART 2 - PRODUCTS 2.01 MATERIALS: A. Section 03350, Colored Concrete Finishes PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the Iowa .. DOT ADA Curb Ramp Compliance (Alterations) - (llA-4) and the following sections of the Americans with Disabilities Act (ADA) B Accessibility Guidelines for Buildings and . Facilities, Section 4, Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14, Public Rights-of-Way 02524-1 -.---.-- ------ 3.02 SLOPES: FIL.tO ZDD4lfAY ~ 5 J'~ . A. Cross slope refers to the slope that is perpendicular to the direction of travel. Runni g sl ~. 3 I refers to the slope that is parallel to the direction of travel. CITY "L'R' lOW. v C ro( B. Curb ramp crOss slopes should be no greater than 1 :50 or 2% to a level plane, f\ CITY, IOWA C, Curb ramp running slopes should be no greater than 1:12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer. 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick colored P.C,c. will be placed at all curb ramps unless otherwise directed by the Engineer. 5/04 pwenglclcar creek trai1\02S24.doc , , I I I 02524-2 SECTION 02524 HL.ED . 2DOHfA Y 25 PH 4: 31 CURB RAMPS CITY' CLERK PART 1- GENERAL IOW;~ CiTY, IOWA 1.01 SUMMARY: A. Construct sidewalk curb ramps to meet ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities, B. City of Iowa City Design Standards, C, Iowa DOT ADA Curb Ramp Compliance (Alterations) - (lIA-4) D, L.M, Scofield Company Tech - Data Bulletin A-I04.10, E, L.M, Scofield Company Tech - Data Bulletin A-514,02. F. L.M. Scofield Company Guide G-I 07 ,02. G, AS1M C309 - Liquid Membrane Fonning Compounds for Curing Concrete, H, Annor-Tile Cast-In-Place TactilelDetectable Warning Surface Tile, I. Figures section of specifications, 1.03 QUALITY ASSl!RANCE: A. Use adequate number of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of curb ramp construction, B. Slope measurements, Newly constructed curb ramps and sidewalks not meeting the slope requirements will be, at the Engineer's discretion, removed and replaced at the Contractor's expense, 1.04 SUBMI1TALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached, 02524-1 I B. Powdered materials shall be kept dry and under cover. Protect liquid matJiJLrJiE[) freezing. Expired materials shall not be used. ZaOHIA y 25 PH 4: 31 1.06 PROJECT CONDITIONS: CITY CI r-RK A. Comply with ACI requirements for cold and hot-weather concrete work. iOWA CITY,l:;OWA B. Pre-Installation Meeting PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 2520, B. Water: Fresh, clean and potable, C, Stamped Truncated Domes 1. Colored Hardener: a, Lithochrome Color Hardner by L.M. Scofield Company, b, Color: Tile Red (A-28), c, An integral coloring agent may be submitted for approval as an alternative to topical coloring agents. 2, Bonding Agent: Product known to enhance adhesion to concrete, 3, Curing Compound: a. Lithochrome Colorwax by L.M, Scofield Company, b, Color: Tile Red (A-28), 4, Truncated dome stamp for curb ramps shall be Cobblecrete ADA concrete texturing tool or Increte ADA Tactile Detectable Warning System stamping tool or approved equal. D, Cast-In-Place TactilelDetectable Warning Surface Tile 1. Color: Brick Red Color shall be homogeneous throughout the tile. 2, Dimensions: Length and Width: 24" x 48" nominal or width of sidewalk Depth: 1.400" +/- 5% max, Face Thickness: 0.1875 +/- 5% max. Warpage of Edge: +/- 0.5% max, 3, Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Cast-in-Place TactilelDetectable Warning Surface Tiles or approved equal. 02524-2 E. Prefabricated tiles or pavers may be submitted for approval aFJI.l!:II;;9ive to stamped concrete. PART 3 - EXECUTION ZDD4liAY25 PM 4:31 CITY CLf:RI< 3.01 TECHNIQUES: IOWA CITY, -IOWA A. Except as amended in this document, the work in this section will conform with the Iowa DOT ADA Curb Ramp Compliance (Alterations) - (1IA-4) and the following sections of the Americans with Disabilities Act (ADA) B Accessibility Guidelines for Buildings and Facilities. Section 4. Accessible Elements and Spaces: Scope and Technical Re- quirements Section 14. Public Rights-of-Way 3,02 SLOPES: A. Cross slope refers to the slope that is perpendicular to the direction of travel. Running slope refers to the slope that is parallel to the direction of travel. B. Curb ramp cross slopes should be no greater than I :48 or 2% to a level plane. C, Curb ramp running slopes should be no greater than I: 12 or 8.33% to a level plane unless existing conditions do not permit and layout is approved by the Engineer, Curb ramp running slope should be no less that I :48 or 2,08% to a level plane, 3.03 PORTLAND CEMENT CONCRETE THICKNESS: A. 6-inch thick P,C,C, will be placed at all curb ramps unless otherwise directed by the Engineer, B. 4-inch thick p,c.c. will begin 4 feet off back of curb adjacent to the 6-inch P,C,C, section, unless otherwise specified by the Engineer, 3.04 WIDTHS: A, Curb ramps widths will be 4 feet unless otherwise necessary to match existing sidewalk for continuity, The minimum allowable width for curb ramps is 3 feet. Four-foot or matching widths are clear widths and do not include the flared sides or curved sides of a curb ramp. All proposed curb ramp widths other than 4 feet wide need approval by the Engineer, 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown in the plans, 1ms project may include these or other curb ramp types not shown. Existing site conditions may require that alterations be made to proposed curb ramp design in order to provide a "best-fit", Quantity changes due to these alterations will be paid for per the unit price quoted on the Form of Proposal. B. The 6-inch curb bordering the curb ramp is considered part of the curb ramp and is accounted for in the Form of Proposal estimated quantities. 02524-3 FILED 3.06 TEXTURED SURFACE: za04 HA Y 25 PM ~: 3 r A. All sidewalk curb ramps designated by the Engineer or plan drawings shalleerlnsl;ru<e.t~d with truncated domes conforming to ADA specifications, 10\ V, ~ CLEHK I A CITY, IOWA B. Detectable warning surfaces shall extend 24 inches in the direction of travel and the full width of the curb ramp. C, Detectable warning surfaces should be located so that the edge nearest the street is 6 inches minimum and 8 inches maximum from the curb line. 3.07 INSPECTION: A, Verify that subgrade is installed according to specifications and is free of conditions that could be detrimental to performance of colored concrete, 3.08 COLORING: A. Concrete color finish will only be placed on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as specified by the Engineer, 3.09 LOCATIONS: A. Curb ramps are to be located directly across a street, alley or driveway from another existing or proposed curb ramp or sidewalk unless existing site conditions prevent this or are otherwise specified by the Engineer, 3.10 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520, B. Apply truncated domes per manufacturer's specifications, C, Protect concrete from premature drying, excessive hot or cold temperature and damage, D, Curing Compound: Apply per manufacturer's guide for rate and method, 5/04 pwcDgfcIcar aeek traiV02S24-withTiles.doc 02524-4 FIL.ED SECTION 02900 ZOCHIA Y 25 PH 4: 3 I LANDSCAPING CITY CLEF1J< IOWA CITY, IOWA PART 1 - GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: \. Nomenclature: Scientific and common names shall be in conformity with U.S,D,A. listings and those of established nursery supplies. 