Loading...
HomeMy WebLinkAboutPAVEMENT REPLACEMENT FOR WATERMAIN/2005 PAVEMENT REPLACEMENT FOR WATER MAIN/ 2005 Q 3-rvry-05 1>1 ._/'fJfl!-0::; O'i-InAy- <:> ~ 11- fYl7- D5 p ave.m<-Yi+ R.-2f' IctCf '1'\~(t-I- +0 (" t4...t~r /vk; 1'\ doo5 p~~ I o-f- ~ R~I""'{:'IH1 bS- Ib3 .se4~'7J It- fu.11.c- h€--Clr'l~ on ~ 171 cJDoS 0(\ NCi..hS Sc>~c'/.f-,~-J.:'DnS -+Or,.... o{..- co,..J.,.-.o.e---!--- f e....i:,.,."cilL. at- ~S+ {;t- I~' I \ I, ---l-h~ CDY1S--I-r,-,-c...\-;-on of- +h~ dlp5 Pqv~N\U'+- ~/a.cem~"+..(O'" uJJtr t'v1c>-..;>-> -B-ceieci-;, d'1f'Lc.--\in~ C7' CI~rl(-f-() fX/-j,/;d noJ.;c., uP .s..;d h.e.o..r'lY\8 ~ d;,..ed;V\8 C-..y E."I3;'Lt~ +0 -rIfleD- S:i.d pClYlS 01> .f,' (~ -+Or ~l..\.b ",e. 'Il't~c...-ton.. c ~:), ~-"-,,,-..--- '5 <:..-s+, ~ ,\ "-- .s;",... \.2 c..\) "--~"---'^--\ ~-"--'f\",,--~vv-........~ ~..r ~<'-\~V- 1\'1\"",,- ~n;~f"--d ~\",,-~ "''''~ ..s~~<-,,,,\ C-."\i''''''-S ~"'r ~<:I()'S ~"'''''---''''4..''-\-- ~~\",,--~_v,^-,,--..-,--I., ~".,-- ~"'\<r ~"-',v-- ~'('o'~"--'---\, l\-eso/070Yl O'S-I&b 'frrow',nj pla.f\~ spt6-f-;cc..-I-:of\S, -Corn-, of. con+v-a.c.+/ ~ esi-'. ~----IL o-r c..ost +Dr -I-I.-e CDnS~r",-c.J-; on. at- -I-/,.e. ..:)005 ~()"l'Y\-e"'+- rFerJc.c.emf!.r&- -Po-r: W~~r rl'\o.Jh.1'....0~c:{--/ 'esl-Clbl;~-J,;"cJ o.mov,T\.t- of b;d SeC/A.rify To c:tc:c.orv---p"'-7 (?Qcl" b:c!/ d;ref-f;ng C;j Cle,..1( -10 ?<-<6/;Sh adu~v+i6er-n.ud'" 40.. b,;ds, ~ ..{;,t;ng -/-;"'..... C1.nJ r lace. +0.. rJl..c~iF-+ 0+ b;ds; Ad -tDr 6ds .).oQ.S PCL.L)--e:.-{'ne.A..-t -t<-ep/ace/Y\.e.G-t-- -f;, lUde, (Yb, h~J.:..c..T 07-T"',;.....()S R601lA.+:oh 0<;-.103 a.w,^~d;"'j c:.on-h-,,-c.t i cl.l_-<.-I-~oY;7:.;n~-l--"-< 1-<.7 ~;'3"- ~ C.-;." C(ev-l<. -to a.-I-I<,M.~ C<. u::m-f.yc..ct- -f.o... c:.oV\S+y'L-<-c.+-;~ +ht doo5 -PClU.Q m-en.-t- R'q)lG!.cem-en1-- -fay WCL~ey' Ma.:..... PY"oj e.c*--. N\'l.I(tol' of CY;j'L ~ .~ a... --- ~ ""-" ~-~" \~~'" \"-<c.-"-,,,,~,,\ ~ ".- \.}J '\. \<-r ""'~\~ d,oc 5' 13'3"h-CS Q..-o<>'\ ,,~ ~ ,,\:,\, <..-,,~~()'-----' ~<>r I(,,\:,\., '- 'n"-",,,~~\ ~"'" ~OOS- ~"""'"--""'~" ~"-'\'\."''--'''-''''''~. ~o,- ~"-\:..,,.. '\'\\""'<'- \"()\"'-0- . \ 3-~"", -0:) \\~ ~or ~\~"" ~ '< co" .~ ~i v\.;,\: ~,:\\Q~ ~oV' ~ baS- ~""-'L""'~ ~ ~~,\,\"s."-"",~,,,-\, s;;"r ~,,~ '\'\\",;"" ~~<~ "-~ 1-"1-'J:AL-05 t='OV'VV) 0+ !13,H''''-{,J.- ~)lJ-2CVl C;~I <Q.f +n...cCL C:7 c,nd SrJv-<'b Co rr,J{''AcA, 0'0-. C>O\'Y1IX' Y7,?T:; CI " 5-w- 05 n "0 . J 1-,,(" .\o"rna...,c~ e ") ~~I'Y1-e.,",-+- 7$0/74- 5- 0E;c- oS E"'.9;n-t.-I2>'s ~f'l".t- /3-DF-L- 05 J<:.sol..J;oV\... 0'5.- 3'19 Otlt(!p4; "8 -M~ uJo..-JL... -fer -M~ ';<005 Rc.(/~.....,e....-/.- R-eplac~~~ -h:,1' tU<<--k,.. TVLa.:Y\ fl'l(iee:t. ~(- , I][ Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5138 RESOLUTION NO. 05-163 RESOLUTION SETTING A PUBLIC H~RING ON MAY 17, 2005 ON PLANS, SPECIFICATIONS, FORM OF CONTRf-CT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2005 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING TI-IE 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, spedifications, form of contract, and estimate of cost for the construction of the above-mentiorned project is to be held on the 17'" day of May, 2005, at 7:00 p.m. in the Emma J. Harvati 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 a d directed to publish notice of the public hearing for the above-named project in a newsp per published at least once weekly and having a general circulation in the City, not less th n four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specification , form of contract, and estimate of cost for the construction of the above-named proje t is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3 rd day of - M v MA OR ATTEST: ~u:"...J 1(. ~ CITY LERK Approved by jII~l!iiy,s f;ce o/-~(g/p>- pweng\resJ2005pavemntsetph.doc 4/05 Resolution No. 05-163 Page 2 It was moved by Chamoion and se nded by adopted, and upon roll call there were: AYES: x X X X X X X 0' Donne 11 the Resolution be NAYS: ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilbum ,~ ! -_.:. -~... ~~~~~ ~.sr_IIII" ...,.. ... ~ City of ~ ~ C~ ENGINEER' ESTIMA TE May 9, 2005 City Clerk City of Iowa City, Iowa Re: 2005 Pavement Replacement for ater Main Project Dear City Clerk: The estimate for this project is $100,000. Sincerely, 7 /?~ ;;-~"~ / . Ronald R. Knoche, P.E. City Engineer t-'., \~ " ,.". ~~_.," -"~, I, I 'J:) :T.::rro -,-j .*.-t J .2: 1...0 '- J> 410 EAST WASHINGTON STREET. IOWA CITY, IOWA 51240.1826 . (319) 356-5000. FAX (J19) 356-5009 , ~~ CITY OF I (' "."\'~i 1 ',0 ':'j .---, .) <~: ~ ,-0 DEPARTMENT 0 PUBLIC WORKS :;;: ENGINEERI G DIVISION PLANS, SPECIFICATIONS, ROPOSAL AND CONTRACT FO THE 2005 PAVEMENT REPLACEME T FOR WATER MAIN PROJECT IOWA C TY, 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 Prof ssional Engineer under the laws of the State of Iowa. SIGNED: DATE: .,.~-~;. , Jf---? ('/J .' cK.r- 5- /-0.:5 ""l1,..'liU'.'r"'11 ,,"'~orESS/OA;''!'' ~...", .t)~~..........~~~"'~ ~ ". .... ~9. . ...('\'.0 /~.. ...'\;;'~ "''1' .~~ l~f RONALD R. .~<.!?~ g~: KNOCHE :ffi~ P\ 15570 jl!!l ~ '. . "'4.1.;- \: '. ..- i 1." .... ..- ~ ~:?;t ........ H: ~~ ,'.... /0 -r.,,' rqll ..WA ,...,..... "I/tllllllnn''''\\ Ronald R Knoche, P.E. City Engineer Iowa Reg. No. 15570 My license renewal date is December 31,2006. TABLE F CONTENTS TITLE SHEET TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ..................... .......... ... ............ ......... .................... ..... NOTE TO BIDDERS.. ... ......... .... .... ......... .... ... ....... ... ............ ...... ... ... ............. .... ...... FORM OF PROPOSAL ......... .... .................... ...... ... ............ ......... ... ... ................. .... BID BOND. ..................... ... ....................... .... ....... .. ..... ... ...... ....... ......... ....... ............ FORM OF AGREEMENT .... ... .... ................ ........ ......... ...... .......... ...... ....... ....... ... ... PERFORMANCE AND PAYMENT BOND .......... ............................................... CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS ..... .................. .... ... .......... ........... GENERAL CONDITIONS............................................ ......... ... .................... ... ... ...... SUPPLEMENTARY CONDITIONS .................... .... ..... ....... .................................... SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work .... .................................................... Section 01025 Measurement and paym nt ................................................ Section 01310 Progress and Schedules .................................................... Section 01570 Traffic Control and Cons ruction Facilities........................... DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals nd Abandonments........................ Section 02100 Site Preparation............. ..................................................... Section 02220 Earth Excavation, Backfi I, Fill and Grading......................... Section 02510 Hot Mix Asphalt Paving. ..................................................... Section 02520 Portland Cement Concr te Paving ...................................... Section 02524 Curb Ramps ................. ..................................................... PLANS .................................................................................................................... U ~.~r: i 1 , Paae:Numbe~o i i -, ~~ ,..~ ,-,0 :.:: )> AF-1 NB-1 FP-1 BB-1 AG-1 PB-1 CC-1 GC-1 SC-1 01010-1 01025-1 01310-1 01570-1 02050-1 02100-1 02220-1 02510-1 02520-1 02524-1 W-1 ._----_._--,_.__._---_.~_.._--~_.,._.__...._'---_.__.-- ADVERTISEM NT FOR BIDS 2005 PAVEMENT R PLACEMENT FOR WATER MAl PROJECT Sealed proposals will be received by the City Clerk of the City of low City, Iowa, until 10:30 A.M. on the 7th day of une, 2005, or at a later date and/or time as dete mined by the Director of Public Works or designe ,with notice of said later date and/or time to be ublished as required by law. Sealed proposals w II be opened immediately thereafter by the City E gineer or designee. Bids submitted by fax machi e shall not be deemed a "sealed bid" for purpo es of this Project. Pro- posals will be acted upo by the City Council at a meeting to be held in th Emma J. Harvat Hall at 7:00 P.M. on the 7th da of June, 2005, or at such later time and place as ay be scheduled. The Project will involve the following: Replacement of 43 2 SF of PCC Pavement and Driveways, 29 2 SF of HMA Pavement and Driveways, 75 LF of Curb and Gutter, 2288 SF of PCC Si ewalks and Curb Ramps, and 4758 SF of Re ovals. All work is to be don in strict compliance with the plans and specificat ons prepared by the Iowa City Engineers Office, f Iowa City, Iowa, which have heretofore been approved by the City Council, and are on fil for public examination in the Office of the City CI rk. Each proposal shall e completed on a form furnished by the City an must be accompanied in a sealed envelope, separate from the one containing the proposa, by a bid bond executed by a corporation authori ed to contract as a surety in the State of Iowa, in he sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF TH CITY OF IOWA CITY, IOWA, and shall be f rfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract wi hin ten (10) calendar days of the City Council's ward of the contract and post bond satisfactory to the City ensuring the faithful performance 0 the contract and mainte- nance of said Project, f required, pursuant to the provisions of this noti e ana the other contract documents. Bid bonds of the lowest two or more bidders may be retai ed for a period of not to exceed fifteen (15) cal ndar days following award of the contract, or un il rejection is made. Other bid bonds will be retu ed after the canvass and tabulation of bids is co pleted and reported to the City Council. The successful bidd r will be required to furnish F-1 -----~----~--_.~-~~--_._-- (.;2 ~:~:o. 1--) ~::/'- '...0 )> --n , \.D ~ Ii .i a bond in an amount equal to one hundred percent (100%) of the c ntract price, said bond to be issued by a responsib e surety approved by the City, and shall guarante the prompt payment of all materials and labor, a d also protect and save harmless the City from a I claims and damages of any kind caused dir Iy or indirectly by the operation of the contract, and shall also guarantee the maintenance of the i provement for a period of five (5) year(s) from and after its completion and formal acceptance b the City Council. The following limilati ns shall apply to this Project: Specified Completion ate: September 30, 2005 liquidated Damages: $ 0.00 per day The plans, specificatio s and proposed contract documents may be exa ined at the office of the City Clerk. Copies of sai plans and specifications and form of proposal banks may be secured at the City of Iowa City En ineers Office, Iowa City, Iowa, by bona fide bidde s. A $10.00 non-refunda Ie fee is required for each set of plans and specifi tions provided to bidders or other interested pe ons. The fee shall be in the form of a check, m de payable to the City of Iowa City. Prospective bidders a advised that the City of Iowa City desires to e ploy minority contractors and subcontractors on City projects. A listing of minority contractors c n be obtained from the Iowa Department of E nomic Development at (515) 242-4721 and he Iowa Department of Transportation Contra s Office at (515) 239- 1422. Bidders shall list on he Form of Proposal the names of persons, fi ms, companies or other parties with whom the bidder intends to subcon- tract. This list shall inc ude the type of work and approximate subcontra amount(s). The Contractor aw rded the contract shall submit a list on the F rm of Agreement of the proposed subcontracto s, together with quantities, unit prices and extende dollar amounts. By virtue of statutory uthority, preference must be given to products nd provisions grown and coal produced within he State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Sla utes. The Iowa reciprocal resident bidder prefe nee law applies to this Project: The City reserves th right to reject any or all proposals, and also r serves the right to waive technicalities and irreg larities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. RR, CITY CLERK F-2 I.-,~ C":> ~ ('-'. ~ -TI 1 ,0 .- ,.-- ;:~ .-"'" 'T\ ---1, ....j ~ --;;'" ):; -l -----_._-~--_.._-----~---~------ ________,._.._._,_~_,.._.,.___._________"__..__"__.._'_0'-_-.-','- NOTE TO BIDDERS 1. The successful bidder and all subcontrac ors are required to submit at least 4 days prior to award three references involving simil r projects, including at least one municipal reference. Award of the bid or use of s ecific 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 C ty Engineer and include the name, address and phone number of the contact person, for ity verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal m___~____~____'_"________"'___'___~______'~'__'_"__..___'__n___.___._ ??:n j> B-1 I "n r.::: , ~'" \ \ 1 \ --~ , . ._J ,.0 -.l FORM OF F ROPOSAL 2005 PAVEMENT REPLACEMEtI T FOR WATER MAIN PROJECT CITY OF I DWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM PF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. ~EPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. (-, Name of Bidder --.,: - ~,.". {..--. ..'. >~. . --;"1 r"'~~ \ I Address of Bidder ! .-.-- n; n ,--- --' i , , TO: City Clerk ~ '--'j -- -,.,. -j City of Iowa City < .- \.0 Civic Center :i> -- 410 E. Washington SI. -I Iowa City, IA 52240 The undersigned bidder submits ~erewith bid security in the amount of $ , in accordance with he terms set forth in the "Project Specifications." The undersigned bidder, having exami ed and determined the scope of the Contract Documents, hereby proposes to provide the rE quired labor, services, materials and equipment and to perform the Project as described ir the Contract Documents, including Addenda . , , and , and to do all work at the prices set forth herein. We further propose to do all "Extra We rk" 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. ITEM DESCRIPTION DIV 1. Deforest Street 1 PCC Pavement and Driveways 2 HMA Pavements and Driveways 3 PCC Curb and Gutter 4 PCC Sidewalk and Curb Ramps 5 Pavement, Driveways, Sidewalk, Curb and Gutter Removals DIV 2. Washington Street 1 PCC Pavement and Driveways 2 HMA Pavements and Driveways UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT SF 3550 $ $ SF 1050 $ $ LF 50 $ $ SF 1776 $ $ SF 3150 $ . $ SF 832 $ $ $ SF 1872 $ P-1 .________.._________ _______ ..._n' 3 PCC Curb and Gutter LF 25 $ $ 4 PCC Sidewalk and Curb Ramps SF 512 $ $ 5 Pavement, Driveways, Sidewalk, Curb and SF 1608 $ $ Gutter Removals $ $ TOTAL $ EXTENDED AMOUNT The names of those persons, firms, companies r other parties with whom we intend to enter into ,,? a subcontract, together with the type of subcontracted work and approximate dollC!l9lmouri~f the subcontract, are as follows: '2~ n .:~. /n .'0_::-" "";::. \ .....0 ..;-~\ \ , -~_.\ , ' , "~2" -'" O;;:A '..J -- ..J NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that t is 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 D cuments prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed N. me: Title: Address: Phone: Contact: F P-2 ___m____ ~~.m._<<_.___.___._____.___________e_-.-----------.. BID OND , as Principal, and as Surety declare that we are held and are rmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said ~m as ~rein l...-. C,>. provided. We as Principal and Surety further pro ise and declare that these obligalf~~shciIf:l:>ind .." :: ,,'--;-1 our heirs, executors, administrators, and succ ssors jointly and severally. Thisobiigaticli, is:'-~ ,-"' ' conditioned on the Principal submission of the a companying bid, dated . for, Tl '.