2, Standards: All trees must conform to the standards established by the American Association of Nurserymen. B, The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMIITALS: A. CertifY that all plantings are free of disease and insect pests, Certificates shall be submitted to the Engineer and/or City Forester, B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer, 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage, B, Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C, Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering, Water before planting. 02900-1 ---- PART 2 - PRODUCTS FILED TREES AND SHRUBS: 200411,4 r 25 . 2.01 PH 4: 31 A. Trees and shrubs shall be vigorous, healthy, well-formed, with de~i~0;hd)~~e root systems and free of insect or mechanical damage. C-,I Tv, IOWA B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C, All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2, Contain a minimum of six (6) well placed branches, not including the leader, 0, Trees shall be measured when branches are in their normal position, Caliper measurement shall be taken at a point on the trunk six inches (6") above ground, E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected, Trees shall be freshly dug, 2.02 SEED: Minimum Proportion LbsJ LhsJ Mix by Weight Acre 1,000 sq.ft. URBAN MIX' Kentucky Blue Grass 70% 122.0 2,80 Perennial Rygrass (fine leaf variety) 10% 18.0 0.40 Creeping Red Fescue 20% 35,0 0.80 RURAL MIX' Kentucky 31 Fescue 54% 25 0.57 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0,11 Birdsfoot Trefoil (Empire) 9% 4 0,09 Alsike Clover 9% 4 0,09 · A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses, 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious malter, B. Sod harvested by machine at uniform soil thickness of approximately one inch but not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage, 02900-2 2.04 LIME AND FERTILIZER: FI Lt [) Z004 HA Y 2S A. Ground agriculture limestone containing not less than 85 percent of total carbonates, PH 4: 3 I B. Fertilizer shall contain the following percentages by weight or as approved bYi@'lgrt>/~ERK '\ v ,IOWA Nitrogen" - 15% Phosphorus - 15% Potash - 15% "At least 50 percent of nitrogen derived from natural organic sources of ureaform, PART 3 - EXECUTION 3:01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: I. Trees: Spring - March 30 through May 15 Fall- Sept. 18 through Nov, 18 2, The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected, B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C, Tree and shrub placement shall be as shown on the plans, D, Contractor shall inform the City Forester of the starting date and location, All planting soil must be approved by the City Forester before use, E, Excavate with vertical sides and in accordance with following requirements: I. Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball, 2, Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3, Do not use auger to excavate planting pits, F, Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids, Cut all burlap and lacing and remove from top one-third of root ball, Do not pull burlap from under any root ball, Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. 02900-3 FILED H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forestef. D~ 11,1 y 25 PH 4: 3 1 3.02 PLANTING SOIL MIXTURE: CITY CLERK IOWA CITY IQW A, Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 cle !CI sand, All backfill shall have a uniform appearance and shall be loose, friable, and free of hard clods and rock over two inches in diameter. 3.03 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre, B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: \. Remove weeds or replace loam and reestablish [mish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed, This work will be at the Contractor's expense, 2, Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction, 3. Rake seed lightly into loam to depth of not more than Y-.-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width, 4. Hydro-seeding may be used upon approval of the Engineer, D, Water lawn area adequately at time of sowing and daily thereafter with [me spray until germination, and continue as necessary throughout maintenance and protection period, E, Seed during approximate time periods of April I to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer, F, All areas requiring mulch shall be mulched as soon as seed is sown and [mal rolling is completed, Mulch shall be evenly and unifonnly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately I II, tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished, All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour, Crawler-type or dual-wheel tractors shall be used for the mulching operation, Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G, Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period, 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre, 02900-4 ------ ----- C. Apply fertilizer at a rate of 450 pound per acre. FILtD D. Remove weeds or replace loam and reestablish finish grad~n~t lMe~e2,lie !iYy Ijelsy/> in sodding. CITY CLERK E. Rake area to be sodded. IOWA CITY IOWA F. Roll sod to establish smooth, uniform surface. G. Water area adequately at time of sodding and continue as necessary throughout maintenance period. H. Sod during approximate time periods of April I to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. 1. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one- year maintenance period, 3.05 MAINTENANCE - ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, pnme, spray, fertilize, cultivate and otherwise maintain and protect all plantings, B. Maintain sod and seed areas at maximum height of 2Y2 inches by mowing at least three times, Weed thoroughly once and maintain until time of fmal acceptance, Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specified, and reasonably free of weeds and undesirable grasses, C, Reset settled trees and shrubs to proper grade and position, and remove dead material. D, All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E, The Contractor shall supply all water for planting and maintenance, Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S, Riverside Drive, All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 05/04 pwengldear cceek traiI\02900.doc 02900-5 SECTION 03350 FJI --.) _.tu COLORED CONCRETE FINISHESOO~ flAY 25 PM 4: 3' CITY CLERK PART 1 - GENERAL IOWA CITY, IOWA 1.01 WORK INCLUDED: A. Colored finish for new concrete curb ramps. 1.02 REFERENCES: A, L.M, Scofield Company Tech - Data Bulletin A-104.l0, B. L.M, Scofield Company Tech - Data Bulletin A-514.02, C. L.M, Scofield Company Guide G-107.02, D. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete, 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper perfonnance of concrete coloring, 1.04 SUBMl1TALS: A. Comply with Section 01310, 1.05 DELIVERY, STORAGE AND HANDliNG: A. Deliver material in unopened containers with labels identifying contents attached, B. Powdered materials shall be kept dry and under cover, Protect liquid material from freezing, Expired materials shall not be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot-weather work. B. Pre-Installation Meeting PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete: Reference Section 02520, B, Water: Fresh, clean and potable, 03350-1 .- -- - -- - - -- .- C. Colored Hardener: FILED I. Litochrome Color Hardener by L.M. Scofield Company. Za04 HA Y 25 PH 4: 32 2. Color: Tile Red (A-28), CITY CLERK D. Bonding Agent: Product known to enhance adhesion to concrete, IOWA CIT'( IOWA E, Curing compound: l. Lithochrome Colorwax by L.M, Scofield Company. 2, Color: Tile Red (A-28). PART 3 - EXECUTION 3.01 INSPECTION: A. Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.02 INSTALLATION: A. Concrete: Place and screed to required elevations as specified in Section 02520, B. Float concrete from two directions with wood trowel to create a uniform surface, Do not use metal trowel. C. Colored Hardener: Apply 60 pounds per 100 sq. ft, or rate recommended by manufacturer, Apply evenly in two phases using dry-shake method, Wood float after each shake, D, Trowel surface with a steel or aluminum trowel leaving no trowel marks. E, Protect concrete from premature drying, excessive hot or cold temperature and damage, F, Curing Compound: Apply per manufacturer's guide for rate and method, 05104 pwcngfc1t:ar creek traiI\033S0.doc 03350-2 "' Ifw ." S:\EnO\CAO\PARKS\Cfeor Creek Troll\ShLc:ct'V.dw(l. 05/11/2004 10:.3:36 AU r g Q a ~ ~7 0 ~ c ~ ~ 00"'0 g: a. s: ~ Omm n_ ~ ~~~ - ~ n =~ \J ~ ~~ en " o a. at '::..J ~ ~ " I' Ql m 'l I .~S. :J . '\ T ' ll> ,.) .' ? cg ~ ,,,,," I>n._' <J> r:;'..,..r "~'/':3' I ~ ...... a. rq, ~f"I'~~ ;.'~' )! f.J :"'-J a?~ ~U"~ ...\ .., ~ _ (II "....- !!!, PI c:::= i: :::: 2"" I! '--. --<.J t--- , ., ....., ~ II I 1-..":::1 l-, i.-__ I i ~ c: " ~ ' fT1 -l,' " ~?-/--w, ,,-_.j ~ ~ .... /4.-' J .:s; :::,.. ~~ ":::I ~ ~ ~ I~ I "t1 t:I i~ i~.., ~ ~ ~ I:::: ~ t:I CD ~ S' ~ ':--. ~ c:, CD v; ~ HHrq PHPHI ~ ^ ." J "~~~ co "n. CD ~ a. f I ) IT j . .. ... ! 0 G * C> f i "' 'i ~ i~ Olii -.J ~ ~ ~ e ~ ~ ~ ~ ~ * ~ i ~ i ~ I ~ ~ ~ ~ ~Ha~~~!'"8ii'~I.. .., ~ 3 g ^ . ~ a 0 ~ I ~ ~ ~ ~ i i ~ . "~ i ~ ii' , - " n ~ . . ~ ,! l" Ql 1111111; II .,.' pn.~n"qH~"dfR _. 1111111111 . . 1] 60 .....,.., "'~::I-'" ... Z ,,""'ceNSfD' - a l~ @ 1";>.....~..~1}, ~ .. ~ L Z !-! -",j; ,~. ~ '" en a. 0 !O ,0' *0- ,~, a. CD :7 CD 'Z m () ~~~ ~~p j~s "'tJ !fJ ~ ~ m :"! ~ \ ?" /~i .... ~ >< :..: ...... .....".....' :D ~ l JJ \. . ........, "/ g, !!l - = Z- I:") "..~.?lNI~~....~ CD (if 0 = ,~~ ~ , !ill ~ 1 f fQ~ . i' - ;! >- 0 3: ~.' i . '.'~ ., ,! lil f >=2 "'" 11 .. T I . ,'c ...> --< I ~ ". , , ;f' .' ~ . ' . ~ ~ ~.~ ~~l a. 0 N = ~ I f.\'~ ii: Ii) -j 0 U1 ! Ii - f. I! ; CD .-,1 m o ~ \ I ' ". ; ~ ", "h m " ;.-, '{\l' . . '!'. ':J:D ~ U ~ ~ ~ 0 i i i · !ii i= ~ ^ .r:- ~ ~ 1 i ~ ~IJ )> N I . I - " .. ~ -..I n ~~ fll g- 0 I ~!~ ~ .-, 't' I ~N - i!i en I\) - !! i' ~ .g' ~. f' ~ -j r-r ~ : o """" - f a.EAR CREEK 1RAll PROJECT ::>, \t.ng\l";AI)V-,,I(r..:>,...l<Ig, 1.,.,U lrOllVnLqty.<)Wi. v~/lo/.l.W+ 1(..,.:;1:\,,) "Iol . CJ O~~ ~~~ O~=~~ ~ ~O~~~~ n~co~~~~C~>Z>~~ n n (') (') C "" (') -l (')"'1)-1 "'.... Z;u- ....0-<"'- ;tI....:rZ,. ,.I-).....,ZJ:O....ZJ:ZO;:l1)<. - - - - ..... OS}l> '" }I> -'::r "'tI> O~ Z s: - "'g> cr-;t:.....o,..,(")Oo"'-<....."'Vi Ioo.....t :::::::::: E 2 ~ M In g.''' ~~~ o::!:t ~~:t~~ ~ ~@(')~~~ ~~~~~f!:~=1~~Q~....:::'~ "U .... ~ :'E ::: ~ PI' ~.~ ~~..... ~n... ""~""o"'" ..... 1"'I\Il2';ti =. oo"'~ ~g8~""\z.....=.5'il ~ ~ ~ ~ ~ :; 3 iOl 2 p -<~ ~o~ ~2~ ~g~~~ ~ ~~~"'tI:t~ ~c::t,.,~~Vl;tig~~R.~~,., ~ Vl ~ ::0 ::0 ~ ~ ~ M 8 o~. ~~~ ~~~ :ri~~P:ri ~ ~~~~~ ~...~~~m~~a~~o~....~ 't R' '" g g :;j j,O il;rc "'a;:uc ~::::)> )>>gg. ~:::' r;:5~ 028 2ff,c:~~O~,.:::':;::::!~,....A!:: Gl "1l Z 0 ;=j _ :1:'" Q::\JO Zo. )00 Z ..... Z ,z..... <, or'lm n .., Z }I> ~ 0 :z .. =; >n~ :zz..... o=' -1:i! VI z' VlO"il"" :l!'o ,.,. ::z:OI>Q"'z::U,.,-o g 9 ::0 ::0 "'1)- C .....,.- ojl Vl~.....a- c::r,...... O~z~ ,.,,,,F''=~' VI.....';> m ~ :Ii ~ ~ i! ~ r~ ~ ~f~ ~!flV) iij~R.tu~ ~ ~~~g~~ ~~a~~Pl2~~z~'iil~~~ Z '-J ~;3! 2 2 ~ ~3 = 'tJl~ ::>;::!;:o ..,Vln-<~ ~ ~~n "';:lJ~ i;~;;1II.....~,..,,- 8""'-<~o;g m ~ -< ~ -< ..... ..~ .~ Rin~ :l;l:l:;J ~z~~!: z p>~~~2 c:~,..,,:;t~~~~~n6111;O< :D "J :;J "'C;; lIIG' i'-<" ~tJl::il""'~ -. C"'Zl>lII ;:lJ1II~...,..,,;O;:O;:O~~~~...:!:, )> ,. 0 821lD ag ;:O~-.Q~ ~ :;tZQF::J: ..,..,on~8;ii~;Oilc2~,..., r ~ ~3: ~2~ ~::J:~~ ~ ~:~Q~ gg,..,,~~~~~;~~~g~ ~. > ,,> "'0)> "'0)> "'0' ""'DC "'On "'O"'Omvo "~V1)> O"'OolJlil::)> ,,"'OtDVO ~ IOO;~ ~ 0 ::;J':z "''il~ ~>::oo~ 1II "q::-<~lD >>~;az~>;;:8o=<!:=.!: Zo '--" :;1"_ ::r_ :::r-:::r!f :::r::>:r;:o: Q:::rlllJl:f :r_.~ ~:::r:f"'''''';::: C::r~Ul:f :l 6 '< _ ....>::!::i"!:: ;:on C) ,.." ,., 2t:1o-.n;:02111 ;:0;;;.....,...,..... ::> g?" g?" g?" g... go<:' g'< oD.g::B::: g3~"'" :>:<goO>52;:! oD,g::B::: !!::o> 1:0> og: ::r;::;' on n~.., i'S-.~ o!" o>~> -<9.....~...00" ~ 1II-<~-< . II .. II '" <II 0 " _ It.. ,,> .. _ 0 -::: -- >- 0 zn III ::J:2>;OZ lDn~c> _~, O~ no'" a ..""....n..o ..........;Jc ""l"zP:- v"0.~o ....!c tr:.'l::> 8-""5" 0.,!!:: < III 0 -)>g 2,"'tJl 0 -<~::>;.....", Z oo..,!::;:o~)>!{l"'tl..,o> rM ..... So. 0..... .... D.. n ::lE ~ -~o::! D.. n ",0.. ~o.. _0... .. ..,;%:1 g..... !:...,ll:;tt)> :s;::J: .....oo.:ll "'o-<~;O. en ~ ;::;~:f ~~ ~o l~ l..IO l..IQ, ",~~R03 ~j: ;-:< ~~~g.!:.C: .....g:3"g;Q 1":~ ~~ ~~~ .., a r:.~ jIl"'g F;:O'tl~C C i'~g~':Q ;:~~vi}~~co,~i'...~ :u "'::0:: <0..... <DJ:: Cl)' ~ ~ O>l..I" 0 UI ~ l..I<D_.o,., O>l..I' 03 l..Im -... 0 0 2 Z .....;:0 n ,.,,,, NO ""_;0_ e;.....z ,.,:r,.., ......' ; ~:g ~~ ~ll 8 ~~ ~~ ~,;:;>'~~ ~~;~ g~i; ~ ~';:;>:~~ ~<DS ~~~ if~ ~ ~g ~~ 2~gz5 ~ ~~~~~ ~tL2~g~.<(lS'iil~og%1II ~ 0 ~a;r ~> ~Z'....... v t;;:o: l;;.....U12" 2. g::::::r" I ~ ,.." ~UlU'l,g.=. ...............0 ...............0. l'l'" ii" :r:l; 1II..... >z~;i'.z C)o<~ Z~ oiil~ ;;; o....zi'~ ~ I)> Iv> 10 ~ t;:n "'':<. ....Y''''..g I-~O g:l~>~ Z ....Y'Nl>>g t::1::;J;: .::::1::<' ~oz ~ ...."" g:z :zlQO)>1II :z~)> 2 ~;!l~z'tl' ~1II~~i!\il"''''' Z !JIm V> ..... Nt"" I I ~>.,j _ <D ....,.., >.,jv I _>.,j _ 0......., o~o ",_,., _. :I:::J: ,..,n :;0 o::t ,.., Fl..., zo!1l;:o "'::J:;O Ul' ~:;r<; - ~ I ...,0 !JI~ o>",N::UO ~ ..;0; ",,,,~ o>",~;:01i' I I 0 I 18 .....5.;:0 ::> Ii'! 0..... :z...:I;,..,,> ""i';:o~ Olll !:!,..,::::j;;O)>:i-.mr,n~~ o CJ>- >.,j '" CJ>:%l.....)> OV~o:::l -..,.." CD <: O(..lNO:;J.....;;o..... "n -< C:::t .....' ;;o~'"tIO~ ;0)0-<'111 "'<nor; :r CJ zoo 0 fg ~o 0'>..... "''''.... &'" l..I:- .....0.. Ib.... &~ g".m 9.l>"'O 0 -< 6~ J;;,.., 'tI:;t:J:)>' )>Z;:oz:'" ~o=<"";:;;d"""". nC)dul~ CD .....,..,,0,.,.. CD .. NM.........,..,,::u =t ,,..,lIIlD z.....o., oo-<Z;o"''''':z;ll-o;l to VI;:O ::u ~ ;c ~""Vl "'.....;c 0.8 >> ;00 ~ 9'" o::J:~;i!::U :='z~-<;=!"'!"i!: ~~...2' ~ C ~ ~!" ~ ~ ~:('. ~ ~~ ~~~,..,~ ~~OO~~I~ d~O~~ ~ ~ Vl lD Z ~ < ........,.." ~'..., om!:) ~ ~ ~ .., ~ :g ~ 0 ~ -< 8;:0 ~ ~ .....::;;;:0 '"'< ~ ~ c c ~ ~ om -z S{il 0- -z Om Zm :II Z {il ~ I I Iii B < :r "" f f I ~ ~ ~ll ~ _ "-> iii ~, Q ~ I ! '1 2 U! <:0 ::Ie - p~ > lU i :;l 0-< ~ 11 ""U ~. -lO c.n ' ~ - ,-<r- ~ 0 -ho-om ~ a O~ ~ 0 o ~~ ~ o < .. 