-.1 the 2005 Pavement Replacement for Water Main Project. cO . j ~". )> -' NOW, THEREFORE, (a) If said Bid shall be rejected, or in t e alternate, (b) If said Bid shall be accepted and he Principal shall execute and deliver a contract in the form specified, and the Pri cipal shall then furnish a bond for the Principal's faithful performance of said proje t, and for the payment of all persons performing labor or furnishing materials in co nection therewith, and shall in all other respects perform the Project, as agreed to y the City's acceptance of said Bid, then this obligation shall be void. Otherwise thi obligation shall remain in full force and effect, provided that the liability of the Surety for any a d all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full mount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to xecute the contract and provide the bond, as provided in the Project speCifications or as requi d by law. The Surety, for value received, hereby tipulates and agrees that the obligations of said Surety and its bond shall in no way be impaire or affected by any extension of the time within which the Owner may accept such Bid or may e ecute such contract documents, and said Surety does hereby waive notice of any such time exte sion. The Principal and the Surety hereto exec te this bid bond this day of ,A.D., 20_. (Seal) Witness Principal By (Title) (Seal) Surety By (Attorney-in-fact) Witness Attach Power-of-Attorney B -1 FORM OF A REEMENT THIS AGREEMENT is made and entere into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain lans, specifications, proposal and bid documents dated the _ day of , 2005, for t e 2005 Pavement Replacement for Water Main Project ("Project"), and Whereas, said plans, specifications, p posal and bid documents accurately and fully describe the terms and conditions upon which th 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 fo the sums listed therein. 2. This Agreement consists of the ollowing component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department f Transportation, as amended; ~(-.., \l c. Plans; d. Specifications and Suppl mentary Conditions; I -.0 ,Tl ~;:: ...j e. Advertisement for Bids; , ';"",',-- ~~~::'" )> u:) f. Note to Bidders; co g. Performance and Paym nt Bond; h. Restriction on Non-Resi ent Bidding on Non-Federal-Aid Projects; i. Contract Compliance Pr gram (Anti-Discrimination Requirements); k. This Instrument. j. Proposal and Bid Docu The above components are deemed c mplementary and should be read together. In the event of a discrepancy or inconsistenc , the more specific provision shall prevail. G-1 _.__.""______.'..M~"'~_~__'__,.........,_..._."_.._..___.~____--.~.._.--.-._--- City By ATTEST: 3. The names of subcontractors a proved by City, together with quantities, unit prices, and extended dollar amou ts, are as follows (or shown on an attachment): 4. Payments are to be made to the ontractor in accordance with the Supplementary Conditions. DATED this day of Mayor City Clerk Contractor Bv (Title) ATTEST: (Title) A -2 (~') :':~,~;~ ,20 ", '. ~) ~ <.- )> (Company Official) Approved By: City Attorney's Office )".,'" -"1 I \L.\ . j! \.0 0') PERFORMANCE A D PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ . .) for the payment for which Contractor and Surety h reby bind themselves, their he@, exe4l.ilors, ~ ~ .'~~.. .,........., administrators, successors and assigns, jointly a d severally. co:: ",' . ,"j I cD WHEREAS, Contractor has, as of ~ Ti -, , , entered into a (d tel '2 " cD written Agreement with Owner for the South Glib rt Street Improvements - Water ~ Relocation en Project; and WHEREAS, the Agreement requires exe ution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the City of Iowa City Engineers Office, which Agreement is y reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIO S OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfUlly perform aid Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain i full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of a y alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is eciared 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 pro ptly: 1. Complete the Project in accor ance with the terms and conditions of the Agreement, or 2. Obtain a bid or 'bids for submi sion to Owner for completing the Project in accordance with the terms and c nditions of the Agreement; and upon determina- tion by Owner and Surety of the owest 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 succession of defaults under the Agreement or subsequent contracts of com pie ion arranged under this paragraph), sufficient funds to pay the cost of completio ,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 u der the Agreement, together with any addenda and/or amendments thereto, Ie s 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 0 nero D. No right of action shall accrue to or for t e use of any person, corporation or third party other than the Owner named herein or th heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THI OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, C de of Iowa, shall pay to all persons, firms or corporations having contracts directly with the P incipal, including any of Principal's subcontrac- tors, all claims due them for labor performed 0 materials furnished in the performance, of the Agreement for whose benefit this bond is given. he provisions of Chapter 573, Co~ of lo~; are '-...-/ -:- a part of this bond to the same extent as if it were expressly set out herein. .< cc..:.-:D- "- SIGNED AND SEALED THIS DAY OF .',~ 'il -, 20____. ~: - >-_/' IN THE PRESENCE OF: , ~ J:? 1..:9 - CJ (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB 2 Con ract Complian e Program ;;~; ':;:!-,....., _._-~- '- " .' ";"1 , , ,,- \ .- \.0 'ii B '-.-, -"j ~~~ .~ ::':;; - ~ ,,'J IOWA CITY SECTION 1- GENERA POLICY STATEMENT It is the policy of the City of Iowa City to require equal mployment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and t eir employees are treated equally without regard to race, color, creed, religion, national origin, sex, gend r identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are ity contractors, vendors or consultants, in designing and implementing equal employment opportunity so t at all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants req esting to do business with the City must submit an Equal Opportunity Policy Statement before the xecution of the contract. 2. All City contractors, vendors, and consultants ith contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exe pt from this provision at the discretion of the City. Regardless of the value of the contract, all co tractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codifi d at Article 2 of the City Code. 3. Contracting departments are responsible for a suring that City contractors, vendors, and consultants are made aware of the City's Contract Complia ce Program reporting responsibilities and receive the appropriate reporting forms. A notification of re uirements will be included in any request for proposal and notice of bids. 4. . Prior to execution of the contract, the complet d and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required mate al must be received and approved by the City. 5. Contracting departments are responsible fo answering questions about contractor, consultant and vendor compliance during the course of he contract with the City. 6. All contractors, vendors, and consultants mu t refrain from the use of any signs or designations which are sexist in nature, such as those w ich state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants ust assure that their subcontractors abide by the City's Human Rights Ordinance. The City's rotected classes are listed at Iowa City City Code section 2-3-1. II . .-'-,;' -'.'n --,.-? ._, I ill ~ -\1 ..-1 j ,_~ ~J? ;:~ ./ CJ C -1 SECTION II - ASSUR NCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RE URN PAGES CC2 AND CC3 OF THI$ SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO TH EXECUTION OF THE CONTRACT. With respect to the performance of this contract, th 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 a y employee or applicant for employment and will take affirmative efforts to ensure applicants and e ployees are treated during employment without regard to their race, color, creed, religion, national 0 igin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall in lude, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment r recruitment advertising; layoff or termination; rates of payor other forms of compensation; and sele tion for training, including apprenticeship. b. The contractor will, in all solicitations or adve isements 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 subjec to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. 9 1608 et sea.) and relevant orders of the U,S. Secretary of Labor. The Secretary of Labor, and not the Ci ,enforces said regulations and orders. 3. Provide a copy of your written Equal Empl yment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and a dress of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in cons icuous places at the work site, all posters required by federal and state law for the duration of th contract. NOTE: The City can provi(:le assistance in obtaining the necessary posters. 6 '~:-c -'.~ "1\ \ "" ...- .- ~ - II ",--] .) 5~ ...0 c;;> CC-2 6. How does your business currently inform app icants, employees, and recruitment sources (including unions) that you are an Equal Employment Or portunity employer? The above responses to questions 1 through 6, re true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC-3 Q :~"'(~ .' "'eo /'" ~-_7 )?' ~ ~. ---11 .--- I ,0 II .---; "...,) '-R co SECTION III - SUGGESTED STEPS TO SSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equ I employment opportunities. Document the policy and post it in a conspicuous place so that it is known to al your employees. Furthermore, disseminate the policy to all potential sources of employees and to your su contractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to disseminati n of this policy, this can be done, for example, through the use of letters to all recruitment sources and s bcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and adve sing. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFI ER Designate an equal employment opportunity 0 Icer or, at minimum, assign someone the responsibility of administering and promoting your company's E ual Employment Opportunity program. This person should have a position in your organization which em ph sizes the importance of the program. 3. INSTRUCT STAFF ;'" ~~~ ~'~\, ',' .: -\\ Your staff should be aware of and be required t abide by your Equal Employment 0PPo'ilunitY;progl'llffi. All employees authorized to hire, supervise, promo e, or discharge employees or are involved in~chartions should be trained and required to comply with your policy and the current equal em~.lovmef1boppoilunity laws. . ,., .. .::.; . j RECRUITMENT .;:> .'-", .-J;.::_ Y '-R 4. - 0) (a) Let potential employees know you ar an equal opportunity employer. This can be done by identifying yourself on all recruitment ad ertising as "an equal opportunity employer". (b) Use recruitment sources that are likely 0 yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current compo ition of your workforce. Send recruitment sources a letter annually which reaffirms your commit ent to equal employment opportunity and requests their assistance in helping you reach diverse pplicant pools. (c) Analyze and review your company's re ruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in t e employment process to use objective standards and to support equal employment opportunity gals. (e) Review periodically job descriptions to ake sure they accurately reflect major job functions. Review education and experience requirement to make sure they accurately reflect the requirements for successful job performance. (I) Review the job application to insure th only job related questions are asked. Ask yourself "Is this information necessary to judge an ap Iicant's ability to perform the job applied for?" Only use job-related tests which do not adversely ffect any particular group of people. (g) Monitor interviews carefully. Prepare int rview questions in advance to assure that they are only job related. Train your interviewers on discri ination laws. Biased and subjective judgments in personal interviews 'can be a major source of disc imination. (h) Improve hiring and selection procedu es and use non-biased promotion, transfer and training policies to increase and/or improve t e diversity of your workforce representation. Companies must make sure procedures for sele ting candidates for promotion, transfer and training are based upon a fair assessment of a employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 I ~ I --= -u::, ~~~Ilt ... "IIII'~ ...... ~ Cltll of ~ ~ t\ Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which p ohibits certain discriminatory practices in employment. Please ote that the protected characteristics include some not andated for protection by Federal or State law. As a contractor, con ultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjuncti n with your performance under a contract with the City. C-5 "', c:- ::-"~ - -~-". -II --:::::: ,0'" , "s;., '-\ ~ ~. 0"";" "-', ,j ,..-;.. cO ):; cO 2-3-1 2-3-1 C APTER 3 DISCRIMIN TORY PRACTICES SECTION: 2-3-1; 2-3-2: Employment; Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation 2-3-3: 2-3-4: 2-3-5: 2-3-1: EMPLOYMENT; EXCEPTIONS A. It shall be unlawful for any employ r to refuse to hire, accept, reglste, classify, upgrade or refer for emplo - ment, or to otherwise discriminate i employment against any other perso or to discharge any employee b cause of age, color, creed, disabill gender Identity, marital status, natio al origin, race, religion, sex or sexu orientation. B. It shall be unlawful for any labor org nlzatlon to refuse to admit to membe - ship, apprenticeship or training a applicant, to expel any member, or t otherwise discriminate against a y applicant for membership, apprentlc - ship or training or any member In th privileges, rights or benefits of su h membership, apprenticeship or tral - Ing because of age, color, cree disability, gender Identity, marlt I status, national origin, race, rellglo sex or sexual orientation of such a pllcan! or member. C. It shaU be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or Indirectly adver- tise or in any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment of membership be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, $ex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies rell!tlng to preg- nancy and (lhlldblrth shall be govemed by the following: 1. A written or unwritten employment polley or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage. childbirth and re~overy there- from are, for all Job-related purposes, temporary disabilities l!nd shall be treated as such under any health or temporary disability insurance or sick leave plan available In c<lnnectlon with employment or any written or unwrit- ten employment policies land practices Involving terms and conditions of employment as applied 10 other tem. porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 6 :~:c; ,-::-;:> c.~." c.n "".. "'-n 8~r:::: Iowa City I ill n .j .- !: ,-" ,_0 ~..-~ "'-~ "'0_- )-:> co C-6 2-3-1 spective employee a test for the pr s- ence of the antibody to the hu an immunodeficiency virus. An agr e- ment between an employer, empl y- ment agency. labor organization or their employees, agents or memb rs and an employee or prospective m- ployee concerning employment, ay or benefits to an employee or ro- spective employee in return for tak ng a test for the presence of the antib dy to the human immunodeficiency vir s, Is prohibited. The prohibitions of t is subsection do not apply if the S te epidemiologist determines and he Director of Public Health decla es through the utilization of guideli es established by the Center for Dlse se Control of the United States Dep rt- ment of Health and Human Servlc s, that a person with a condition rela ed to acquired Immune deficiency s n- drome poses a significant risk of transmission of the human Immuno e- ficlency virus to other persons in a specific occupation. F. The following are exempted from he provisions of this Section: 1. Any bona fide religious institution or Its educational facility, assoclati n, corporation or society with respect to any qualifications for employm nt based on religion when such quallfi a- tions are related to a bona fide r Ii- gious purpose. A religious quallfi a- tlon for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona f de religious educational facility or r 11- gious Institution shall be presumed to be a bona fide occupational quallfi a- tion. (Ord. 94-3647.11-8-1994) 697 '-'~--~~----""------_.