00 P N m ro o a r - m 0 > ~ ~ ~ o 0" ~ :J. m Q ~ m ::I: g ^ m V! ~ -l ~ ~ ~ ,,~ > CD - ~ r CD ~ ~~~~~~N_ ~ ~ ~ . O Ill~ ~ n " 0 ~ ~ ~ ~~~~~~~~ mol :r "'0 ~O)o::tlFCXo O > m"'O<)o~ronro ~ ~ n O~~~ ~)oF -l -. ~r~ I M Q~n~~~N < )o)o~ 0 0 M'Z Z~~> ~ ~$w C ~ ~nn~O~ ^~~ 5 ~ ~~ o~ 20 ::tl~2 ~ ~ E~~~ ~ 2 OMD ::tl ~ N~_::tl n ~ ~ ~~R~ ~ ~ ~ >f!.I ~ m ~ 6~~ ~ ..... '-" D. n ::i ~ !::~0 ~ 1:% ~ C)O 0 _ ~ ~ 'zn z -4 ~ ~o~ m Q) ~ VI~ ~ ~ ~" a. 0 0 ~~ rn G)C ~ -I m~ ~ Z..... )> m - -j :D :::j m )> m 0 r.C/) 0 Z:D C ~~ ~ Om -j :D:D _ ~m :::j )>Z m :::jO en Om Z >nVl,,~n, g~~~~~~~ C ('T'I " \J Z V1 IJJ ~ C C ~ ~ ~ 0 )>~ c = )> ~ro Z ~ * ~~~ ~N~ -4 m ~o~_ooo_ ~ ffi en en ~ ~ !P. --- ---- ;" \Ln'il\..:AI,I'I'""/(I'.::>\....,Cl,l. ...rcc.. HO,,\:.r,,-rl'"'.....'iI, V:'>/'O/"'VV" ,1,1;+:;1,..>" ..." . ' \. . m m m ~ ~ 00 ~ ~ 0 0 1JI 0 lJI 0 l)l (/) ~, rrl ~ X , - '\ Ul , ::j ; \ Z , C) I \ 0+ 0+00.16 ~o - -;' \ -. \ g b 689,37 j <: /1 BOb S '0 '~ :S / , ,to '" 0 \~ ~ / i I'~ ';)0-1-00,00 Ii VPC STA - 0+37,37 ;(j \ ;'/ / ~ ~ 'i' ' VPC EL V = 689,62 ~ \/ 'J I if f t ~ I I %- j ~o ~j m ~ ~ ~II ~ f ~ , ~ I + (]) I & '/:;: LJ o <D \ j.o 0 o :;: VPI STA = 1+11,37 1/ 0 ~ ~, ~,~ II VPI ELV = 690,15 \ ~ II II ~ ~ \ \::0 {Jl{Jl~ O'l Q '0" o ! \ < + 0 i r rT'JI ~ 0 '1.0 \ I I 0" ;;0 0 f-J \ Iii I ;;0 ~ \ \ I~ I \ \ I I ';:' \ VPT TA = 1+973 "D v '!j:' I o :::0 I 0 o \ Vr' I IL V b~L I j 0 I 0 "D I" \ 0 I \ ~ I ;:! Ki " II' \ ; ~ ~ 0 \ I \ :::< ~ \ I ' N Z 0 , ;i. . \ / o ~ ~ \1 1\ o fTl / 1\ \ ~ ;(j~' \ 0 ~ /.1 c:;" 'U '" )> r / + 0 + \ 0 g \ ~ '- / 0 " "- I' \ "- \ (') '- I I I' ( rr1 lJ './ . \ Z ;;0 1 \ '" \ r;j <:6 I , ( + ;;0 1 ~ \ ' a Z If) f 1 [Tl , [Tl 0 / ( \ Ul - ~ , , j \t o ,II ( + I\----.-- ~ / \ I> g '" l.. l> ( \ ~~ ~ )> ~ \ 5 695-- ~ ~/ ,~ ~ ( \ z I \fz ~ \ GJ / '" ... \ (') I \ ~ ~ \ ~ / \\ " --j \ ~ I \' ---I Z ( \ [Tl I \ .J' 'i' \ ~ I ;\ ,:) g \ ~ 1 ~;s \ ~ 1 \ --, \ ' \ I \ ~, ~ , I \-' 0 i2 + <;::.' -- ~ - '-, 1 \ II "i;C? ::1!: \ ,/ II - -, ~ Tl \ ~ C)-~ N - --{C) Ul ! \ ..... 1\ " _ r ---< [~ fll \ I ,,). -u m -0 ' "- I' . -----: __ r-J " O.JJ ~ U ~ \ ',j P ::2:7-~ ~ o \ >. \ P N O~ CO ~ --- \\ , \\~ m m m ~ ~ 00 w ~ 0 0 ~ 0 1JI 0 1JI en j;:1! CITY OF IOWA CITY _ DRS - X "_"-00 - .....T.. i6 " CAD_Po," jC100 ,_ CLEAR CREEK TRAIL w ~ I\) '" ENGINEERING DIVISION """'" 85M C,~kT, V.... 1 · PLAN AND PROFILE a; Chldo4 DR' CAD"" S1t_PP1 _ 2004 PROJECT "". ,~,,~ ''" "" " ",,,,.;, ,.. ,~u' ,"' ~~~ "..... ,,,,,,_r " _.",n;" ~~I '''I ...~~. 'y_ ~~. "" '"'' i ' . . \ '" \ " " " :::J " "' 0 0 0 '" '" 0 '" '" 0 \ \ \ \ ~ '" \ I + 0 \ I I 0 - ----- ./ ~-(f) , '() \ rr1 II II )> I x r (f) rTJ - tJltJl(f) \ ::! ~ '0," z -.. /' '" I -..~ riiI + '" 0 \ ;:00 G) ;:0 \ ;:0 0 -.. \ c -.. z -.. \ 0 -.. -~ " i \ )> + 0 I \ 0 0 z ~ I \ G) -.. I -.. ! \ () \ rr1 Z \ -1 " rr1 + I ;:0 -.. '" I 0 \ z '-.. I rr1 '-.. \ '-.. I '-.. I \ -.. I \ >0 '" I ~ + 0 I I '-.... 0 8+14.23 I VPC STA = +14.23 ----- 703.88 VPC ELV = 03.88 I \ - /~ . \ ~ ..- '" ~ ..- '" \ + -.. ..-' \ ! '" 0 -.. ..- \ I -....- ~ - -.. ..-' ~ --- ~..- --- \ -.. . "' \ + ~ -- a ---../ '\ 0 c 71rJ-.....-... - _ i , < <1) r S A = 9+29.2 --./ I <1) ::J ELV = 706.15 <D ~ I "' OJ + '" II - - 0 '-.. N -.. VJ ~ 0 ---- " -.... . 0 0 0 ~--.......... + 0 0 71 s------ ~ -0 ;:0 0 -0 0 VP STA = 10+4 .23 (f) 0 fTl 0 + '" ~ 0 )>-0 0 r;:o 00 ;f; z-o --- . G)O 0 , ()~ fTl 720-, - - -1 C'l0 1~9 ;:0 + Z ;;: 0 -1(f) --Q:J: 0 C'l- - . J. r ;:00 rC'l ~ -:;;: - z)> C'lr I ^ - + - ~ '" I 0 ---- ""'" I 1 ~ c:r-- ....., ~ ~ = ..- "- ..- ~O I ~ ::E: ..- ~ := -j ;:; ..- 0-< -< ..- + /"' N - 0 ..-~ -10 Ul i- 0 ..- --<, fT) ..- rn -0 ~ -::0 :x 11 I ..- 0_ ..- :S:'" .r:- '-' ..- I / j> N ./ 0) / '" " " :::J :::J " "' 0 0 '" \J> 0 '" 0 \J> 0 en -0" CITY OF IOWA CITY _00$ _x HScU: 1'-50 - ShedT": )>= ~ m CAD~P~lIks/Cloor CLEAR CREEK TRAIL -l:> m I\) "" ENGINEERING DIVISION "'"'" 8SM 'CrwkTr YScN 1'.. S PLAN AND PROFILE !Po ~ PROJECT 0> Q1ec:tt<<t DRS CADRe: stt_PP2 - 2004 -- - -- ~ ,~,.. ,_"~ , . ,'m_ ," .... ....', ." " '- . - - " ", " -.. . ( , .. . . 'r , ~ . , . . . . ~ "- ..., ..., ..., ..., ..., ..., >> >> '" '" ... ... 0 '" 0 '" 0 '" -----.... ~ ~ .-' -- ~ - - ~ r .-'~ .-' ~ - + ......- --(j) 0 ' '(') 0 71~ II II )> r .-' -- fTl -.-' CJ1CJ1(j) '0 .. < fTl:r: ;:00 + ;:0 '" 0 -- --- ;:; no, 71- 9 + ~ i.J. 03 ~ 0 b 0 -~ . ~ .-' .-' ~ ;:; /'''- + /' '" /' 0 - )>'U /~ r;:o 1'l..'J'" .-' /' "- 00 z'U 00 .-' ./ 'U ()f(i / ~. c: /' ;:0 + /" 0 0 Z ./ 'U 0 728.3 --I(f) /' .- 0 fTl- ./ (j) Grode Break ;:00 ./ fTl ,fTl /" 0 -::;: /" .- z)> ./ - fTl, ./ 0 ^ ./ - '" / /----.. ~ + '" / 0 0 fTl / ;d ,.,\S / / )> '\ / r :;: / + / /- 0 / 0 / / / VP 5TA '" 14+ 5.31 :;: VP ELV '" 733. 0 + '" "'.:> 0 = 0 = .r- :2:0 z () )>=1 "'" 11 c --< ~ / - < O~ N - U; (1) ==to Ul , + --< ;;:; -0 hl 0 (1) " 0 0 :J -:JJ :? "" ~7' VPI 5 A '" 15+24.31 ~ r ::r .. VPI EL = 73734 )> N I II a> - U; I ---J f'l + X '" 0 (/) 0 I ::! I 0 HP 5TA = 15+69.39 ~ z HP EL V = 736.44 IN Cl .p. I ~ Cl ;:0 m I 0 c + 0 0 0 VPT 5T A 16+13.31 I VPT EL V 736.15 I )> , 0 z Cl m () + '" - z 0 --I l<t f'l ;:0 I~ c I z ,,--0'( f'l ..., I 'b + )\0 \f\ 0 0 734.92 0S0 ..., ..., " " " " N >> '" '" ... ... 0 '" 0 '" 0 '" (fl \J." CITY OF IOWA CITY DeIigled: DRS fIeIcI:lOCk X HScalIIr t"..,5O' - !IIleITiIe: )>= " '" ParbICklar CLEAR CREEK TRAIL CJ1 '" f\) '" ENGINEERING DIVISION ""'" BSM CAD Fddllr:CrClekTI YScele: 1""'S PLAN AND PROFILE ~ ~ QledIad: DRS ~fk SttJ>P3 - 2004 PROJECT Ol NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACf AND ESTIMATED COST FOR THE CLEAR CREEK TRAIL PROJECf IN THE CITY OF lOW A CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF lOW A CITY, lOW A, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Clear Creek Trail Project in said City at 7:00 p.m on the 1st day of June, 2004, said meeting to be held in the Emma J. Harvat Hall in the City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. TIris 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 Printer's Fee $ J S . '1 d- CERTIFICATE OF PUBUCATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN OFFICIAL PUBLICATION FED. ID #42-0330670 NOTICE OF PUBLIC HEARING ON PlANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMAT- I, ED COST FOR THE CLEAR CREE:K . TRAIL PROJECT IN THE CITY OF IOV'{A Linda Krotz, being duly sworn, :CITY, IOWA say TO ALL TAXPAYERS OF THE CITY OF that I am the legal clerk of the IOWA IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: CITY PRESS-CITIZEN, Public notice is hereby given that the a newspaper City Council of the City of I~a City, ,Iowa, published in said county, and that a will con-<luct a public hearing on plans. specifications, form of contract and est;. "- notice, printed copy of which is mated 'cost for the con-struction of the ' a Clear Creek Trail Project in said City ,at hereto attached, published in 7:00 p.m. on the 1st day of June, 2004, was said meeting to be held in the Emma J. ! said paper I time(s), on the Harvat Hall in the City Hall in sajd City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as I following date(s): posted by the City Cleric \ Jj\11~J(" {)..() () Lj ,.Said plans, specifications,_ form of .00':'- tract and estimated costare now on file In the office of the City Clerk in" the City ~~II -' in.lowa City, Iowa, and"may be inspected by any interest-ed persons. ' I Any interested persons may appear at I 0/td- said meeting of the City, Council for the purpose ot making objections to. and I comments concerning said plans, specifi- ca-tions\ contract or the cost of making S Legal Clerk said improvement. _ This notice is given by order of the City Subscribed and sworn to before me Coun-cil 01 the City of Iowa City, Iowa and as provided.by law. this f1 {p I-A. day of 1JIl 0 ~ MARIAN K. KARR, CITY CLERK 59269 May 26, 2094- A.D. 20 ()L{ . (Jh 2 ~41L 1J1~ , . Notary Public ~ ORLENE MAHER f f Commi..ion Number 715841 My Commls.lon ExpI.... ... April 2. 