~---"-'--"~------~-~---'--"--'---,.._--_.~_. Iowa City C-7 2-3-1 2. An employer or emp'loyment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discfiminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home Of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer'S family. 5. To employ on the jpasis of sex in those certain instances; where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain Instan~es where. pres- ence of disability is a ~ona fide occu- pational qualification ~easonably nec- essary to the nOrmal operation of a particular business orentelpf,lse. The bona fide occupa~al q~ificalion shall be Interprete~,f).,{ro~~" (Qrf\ 94-3647,11-8-1994)';';.': :....:;:: \ . 0;) y\ , .-.~--; , , :- :Y-. ::'-p 7-" L.'? -- cP _.__.~_._.._._-_...._--- ".-...----------------.,... --_._-----_._--_.~-~--_._,-,,_.+------_. GENERAL ONDITIONS Division 11, General Requirements and Cove ants of the Iowa Department of Transportation "Standard Specifications for Highway and Brid e Construction," Series of 2001, as amended, shall apply except as amended in the Supple me tary Conditions. ..-"" --':;;., '--.J C-1 -""f'\ .- -~ \ .s:; -n -'--\ ...,. ..) <::;:J~ ~ -yo ....q -- c,1.") ----~------_._-----_..__._- -_._-~-,.."'-~-- -_._._-----~_.~" - -- - -----.---........--....----.------.....-.,-.------.--..-----. S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 S-10 S-11 SUPPLEMENT RY CONDITIONS ARTICLES WIT IN THIS SECTION Definitions Limitations of Operations Insurance Supervision and Superintendence Concerning Subcontractors, Suppli rs and Others Compliance with OSHA Regulation Employment Practices Contract Compliance Program (An i-Discrimination Requirements) Measurement and Payment Taxes Construction Stakes Caption and Introductorv Statements '0 ::~~: (2, ':~ ....- -.-j. '-.-..1'. -"-.... ......".~ -'-: '11 .- .- \ oJ) -;--, \ 1 ~ -- \.:9 --'..-- J7 co These Supplementary Conditions amend or s pplement Division 11 of the Iowa D~partment of Transportation "Standard Specifications for Hig way and Bridge Construction," SerieS of 2001, as amended and other provisions of the Contr ct Documents. All provisions which are not so amended or supplemented remain in full force a d effect. 5-1 DEFINITIONS. ADD to or CHANGE the following definiti ns within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of ublic 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," "DEPA MENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" s all mean the Iowa Department of nansportation "Standard Specifications for Highway nd Bridge Construction," Series of 2001, as amended. 5-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the I OT STANDARD SPECIFICATIONS: Except for such work as may be required 0 properly maintain lights and barricades, no work will be permitted on Sundays or legal holid ys without specific permission of the ENGINEER. -~.._--,.._._-_._---~------,_..._-----I--' S-3 INSURANCE. A. CERTIFICATE OF INSURANCE' CANCE LATION OR MODIFICATION 1, Before commencing work. the Co tractor shall submit to the City for. approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name address and phone number of thi'l insurance company and agent must accom any the certificate. The liability lirnits required hereunder must apply to this Project nly. 2. The Contractor shall notify the City i writing at least thirty (30) calendar <!lays prior to any change or cancellation of said po icy or policies. 3. Cancellation or modification of said p licy or policies shall be considered jyst cause for the City of Iowa City to immediatel cancel the contract and/or to halt ""ork on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance p rchased by the Contractor to satisfy his/her responsibilities under this contract shall in lude contractual liability coverage, and sh!llt be in the following type and minimum amounts: . . ,:->"' Tvpe of Coveraqe." Comprehensive General Liability Each Occurrence AqqreqatE/," Bodily Injury & Property Damage* $1,000,000 $2,000,001)), " ? Automobile Liability Combined Sinql~Li~it .~? Bodily Injury & Property Damage $1 ,000,00b.:.:~1 . Excess Liability $1,000,000 $1 ,000,000 ~F Worker's Compensation Insurance as requ red by Chapter 85, Code of Iowa. (?>:.:S2 :::~':'~ ';,,:;~, \ ,;::> *Property Damage liability insurance mu t provide explosion, collapse and !underground coverage when determined by City to be ap licable. The City requires that the Contractor's Insur nce carrier be A rated or better by A.M. Best. In addition, the Contractor shall be requ red to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's li bility 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 ontractor becomes liable, or for whicll the insured assumes liability under the indemnit agreement herein contained, and such coverage amount shall not be subject to red ction by virtue of investigation or dMense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor' 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 Co tractor unless this requirement is wflived by the City. Contractor's Certificate of Insur nce must set forth the nature and a,rt1ount of any such deductible or self-insured reten on. C-2 '-'11 -:;::. -n -- cP 3. If Contractor's liability insurance co erage is subject to any special e~c1usions or limitations not common to the type f coverage being provided, such exclusions or limitations shall be noted on the Certi cate of Insurance. 4. The City prefers that Contractor pro ide it with "occurrence form" liability insurance coverage. If Contractor can only pro ide "claims-made" insurance coveraqe, then the Contractor must comply with the folio ing requirements: i a. If the Contractor changes in urance carriers, or if Contractor'~ insurance coverage is canceled, during th contract period or within two yearsi after City's acceptance of the work, Contra tor agrees to immediately notify the !::ity of such event. b. If Contractor's insurance is ca celed or is allowed to lapse during "aid period, Contractor shall be required to btain replacement insurance coveragl9 to fulfill its obligation hereunder. c. If, during said period, Contra or voluntarily changes insurance c~rriers or is required to obtain replacement coverage from another carrier, Conlractor shall either (1) purchase "tail" covera €I from its first carrier effective for a iminimum of two years after City Council ac eptance of the work, or (2) purchasE! "prior acts" insurance coverage from its ne carrier, covering prior acts during the period of this Contract from and after its i ception. d. "Tail" or "prior acts" coverage s provided shall have the same cover~ge, with the same limits, as the insurance s ecified in this Contract, and shall not be subject to any further limitations or exclu ions, or have a higher deductible or self-insured retention than the insurance wh ch it replaces. 5. The City reserves the right to waive ny of the insurance requirements her~in provided. The City also reserves the right to eject Contractor's insurance if not in compliance with the requirements herein provide ,and on that basis to either award the contract to the next low bidder, or declare a de ult and pursue any and all remedie~ available to the City. 6. In the event that any of the policies of insurance or insurance coverage iidentified on Contractor's Certificate of Insuranc are canceled or modified, or in the event that Contractor incurs liability losses, €lit er due to activities under this Contra~t, or due to other activities not under this Contr ct but covered by the same insuranq;e, and such losses reduce the aggregate limits f Contractor's liability insurance bel\>w the.,limits required hereunder, then in that €IV nt the City may in its discretion ejther s\.ispend Contractor's operations or activities nder this Contract, or terminate th~ontra'et: and...--. withhold payment for work performe on the Contract. ~~...~ 0>' .' \J .r _~ __ 7. \ In the event that any of the policie or insurance coverage identified orltyontra;;f'or's Certificate of Insurance are cancele or modified, the City may' in its dis\lrefiGn eifl'ter suspend Contractor's operations 0 activities under this Contract, or t$fn:liJ:late 't!Jjs Contract, and withhold payment for ork performed on the Contract. ~;~/':':" '; \ . -. j 1. The Contractor shall indemnify, def nd and hold hanmless the City of Iowa City and its officers, employees, and agents fr m any and all liability, loss, cost, damage, and ):7 oJ C. HOLD HARMLESS C-3 ___n_.__.__"____"_.___.,.__.______.'"___.____ -.---..----... -,~-------- expense (including reasonable attor ey's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or pro erty damage rising out of or resultii!1g from the Contractor's operations under this C ntract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be d emed to be, an agent or employee or the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the I OT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualifie and responsible person available 211 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 s~rvice of this individual. . S-5 CONCERNING SUBCONTRACTORS, SU PLIERS AND OTHERS. Bidders shall list those persons, fir s, companies or other parties ti:> whom it proposes/intends to enter into a subcontr ct regarding this project as required ~or approval by the City and as noted on the Form of P posal and the Agreement. Add the following paragraph to 1108.01 of the I OT STANDARD SPECIFICATIONS: If no minority business enterprises (MB ) are utilized, the CONTRACTOR ~hall furnish documentation of all efforts to recruit MBE' . 5-6 COMPLIANCE WITH OSHA REGULATIO S. Add the following paragraphs to 1107.01 of the DOT STANDARD SPECIFICATIONSi The Contractor and all subcontractors sh II comply with the requirements of 2~ CFR 1910 (General Industry Standard) and 29 C R 1926 (Construction Industry Stardard). The Contractor and all subcontractors are solei responsible for complianCe with said! regulations. The Contractor will provide Material Safet Data Sheets (MSDS) for all hazardolils chemicals or materials that will be at the job site. Th Material Safety Data Sheets will be ~ubmitted to the Project Engineering prior to the start of construction and supplemented * necessary throughout the project. This data is being rovided for informational purposes orhly and does not relieve the contractor of any obligatio s for compliance with applicable OSMA and State laws regarding hazardous chemicals and rght-to-know. . S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontra ors, shall employ any person whose! phYSical or mental condition is such that his/her employm nt will endanger the health and @~ty of~~em- selves or others employed on the project. . :c~j C ?'; --;:'.0 -. _"'. II - employment practices and agrees{~inclu~the -=-. _.~-', . . . \ Contractor shall not commit any of the followin following clauses in any subcontracts: Z'~ .) ~--'- ,,-0 :_~:..o :P ,~ C-4 To discriminate against any individual in terms, conditions, or privileges of lIlmployment because of sex, race, color, religion, na ional origin, sexual orientation, gen~er identity, marital status, age or disability unless suc disability is related to job performance of such person or employee. To discharge from employment or refuse t hire any individual because of sex, I race, color, religion, national origin, sexual orientation, gender identity, marital status, age, !or disability unless such disability is related to job perfo mance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (A TI-DISCRIMINATION REQUIREMEftlTS). For all contracts of $25,000 or more, the Contr ctor shall abide by the requirements pf the City's Contract Compliance Program, which is included ith these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, con ained 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 SP CIFICATIONS. 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 1109.0 of the lOOT Standard Specificationsl The City of Iowa City does not issue tax exemption certific tes to preclude the payment of salesltax. Prior to project acceptance by the City Council, the Con ractor shall submit to the Engineer a ~tatement of taxes paid, including all information required by he State of Iowa for reimbursement df taxes. The City will reimburse Contractor for taxes ap roved and reimbursed by the Suite of Iowa. Reimbursement to the Contractor will occur wi hin 30 days of the City receiving rei(nbursement from the State. Tax statements submitted after he 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 ID T Standard Specifications with the fqllowing: The Contractor shall be responsible for he preservation of stakes and marlk Any necessary re-staking will be at the Contrac or's expense and will be charged at a! rate of $75 per hour. ~ ':,~:.ic') -, -- :.-< \ oJ) -n - .~-~ \ -,:", ?:.~. -' / . ':? - P -.0 C-5 SECTION 0 010 SUMMARY OF T WORK PART 1 - GENERAL General description, not al1 inclusive. A. Base Bid Work: I. Remove Portland Cement Concrete a d Hot Mix Asphalt roadways, driveway~, parking lots, curbs and gutters, sidewalks, curb ramps and other miscel1aneous items. i 2. Remove and disposal of existing temp rary rock fil1. 3. Sawcutting of existing pavement, side i alks, curbs and gutter, curb ramps prior t~ reconstruction. 4. Construct Portland Cement Concrete and gutters, sidewalks, curb ramps an d Hot Mix Asphalt roadways, driveways, parking lots, curbs other miscel1aneous items. i d chairs for Portland Cement Concrete Ipavement, sidewalk, 5. Furnish and instal1 reinforcing steel and curb ramp repairs. 6. Seal all sawcuts and expansion joints. 7. Backfil1 against sidewalks, curbs, app aches and pavements. 8. Maintain good housekeeping. 9. Provide traffic and pedestrian traffic c ntro! during al1 phases of project. 10. Coordinate work schedules and traffic control with City Staff. II. Other work associated with pavement, sidewalk, and curb ramp repairs due to ufility work. 1/04 S:\Eng\Construction\ Water-Pavement Repairs\Ol 0 ID-w.doe .':'[ I '_0 ~ Tl --, .../ ,-0 \.D 01010-1 SECTIO 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for sc edule of values, applications for paymenl' and unit prices. 1.02 STANDARD OF MEASUREMENTS: I A. Work completed under the contract shall b measured by the Engineer. Payment \\jill be based on the actual quantity of work performed according 0 the various classes of work specified u,less noted in Part 3 of this Section. The Contractor will be given opportunity to be present during meas~rement. I A. I ! The Contractor shall accept the compensati as herein provided as full payment for~rniShing materials, labor, tools and equipment and for perform ng work under the contract; also, for c sts arising from the action of the elements, or from any unforese n difficulties which may be encountered uring the execution of the work and up to the time of acceptance ' B. Measurement shall be rounded to the nearest half-foot. C. Contractor shall submit a list of locations wi square footage for payment. 1.03 SCOPE OF PAYMENT: , Construction items may be bid as a lump s or as itemized work, which will be Pai~' on a'.llfiit cost basis. In either case, some work may be required or which a separate pay item is not prg . ded. 'l;lompletion of this work is required. If a separate pay item is not provided for this work, it is to he:: jisid~ incidental to the project and no separate payment will e made. 7"'-,- .-:::;::. Of ..D' T'I PART 2 _ PRODUCTS J' -;::;-; ! ---~ " B. NONE l-~l ~/'< r"-~.... I'Y ,-:'? 