2005 .' Dl200 IT] Prepared by: Mitchel T. Behr. Asst. City Attorney, 410 E. Washington St.. Iowa City. IA 52240 (319) 356-5030 RESOLUTION NO. 04-165 RESOLUTION AUTHORIZING THE ACQUISITION OF PERMANENT AND TEMPORARY EASEMENTS FOR THE CLEAR CREEK TRAIL PROJECT, AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST DOCUMENTATION OF THE SAME. WHEREAS. it is in the public interest to acquire from the University of Iowa a 20-foot wide, .78 acre permanent easement, and a surrounding 50-foot wide temporary easement for extension of the Clear Creek Bike Trail from its current terminus at Prairie Meadow Drive to Melrose Avenue; and WHEREAS, the University has agreed to grant said easements and maintain the trail after it is constructed. in exchange for the City's construction of the trail in accordance with plans approved by the University; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA, THAT: 1. Acquisition of a 20-foot wide, .78 acre permanent easement, and a surrounding 50-foot wide temporary easement from the University of IOwa for extension of the Clear Creek Bike Trail from its current terminus at Prairie Meadow Drive to Melrose Avenue is hereby approved and authorized. 2. Upon direction of the City Attorney, the Mayor is authorized to sign and the City Clerk to attest any and all documentation necessary to effectuate the acquisition of the easements pursuant to the terms as approved herein. Passed and approved this 1st d'Yof J"; , 20 04 ~ ~ --~ w. ~ I - J YO Appr ved by ATTEST: 7J~~~k ~AA) y/~,+I(}'t- CITY LERK . . Resolution No. 04-165 Page 2 It was moved by Vanderhoef and seconded by Ba il ey 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 . PtZDJ LW .' Prepared by: Daniel Scott. Project Engineer. Public Works. 410 E. Washington St.. Iowa City, IA 52240 (319) 356-5144_ RESOLUTION NO. 04-166 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CLEAR CREEK TRAIL PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the Civic Center, until 10:30 a.m. on the 22nd day of June, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall. Civic Center, Iowa City, Iowa, at 7:00 p.m. on the 61h day of July, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 1st day of June ,20 04 .&~-~CJ' ~L OR Approved by ATTEST: ~~ ~, ~~ ~ f::=;: >/~/~ CITY ERK ' Ity A orney's Office pweng\resldearcreekappp&s.doc 5104 . Resolution No. 04-166 Page 2 It was moved by Vanderhoef and seconded by 0' Donne 11 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 f)R,OJ IT] I Prepared by: Daniel Scott. Sr. Civil Eng.. 410 E. Washington St.. Iowa City. IA 52240 (319)356-5144 RESOLUTION NO. 04-195 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CLEAR CREEK TRAIL PROJECT. WHEREAS, Streb Construction Company of Iowa City, Iowa has submitted the lowest responsible bid of $47,248.50 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 Streb Construction Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements, Passed and approved this 6th day of July ,20 04 ~~ LL- ATTEST: ~A'-nJ C/(. ~~ ~bY /J . ~ ~C; ",,/~(tHf- City Attorney s Office CI LERK It was moved by Wil burn and seconded by Ba il ey 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 pweng\res\clearcteekconstr .doc i I ./ .,/ " .~._~- . - ',; t,;,QFF.ICIAl PUBtlCATION ",\ Printer's Fee $ 53oi..tJ '","..'"j~J:' _., ?' . , >..... .> -. y -ADVERTlSEMENT,FOR BIDS-' ";,Cl:EAR~CREEK'.TRAI\: PROJECT S~ale(fproposa.ls will bE! received by the CERTIFICATE OF PUBUCATION City Clerk of the City of Iowa City, Iowa, untll10:30 A.M. on the 22nd day of June, STATE OF IOWA, 2004, or at a later date andlor time as determined by the Director of Public JOHNSON COUNTY, SS: Works or .designee, with notice of said laler date andlof_time to be published as . THE IOWA CITY PRESS-CmZEN required by law. Sealed proposals will be FED. ID #42-0330670 opened immediately thereafter by the liquidated'Damages: $100 per-day '. City Engineer or designee. Bids submit- ted,by fax machine shall not"be deemed The plans., specifications arid proposed a', ~Sealed}bi!;f'kfor,.purposes of. this contract documents may be examined at I, Prpi~;. Propo~~s will be_ acted upon by the office of the City Clerk, Copies of said the City Council at a meeting to be held plans and specifications and form of pro- Linda Krotz, being duly 'in_ the Emma--J:HarvatHalJ at 7.00.PM posal blanks may be secured at the sworn, say on~thEt-6th day of-July, 2004, or'at's~ch Office, of City Engineer, 410- E~ later time and place as maybe sched- Washington Street, Iowa City, Iowa, that I am the legal clerk of the IOWA uled. 51140 by bona fide bidders. CITY PRESS-CITIZEN, ,,-<TI1.e;.er9j~ will involve, ~h~ followi~g: A $30 non-refundable fee is,req-uiredfor a newspaper ApproXImately _ 1700 feet of 5-inch thick each' set of plans and sp"ecific'!tions pro- . PCC,sidewalk oavina and seedina. - vided'to bidders or otheririterested'per::'~ published in said county, and that a All work\s to be done in strict compliance sons.. The ,lee shall be in the lorn 01 a 1 with the plans and specifications pre- check"niade payab!e to.citio_f,lOw~ City. notice, a printed copy of which is pared by- Dani_el R. Scott of'rowa Gity, ProsPective bidders 'are adVised thafthe hereto attached, published Iowa, which have hereto-fore been City of Iowa City desires to employ minor- was in approved by the City Council, and are on ity C<?ntractors and subcontractors. on said paper } time(s), on the file for public examination in the Office of City projects. A listing of, minority contrac-' the City Clerk. ' . ~ tors can be obtained from the Iowa Each proposal'shall _be cOmpleted on a Department of Economic Development at following date(s): form fumished by~the City and must be (515) 242-4721 and the Iowa Department ~ accompanied in a sealed envelope, sep- of Transportation Contracts Office at ,) LU'-e ! A-O() c! arate from .the one cO,ntai~ing the pro' . (515) 239-1422. - . posal, by a"bi~ bond executed by a cor- Bidders shall list on the Form 01 Proposal- porationauthorizecUo contfact as a sure- the names of persons, firms, companies ty in theState'oHowa;.in ttW sum 6f 10% or other parties with whom the bidder Of the bid. The bid security shall be made . intends to subcontract. This list shall payable' to _ the TREASURER OF THE include ~he type of work and approximate V/t~/ CITY OF IOyjA CITY, IOWA, and shall be ,subcontract amoont(s). forfeited'to the City of Iowa City,'in ,the The Contractor awarded', the contract eVE!nf the successful bidder faHsto 'enter shall' submit a list on the Form; of into a Contract within ten (10) calendar Agreement of the proposed su~ntrac- ~ Legal Clerk days of the', City Council's award of the tors, together with quantities, unit prices contract-and pest bond satisfactory to .the. and extended dollar amounts. Subscribed and s'1}rn to before me .,:.City ~~I;'~n9,the faithtul_Rr,~?rm~f'<!