2.01 - u:> PART 3 - EXECUTION 3.01 PROCEDURE: A. I Payment under this contract shall occur 0 more than once per month for wOt completed by the Contractor. Payment is based on an estimat of the total amount and value of work c mpleted. It is not the City's policy to pay for materials and equip ent stored or furnishings fabricated off si e. 01025-1 . -"--~_._--_.I-~~_.,-_._-~_._---_._----"~'" A. GENERAL ,'..h 'c1 _ ---n ,- , \ - C:,'I ...0 -n The following subsections describe the me urement of and payment for the workt~,be dQl)b unQefjthe items listed in the FORM OF PROPOSAL. cf~',:; ,- Each unit or lump sum price stated shall co stitute full payment as herein specified */ each i~ of work completed in accordance with the drawings nd specifications, including clean up. - It is the Contractor's responsibility to iden ify the locations of public and private utllities. No additional compensation will be made for any interfer nce or delay caused by the placement anc%r relocation of said utilities. No additional compensation will b made for repair costs to fix damage cau~ed by the Contractor or his/her Subcontractors. 3.02 BID ITEMS: Work associated with existing items on p vate and/or public property that are to b~- protected, removed, relocated, replaced, reinstalled or modifie is considered incidental unless it is list d as an item in the FORM OF PROPOSAL. Existing items amaged or unsuitable for relocation or einstallation will be replaced with like item and painted, if nece sary, at the Contractor's expense. The prices for those items which involve ading or excavation shall include disposal of surplus excavated material, handling water, installation of al necessary sheeting, bracing and temporafY fencing around all open excavations and supply, placement an compaction of specified backfill. , All trees and shrubs shall remain and be pr tected from damage. Special precaution~ measures required to prevent injury or damage to said tree, sh b or root system shall be considered inci1ental. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfac s from water which may leak or seep into vaults and/or basements. - I All labor, materials and equipment requir to bring surfaces to the proper elevation ~d density including loading, hauling, and disposal of unsui ble material, below grade excavation, orrow and hauling, placing, forming, drying, watering and co paction of fill material, and all such work as may be required to make the grading work complete with a iform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this projec unless it is listed as an item in the FORM! OF PROPOSAL. ! The Contractor must pay for all parking p rmit fees, meter hoods, lot and ramp fee~, and parking tickets. The Contractor must figure these costs int their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be ssued only for construction vehicles, not ersonal vehicles. I The Contractor shall be responsible for c ntinuous cleaning of mud and debris of adjacent driveways, streets, sidewalks and private property, hen mud and debris is deposited the~e as a result of any construction activity. The cost of clean up hall be incidental. ! , The Contractor shall be responsible for fu ishing, installing, maintaining, moving, rflocating, and removing all traffic control devices includ ng barricades, safety fencing, drums, ligh', standard signs, temporary barrier rails, sequential flashin arrows, flaggers, uniformed officers, tem~orary pavement markings and orange safety fence at road losures. The cost of providing traffic con1i'ol for each site shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS 1. portland Cement Concrete Pavements a d Driveways. The unit prices for these items will be aid based on the number of square feet ~. f Portland Cement Concrete pavements, driveways and p king lots constructed at the specified wi ths, thickness' and mix designs, including 5-foot in len full depth concrete beyond the back of sidewalk where existing driveways are gravel or dirt. Al 0 included with these items is excavatio to place forms and pavement at required elevations, sup y, placement and compaction of sub de material under driveways and parking lots, forming, s pply, placement and finishing of concr e, special concrete mixes, reinforcing steel, Portland Cem nt Concrete curb and curb drop installat on, curing, jointing and joint sealing, grading to establish uniform grade between the sidewalk a d top of curb, and backfilling at curb lines, driveway edg s and parking lot edges, and traffic contr 1. Portland Cement Concrete mix shall be IDOT M mix. The following portland cement pavernbnt thickness' shall apply: ! ,., Portland Cement Concrete with ot Mix Asphalt Overlay .-7 ~Ches..: Portland Cement Concrete with rick ';1 het"', Portland Cement Concrete Match existing or minimum of;7. mches~'.~ ~.:Q Aggregate durability class for all P.C. oncrete paving shall be Class 3.::'\. "~,-,; i - _' .-.' - ,j for main line pavement per current ID~_~~eci~~tions:' p Pavement smoothness shall be evaluat 2. Hot Mix Asphalt Pavements and Drive ays. , , The unit prices for these items wi\l b paid based on the number of square fee~ of Hot Mix Asphalt pavements, driveways, bases and ove lays constructed at the specified widthsf thickness' and mix designs. Included with these items ar subgrade compaction and preparation, !subgrade treatments, supply, placement and compaction of ggregate or portland cement concrete bafe, supply, placement and compaction of asphalt, and traffi control. The minimum Hot Mix Asphalf thickness shall be 3 inches ..0 The unit price for this item will be aid based on the number of linear fee of Portland Cement Concrete curb and gutter constructed t the specified widths and thicknesses an includes excavation required to place forms and curb and tter at required elevations, forming, rei orcing steel, supply, placement and finishing of concrete, uring, jointing and joint sealing, grading 0 establish a uniform grade between the sidewalk and top f curb, backfilling at curb lines, and tr ffic control. Portland Cement Concrete mix shall be IDOT mix. This item shall be considered i cidental when poured integrally with Portland Cement Con rete pavement. ' 3. Portland Cement Concrete Curb and 4. Portland Cement Concrete Sidewalk nd Curb Ramps. The unit price for these items wi\l b paid based on the number of square fe~t of Portland Cement Concrete sidewalk constructed at th specified widths, thickness' and mix esigns. Included with these items is subgrade preparation d compaction, subgrade treatments, rein orcing steel, forming, concrete placement and finishing, c rb ramps, curb ramp coloring per Secti n 03350 or fiberglass panels, curing, jointing and joint saling, backfilling at form lines, and tr4ffic control. Portland Cement Concrete mix shall be IDOT C mix. 01025-3 .._ ".__._~__.._,._.,._."._,.__.~____.___._u_._..__ __.__.m_u ....__ _.~_.. ____'__ 5. Pavement Removal. , , The unit price for this item wi\l be pai based on the number of square feet of P~' ement Removed. Removal quantities shall include Portl d Cement Concrete, full depth Hot Mix sPha,lt, and/or brick roadways, driveways, parking lots, c rbs and gutters, sidewalks, and curb ps. Removal of compacted granular material and traffi control shall be considered incidental. S~w cuts and hauling and disposal of waste materials shall e incidental. All proposed saw cuts mus~ be approved by the Engineer. Removal operations shall c nform to the construction phasing note~ on the plans or as otherwise approved or directed by th Engineer. All brick that is removed s~all be salvaged and returned to the City ofIowa City. Add tional effort required for this purpose is c?nsidered incidental. 2/04 S:\Eng\ConstrUCtion\Water-Pavement Repairs\O 1 02~-w.doc _I Qi OC?+ ~~; ':r'! ,[ ;;f. ~ 010254 ~~_..__._.,_._.._..._----'"_._~.,..._- . '." .'"\1 I ,1:) ..-\ ~ ..---J '._..~' .-.:':J ,0 PROGRESS SCHEDULES PART 1- GENERAL 1.01 SUMMARY: A. Prepare, submit and update as neces ary a schedule of the work. B. Time is of the essence. Mini izing inconvenience, disruption and! duration of disruption to pedestrians, residen es and husinesses is a high priority. *hednling of work shall be planned with this in mind. 1.02 SUBMITTALS: PART 2 - PRODUCTS PART 3 - EXECUTION A. B. None. The Contractor shall submit at the Pre-Construction meeting a detailed sc~edule of the proposed work. The schedule shall clude proposed dates and durations oflape reductions and street closings. Work may not egin until the schedule is approved by the!Engineer. " ! The Contractor shall submit up ted construction schedules at throughout the project. two_wfek q '-. !_, ,""f' ""'..~~ I::;"""':, miervals ..._-' ,",,"\ ::~ "rl --:.::=: -j j -I" , , \ ..0 ;'\ --..-, ) :' "~ ,.1-,:'-,..'- 4-~"" .-- ]:P '.,:'J - u:> 3.01 MEETINGS PRIOR TO CONSTRUCTIO : A. A Pre-Construction meeting will be eld prior to beginning work. 3.02 PROGRESS OF WORK: A. No work shall be done between the ours of 10:00 p.m. and 7:00 a.m. withou~ the approval of the Engineer, with the exception f saw cutting freshly poured concrete. ! B. Work will proceed in a well organ' d and continuous manner to minimize the disruption to the general public (both pedestri and -vehicular) and the local businesses find residents. Access to businesses and residence shall be maintained at all times. . C. Construction will proceed in phas s. The particular phasing sequence is OEtlined in the project plans. Prior to advancing t the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complet to allow reopening to the public, as dete, . ed by the Engineer. D. Restoration activities such as pave ent replacement will follow closely behind the work even ifmultiple mobilizations are n cessary. 01 10-1 E. The Contractor will become an ac ive partner with the City in communicating with and providing information to concerned esidents and businesses. F. Work will be staged to minimize th length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES A. It is anticipated that many utility c icts will occur which cannot be taken ~are of ahead of time. The Contractor shall wo k closely with the utility companies to aid in these relocations to keep the project on sc edule. B. The Railroads will provide all labo materials and equipment for railroad facIlity removal, excavation, disposal, sub-drainage, allast, sub-ballast and trackage renewal. C. The Railroads have certain time r .tations on when the above mentioned w~rk must take place. It shall be the Contractor's r sponsibility to coordinate and be available to meet the Railroads' schedule. Any costs asso iated with train rerouting due to circurns1(ances caused by the Contractor shall be at the exp nse of the Contractor. 3.04 STREET CLOSINGS: A. NotifY the Engineer four days in a ance of street closings so that a press r~lease can be issued. No street may be closed wi out the Engineer's approval and said notification. 2/04 S:lEnglConstructionIWatcr-Pavcment RcpairslO131G-W.doc 9' .....p . . 01 10-2 TRAFFIC CONTROL AND ONSTRUCTION FACILfTIES PART 1 - GENERAL 1.01 SUMMARY: A. Furnish, install and maintain tra c control and construction facilities reqpired for the work. Remove when work is compl ted. 1.02 REFERENCES: A. mOT Standard Specifications. B. U.S. Department of Transportation ederal Highway Administration "Manuail on Uniform Traffic Control Devices for Streets d Highways," 2000 Edition, as revised. . 1.03 SUBMITTALS: C. Traffic Control Notes on project pi s. A. Submit a traffic control plan for I activities requiring traffic control nQt specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be ne or used, but must meet the requirements! of the mOT Standard Specifications. B. All construction fence shall be new d securely fastened to approved posts 8I\d installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be us d to power traffic control devices withijJ. 300 feet of residential dwellings, including ap ents, between the hours of 10:00 p.m. ahd 7:00 a.m. :=) ~ 01 70-1 - <.0 I I...() ~TJ .~ ~ ,rj .-., ,J -'.-:: "'? PART 3 -EXECUTION 3.01 TECHNIQUES: I I A. Except as amended in this docum nt, the work in this section will conf~rrn with the following divisions and sections of e IDOT Standard Specifications: ' Division 25. Miscellaneous Cons Section 2528. Traffic Con Division 11. General Requirements Section 1107.09. Barricade 3.02 NOPARKINGSlGNS: A. The City will furnish "NO P of scheduled work. The Contracto signs 48 hours in advance of when " signs to facilitate removal of parked vthicles ahead is responsible for installation and maint~nance of the e vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the c ndition of traffic control and constructio~ facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and b inesses shall be maintained at all times. TemporaI)' gravel surfaces shall be provided as irected by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONALFAClLITlES: A. All signs, barricades and fences wi . and beyond the project area deemed appropriate by the Engineer shall be the responsibi ity of the Contractor. ' 2/04 s:\Eng\Coostruction\Water-Pavemcat Repairs\O 157~ W.doc (-71 -)1 X~:I?' - I , , ~~.. Pi i I V) "'-Tl =>~~ ; 1 ,._, , '"...-' ~D V) 01 70-2 DEMOLITIONS, REMOV S AND ABANDONME~TS I i PART 1 - GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools an equipment to remove existing pave~ surfaces as indicated and specified. 1.02 REFERENCES: A. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural ~esources and United States Environmental Protec . on Agency regulations. ' B. Comply with all state and local or inances pertaining to hauling and disposW of rubbish, broken concrete, asphalt, stone, bri ks, castings, and other waste or debris rksulting from work on the project 1.04 SUBMITJ'ALS: A.' Locations of disposal sites. PART 2 - PRODUCTS, 2.01 MATERIALS: Explosives shall not be used for de olition. nsist of Class A Crushed Stone, IDOT ection 4109, Gradation No. 11.' ic,j ..J ',<I ::-; '-~I J: " Standard A. Granular backfill material shall Specification Section 4120.04 and B. 'TI I ,-0 PART 3 - EXECUTION .~,r . ~~-~ --;-1 , . ~ A. Except as amended in this doc following divisions and sections of , -j::, ent, the work in this section will conl~' wi:e e !DOT Standard Specifications: 1 3.01 TECHNIQUES: Division 25. Miscellaneous Cons Section 2510. Removal Section 2511. Removal walks. Section 2515. Removal ction. fOld Pavement. d Construction of Portland Cement Concrete Side- d Construction of Paved Driveways. o 050-1 -,,-,,"-~,,-----,,~,--~-,-~"'-"-'--'---""'---'---'---.--------." -. ~. --_._---_._--_....._.__._..,--_.----,--~-----_....."_..~- 3.02 INSPECTION: A. Limits of demolition shall be per 3. 4 of this section. The Engineer reserve$ the right to revise demolition limits if required b the nature of construction. ' 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, C mpanies, individuals and state or loca, authorities owning pipelines, water lin s, gas mains, buried and overhead electfic facilities, telephone, cable television, Iber optic, and other public or private utIlities shown on the drawings or otherwis known or discovered to be in the project fea. i 2. When active utilities are enc untered, promptly take necessary measurps to support and protect said utilities and maintain them in service. 3. If active utilities are damage or interrupted as a result of work on thelProject, take appropriate measures to rest re service immediately. Restoration of utPity services under these circumstances s all be at the Contractor's expense. ' 4. Active utilities shown on th drawings to be relocated, or which requ4'e relocation due to unforeseen circums ces or conditions, shall be relocated i1j accordance with instructions from the E gineer. Generally, the respective utility pwners shall be responsible to perform re ocation work for their facilities. The Co~tractor shall cooperate with these efforts in every reasonable way and shall not ~e entitled to additional compensation for elays resulting from such relocations. B. Site Protection Measures I. Refer to Traffic Control She ts for details. 2. Barricade and fence open e cavations or depressions resulting from ~ork during non~working hours and wh not working in immediate area. Provide suitable , warning devices adjacent to xcavations and work areas. ' , 3. Warning devices shall be k pt operational during all non-working an~ non-active periods. ! C. Site Access Measures I. Pedestrian access to home and businesses shall be maintained atl all times. Temporary gravel surfaces s all be provided as directed by the Engine~r. , I 2. Contractor shall perform d molition and removal operations so as ito mll4ttain vehi:ular access to adjacen properties and businesses to the ~um ~ent pOSSIble. ,< i" , C.:- "1-- " 'Tl I CD ~ .',-1 , I '~ ,"'_', , -...... 020 0-2 '-0 :;:--..... )> CD D. Disposals I , No material or debris shall e buried within the project work area. .tl unsuitable material resulting from dem Iitions and removals shall be hauled to d disposed of at a Contractor-furnished site approved by the Engineer or to the I dfill. The Contractor shall pay the CUlT nt tipping fee at the landfill. 1. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals I. Removal shall be to the limi noted on the plans or as directed by the tngineer. Pavement removal shall inc ude brick, Portland Cement Concrete, f.d Hot Mix Asphalt pavements, drivew s, alleys, parking lots, and sidewalks. IRemoval of chip seal or aggregate surfac s is not considered pavement removal. I i I , Sawcuts shall be approved b the Engineer. 2. 3. 4. All brick that is removed sha I be salvaged and returned to the City ofI~wa City. ! Removal operations shall co orm to construction phasing noted on tht plans or as directed by the Engineer. 5. 2/04 S:\Eng\Construction\Water.Pawment Repairs\020SO-W.DOC ~'2.:+ :~ ! '/']' :~r: -" ---c~ , \ I oJ:) ,- 'C'I ~ ~~.'.'.: '!? N o 02050-3 ..~-_..._--_.~._-"._.-.-+-----_.- SECTI PART 1 - GENERAL 1.01 SUMMARY: . A. Furnish labor, material, tools and eq ipment to prepare site as indicated andsprcified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this doc ent, the work in this section will conftrm with the following divisions and sections of e IDOT Standard Specifications: _J ,r 'c. Division 21. Earthwork, S bgrades and Subbases. Section 2101. Cle ing and Grubbing. Division 25. Miscellaneou Construction. Section 2519. Fen e Construction. I U) " ---iI I I :!:'". ""I"] -, .j A. i C) All trees, shrubs and vegetation shall remain and be protected from wbage unless specifically noted as "REMOVE" 0 "CLEAR AND GRUB" on the plans or r.s directed by the Engineer. ! ! No construction materials and/or e uipment are to be stored, piled, or par*d within the trees' drip line. i ~~_::-I .J, , 5~ '0 3.02 EXISTING TREES, SHRUBS AND VEG TATION: r-J B. c. Contractor is responsible for ge outside the limits of construction, fd for trees, shrubs and vegetation not designat d for removal. The Contractor's liabili for tree and shrub damage will be based on e appraised value, not replacement va e, and shall include the cost of appraisal by a q alified arborist. . o 100-1 --~----~,-"-,,,-,---,'-----'-"'---'--'-------'-'----'""-~~_.._-"_.,~...- <---~_.~._.---_.._._._..-.l.---------'--"'------~"'------'----....- 3.03 EXISTING STRUCTURES AND PROPER A. Remove existing signs and posts wi in the construction area as directed by 1:\J.e Engineer. All permanent traffic signs will be roved, stored, and replaced by the City cjfIowa City. Contractor shall provide 48 bour m' imum advance notice for sign removal bod for sign replacement. Permanent signs will b replaced prior to concrete pours. . B. Move mailboxes to a location appro ed by the Engineer prior to closing road. ,Salvage and store any unique supports for mail oxes. Restore mailboxes and their supports to their prior location and condition when ro d is reopened. . 3.04 EXISTING FENCING: A. Only fencing designated by the Eng' eer shall be removed. B. Sections offence removed for cons ction shall be replaced per the applicable bid item. If not addressed, replace with new mat rials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility represe tative to verify the presence and locatilm of buried utilities in the construction area. 3.06 EROSlONCONTROL: A. Comply with Iowa City Code and S ction 02270, Slope Protection and ErosiOl) Control. 2/04 s:\Eng\ConslrUc1ion\Water-Pavemc:nt Repairs\02100-W.OOC -'n I ,0 ':'1 ~." ,_'0'> ::f )1> 0::J l"',' o o 100-2 .--~-_._~._"-"-_._----------_._._._._' EARTH EXCAVATION, BA KFILL, FILL AND GRA);>ING PART 1 - GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing d compacting earth, including trenc~ 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 compac on is indicated or specified, use percent pf maximum density at optimum moisture as dete ined by ASTM 0698-91, unless noted qtberwise. B. Borrow sites and materials shall be pproved by the Engineer prior to use. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall nsist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and S ction 4109, Gradation No. II. PART 3 - EXECUTION 3.01 TECHNIQUES: A. , Except as amended in this doc ent, the work in this section will cQnf~rm With the following divisions and sections of e IDOT Standard Specifications: q i z;; :-':(":: Division 21. Earthwork, S All sections (I Division 24. Structures. Section 2402. Exc vation for Structures. , ill 'n ~:; ".~1 ) '.0 .- . :0; ;-...') 0 3.02 DRAINAGE AND DEWATERING: A. Provide and maintain ample me and devices (including spare units hpt ready for immediate use in case of breakdo ) to intercept and/or remove promptly and dispose properly of all water entering trenc es and other excavations. Keep such excavations dry 02 20-1 until the structures, pipes, and app enances to be built therein have been ~mpleted to such extent that they will not be floa ed or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to o~er work, or causing damage to pavements, oth r surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water at may flow along or across the work sit~. C. Take all precautions necessary to pr vent damage to the work by rain or by ~ater entering the site, whether water entry be over and or by groundwater. 3.03 BACKFILLING: A. General 1. Do not place frozen or unsu' bIe materials in backfill or place backfill upon frozen material. Remove previou Iy frozen or unsuitable material or treat as required before new backfill is place . ' B. Backfilling Excavations I. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Unde and within 5 feet of paved surfaces, inchlding streets, sidewalks and drive ays, backfill shall be Class A crushed stc\ne placed in one foot lifts com acted to 95% Standard Proctor Density.: The top 12 inches directly bel w paved surfaces shall be Class A ctushed stone compacted to 98% tandard Proctor Density. If under pave~ent, backfill to bottom of the su grade. If not under pavement, backfill to within 12 inches of fmished s ace. b. All other areas: Ba kfill shall consist of suitable job excavl\ted material placed in one foot ifts compacted to 90% Standard Proctor, Density. If excavated material . s unsuitable, backfill with Class A crushed stone to within 12 inches of mished surface. c. Do not place stone pipe nor larger th backfill material int 1"--' r rock fragment larger than 2 inches ~ 2 ~t of 12 inches in backfill. Do not drop lat~mas~ of --1"1 trench. " : 0::':: j--'" I,j) C. Backfilling Around Structures " , " ~~~:;/< \..0 1. Do not place backfill again t or on structures until they have a~td sufRc,ient strength to support the load , including construction loads, to which Ithey wiIi be subjected. Avoid unequal soil pressure by depositing material evenly around structure. Tl '"-, --j 2. Backfill shall consist of CI s A crushed stone placed in one foot lifts compacted to 95% Standard Proctor De sity unless otherwise indicated or specified. 02 20-2 3.04 UNAUTHORIZED EXCA VAT/ON: A. When the bottom of any excavatio backfill, at Contractor's expense, w Proctor Density. is taken out beyond the limits indicated! or specified, Class A crushed stone compacted to ~5% Standard 2/04 S:\Eng\Construction\Water.Pavement Repairs\02220-W.DOC 022 0-3 [5 ;:~~ (~' yo :,~ '" --"'~ 1 ill ~':'''' :']: ill ,.....) o \l ~-l~ II -, .j HOT MIX ASPHALT P A VIN AND , BITUMINOUS SEAT GOAT , LING. PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equ pment to prepare, shape, trim and comp3l:t subgrades to receive Hot Mix Asphalt paving. ' B. Fumish labor, materials, tools and equi ment to place and compact Hot Mix Asp~alt paving. C. Seal Coat. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled wor ers who are thoroughly trained and ex~rienced in the necessary crafts and who are compl tely familiar with the specified require/nents and the methods needed for proper performanc of the work in this section. B. Quality testing: 1. As per IDOT Supplemental Sp cification 01014, section 04 Quality Control Program. PART 2 - PRODUCTS 2.01 MATERIALS: A. Except as amended in this documen the materials in this section will conrorm with the following divisions and sections of the OT Standard Specifications: Division 23. Surface Courses. SS-01014 Hot ix Asphalt Mixtures. ". 'il I \CO') ~/:"1.~ T1 ._, , . . , ~ <..0 )> rv 0 Division 41. Construction Mat rials. Section 4126. Type Aggregate for Hot Mix Asphalt. Section 4127. Type Aggregate for Hot Mix Asphalt. Section 4137. Aspha t Binder. 02510 1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, e work in this section will conform with the following divisions and sections of the IDOT S dard Specifications: Division 21. Earthwork, Sub des and Subbases Section 2122. Pave Shoulders. ix Asphalt Bases. epair. idening. Division 22. Base Courses. Section 2203. Hot Section 2212. Base Section 2213. Base Division 23. Surface Courses. SS-01014 Hot ixAsphaltMixtures. Section 2307. Bi . ous Seal Coat. Section 2316. Pave ent Smoothness Division 25. Miscellaneous C nstruction Section 2529. Full epth Finish Patches. Section 2530. Partia Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening. to traffic, including Contract r's vehicles, will not be permitted until tJI..' e pavement or surface treatment has cured sufficiently to prevent damage as determined by the ~ngineer. Opening to traffic shall not constitute fi al acceptance. or cleaning all surfaces prior to operation. All loose ce and cracks by brooming or air blowinll. ! B. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pave ent, the Contractor shall begin remaining ~ork and clean up. All streets shall be fmished and op ned to the public as soon as practicable. 3.04 CLEANING AND PREPARATION OF BAS A. The Contractor shall be responsible material shall be removed from the s 3.05 AGGREGATES 1. Type B aggregates shall be used in ase mixtures. ~,. ~ c:! ~_..., .:'-,"""1 I> -.,.,-., . I. - I ill ~ Ti .-, ....0 r'~ C) A. Type. 2. Type A aggregates shall be used in . termediate and surface mixtures. B. Gradation. 1. A Y:z-inch mix shall be used on all eets and all divisions of this project. 02510 2 3.06 ADJUSTING STRUCTURES A. The Contractor shall adjust all existing manhole rings, valve boxes, catch basinS~ etc. within the existing pavement. This will include. ot only structures that need to be adjus ed up but also those structures that need to be adjus ed down. The leveling course will be laced over the structure. The material over the castin will be removed and the casting will be I adjusted to lI," below the final fmished grade. The s et surface course will then be placed. ]few castings to replace old will be provided by the City to be installed by the Contractor ~here deemed necessary by the Engineer; however, e cost of any damage caused by the Co*tractor will be deducted from the Contractor's fmal p yment. Adjustment to fmal grade may bf accomplished by raising the casting, bricking and gro ting under the casting or concrete adjustr(1ent rings. Any removal of existing pavement around e structures must be saw cut. No other njethods shall be used unless authorized by the Engineer The gas and water companies will furnis~ the necessary adjustment rings to the Contractor at n charge to adjust valve boxes. . 3.07 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on a I streets and divisions of this project. 3.08 EXISTING STREET SURFACES A. Where the proposed asphalt overlay m ets an existing asphalt street surface, the ~xisting surface shall be sawed and removed or milled directed by the Engineer so that a c1e4n, smooth and durable joint will be made between exi . g and proposed surfacing. A. i Asphalt concrete repair shall consist of moving the existing asphalt overlay, bn~k or any other material, and any unsuitable subbase; replacing subbase as necessary; comp cling subbase; placing and compacting full-depth asp t to the level of surrounding brick or as halt. Multiple lifts may be necessary. Bricks removed or subbase or base repair shall be c1eane and delivered to the Iowa City Street Department loca ed at 3800 Napoleon Lane. . 3.09 ASPHALT CEMENT CONCRETE REPAIR 3.10 HOT MIX ASPHALT PLACEMENT A. Lifts 1. Division I - A 1 Yz" depth inte . i edrate course followed by a 1 Yz" depth stfface course. , 2. Division 2 - A 2" depth base c urse followed by a 2" depth surface cours~. 3. Division 3 - A 3" depth surface course. B. Compaction 1. Class 1B compaction shall be u ed on all streets and divisions of this projtct. .;f-;- .) :1;: C': . t:-_ , <D 1/ .- - h n -, .-j ".~ .~ -"'. 02510 3 .,-c' J> ',:? r,.) C) 3.11 BITUMINOUS SEAL COAT AND SUBFAC TREATMENT WORK: A. Work shall conform to Standard Spe ification Section 2307 unless specified otilelWise in this document. Cover aggregate shall be y," Gradation 21. Bituminous material sha~1 be MC-3000. Primer shall be MC-70. 2/04 \\citynt'v;Iata\Eng'Construetion\Watcr-Pavemem Repairs\02S10-W.doc 0251 -4 ----_..~-~...."...,_.._- ---.._-_._.~ rt ~~..' :",1 .~::- ;".:- -'-" f'0 o I co -;'j '- '- - -,",.,. -..... ~',,, ,"/ ._~, ".../ \..0 SECT! N 02520 PORTLANDCEMEN CONCRETEPAYmG PART 1- GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and quipment to prepare, install, shape, trim ,and compact subgrades to receive Portland Ceme t Concrete paving. B. Furnish labor, materials, tools and quipment to form, place, reinforce, finish, joint, cure and seal Portland Cement Concrete oadways, parking area slabs, driveways, l\I1d sidewalks at the locations and grades noted on e plans. 1.02 REFERENCES: A. !DOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled w rkers who are thoroughly trained and e~perienced in the necessary crafts and who are c mpletely familiar with the specified reqQirements and the methods needed for proper perfo ce of the work in this section. B. Quality testing: 1. Compressive Strength Tests 2. Entrained Air. 3. Slump. o ~< ..-- -. l .. -~~ ::=, 4. Density Tests of Base and S bgrade. PART 2 - PRODUCTS 2.01 MATERIALS: ,- ~._- )> 'Tl , "" 'Y.'l -, ; cO 1'.) c:> A. . Except as amended in this docume t, the materials in this section will confOrm with the following divisions and sections of e !DOT Standard Specifications: Division 41. Construction aterials. Sections 4101 thro gh 4122. B. Aggregate durability class for all Po and Cement Concrete paving shall be Class 3. 02 20-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this doc ent, the work in this section will confonn with the following divisions and sections of e IDOT Standard Specifications: Division 21. Earthwork, Su grades and Subbases. Section 2111. Gr lar Subbase. Division 22. Base Courses. Section 2201. Port! d Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Cours s. Section 2301. Portl d Cement Concrete Pavement. Section 2302. Port! d Cement Concrete Pavement Widening. Section 2310. Bon ed Port!and Cement Concrete Overlay. Section 2316. Pave ent Smoothness. Division 25. Miscellaneous Construction. Section 2512. Po d Cement Concrete Curb and Gutter. Section 2515. Rem val and Construction of Paved Drivew~$. Section 2517. Con rete Header Slab. ~'2'., r Section 2529. Full epth Finish Patches. <~ ~c Section 2530. Parti Depth Finish Patches.] "";"1 _-II. I "" 3.02 CURING AND PROTECTION OF PAVE. "ENT: :::"" TI I, --, A. Curing compound shall be appli d immediately following including back of curb. ~.