~, of" By ."irtue of statutory authoyity,' pret- 'the contract. and ,mainteliance'!of 'said' erence must be given to prOducts and Project, if required,:pursuanUo the provi- provisions grown. and coal produced this f~ day of ~ -,,~s:of. this,notiqe ~nd ~he:ot~r .contra,ct.:. within the State of Iowa, and to Iowa A.D. 20~. \ooeuments: 8id;bonds.of the lowest two domestic labor, to the extent lawfully :or "inore ,bidders' may, be retairied, for. a required under Iowa Statutes. The Iowa O)\9~ ~~ ~periOd of not to exceed fifteen (15) calen- reciprocal resident bidder preference law . , 'dar days'following award of the contract, applies to this Project. or until rejection, is made. Other bid . :rhe City reserves the, right ,to reject any bOnds will be returned after the canvass or all. proposals; 'and' alsO reserves 'the' Notary Public and tabulation ,of bids is:conipleted~and 'right to. waive technicalities and irregu- 'reported to the'CityCouncil. ,-,' -, ':""' larities..' . ' " The successful bidder. will ,be, required to Published upon order of the City'CounciF furnish a-bond in an amount equal to one of Iowa City, Iowa. ' _', . hundred' percent (100%) of the coritract price, said' bond to be issued by a MARIAN K. KARR, CITY CLERK respon-sible surety approved by the City, 59708 ORLENE MAHER and shall guarantee the prompt payment June 8, 2004 fiJ of all materials and labor, and also pro- Comml..lon Number 715148 tect and save harmless the City from all My commlaalon ExpIres claims and damages of any kind caused ... April 2. 200S directly or indirectly py the operation of . the contract, and shall also guarantee the maintenance of the improvement for a: period of five (5) yeares) from and after its "- completion and formal acceptance _b~ the City Council. /'" The following limitations shall .apply to '" this Project: Workirig DaY$: 20 . Specified, Early Start Date: July 19, 2004 Specified late Start Date: August 23; 2004 . . -' , ----- -- -. -- .- " FORM OF AGREEMENT THIS AGREEMENT is made..and entered into by and between the City of Iowa City, Iowa ("City"), and Streb Construction co., Inc. ("Contractor"). Whereas the. City has prepared certain plans, specifications, proposal and bid documents dated the 25 th day of May , 2004, for the Clear Creek Trail 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 ~ """ Advertisement for Bids; J.-"'---: c: e. -I 0-( <n lJ f :=In , - 1. Note to Bidders; w c- ,-:::r: ! fll ;b fT1 -:0 - 0 Performance and Payment Bond; 0__ - g, ~/" 9 )> .::- h, Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; w i. Contract Compliance Program (Anti-Discrimination Requirements); j, Proposal and Bid Documents; and k, This Instrument. The above components are deemed complementary and should be read together, In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 - . ". 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4, Payments are to be made to the Contractor in accordance with the Supplementary Conditions, DATED this 6th day of July ,2004, ~.d Cnntrndnr Streb Cons t ruc ti J. (Title) President Mayor ATTES~1~~ ATTEST: ~.0 7fI, ~A.) eresa Clifton (Title) Office Manager City Clerk (Company Official) Approved By: 7/~/p~ 0 "v S Z5 55:0 -- .b" ..., ~ 0-( :0 ~ I ;;JO c.v , ,r- r-~ AG-2 _1T7 "" .177 O;:Q .':Z: ~ ~-". s; lJ .:B . FORM OF PROPOSAL CLEAR CREEK TRAIL PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT, Name of Bidder Streb ConstTUctionCo., Inc. Address of Bidder P.O. Box 3327, Iowa City', IA 52244 ...., 0 = TO: City Clerk = .c- City of Iowa City :2:0 :r> ):>-::::i '- 11 Civic Center 0-< en I 410 E. Washington Sl. ;::!o w \ Iowa City, IA 52240 ,1 :1:> m m 0 -::0 :!t CJ~ - The undersigned bidder submits herewith bid security in the ~ourif.' of $ ~O% , in accordance with the tenns set forth in the "Project Speaficati~." The undersigned bidder, having examined and detennined the scope of the Contract Documents. hereby proposes to provide the required labor, services, materials and equipment and to perfonn 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, ESTIMATED UNIT EXTENDED ITEM DESCRIPTION illlII OIIANTITY PRICE AMOIINT 1, Clearing and Grubbing Lump Sum 1 $3 OOQ.OO $ 3,[00.00 ; /.15 I fA) 2. Excavation, Class 10 Cubic Yd, 200 2,2.30. 3, Subgrade Repair Ton 30 30.00 q 00,00 4, Silt Fence Linear Feet 200 3.00 600.00 5, Traffic Control Lump Sum 1 3.000.00 3 000.00 . , 6, Pavement, 5-inch 50.. ;)50 PCC. Class 3 Sq, Yard 1895 1'7. 3~116 , . 7, Topsoil. Strip. Salvage 13.60 2-1 ~5G. 00 and Spread Cubic Yard 210 8. Seed, Fertilize, Mulch Acre 0,5 '3 , OOQ.llv I, 500.00 TOTAL EXTENDED AMOUNT" $ If-71 d ~~. 50 FP-1 . The names of those persons. firms, companies or other parties with whom we intend to enter into . a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City, The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connecUcn \,&Iith any otr.er person or perso~s 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. Streb Construction Co., Inc. -- Firm: Signature: ~ 5;C;eJ David J. Streb Printed Name: President Title: P.O. Box 3327 Address: Iowa City, IA 52244 319/338-3498 Phone: Dan Ch elf Contact: FP-2 r .. .' PERFORMANCE AND PAYMENT BOND Bond No. 54-149516 Streb Construction Co., Inc., P.O. Box 3327, Iowa City, IA 52244 . as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and United Fire & Casualty Company (insert the legal title of the Surety) P.O. Box 73909, Cedar Rapids, IA 52407-3909 , 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 Foro/Seven 1luts1rd Tv<> H.r&ed Forty-Eig,t and 50/100-------- Dollars ($ 47,248,50 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, "" 0 = = ;Eo J:- J> )>- c WHEREAS, Contractor has, as of July 6, 2004 . entered into a -J <;0> 11 (date) C)-< I - _=2P w r- written Agreement with Owner for the Clear Creek Trail Project; and m j", m -:0 ::!r \...J WHEREAS, the Agreement requires execution of this Performance and payme~d. l1;!? be completed by Contractor, in accordance with plans and specifications prepared bfbaniel It; Scott, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void: otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner, B, Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to OWner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina~ tion by OWner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PS-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price:.as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor, C, The Contractor and Contractor's Surety shall be obligated to keep the improvements;: covered by this bond in good repair for a period of five (5) years from the date of formal acceptance of the improvements by the Owner, D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner, IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance With provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal; including any of Principal's subcontrac- , tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa. are a part of this bond to the same extent as if it were expressly set out herein, SIGNED AND SEALED THIS 6th DAY OF July ,2004, IN THE PRESENCE OF: Streb Construction Coo, Inc. .~? t lJu-(u GJ;~~ " . Witness Theresa Clifton United Fire & Casualty Company (Surety) , '1Y\()Jl1R ^' ~~ ~~~~,. , Witness Di..-re 5, RilE!)' (Title AtwT-ey-in-fact Martha Lathrum 3001 Westown Parkway (Street) 0 "" = = West Des Moines, IA 50266-1321 ~c:t J:- "., ~ -I .C::: (City, State, Zip) r--< .(;) 17 ,) I ~O - 515-223-6800 c:..