~ -'","; .,~ .. ~-.:,J >"'~ '-0 fimshIng ofJ1he concrete, I,V N - c::> 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in old weather and temperatures may be expected to drop below 350F, the following require ents must be met for concrete less than 36'hours old: 24 Hour Temperature Forecast Covering 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 fr ezing temperatures until it is at least five ctlays old. C. Concrete damaged by cold weath r shall be removed and replaced at the Contractor's expense. o 520-2 D. Maximum allowable concrete temp rature shall be 900 F. E. If concrete is placed when the t mperature of the concrete could excee~ 900 F, the Contractor shall employ effective eans, such as precooling of aggregates lind/or mixing water, as necessary to maintain the mperature of the concrete as it is placed below 900 F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Co tractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12' cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall b cleaned and sealed prior to opening ti)e streetes) to traffic of any kind. C. Opening to traffic shall not constitu e fmal acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the p ement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be fmished and opened to the pub~ic as soon as practicable. B. Contractor shall notify the Enginee if weather conditions make it difficult to use Class M concrete, when specified. 2/04 S:\Eng\Construction\Water-Pavcment Repairs\0252o-W.doc 0 <.:::: . - ~, '-',-'-1 I I I \D "' -' '.!) j:> ,,~ CJ 02 20-3 SECTI N 02524 CURB RAMPS PART I-GENERAL 1.01 SUMMARY: A. Construct sidewalk curb ramps to m et ADA specifications. 1.02 REFERENCES: A. Americans with Disabilities Act (ADA): Accessibility Guidelines for Buildings and Facilities. B. City ofIowa City Design Standards. C. Iowa DOT ADA Curb Ramp Comp iance (Alterations) - (lIA-4) D. L.M. Scofield Company Tech - Da Bulletin A-I04.l0. E. L.M. Scofield Company Tech - Da Bulletin A-514.02. F. L.M. Scofield Company Guide G-I 7.02. G. ASTM C309 - Liquid Membrane F rming Compounds for Curing Concr~. : -~,_ ....-t-., ~ -,--, I I H. Armor-Tile Cast-In-Place Tactile/D ectable Warning Surface Tile. I '"" 1. Figures section of specifications. :::'-" rl ._, ..-) 1.03 QUALITY ASSURANCE: ,~') r,) C> A. Use adequate number of skilled wo kers who are thoroughly trained and exp<rienced in the necessary crafts and who are camp etely farniliar with the specified requirelnents and the methods needed for proper perfo ce of curb ramp construction. B. Slope measurements. Newly cons cted curb ramps and sidewalks not meeting the slope requirements will be, at the Engine r's discretion, removed and replaced at thb Contractor's expense. 1.04 SUBMI1TALS: A. Comply with Section 01310. B. Comply with Section 02520. 1.05 DELIVERY, STORAGE AND HANDLIN A. Deliver material in unopened conta' ers with labels identifying contents attached. 02 24-1 B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Expired materials shall n t be used. 1.06 PROJECT CONDITIONS: A. Comply with ACI requirements for old and hot-weather concrete work. 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 I. Colored Hardener: a. Lithocbrome Color dner by L.M. Scofield Company. An integral coloring agent may be submitted for approval as an alternative to topical coloring a ents. ' o "-.::: Bonding Agent: Product kn wn to enhance adhesion to concrete. ~~:: b. c. 2. 3. Curing Compound: a. Lithocbrome Cola ax by L.M. Scofield Company. b. Color: Tile Red CA- 8). \ ,0 -~, \ \ .-.- -- -,-,. ....-.- -,.... , ---1 \ , --, ; '..0 :,::- C) 4. Truncated dome stamp for curb ramps shall be Cobblecrete ~ concrete texturing tool or Increte AD Tactile Detectable Warning System slan1Ping tool or approved equal. D. Cast-In-Place Tactile/Detectable W I. Color: Brick Red Color shall be homogeneous throughout the tile. 2. Dimensions: Length and Depth: Face Thickn ss: Warpage of ge: 24" x 48" nominal or width of! sidewalk 1.400" +/- 5% max. 0.1875 +/- 5% max. +/- 0.5% max. 3. Vitrified Polymer Composite cast-in-place tiles shall be Armor-Tile Casl-in-Place Tactile/Detectable Warning S ace Tiles or approved equal. 0252 -2 -'~'-"---'~'-'_________~l-___,__.~_______~_ E. Prefabricated tiles or pavers may e submitted for approval as an alternative to stamped concrete. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this docume t, the work in this section will conform tith the Iowa DOT ADA Curb Ramp Complianc (Alterations) - (I IA-4) and the followh)g sections of the Americans with Disabilities Ac (ADA) ~ Accessibility Guidelines for $uildij.!gs and Facilities. ~. Q ,,~,,1 ::~~. (-) ~~:;: Accessible Elements and Spaces: Scope and.t~icat: Re':ll quirements I .,J:) Section 4. Section 14. Public Ri -of-Way "~l , , ",","::"., ;.....-,. / A. Cl Cross slope refers to the slope that is perpendicular to the direction of travel. Rj.mning slope refers to the slope that is parallel to e direction of travel. :,J ""-co. ~.. y I,f) 3.02 SLOPES: r"o,;; 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 1:12 or 8.33% to a level plane unless existing conditions do not permit d 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 THIC A. 6-inch thick P.C.C. will be placed t all curb ramps unless otherwise direpted by the Engineer. B. 4-inch thick P.C.C. will begin 4 feet ffback of curb adjacent to the 6-inch P.C.C. section, unless otherwise specified by the Eng eer. 3.04 WlIJTHS: A. Curb ramps widths will be 4 feet unle s otherwise necessary to match existing ~idewalk for continuity. The minimum allowable 'dth for curb ramps is 3 feet. Four-foot ~r matching widths are clear widths and do not in lude the flared sides or curved sides of a purb ramp. All proposed curb ramp widths other an 4 feet wide need approval by the Engiheer. 3.05 CURB RAMPS GEOMETRICS: A. Different curb ramp types are shown' the plans. This project may include th~se or other curb ramp types not shown. Existing site conditions may require that alteratio~s be made to proposed curb ramp design in ord r to provide a "best-fit". Quantity changes due to these alterations will be paid for per th 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 stimated quantities. 0252 -3 _.,._-~_.._~-------_._----~_..~._---_.~------,----_.- ---~"-~ ----~.~._--"._--.-.,_._._--._._--~----,--.......~----.----------..--.- 3.06 TEXTURED SURFACE: A. All sidewalk curb ramps designate by the Engineer or plan drawings shall be constructed with truncated domes confonning t ADA specifications. B. Detectable warning surfaces shall xtend 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 fr m the curb line. 3.07 INSPECTION: A. Verify that subgrade is installed ac ording to specifications and is free of conditions that could be detrimental to perfonnanc of colored concrete. 3.08 COLORING: A. Concrete color [mish will only be p aced on the 6-inch thick first panel (approximately 24" x 48"or width of sidewalk) or as spe ified by the Engineer. 3.09 LOCATIONS: A. Curb ramps are to be located d' ctly across a street, alley or driveway from another existing or proposed curb ramp or idewalk unless existing site conditions Prevent this or are otherwise specified by the Eng' er. 3.10 INSTALLA110N: A. Concrete: Place and screed to requ' d elevations as specified in Section 02520. B. Apply truncated domes per manufac er's specifications. C. Protect concrete from premature dry g, excessive hot or cold temperature and damage. D. Curing Compound: Apply per manu acturer's guide for rate and method. r-"'" .j :~'= CO) 2/04 S:\Eng\Construction\ Water.Pavement Repairs\02S24- W.doc ,--~ ~~ 025 4-4 ---II I v;) ] i '? r'-' --'".._---~.._---~-~..._,._---,_.._._--'_._-_. ..~_.__.._-,-----~-_...._.._.---_...._,------~-_.._------,---,,---'--'-'-"'---'- EXISTING 4" CONCRETE SIDEWALK EXISTING 4" CONCRETE SIDEWALK CITY OF IOWA CITY JOIN SIOEWAL FOR REPAIRS 3/8" REBAR X 12" @ " ON CENTER NEW 4" CONCRETE SIDEWALK . .... ....., .~ . . . '. EPOXY GROUT REBAR INTO EXISTING CONCRETE 3/8" REBAR X 12" @ l' ON CENTER NEW 6" CONCRETE SIDEWALK THROUGH DRIVEWAY ',' .....~ ~.. ~~.: 1..~ ::".~.~'; :.' . ~: '. . .'~ . ", '.' '.' EPOXY GROUT REBAR INTO ,"~, EXISTING CONCRETE . ,on I ."-. \_~ -- "-, , i FIGUR 1 <C"... ...0 )> f'\) Doweling etails SIDEWALK REP IR DETAilS INSPECTOR: R. BENNETT DRAWN: a. UEREDlTH DATE: 08-10-01 f'lLE NAME: F'IGUIlEO 1 JOINT FO REPLACEMENTS SIDEWALK VER 8' IN LENGTH /4 REBAR X 12" @ l' FROM EDGE OF SIDEWAlK EXISTING 4" CONCRETE SIDEWAlK .. .~ NEW 4" CONCRETE SIDEWAlK ...... .':' DRILL AND EPOXY GROUT 114 REBAR 6" INTO EXISTING CONCRETE SIDEWALK 14 REBAR RUN CONTINUOUS THROUGHOUT LENGTH OF SIDEWALK Secion #4 REBAR X 12" @ l' FROM EOGE OF SIDEWALK EXISTING 4" CONCRETE SIDEWALK NEW 6" CONCRETE SIDEWAlK THROUGH DRIVEWAY DRILL AND EPOXY GROUT 14 REBAR 6" INTO EXISTING CONCRETE SIDEWALK 114 REBAR RUN CONTINUOUS THROUGHOUT LENGTH OF SIDEWALK 14 REBAR X 12" @ I' FROM EDGE OF SIDEWAlK EXISTING 4" CONCRETE SIDEWAlK NEW CONCRETE SIDEWAlK 4' ..: .:', .:: '~., '.~ "/.::".:' .:~.~..~~...~~~~~..t:~; . - .......... . .' , c~_ DRILL AND EPOXY GROUT 14 REBAR 6" INTO EXiSTING CONCRETE SIDEWAlK 14 REBAR RUN CONTINUOUS THROUGHOUT LENGTH OF SIDEWALK J"/ w FIGUR 2 Reinforcing 8t el Details ::ITY OF IOWA CITY SIDEWALK REPLAC MENT DETAILS INSPECTOR: S. WHITE DP.AWN: R. BENNm DATE: 01-12-2004 FILE NAME: FIGURE02-W --<1 , 1.j.'} --.... "-, -"" '....::J r-.J -~-_._-_.~....._-_.__._.._._-----_._._~,._..~._------~.-....- '" //-1 =rs" / I / I 1/2" . . I ~ .'" . .~ ~ o "," ~ '" .::3 '" SIDEWALK URB PROFILE COMMON PANEL 1: 50 MAX IN ANY DIRECTION (TYP) INTEGRAL CURB (8" MAX) OR WALL WHERE NECESSARY MAXIMUM SLOPE 1: 12 (TYP) MAXIMUM CROSS SLOPE 1 :50 (TYP) UNLESS OTHERWISE INDICATED BY ENGINEER 1/2" X 18" REBAR CENTERED IN EXISTING CURB. TYPICAL ALL CURB CUT LOCATIONS AND TYPES SEALED EXPANSION MATERIAL (TYP) '\ ~" //~ ~\ . ~ SAWCUT AS NECESSARY OR MARKED BY ENGINEER (TYPICAL) 6" THICK PANEL. DYE CONC ETE RED or USE PRE-CAST TILE DO NOT PAINT. APPLY" 24" DE P STRIP OF TRUNCATED DOME . PLACED 6"-8" FROM BACK F CURB. CURB DROP F R SIDEWALK FIGUR 2.1 Typical Curb Ramp Design Standards I. . , I ,;:) ,---, 3;: \.9 r,) CITY OF IOWA CITY CURB RAM REPAIRS ENGINEER: J. McCLURE DRAWN: B. MEREDITH DATE:. IAN 1999~r.v 2/04 FilENAME: FiGURE2.1 2..35"D .f- -@--@---@ J !i- -@--@---@ @ @ ~ @ o @ ~ ~ , , t t o.g"lZl , Dome Plan 2.35' ,I 0.2"j- .............. ..... .............. ..... .............. ..... .............. ..... .............. ..... .............. ..... .............. ..... .............. ..... .............. ..... .............. ..... IT 0.4" ~ Jo.g"l Dome Section SIDEWALK 24" Transition Ramp with De ctab/e Warning , , 611_811 ';:~" '-:!- " :C:. (') ""':.,. "."- J;:.>' I v:> DETECTABLE WARNING. RUNCATED DOMES FROM BACK OF CURB -n , r\ --, '.--) \-:? r0 URBAN STANDARD SPECIFICA TI NS for PUBLIC IMPROVEMENT MANUAL 1.6" -2.4" 1---../ 1.6"-2.40~'~ L@-@.-@- . . . 50-65" OF L$- $ ~ SASE OIAM. T . :.., . 1-0. " TO 1.4" DETECTABLE WARNING ALlGNM NT (TOP VIEW) / I 50-65" OF SASE DIAM. i_ I SJO.2" I O.g" TO 1.4" DETECTABLE WARNINGS (PROFILE) PRE-MANUFACTURED PANEL (THICKNESS VARIES) 4" MIN. 6"-8" --\ .,;:::.... ,..:,;CONCRETE .;.....:... ;\~):~~~~. ," '.:i.ROADWAY PAVEMENT ".:" ...... SUBGRAOE E R," cKAIR suppORT RE-ROD OR PRE-MANUFACTURED DETEC ABLE WARNING PANEL INSTALLATION PRE-MANUFACTURED DETECTABLE WARNING PAN S SHALL BE FIRMLY SUPPDRTED AT ALL CORNERS ON RE-ROD OR CHAIR SUPPORTS AND PLACED I TO PLASTIC CONCRETE SIDEWALK RAMP_ .~:..:~:.. . '.;:ROADWAY PAVEMENT MODULAR PAVERS (THICKNESS VARIES) -\ 6"-~ . ~:..:~:.:.;........:;:.. ~.: .~:.:.:::~ .. "2" 1/2" (MAX.) CAULKED JOINT 24" MIN. 3/4" SAND OR ASPHALT SETTING BED EAR MODULAR DETECTABLE WARNING P VED (BRICK PAVER) INSTAllATION INSTALL MODULAR PAVERS AS SP CIFlED IN SECTION 7030. 3.14 OETECTABLE WARNING SHALL BE STAMPED Ita FRESH INTEGRALLY COLORED CONCRETE OR CONCRETE COLORED WITH A "DRY SHAKE" -\ STAIN. (RAMP AREA OUTSIDE OF l _ 2" MIN. OETECTABLE WARNING SHALL --1 6"-Sr=. ; CONCRETE NOT BE COLORED) .:;~.:...~,::::.';';; . .... ..' :':~.'~:r:.' . . S" EARTH ....:..:-:. , q --. r.:... 6" ",'- ,.::...;=.. '.:;,:'ilOAOWA Y PAVEMENT I'; I 'D .:r~.u ""~~ \..8 12" ~: STAMPED DETECTABLE WA NING INST AllA TION NOTES: A 24" STRIP OF DETECTABLE WARNINGS SHALL BE IN TALLED AT THE BOTTDM OF RAMP, 6"-S" BEHIND THE BACK OF CURB. DETECTABLE WARNING SURFACE SHALL CDNTRAST VISUALLY WITH ADJACENT WALKING SURF ACES EITHER LIGHT ON DARK DR DARK ON LIGHT REV. DATE: DATE 01/29/03 BY DETECT ABL WARNINGS (TRUNCA T D DOMES) . FIGURE: 7030.14 SHEETl OF 1 x :; z w '" w ~ ;,! w '" U z ::> u " u :r ~ . <Q "- ::> " ::> '" ::> :; :; w '" ~ !E '" " ~ '" 0. ~ ~ IE ::> '" ::> "- w ~ W '" ,., u z ~~ ::> u C-' 025 . ~ --<. ~::> ~~. ..c ~'.~-j '" -0. ." ..!.~ "'~ z o ~ -....J ~ (f) z =< :s: w > ~ o \ i .,;, .,' "', I n - ~-~:!.. \,.0 w --;-~. ('., .... .~ w 'J?' - '" u~:r: w .... z::>u - w o~<( Q) " '" :r: .0 ~":... . u_o Q) , , .... ~?;o:: U~U :J l.. " z:::><( .... w~e. - , U " w e. Vl " O~o -, g:<< " " , U_", .... " ~~a. - ~ wJ: Vl",O ~ :r: . .. W~e. 0 ZO~ U CO ' . W <( OJ ....U "- 0 ~ Q) <( W< , -"- w '" "'<( "'0 ", < - "S> 0 U :::> . " .... 0 OJ > " . ....:r:. Un: OJ , , Z....1O '" ,<( U " Vl"'.... U Zo. n: " '., -e. Q) e. ""'-' ~~~ 0 C 00. ::> <(W"- C e. e. ' " l.. Z We. u... U< U , , ~00 :J.2 <( 0.... :J . ' <( :r:' 0 -,zz r " ]-1,0 .- ::!>- 0. ':~;""y 0- >- .'. ..- c.. u w- . " ..- u ::>< :J ' ' <( 10 Uo N C ~~ ",: .... ~ to Q) ;= "- .; <C w Lt.. OJ -W . L.. Vl W -Z~ ' . " :; 0 0 0 (() i!!:> N .... . .... "- ' . 0 I > vi 0:::> I .. . u... , ::;1< ii ' N - III ",.0 V ' .. ..... ..... en . c I 0 <(...'" . " en . ..- en 1O~ V- Q) 0 ;= CON" 0 0 W L.. W ...>->- " .... Z () Z "'x ..- U " :::E ,wO :J Z.... O>e. " U -W ..a zWW Z.... ~ ....W -W ~'" l.. ....W x.... :J Vl", 0 ~Vl () ~X.... (() WVl DRIVEWAY I I TIT)IiilJtfTIK ! PROPOSED \ DRIVCWA Y APPROACH ................... .................... \ BOTH t::\ ENDS 0 \ 8 ~ REMOVAL AREA STREET 1. SAWCUT AS CLOSE TO CURB AS POSSIBLE, MINIMUM DEPTH=2!3 OF EXISTING PAVING 2. SAWCUT CURB AT FULL WIDTH AND 6" IN FROM BOTH ENDS 3. REMOVE SMALL SECTIONS OF CURB FIRST Curb Removal L",,, STREET 6" MIN. P.C.C. NEW DRIVEWAY APPROACH NO. 4 BARS. EVERY 24" ON CENTER. EPOXY GROUT IN PLACE ,\1-1/2" L1~ C~~~. . ,.,;.~. ." :.,: ,"~:' :.:. :.~ ~ ,: ~'~'.'~:':' ',9. .... ," .. . ~.\ :. ~..olI.. .> .: ~ LMAINTAIN STREET P.C.C. DEPTH FOR A MINIMUM OF .12" INTO APPROACH Cross-Section View FIGURE ONSTRUCTION "'..' ." "",:.1 ..........::. ! ;"': :::":-'.:'" :'<.:'.':';'.:.\ . .' . . . . . . '., .~ .: .".. . " NO. 4 BARS, 18" LONG, EVERY 24" ON CENTER AND " MAX. FROM E~CH END': EPOXY GROUT IN::!'LACE'" .0::,,, _,- -n 'T'-"" Rebar I '"'" .."..\ :r"" ," ",' -- ,.. -~:::-'-_: ,.. 1/2" PREFORMED EXPAN$JON JOflh MATERIAL. USE'" JOINJ>MATERiiL IF ACROSS FROM "T" INTERSECTION OR ON THE OUTSIDE OF A CURVE. . , .... "':., .' .'. .;..., :"4:."::;.. >." ':'! . NOTE: SEAL ALL EXPANSION JOINTS. Exponsion Joints .1-A l< .- . 0 '!' . . e . j, f . 'I' . <A. '.. ? <0 ~. oJ ~E ~. ~ ..~ Jl .- . c ! 1 ~ . , ~ " ..> n _N .:,.:, !! H mm .~ .. I 1 i 1 l' f ,f ~ f I , ItJ 111 i' t IIJ'~ . I I Il~~ I J '!:Ill III If 1m JdH I l - @ @0@ I f ~ '.6 :0 . . o. o. ..... .he , ' 0, , " . , t f t t ., 0 0 0 e .. 0 .. 10 e E e . ~ . . '" L <> <> f- , 0 ic 0 0 , 0. Mio .. I'> OIl'> . . .. ,~ ..J'~ , "'1! ,.. . ,J1! 01 .. ,J 0 ~ , ~ a f- a a ,J f- 5 e c EE>.3 0 :: f e..J ...J S , " . , .c .!It , , ,J .c .!!1Il 3: .I:g. llll ~ , .i .i .. i :I . ~ tEC1 ,,10_ -~..: O).~ ,5>2 ... UJ l. 0.. "L a. rhoi<' ~"'elJ ~.f.g act ,";e '" -" ;i mU ;>~ u. ;1f m rk;' IJJ ~ .. f- t..&1 . ~~ 0 A "Zf:!9j (; , t i t . 0; :;. - ~ '.. . " !!. I e 1: .. . e it !< r: ~ L ~ mm 0 .~ .. 0 . , a,... b "> . . 0 " ~.. 'i".. ... ..J ..!.. ~ 1:..... .... z .!:tP .. tP . j ; eJ f a c. 0 0 -= ..J lH ,. , !!! co E 1" I'> :0 '" "" ,,10_ _ O.c ~ Eu o~f c:'a. La.. 0-0-< .. O. ...~D> e 0-0 ~"'r o e", .,;.... '" , ~ w j:: :z _w ,... !! ~.. .':' l;ji:>> E t;ti~~c ~ .!A'--~' ,II ~ H ...t= <> 111111 z: t iff: (; I =..g i~ ~; ~;;~J ~ f! _ - 0 . ~$'l~ ::: 1 :0 '" < e : 1-] l z_ . III' .. Ci~ ,,' "'i' O:f !fi CIS ..IlfH ..~ ..J= <' S' e:~ f-~ g .... i :~ g ~ fit ~c . sl ~ i '!;Q ....1 ii ClI.1 It2! . !! ~ I ~ S Q Il, - ~.. Stir f o E L o . .. .. 0 G ~C") . ..,-... .... If'... t i & t :z e " <> .. 10 7..... S<1! ... a ~ f e! e.s f~ ~ .i 1 .. . ~ " " ~ .6~o CI . .. '" "Q. o. .!'!.!..... iJii ~! tl SIll.5,! ~l_~ IJJ j:: o ~ eft ,~ i J-.to ~ ~ 0 t Ot .. 0 "'cot')1') I- ~.... f f:lDO d..J <!IS !,. i!i N S o < E b t 10 e i ..'e. !! I) ..., t= Co) .. b :.. b 1" "'I''' ,....... -t,...., EO II II P I;" ~ .. ..J E ..J t .! .. tS:s: ~:? ;-.) - m N < tIl z 21 tIl . ~ l!m . ~ltl .