> c--- _ r- ! (Phone) --9 :b rn =:II: '--' Ox 9 l....l ~ .r- PB-2 c:..> 11 ' , , , i i United Fire Group Fidelity & Surety Department POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE SURETY BONDS You should know that, effective November 26, 2002, any losses sustained by the surety caused by certified acts of terrorism would be partially reimbursed to the surety by the United States under a formula established by federal law, Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the surety providing the coverage, The portion of your bond premium that is attrib- utable to coverage for acts of terrorism is $ 0.00. Before any charges are added for terror- ism coverage in future surety products you purchase, you will be able to make a coverage election for a then specified premium charge, The existence of the federal terrorism insurance program does not affect the obligations you assume in the indemnity agreement. 0 "" = = ?tio .c- Ob> -; c:: 0-< c;., 1/ =::io I - ..-<r- c..> r- m :ho m o::V 3: 0 ~x 9 p .c- c..> HOME OFFICE: 11 B Second Ave. 5E. PO Box 73909. Cedar Rapids, IA 52407-3909 Phone: 319-399-5700 FAX: 319-399-5425 UND.J290b (3-03) . '.. ~:. ~ . ",'~: , UNITED FiRE,&CASUALTY COMPANY:':. "" . . ~.,.' ... -" ,.,..' . ::.; '. ...'." .. :L. ,- .HO.NlEOFFICE,;:CEDAR~PII)S.;,IOWA:':,;' . "'y ,.,...... ," " CERTIFIED ,COPY OFPOWER OF 'ATTORNEY :,.;'., . . '(Original on file at Home Office of Company - See Certification). ": . . , :';" - <~:::,~;}y.: :;.~, ';'';.~~.':~:: " . :~yi;:-~\~. ':~ _@:' ~:;:;, . <~~. :".>~~<~,::-..:,\,= ~ . ~k~.:i: ";~:';:~',,: :.~:~';"~~'~:~'~~~:"~::': . ~;~::':'f~~;,~'" .:.~:~":'. ~ ;', ,.,....:.'.. ...~;,~ ,./t.:~>;:}:~.; ," ", :. '.,." .' ^,' \ .:;/~::~.-:. . '. ".;:': .. '>' ,<-KNOW ALL MEN, BY, THESE PRESEN1S;;That tlie .UNITED FIRE & CASUAl. TY COMPANY:'ihiorporatiori'(july,'orgiinlzed and eXisting" y. ., .," ,.V ," V' '" ~ . " .....' -,,~. .."" h" '. ". ',~' ,." "", ...... ......, '.' ''',,' ,A" ". . "'~'.- .> ':-t. ; <, "underJhe:1a:m ofthe.Stateof lowa;:and ha\1ing its priri~ipal ?!fice in Cedar Riipids,\State.of Iowa. d.oes make; constitute.'and appoint'.,'.: , .,/ :~'DIAIl'lIE.'S' RILEY, \OR: JANET,- ALESSIO; ORCRAIG'.E., ,HANSEN, OR 'JAY. D~ FREIERIIUTH<. ::OR:IlARTHA' LATllRUII. 'OR' ,': ....'~:.,", 'yi'~" ':,'~':".,l., '~"".'.' ".,. "<', "'. h"':' '~,",~;,.~, '~'~'.'. :..,' ...,..;,..:_.... ',.' :.;..:..,' . '..<<i:..-<, ,.~"","'." .,'.( _ " '""~. iy.., . BRIAIl"II. .DEIIIERLl:;CALL: INDI'TIDUALL';OF:DES"1I0INE$; IA OFFICE. C',0JAIIE:S,CUTLER; ..:OR :JASON:W:,.I!ELLICKSON. " '... , . "., ,~.,"."., "' '<<' ". ....'.A " '.' h ',y'" "'. ',"'. OR BUZAN K. BLAKE." BUNDY. ALL INDIVIDUALLY of CEDAR RAPIDS,'IA OFFICE 'of DES liOlllEs'IA'" .'..' .,.' ,;i~;;~r~r~~~;I~,1~~f~e~~~')~~~;~~ wnhPow~r.a~~.;~~hO[~.h~;~b;ico~~~~dt~:~;~~;'~;;al and~x;{~e i~.{f~'be~~li~ii~:(~~~~s'i;.. ...,..., ,Fundertakings.and.other.obhgatory'lnstruments ofslmilar.nature as follows:. AIly'.:and: AIl.Bonds-'..Y ,'," .,. ....... v,'; :'.1>, ": i\' t.t:;.:~nii,?BI,\d'UNHE~ FlFE.i'9As0ffrTv C6~PAN~'tH~re;;y '.~'~ fUlii'~~dt~ tWe sii~~~'&ery(as if SU9h'~~~~":;~ni{~(~re si~i{~d ~Yi~e (;,i .:}'. ...' J duly aUthorIZed offic'!fs'of\.J~lTEDFIRE & CAl:;,UAl TX COMPANY.and all..l~eacts of said 'Attorney;-pursu8I)t to the aOthon!y.nereby" ,'::'1" , , given are hereby ratified arid cOnfirined. : .":' '.';. '.'. .". '," :. "':' . \:...",. :1:.' :'..',. "" .:,....:'\ '>'f'i .'-:';::,,: "":>',, . The AUthority her~py gra!1ted I~. contin~o~s and,shall remain in .fuWforce and effect ,until revoked by UNITED FIRE & - ..' , ., );CJ\~lI:/\~:rv C'?':'Pt\NY....:"{i .::i',', "?:. ct:'::> :.;'t',',:,-+, '.',<" <f\: .:;:'Ci,.,>.';:',.'., 10.<.".\'" v!-',. ;".;-: \"': ;;.:< ;This powe(of Allorneyis'rJiilde:and~e6iiledpursuaiit.to and,by authori\y,ofthe.fullowJngBy-Lawdulyadop!ed by BOard; of": Y; ';;!9!(;;~;r the ~~m~~y~~ ~~il::~~'1.~~~;~i~!e J~ ~'~re~~1ndS~~d':Jn~tri:kj~9~:', .. ,~~.:::;\:(;; .:.: >~ ',~;. '. .~; Vtj,i:::" ':,>::;,' :'.::,:;Section 2:,Appointment,of Attorney.in:.Fact:~he President or any ViCePresideiit; or an}' otherofficerof the Companymay;/ ;-; , ''''';; from time t,rtime, appoinfbYwritten certificates attorneys-In-fact to act in behalf of the 'comPany iri the'execi1tion of poliCies 01' "ins.urimce, .borids. undert~kirigs 'and other obligatory instruments of like nature. The signature of any officer authorized hereby, .,' ,. c:::':....andt~ec:.cirPiir,ate~seal;maybe affIxed by facsimile to any power of attorney or special P<rNer. of atlomey orpertificationof . : _e'" .',:'..ij'en~e.r!luthor,iZ!l~,hl!rel>y.;:SUCh signature and se~l, when s~ used, being adopted by the q:?mpany:as~.e orig(ral,,~.ign'!ttire:i>f .;,J"'" '\':' i'.. such, officerand~\!1'! original seal of the Company, to be valid and bInding upon the Company \!Inh thes.ame.force ~,"d, effect as.,-' ,;-.. ';:" -:';. tho~ghmanuallY,affiXed'. Such attorneys-in fact. subject to the limitations set forth in thei(resPeCtive'petlificates,cif.aiJthcirity ::: '. ~':: . <;;\.\i:Shft1l9av~fu!1 pO:-Vei;to'blnd the Company by their signature and execution ,of any such instrurQents.and,to.~tt~gli'the siial~f'::~i\ii'i "Ahe Company thereto.,.:The PreSident or any Vice PreSident. the Board of Directors or any other.()fficer ofthe.CollJpany mlly,al'.,:"':' , any time revoke all:power and authority previously given to any attorney-in-fact. "",. .,' . ,i.~<': .' . "''^!:';' ..""-'i'. _ ".,' I, . , ," ... ' " ", . .~. . . ;-;/'~,WIJ!"ES~.,\"IHE:REOF. the UNITED FIRE & CASUALTY COMPANY has caus~,t,hesel'r,~7rts'tobe sillV.~d b~,,,;,, .~' < It~.Vic~'iP!'e5ideQt and ns corporate seal to be hereto affixed this 28th day of, .lIa.rc!h i:i200~.. ..,"::'.:, . '." '\ ' , i: . I~J!:~~r" . . ""'42"~~'~)'~J By ~ q .. VicePresid~nt ';', . ".- .. .' FORM OF PROPOSAL CLEAR CREEK TRAIL PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS, SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Streb Const'ruction Co.; Inc. ~ .: 0 = P.O. Box 3327, Iowa City, IA 52244 = ;Eo ~ Address of Bidder ",.. ..v - c: o::! G'J 11 TO: City Clerk I - ::<0 w r City of Iowa City , ,. m Civic Center m ,.,. -:IJ ::x: 0 410 E. Washington Sl. O- S> ;E...... Iowa City, IA 52240 ):> ..,.. w The undersigned bidder submits herewith bid security in the amount of $ 10% , in accordance with the tenns set forth in the "Project Specifications," The undersigned bidder, having examined and detennined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perfonn 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, ESTIMATED UNIT EXTENDED ITEM OFSCRIPTION illl.lI . 01 JANTITY PRICF AMO( JNT $ 3000.00 3 00 1. Clearing and Grubbing Lump Sum 1 $ ,(JjO. -.JJ.15 . ro 2, Excavation, Class 10 Cubic Yd, 200 2,230, 3. Subgrade Repair Ton 30 3d. 00 q 00.00 , 3.00 600. 00 4, Silt Fence Linear Feet 200 5, Traffic Control Lump Sum 1 3,OOO.ilO 3.000.00 . 6, Pavement, 5-inch 50,. J50 PCC, Class 3 Sq. Yard 1895 1'1. 3:), /6 , . 7, Topsoil, Strip, Salvage 13.60 2/~5G. (j0 and Spread Cubic Yard 210 8, Seed, Fertilize, Mulch Acre 0.5 '3 , OOCl. ()Q " 500.00 50 TOTAL EXTENDED AMOUNT = $ If? I d~~. FP-1 ---- - 00 . " 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 co:1ncct:on ....~th ar.y other person or persons bidding on the \'-Jork. 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. Streb Construction Co., Inc, Firm: Signature: ~ 5Z:;e) David J. Streb Printed Name: Pres iden t Title: P ,0, Box 3327 Address: Iowa City, IA 52244 319/338-3498 Phone: Dan Ch elf () Contact: ~ ...~O :E2 -""'- .... 0::( fij :l] - , ::(0 , r- W r-- _nt ~ 117 022 ~ ~.-'\ r-; );: ~ \.J .t:'- .t:'- FP-2 ~-~ . " SFC':TION II - ASSl JRANC':F OF C':OMPI lANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, .contractor" shall include consultants and vendors,) a, The contractor will not discriminate against any employee or applicant for employment and will take affinnative 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 tennination; rates of payor other fonns of compensation; and selection for training, including apprenticeship, b, The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer, Note: Contracts that are federally funded are subject to Executive Order No, 11246, as amended, and the regulations (see generally 29 U.S.C, 9 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? Company Breakroom and Employee Handbook 4, What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) David J. Streb 319/338-3498 P.O.'Box 3327, Iowa City, IA 52244 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 "" -- :7>0 -'-"'- C:; t -J 0-< C":> JJ :<0 , , r- w r- fI1 ;>:" fT} -:.:d 0_ ::J;: 0 ~-^- S? ):> ~ ~ CC-2 . . 6. How does your business currently infonn applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? Noted on Application for Employment, Advertisement for Employment, Company Breakroom, Employee Handbook, Payroll Checks, and all company letterhead. The above responses to questions 1 through 6,are true and correctly reflect our Equal Employment Opportunity policies, Streb Construction Co., Inc. 319/338-3498 Busin~ ~ ~ Phone Number President ~. '"'::> !!i Signature Title David J. Streb June 22, 2004 Print Name Date r-> 0 = = ~ :2:0 ". )>---1 c:: 11 0-< CD I ! --10 w .-<. > [1l m 0 -:0 ::n:: ~7' C5 )>- .f:" I .f:" I CC-3 .. .' ACORD. CER1"IFICA TE OF LIABILITY INSURANCE OPID DATE (MMJDDNYYV) STREB-1 07 12 04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE First Iowa Insurance Agency HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4201 Glass RD NEt PO Box 997 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Cedar Rapids IA 52406-0997 Phone: 319-393-5262 Fax: 319-393-3161 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Re ent Insurance INSURER B: General Casualt of WI Streb Construction Co. , Inc. INSURER c: PO Box 3327 INSURER D: Iowa City IA 52244 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHiCH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER D~'i!~I';Mr~5>>l'1t; P8ktCEYI~~b'1:,J~N LIMITS ~NERAL LIABILITY EACH OCCURRENCE $1,000,000 A X X COMMERCIAL GENERAL LIABILITY CCI0275274 01/01/04 01/01/05 I ~REM~ES (Ea OCClJrl!nce) $100,000 I CLAIMS MADE ~ OCCUR MED EX? (Anyone person) $ 5,000 A ~ X,C,U Included PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $1,000,000 - GEN'L AGGREGATE LIMIT APPliES PER: PRODUCTS-COM~OPAGG $1,000,000 I POLICY n ~~s: n LOC ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 B X mv AUTO CBA0275274 01/01/04 01/01/05 (Eaaoodenl) - ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - ~ HIRED AUTOS BOOIL Y INJURY $ ~ NON-OWNED AUTOS (Peraccldl!nt) - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ~ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ ~ESSIUMBRElL.A LIABILITY EACH OCCURRENCE $10,000,000 A X OCCUR D CLAIMS MAOE CCI0275274 01/01/04 01/01/05 AGGREGATE $10,000,000 $ ~ DEDucnBLE $ X RETENTION sIO,OOO $ WORKERS COMPENSA T10N AND X ITORiL';:"';; I IV.R EMPLOYERS' LIABILITY. . CWC027S274 01/01/04 01/01/05 $1,000,000 B ANY PROPRIETORlPARTNERlEXECUTIVE E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYEE $1,000,000 ~tE~l~s~~~v~~16~s below E.L. DISEASE. POLlCY LIMIT $1,000,000 OTHER A Scheduled Equip, CCI0275274 01/01/04 01/01/05 Spe~l ~$500 Oed, Leased/Rented Equi CCI0275274 01/01/04 01/01/05 Li~~/~d = A ..0--150,000/500 DESCRIPTION Of OPERA nONS J LOCATIONS I VEHICLES I EXCLUSIONS ADDEO BY ENDORSEMENT I SPECIAL PROVISIONS ,-~ ....:..::: City of Iowa City is listed as additional insured on the general liability~ :;i ~ JJ policy. Job: Clear Creek Trail Project - Iowa City. ,:;i,n I W r- fn h rn O;Q :JJ: 0 :;>.A. C3 CERTIFICATE HOLDER CANCELLATION .J> CITY040 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE~D BEFORE THE EXPIRATION DATE THEREOf, THE ISSUING INSURER Will ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEfT, BUT FAILURE TO 00 SO SHALL City of Iowa City IMPOSE NO OBUGA nON OR UABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 410 E Washington street Iowa City IA 52240 REPRESENTATIVES. ED R t.:ENT1fl ACORD 25 (2001/08) @ACORD CORPORATION 1 I ., . . - IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy. certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer. and the certificate holder. nor does it affirmatively or negatively amend. extend or alter the coverage afforded by the policies listed thereon, '" 0 = = .r- ~O J> P-j c= 11 G"> O~~ I I -0 w :::2r """ m m 0 -::D :;:: 0- 0 :2:^ )> ~ &" ACORD 25 (2001/08) . . RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS Clear Creek Trail Project PROJECT NAME: TYPE OF WORK: Concrete. Paving DATE OF LETTING: June 22, 2004 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 advertisflment for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state, This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed, I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion, COMPANY NAME: Streb Construction Co., Inc. CORPORATE OFFICER: David J. Streb TITLE: President DATE: June 22, 2004 5/04 pwengldesf creek traillfrontend.doc 0 [;;; ~o 1=2 J;;:~ "" o::! f5 :IJ ~ I ,::!p c.v r- ~rn """ [j 0::0 ~;X; ::;r :s. ~ .z:- .z:- R-1 I ~ I !~~~'t -..;;;:...... _lID" ........ CITY OF IOWA CITY 410 East Washington Street Iowa City. Iowa 52240-1826 (319) 356-5000 ENGINEER'S REPORT (319) 356-5009 FAX www.icgov.org December 22, 2004 Honorable Mayor and City Council Iowa City, IA Re: Clear Creek Trail Project Honorable Mayor and Councilpersons: I hereby certify that the construction of the Clear Creek Trail Project has been completed by Streb Construction Company, Inc. of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City. The final contract price is $60,484.52. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ?,,.,J..R7. JC......a- Ronald R. Knoche, P.E. City Engineer pweng\llr\clearcrk-engrpt.doc ro <( Cl :? 9 ,/~ r, ..,.. Ll_~ '---' :;;;: ..\ uJ ~r r- ()\- ..-J - >-U LL w r-- ~/ w G-'::- Cl :> ..s 0 = = <-" --- I €Dj 02~ (3) Prepared by: Daniel Scott. Civil Engineer. 410 E. Washington St., Iowa City. IA 52240 (319) 356-5144 RESOLUTION NO. 05-6 RESOLUTION ACCEPTING THE WORK FOR THE CLEAR CREEK TRAIL PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Clear Creek Trail Project, as included in a contract between the City of Iowa City and Streb Construction Company, Inc. of Iowa City, Iowa, dated July 6, 2004, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $60,484.52. 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 4 th day of January ,2005 ~~_/ trA.. ,:fr~ ----- AYOR Approved by ATTEST: 7J;~ ,(" ~ //I~c::.. 1;d:zGIt:'<f- CITYl;LERK City Attorney's Office It was moved by Ba il ey and seconded by Champion 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 pweng\res\acptwrk-dearcrk.doc