~ .. "' "'{ j 1 tIl '" ~f j~ <L aO .. <L 1<1!i_ .." j;'" ~f! ~l fil ~ t:E>1 ~ ~ ... ~ "N 3'..J 0< ">:5 ~ ~ . <!I S . ~ 1 . f' ..J g _.0 n -, / (:>)-0000 ZX<(<( OO..J..J ..Jo..VJVJ , W(:>Z Voz- NZ1=O x<VJW -0: VJCXW a:::WWt- <(..JOZ oo='I-W Cl:ZU 00- W . I- Cl:' <(WO'l 01-0 UZw WI- >-u::> XZO 00Cl: 0.. (:> w. lflO ""I") VJ '-', VJ 0 W '7\ W Z il I- ::,:: <( U 1=1 > <( I U W l- ll) X W Z I 1-0 W :r: w I- Z ' I-<(w W u.0: w~ ~ ro ;;: ro -0 0 001- ~CL ...., I-ZW ~ 00 W. <(al Ww >. W 0 <(" ..J WI-...J ~ >::,:: o..u. III roVJ >zw Ou ..J ;;;:<( (:>0 <(..J o_Z w wo: t:::<( ;;;:0<( w"",o. Z o:u ?,;;;;: ::>- <( 1-::> 1111 VJ8] Cl:...Jw 0.. WVJ ~;;;: I- w~I , 00- x- ' <( u. w?'; ~:? ro-I-VJ ...J I-Z o I- <( VJ- I:? IIII~ ..J::>u.z I ::><( ..JI-...J- :?t3 U<( <(-<(0 0: I- I~I"'" Cl: <(0: VJoU.w 0 (I) 0 ..Jo 1- w..JOiQ ..J wI- ..J ' wl-:?W ::>0 z 0: VJ::> > u.W <(zci U~:?~ > o.OW )-0 -.);=-1 Z<(-<( ...J;;;: ..Jo:t= ow~o: zw =:lOW UZ;;;:I- 00: l<.o..VJ .' .' , '," . " .; <( 0 0 w VJ W W =:l ..J 0:: <( =:l w w..J VJ VJ- W 00 ~ z t.J I- Ow W ..JI- Zo 0:: 0 ..Jw w <(0: <( U Z I-t/i ::r:u Z~ Z 0 I- 0 I- ZZ VJz :;:0 :;:- 1-0 U VJ <(0 <;(.' 0 ~() VJP 0 <( (I)"'" 00 ~~e"'''-' 0 wW w:-~-"" I. ) 0: 0:: ooIE ....,z ro~>' ",1= ?S -~---' (:> <( J!Q -.J(~.-"- Z ..JI- :? -.J'<..--- ..J<( I-X <(w. 1= VJ <( row :? I(7 VJ VJ ::r:::,:: VJ , X <( VJ<( wO Z'c": W ...J W 0.1- ~ VJ <( ,c U WO:: ~I- 0 l- 0:,<-- / WOO Z=: Z ci - 0;>< O::z ~i5 - Ou_ U<( 0"'" ""'Ulfl Zw w ..J<(I O..J 00 (I) -IZI UU ...:1- ::> <_0:: >- <{ 3: o <{ o ~w ...J W() I- (I) W ~g U,.... zO o z U . U a.. r..', , ,_,I ....-< -n ._r_" I ',J) ,---- . ;'\ ~"': ,._0--'1 ) \::J f",) ::rTY OF IOWA CITY PORTLAND CEM NT CONCRETE PAVEMENT REPAIRS ENGINEER: R, KNOCHE. DRAWN: R. 9ENNffi DATE: FEB, 2004 FILE NAME: PAVEMENT REPAIRS U1 U1 W 0 Z " f- " W -' " I- U <: ,,\ r -< I Z w ~u > 0- l- I- V) <( ><Z <: W U -0 I- ~ X W ::;:- -l X U .,. I- -<l/1 :;g Z W >= I--~ Il/1 f- 0 ~II CD W OW Q..W 0 U 0 Z :c ' ::r:-' 1-1- U1Z Z ...., 0 -Z W -<~ " cJ I- ~W <(0: U W l/1 ::. X- Z 0- fi" -' 0 WW _:C F :CW ::'1- V) (Ill/1 <( l/1~ 0...0- X '" <(-' 0 >-0 1-' W Z !::<( 0:: 30.. 1--0: 01'1 >= ::>- ~ .0.. :c~ III ~~ l/15 <( W f0- X WI- 'W ",0 I- (Ilw q:c W ' <( ~::. ~ 01- ~::. -lU 1-::> -lZ - 0 ~::. 1 lilli, <(0 II- X- :r:U UI- W~ l/1 :C::. 1 w'" ~U 1<( ~ill l/1~ :>f::!o.. U<( 1 <(l- I- (Il~ ::. <(~ wo 1 X UU ::'0 ww <( 1 I- -'0 Ww o..z O::c 1 UI- 0<( .' 2 21- .. o~ <(-' 1 uo <( ~:r: 1 .. ' wo.. uo.. :r:O <(l/1 .. 1-1- 1-<( 1 1 . . ','Q " 1 . .; 1 ~III 0 W ' l/1W ::>1- '-'>-CDCD W zx<(<( N (;l wO:: 00-'-' Z (Il0 -'o..Vll/1 J Vi Z -,0 W ~" I ::> -'0 , t.?z "'oz- W <( NZF=O 'II :r:(;l ;Q U1Z x<(VlW 1->= -0:: (Il l/10XW WW zl/1~- ~WWI- -xu <(-,oz I I-W Ow-c- CD::::!f-W wo:: ~ o~~!~ c) ~zU ~II 0::0 00- cJ cJ Oz 1'11- Zo I ~o:::t 0: 0: 00 I-W <(wO> U (Ill/1 01-0 (;l w~ <t' oZw ~~ Z r-- WeD :r:::' 0.. ; Wf- F= ~ ~:~ ~';" >-0::> l/1 I- XZO X' 1-1 ,I-)> 000:: if WZ 0::' I- 0.. (;l ~ ::> 'I- w. :cO ~ Oz Lf)O 0- 1-' cia I-:C U1f-: ",,1'1 V <(I- ZO -'...., ::. o' ZO u:: <(I- I '-"":) '~:"" ' , -",," ~_.o 1".) >- <! -.J 0::: W > o I-'- -.J <! I a.. (f) <! x 2 I-'- o I W ~ en 12 f- o Z , C}" -' ,:"Tl .UJ CITY OF IOWA CITY HOT MIX ASP ALT OVERLAY PAVEMEN REPAIRS ENGINEER: R. KNOCHE DRAWN: R, SENNm DATE: rES, 2004 riLE NAME: PAVEMENT REPAIRS 4 1418 1422 1426 1430 1434 "" tS u!j'JIur.l.::l 1417 1421 1425 1429 1433 1437 1420 ." ~~ o C 00 0." e~ ll.:t: 1502 1504 1506 1508 tS IldMdA . "" 1501 1508 1505 1509 1429 ~ "l ~ <\l - - <\l -U q;, "l 0 ~ x ... - - - 0 c ~ - 0< :s: "',- c ~~ q;, ... ... 0 ." 0 ... ... o~ ... ... 15 ~ 0 ... > o 012: ",0 Q: ~g c> V Oiit .... 0."" '" ... 0 ... ... ....." ... ... C ... ~ o ~ o > 2"$ "q- O(ffrt (fOSt frOSt ~~ . ~ tS d6~1<1 t(ffrt SZfrt I I I~ 1:5 I\[) >- 1-2 Iv ID " ~ o o 0. ~\ ~- I~ :: o > 0- Ig.~ l.t~ I I "" I I I 1 I , I g I 1-5 ~ 0) ~ I" i <:> I i ~ ~ t J: ~ I I It) I <:> ~E>t ~ /.tSt ~st SZSt '" c :e J: 'x Z W'- ~ ~ u %~ . ~ 0 '" > zc'eal@) ~ Z ~ ~ < ~:::i >t--:e <0::: ",::t",~:s~!:! O ~"'~<)-<Ul <~<>:t:~"" Z ~:c3:000< W c)Cl('!)WWW~ ZZZVlVlVlOJ (!) t=Ft=~~~ W ~~~OOO~ J XXXo:::a::o::< ---1.\fJbJWo..a...a...:::E (J '::::::1:-' ::'c~,:-:,>,-, ; .-,-\ \ , ~ .- \ ..;:0 n .,,' '-57 ~;~:: )7 "" ~ ~~ . "" ~~ Q) ~tO 00 00 QN Q) ~Q) > .~ <( 0....., 2 (fJ Q) I- l- S Q) 0 ....., LL o Q) 30 ~ $1 1 ----------::. I .... g tS d6~j<l <:> ~ - <:> <0 ... - 18 1422 1426 1430 1434 . '" i-5 d~OWe::l^5 I I .~~ 0.0 I 0.> ~. '" I]" I "c 00 0. I e ~ 0. ~ I ell 1417 1421 1425 1429 1433 1435 I " ... II ~ I 1414 1418 1422 1426 1426 1434e I ~. +5 d::ln~d5 ~ 1~_> 413 1417 1421 1425 1429 1433Vrl ; " I , ~ I 1 g- I ~ ~t ]. !~ ~i I ~ ~H ClJ o I >- ~\ 0 4 1418 1422 1426 1430 1434 1438 !~ - +5 dU!d "')- ~ ~ - > f3 1417 1421 1425 1429 1433 1437 8.g p~1l 0.", I I I I " I ~ I " 0 0. ~j I 1412 1416 1426 1430 1434 143;\1 : . ~ +5 ysv '" 413 1417 4121 1425 1429 1488 1487 It lt~ I I I ~ :;; '- 1500 '" 1502 1506 1510 1508 ~ <0 - IQ - <0 - " " '" o <0 - ~ +5 d::ln~d5 1507 1511 , , " " , 1514 ;jQ ell It!) ~ z ~ ;J. :;:{ ~~ >;;:~w<o::t..l 0::..:(a:~0::~t: O ~~~<~<1Il <>-<>J:~~ Z ~J:~ooo< W Clc)<:J~~~~ t'r'\ zz~ooom '-.....J FF~a..!l.a.. W ~~~ooo~ t XX xQ::Q::a:: < 1~ --1 wwwa..a.a..~ 1515 1519 () :~-::I~ :-:-:':, -~\ \ W n ; ~"~ ~--'-'j ~, ~~ ~'::...,.~ y. ....0 f') '--------~ +-' C (]) E (])If) 00 00 QN (]) O:::(]) > s<C o+-, 2 en (]) '-- '-- (]) 0 +-'LL o (]) :5:0 ~ -f.J ~ C\l V) & '" : 80 I~ .... -t: ., ::J ~ z 0 ...J z :<( </l < < t-:r: IIJ~ 0 C\l U >~~ ~o:: 0. 0 tv) "'<"'~"'w~ ... C\l o ~"'~:;i~~Vi yUX?1l. .... , Z ~l"<>I;o"" rz.ot BOt 9tt J .J:~ClOO< W C)""~~~~ C) ~~~ooom vOOZ ::l^d .9 , W ~~H!~g,@>~~ --..J xxxa::a:::a::< ':}.S l..j~dd I --41 IoIJW:Q...Q...a..::E . vOOZ-pauopuoQV <0 $ f( '3 L.. 1 6tt tZt C\l \ .... C\l tv) C\l .... ..... I ..... OJ LIse> .... I C\l <0 ..... "0 >- 1 0) C\l C\l cnc:.o 1 ..... tv) 11z.e, 8.. '2 ~ ..... ..... I ..... f( 0"0 </l ... >-</l Il.I< I l:-- C\l ..... ~ .... C\l lQ .... .... C\l 1 .... .... .... ~ . ~ I tv) ~ --';.'~ , C\l - C\l ....cl~ \(y' \ - ..... C")' ..0 C\ ..... -81.... ..... - '-,:," ,-, I ~I '...-' I..F? ~ .~5; ~ ..:cl C\l p..) ..... ..... .... 1'0 .... .... .... "0 '>:. ~I G).... '15 </l c: SI 0....., 0"0 </l C\l tv) ->-' ... >-!$ 1 C\l ->-,U) Il.I.... .... t'Q c .... .... .... .... I .... (\) c E.8 OJ ~ .... l:-- (\) (J) 0 .... 0 a. .... '" .... C .... .... 0'- a .... .... _ s:: u ~ O-CIl .... ~ ..... (\) 0 .... tv) 0:::3'; t .... 0 .... .... .... S.Y .... ::J .... 0 U 0 l:-- :2 0 -(0 V 0 m ~ 0 .... 0 ..... ..... '- ..... (\) O_LO 0 C\l 1.0 ->-'001 0 tv) ~~OLO .... ~NO f~ - <-""'1 ~ Prepared by: Ron Knoche, Public Works, 410 E. ashington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 05-186 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON. TRACT, AND ESTIMATE OF COST F R THE CONSTRUCTION OF THE 2005 PAVEMENT REPLACEMENT FOR W TER MAIN PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACC MPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEME T FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plan ,specifications, form of contract and estimate of cost for the above-named project was published s required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY HE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of cont act and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accomp ny each bid for the construction of the above- named project shall be in the amount 0 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and irected to publish notice for the receipt of bids for the construction of the above-named roject in a newspaper published at least once weekly and having a general circulation i the city. 4. Bids for the above-named project are to e received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, u til1 0:30 a.m. on the 7''' day of June, 2005, or at a later date and/or time as determined b 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 hi 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, City Hall, low City, Iowa, at 7:00 p.m. on the 7''' day of June, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date a d/or time to be published as required by law, or if said meeting is cancelled, at the next meting of the City Council thereafter as posted by the City Clerk. Passed and approved this 17th day of Ma ,20 05 MA OR ATTEST: /uA1/~~ k'. ~~ ~ERK pweng\res/2005pavemtappp&s.doc 5105 Approved by ~4i~ er.-r CI Attorney' ffice Resolution No. 05-186 Page 2 It was moved by Wi 1 burn and s conded by adopted, and upon roll call there were: AYES: x X x X X X X NAYS: 0' Donne 11 the Resolution be ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn ADVERTISE ENT FOR BIDS 2005 PAVEMENT EPLACEMENT FOR WATER M IN PROJECT Sealed proposals wil be received by the City Clerk of the City of 10 a City, Iowa, until 10:30 A.M. on the 7th day of June, 2005, or at a later date and/or time as det rmined by the Director of Public Works or design e, with notice of said later date and/or time to be published as required by law. Sealed proposals ill be opened immediately thereafter by the City E gineer or designee. Bids submitted by fax machi e shall not be deemed a "sealed bid" for purpo es of this Project. Pro- posals will be acted up n by the City Council at a meeting to be held in t e Emma J. Harvat Hall at 7:00 P.M. on the 7th ay of June, 2005, or at such later time and plac as may be scheduled. The Project will involv the following: Replacement of 43 2 SF of PCC Pavement and Driveways, 29 2 SF of HMA Pavement and Driveways, 75 LF of Curb and Gutter, 2288 SF of PCC Si ewalks and Curb Ramps, and 4758 SF of Re ovals. All work is to be don in strict compliance with the plans and specificat ons prepared by the Iowa City Engineers Office, f 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 CI rk. Each proposal shall e completed on a form furnished by the City a d must be accompanied in a sealed envelope separate from the one containing the proposal by a bid bond executed by a corporation auth rized to contract as a surety in the State of I a, in the sum of 10% of the bid. The bid securit shall be made payable to the TREASURER OF T E CITY OF IOWA CITY, IOWA, and shall be fo eited to the City of Iowa City in the event the uccessful bidder fails to enter into a contract wit in ten (10) calendar days of the City Council's a ard of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, i required, pursuant to the provisions of this notic and the other contract documents. Bid bonds f the lowest two or more bidders may be retain d for a period of not to exceed fifteen (15) cale dar days following award of the contract, or until rejection is made. Other bid bonds will be retur d after the canvass and tabulation of bids is c mpleted and reported to the City Council. The successful bidder will be required to furnish a bond in an amoun equal to one hundred percent (100%) of the c ntract price, said bond to be issued by a respon. ible surety approved by the City, and shall guar ntee the prompt payment of all materials and la or, and also protect and save harmless the C ty from all claims and damages of any kind c used directly or indirectly by the operation of th contract, and shall also guarantee the mainten nce of the improvement for a period of five (5) ear(s) from and after its completion and formal acceptance by the City Council. The following Iimitati ns shall apply to this Project: Specified Completion ate: September 3D, 2005 Liquidated Damages: 50.00 per day The plans; specificatio s and proposed contract documents may be exa ined at the office of the City Clerk. Copies of said plans and specifi- cations and form of roposal blanks may be secured at the City of I a City Engineers Office, Iowa City, Iowa, by bon fide bidders. A $10.00 non-refunda Ie fee is required for each set of plans and sp cifications provided to bidders or other interest d persons. The fee shall be in the form of a ch ck, made payable to the City of Iowa City. Prospective bidders ar advised that the City of Iowa City desires to e ploy minority contractors and subcontractors on ity projects. A listing of minority contractors ca be obtained from the Iowa Department of E nomic Development at (515) 242-4721 and t e Iowa Department of Transportation Contrac s Office at (515) 239- 1422. Bidders shall list on t e Form of Proposal the names of persons, fi s, companies or other parties with whom the idder intends to subcon- tract This list shall incl de the type of work and approximate subcontra amount(s). The Contractor awa ed the contract shall submit a list on the F rm of Agreement of the proposed subcontracto , together with q uanti- ties, unit prices and exte ded dollar amounts. By virtue of statutory a thority, preference must be given to products a d provisions grown and coal produced within th State of Iowa, and to Iowa domestic labor, t the extent lawfully re- quired under Iowa Stat tes. The Iowa reciprocal resident bidder prefere ce law applies to this Project The City reserves the right to reject any or all proposals, and also re rves the right to waive technicalities and irregul rities. Published upon order the City Council of Iowa City, Iowa. MARIAN K. KA p. \;\:- l ::) Prepared by: Ron Knoche, City Engineer, 410 E. ashington St., Iowa City, IA 52240 (319)356-5138 RESOLUTION NO 05-203 RESOLUTION AWARDING CONTRAC AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK 0 ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2005 PAV MENT REPLACEMENT FOR WATER MAIN PROJECT. WHEREAS, Streb Construction Company, Inc. of Iowa City, Iowa has submitted the lowest responsible bid of $98,193,00 for construction of he above-named project. NOW, THEREFORE, BE IT RESOLVED BY HE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the bove-named project is hereby awarded to Streb Construction Company, Inc., subject t the condition that awardee secure adequate performance and payment bond, insuran e certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sig and the City Clerk to attest the contract for construction of the above-named proje ,subject to the condition that awardee secure adequate performance and payment bon ,insurance certificates, and contract compliance program statements. Passed and approved this 7th day of ATTEST: ~U'A~ k', ~~ CIT LERK June MA OR ,20 05 u (.,.h/~- It was moved by Champinn and se nded by adopted, and upon roll call there were: Bailey the Resolution be AYES: X X X NAYS: X X X pweng\resJ2005paverepJ. .doc 06/05 ABSENT: Bailey Champion Elliott X Lehman O'Donnell Vanderhoef Wilburn Printer's Fee S I r"J . I ,55: -CITIZEN 670 OFFICIAL PUBLICATION NOT1CE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2005 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY IOWA. AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will con-duct a public hearing on plans, specifications, form of contract and esti- mated cost for the con.struction of the 2005 Pavement Replacement for Water Main Project in said city at 7:00 p.m. on the 17th day of May, 2005, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street in said city, Of 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 con- tract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interest-ed 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, specifi- ca-tions, contract or the cost of making said improvement. This notice is given by order of the City Coun-cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR. CITY CLERK 62291 May 12, 2005 I, e. y- ~ _, being duly worn, say that I am the legal clerk 0 the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy f which is hereto attached, was p blished in said paper J tim (s), on the following date(s): Subscribed and sworn t this \ :S...J.k day of A.D. 20 oS- No ary Public ~. UNDAKR I A ~ Commission Number . . My Commission OWl- Janu3J',!/ 27, Printer's Fee $ 51../. L..J I CERTIFICATE OF PUBUCATlON STATE OF IOWA, JOHNSON COUNlY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID #42-0330670 I, r~\'-l--e\'\." m~er T . . - Li'l, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I time(s), on the following date(s): ..li)o d ~~. ~(jO.5 0D~o 1J1~ Legal Clerk Subscribed and sworn to before me this d~dayof ~1 A.D. 20 0 <<) . ~/L,~ Notary Public UNDAKROTZ ii' 000...4wIon Number 7321119 . . MyOoo.w._ExpIres Jonuary '0, 2008 OFFICIAl PUBLICATION ADVERTISEMENT FOR BIDS 2005 PAVEMENT REPLACEMENT FOR WATER MAIN PROJECT Sealed proposals will be received by the City Cieri< of tile City of Iowa City, Iowa, unt1110:30 A.M. on the 7th day of June, 2005, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of Hid later date and/or time to be published as required by law. Sealed propos-als wllrbe opened immedi-ate-Iy there-after by. the City Engineer or designee. Bids sut)..mit~ ted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. P~ls will be acted upon by the City Council at a meeting to be held in the E;mma J. Marvat Hall at 7:00 P.M. or the 7th day of June. 2005. or at 'suchlaler time and place aa may be scheduled. The Project W1111nvo1vo tile following: ROpIacement of 4382 SF of Pavement and DrivewayS; 2922 SF HMA Pavement and DtlvewaYS,15 LF f Curb and Gutter, 2288 SF of PCC idewalks and Curb Ramps, and 4758 F of Removals. All WOrk is to be done In strict compll- with the pfans and specifica-tfons repared by the Iowa City Engineers , of Iowa City, 10WCl, which have ."'Io-for. been apptovalJ by tile CIty neil, and are on file forpublicexami_ .on In the OffJCEl of the City Clerk. Each Proposal shall be completed on a f furnished by the City and must be panled In a sealed envelope, S8pa_ e fr~m the one containing the proposal, a bid bond executed by a corporation a orized 10 contract as a surety in the of Iowa, In the sum of 10% of the . The bid security shall be made pay. to th. TREASURER OF 1!iE CIlY JOWACO"'Y;, IOWA, and shailtHJfor- to 1M CIty of I_CItyIn Ih.._ ~'fulbidd8t fails to enter into a wftl1ln ten (ID) calendar days of City Council's award of the contract post bond aatlsfactory to Iha CIty e ring the faithful perlonnance of the co tract and malnte-nance of said Pr ject, If required, pursuant 10 IheprovJ.. si ns of this notice and the other contract -menfs;. Bid .bonds of the lowest two or more bidders may be retained for a pe. of not to exceed fifteen (15) calen- da days following award of the contract or until rejec-lion is made. Olb@r bid bo ds will be returned after the C8llVass an tabula~tlon of bids is completed and re rtecl to the City Council. e successful bidder will be required to fu ish a bond in an amount equal to one hun dred ~rcent (109%) of the contract p , said bond to be issued by a respon- sib surety ap-proved by the City, 'and sh ,guarantee the prompt payment of aa mat i1als and labor, and also protect and sa harmless the City from all claims an~ amages of any kind caused dlrectfy or I lrectly' by the operation of the con- tract and shall also guarantee the mal e-nance of the Improvement for a peri of five (5) year(s) from and after its com lelion and fonnal accep-tance by the ity 'Council. Th following limitations shall apply to this roject S .lied Completion Date: September 30,205 Liq dated Damages: $50.00 per day The plans, specifrcations and proposed con-t ct documents may be examined at the 0 ce of the City Cterk. Copies of said plans nd specifi-cations and form of pro- posal tanks may be secured at the City of 10 City Engineers Office, Iowa City, Iowa, y bona lide bidders. A $1 0.00 non-refundable fee is required for each set of plans and specifications provided 10 bidders or other interested persons. The fee shalt be in the fonn of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minor- ity contrac-tors and subcontractors on City projects. A listing of minority contrac- tors can be ob-talned from the Iowa Department of Economic Development at (515) 2~-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 bJdderintends to subcon-tract. This list shall include the type of work and appro)(~ imate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontrac- tors, together wlthquantj.fies, unit prices and extended doflar amounts. By virtue of' statutory authority, pref- erence must be given to products and prov;.slorlS grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully (8. qulred under Iowa Statutes. The Iowa recipro-cal 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 technl-calitles and irregu- larities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR. CITY CLERK 62311 May 25, 2005 FORM OF GREEMENT THIS AGREEMENT is made and entere into by and between the City of Iowa City, Iowa ("City"), and Streb Construction Com an Inc of Iowa Ci IA("Contractor"). Whereas the City has prepared certain lans, specifications, proposal and bid documents dated the 9th day of May, 2005, for the 2005 Pavement Replacement for Water Main Project ("Project"), and Whereas, said plans, specifications, p oposal and bid documents accurately and fully describe the terms and conditions upon which t 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 fo the sums listed therein. 2. This Agreement consists of the ollowing component parts which are incorporated herein by reference: a. Addenda Numbers o b. "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department f Transportation, as amended; c. Plans; d. Specifications and Suppl mentary Conditions; e. Advertisement for Bids; f. Note to Bidders; g. Performance and paym Proposal and Bid Docu ~ h. Restriction on Non-Resi ent Bidding on Non-Federal-Aid Projects; ". i. Contract Compliance Pr gram (Anti-Discrimination Requ~ments~? j. c) '" k. This Instrument. The above components are deemed c mplementary and should be read together. In the event of a discrepancy or inconsistency the more specific provision shall prevail. G-1 -----~-- -~_..."--~_. --_.*_....- ----- - -.._._-_..__...._,------~~~---_._-,-"~.~._-_.._--_._---.-.. ..- 3. The names of subcontractors pproved by City, together with quantities, unit prices, and extended dollar amo nts, are as follows (or shown on an attachment): 6Ne 4. Payments are to be made to the ontractor in accordance with the Supplementary Conditions. DATED this d 2,,,,11- _&. day of Mayor ATTEST: +...,~K. -tV 4-tA./ City Clerk A -2 i1.C. ,200>. Contractor >rRI{J} c.,rb')'IH {I)',:r:wc.. Bv ~ A1,tl Title t1.P. ATTEST: J Approved By: ~~ 7,'l.,d~- City Attorney's Office -" ,-~ -",-, (~) --~'"-~._._..... FORM 0 PROPOSAL 2005 PAVEMENT REPLACEM NT FOR WATER MAIN PROJECT CITY 0 IOWA CITY NOTICE TO BIDDERS: Name of Bidder The undersigned bidder submits herewith bid security in the. _ amount of $ /0 <lA:) , in accordance wit the terms set forth in the "ProjectSpecificattons." . ~ C ,/0> r',.) The undersigned bidder, having exa ined and determined the scope of the Contract Documents, hereby proposes to provide the uired labor, services, materials and equipment and to perform the Project as described i the Contract Documents, including Addenda , and , and to d all work at the prices set forth herein. We further propose to do all "Extra W rk" which may be required to complete the work contemplated, at unit price's or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT SF 3550 $ ,SF 1050 $ LF 50 $ SF 1776 $ SF 3150 $ DIV 1. DeforestStreet 1 PCC Pavement and Driveways 1 PCC Pavement and Driveways SF 832 $ 2 HMA Pavements and Driveways 3 PCC Curb and Gutter ~. 4 PCC Sidewalk and Curb Ramps 5 Pavement, Driveways, Sidewalk, Curb and Gutter Removals DIV 2. Washington Street 2 HMA Pavements and Driveways , SF 1872 $ F -1 "'._-_._.._.__._~_.- _._----_._'_._._.._'-~-_._....~-_.._---.,--_.~--------,- ------ 3 PCC Curb and Gutter LF 25 $ 30. 0'0 $ 4 PCC Sidewalk and Curb Ramps SF 512 $ ~ $ . 5 Pavement, Driveways,. Sidewalk, Curb an SF 1608 $ Lf.OO Gutter Removals $ TOTAL $ 0 EXTENDED q AMOUNT The names of those persons, firms, companie or other parties with whom we intend to enter into a subcontract, together with the type of subcon racted work and approximate dollar amount of the subcontract, are as follows: Y" c-.:\ l'~'.) NOTE: All subcontractors are subject to appro I by City. The undersigned bidder certifies that his proposal is made in good faith, and without collusion or connection with any other person 0 persons bidding on the work. The undersigned bidder states that thi proposal is made in confonmity with the Contract Documents .and agrees that, in the event 0 any discrepancies or differences between any conditions of this proposal and the Contract ocuments prepared by the City of Iowa City, the more speci~c shall prevail. Finm: (., Signatur : Phone: DC\I'1;"'( :1" (J~l{ f:.5{ f'/llc(~r /g Djf.t1f't1IJY(f~{ DI. p.O. ~IJK 5521 ~"C~'-Vt5p-' 3 36" 3lf1B -Da 1"\ CI1~f{ Title: Address: Contact: P-2 PERFORMANCE NO PAYMENT BOND Bond No. 54-156813 Streb Construction Com an Inc. 18 Commercial Dr. Iowa Ci IA 52244. as (insert the name and address or legal ti Ie of the Contractor) Principal, hereinafter called the Contractor and Un; ted Fi re & Casua 1 ty Company (insert the legal title of the Surety) P.O. Box 73909 Cedar Ra ids IA 52407 , as Surety, hereinafter called the Surety, are held and firmly bound unto t e City of Iowa City, Iowa, as obligee, hereinafter '" called the Owner, in the amount of nine - i hI thousand one hundred ninet:- ree D~rs ($98,193.00) for the payment for which Contra tor and Surety hereby bind themsel ~eir ~rs, -n executor.;, administrators, successors and ass; ns, jointly and severally.' S c~ in ! ,-< F; ." m WHEREAS, Contractor has, as of June 22, 2005 , entered into a~ ~ ::s:: IJ ( ate) )> w written Agreement with Owner for the 2005 Pav ment Replacement for Water Main Project; a~ WHEREAS, the Agreement requires ex cution of this Performance and Payment Bond, to be completed by Contractor, in accordance wit plans and specifications prepared by the City of Iowa City Engineers Office, which Agreement i by reference made a part hereof. and the agreed- upon work is hereafter referred to as the Proje OF THIS OBLIGATION are such that, if said Agreement, then the obligation of this bond n full force and effect until satisfactory completion NOW, THEREFORE. THE CONDITI Contractor shall promptly and faithfully perfor shall be null and void; otherwise ij shall remain of the Project. A. The Surety hereby waives notice of Owner. S. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performe Owner's obligations thereunder, the Surety may promptly remedy the default, or shall pro 1. Complete the with the terms and conditions of the ny alteration or extension of time made by the Agreement, or 2. Obtain a bid or bids for sub to Owner for completing the Project in accordance with the terms and nditions of the Agreement: and upon detenmina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owne , 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 compl tion arranged under this paragraph), sufficient funds to pay the cost of completi n, less the balance of the Contract Price, but not P -1 under the Agreement, together 'th any addenda-andlor amendments thereto, less the amount properly paid by Owner to Contr tor. C. The Contractor and Contractol's Surety all be obligated to keep the improvements covered by this bond in good repair for a period of Five L...2....J years from the date of fOlmal acceptance of the improvements by the 0 D. No right of action shall accrue to or for e use of any person, corporation or third party other than the Owner named herein or the heirs, execut rs, administrators or successors of Owner. IT IS A FURTHER CONDITION 0 THIS OBLIGA nON that the Principal and Surety, in accordance with provisions of Chapter 573, Code ofIowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including y of Principal's subcontractors, all claims due them for labor performed or materials furnished in the perform ce of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, ar a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 22nd DAY OF June , 20...QL. IN THE PRESENCE OF: Streb Construction Co., v,o. r Witness (Title) United Fire & Casualty Company (Surety) ,/~~ Dianne S. Riley, Attorney-in-fact P.O. Box 920,7 Janet Alessio (Street) Des Moines, IA 50306-9207 (City, State, Zip) 515-223-6800 (phone) PB-2 10l United Fire Group Fidelity & Surety Department POLlCYHOLDE DISCLOSURE NOTICE OF TERRORISM INSURANCE CO ERAGE SURETY BONDS You should know that, effective November 2 , 2002, any losses sustained by the surety caused by certified acts of terrorism would b 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 los es exceeding the statutorily established deductible paid by the surety providing the co erage. The portion of your bond premium that is attributable to coverage for acts of te rorism is $ 0.00. Before any charges are added for terrorism coverage in future surety roducts you purchase, you will be able to make a coverage election for a then specified premium charge. The existence of the federal terrorism insuran e program does not affect the obligations you assume in the indemnity agreement. HOME OffICE: JIB Second Ave. SE. PO Box 73909. Cedar Rapids.lA 5 407-3909 Phon.: 319-399-5700 FAX: 319-399-5425 UNITED FIRE & CA UALTY COMPANY HOME OFFICE - CE AR RAPIDS, IOWA CERTIFIED COpy OF P WER OF ATTORNEY (Original on file at Home Office f Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE CASUALTY COMPANY, a corporation duly organized and existing under the laws of lI1e State of Iowa, and having rts principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint DIlINNE S. RILEY, OR JANET lILESSIO, OR CRAIG E. HAN N, OR JAY D. FREIERI!UTH, OR MARTHA LATHRUM, OR BRIAN II. DEIMERLY, ALL INDIVIDUALLY OF DES HOINES, I WA OFFICE1 JlISOII W. HELLICKSON OR SUZAN K. BLAKE-BUNDY, OR KEVIN J. KNUTSON, OR JlICQUELIIIE II. VINE, ALL IIIDIVIDUALLY OF CEDAR RAPIDS, IOWA OFFICE of DES MOINES III By42f q~ On 21st clay of September, 2004, before me personally came RaMy lI. RamIo to me known, who being by me duly sworn, did depose and say; th he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corpo ation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the sa; instrument is such corporate seal; that rt was so affixed pursuant to authorrty given by the Board of Directors of said corporation and t at he signed his name et the erre e~too ^u urrssuant to like authority, and acknowledges same to be the act and deed of said corporation, ~~ I "\, n , to' · # MICHELLE WILSON I....AJ ~ i .~ CO....,SSlON HU".E" 104145 Notary Public . . I,W COIU.\SSIQN EXPIRES My commission expires: 07/14/2006 0... I-I~-O~ y name and affixed the corporate seal of the said Company ~ jJ~# P/ Secretary BONDOO19 0802 01 UND #3214B I ~ ! -....= -.... t..----. ~~q~~~ ~-- --'~.l;. ..... .. CITY OF IOWA CITY ENGINEER'S REPORT 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org December 5, 2005 City Clerk City of Iowa City, Iowa Re: 2005 Pavement Replacement for ter Main Project Dear City Clerk: I hereby certify that the construction of th 2005 Pavement Replacement for Water Main Project has been completed by Streb Construction Company, Inc. of Iowa City, Iowa in substantial accordanc with the plans and specifications prepared by the Iowa City Engineers Offi e of Iowa City, Iowa. The final contract price is $66,782.55. I recommend that the above-referenced mprovements be accepted by the City of Iowa City. Sincerely, ?,,{1?~,.1 Ronald R. Knoche, P.E. City Engineer PrD~ [::J Prepared by: Ron Knoche, Public Works, 410 E. W shington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO 0';-179 RESOLUTION ACCEPTING THE W RK FOR THE 2005 PAVEMENT REPLACEMENT FOR WATER MAIN PR JECT WHEREAS, the Engineering Division has recom ended that the work for construction of the 2005 Pavement Replacement for Water Main Project, s included in a contract between the City of Iowa City and Streb Construction Company, Inc, 0 Iowa City, Iowa, dated June 22od, 2005, be accepted; and WHEREAS, the Engineer's Report and the perfo mance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $66,782.55. NOW, THEREFORE, BE IT RESOLVED BY TH CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby acce ted by the City of Iowa City, Iowa. Passed and approved this 13th day of ATTEST: /Jtu~-~ k. ~ CITYhERK ,20 05 Approved by /z.19ft1r It was moved by V~nn~rh,,~f and sec nded by adopted, and upon roll call there were: rn:::lmp;nn the Resolution be AYES: NAYS: J{ x v J{ x x x pwenglresI05pavement-watermain.doc ABSENT: Bailey Champion Elliott Lehman O'Donnell Vanderhoef Wilburn