Loading...
NICC_Iowa Street Ramp Walkway ProjectTHE CITY OF Dubuque -~. - ~T T~ E aiaamerrcae~ lJ Masterpiece on the Mississippi 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Walkway Project -Iowa Ramp to NICC Building DATE: July 1, 2008 Parking System Supervisor Tim Horsfield is recommending initiation of the public bidding procedure for the Walkway Project -Iowa Ramp to NICC Building and that a public hearing be set for July 21, 2008. I concur with the recommendation and respectfully request Mayor and City Council approval. f ~,.~ V Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Tim Horsfield, Parking System Supervisor Parking Division Dubuque THE CI-n or t.-~ ' ~, -~------ 830 Bluff Street ~~ -~ ~~ ~_ ~~}'~; ~_, Dubuque, IA 52001 a~ Phone: 563-589-4267 ~ ~ ~;~~^,„, ~ Fax: 563-589-4308 """"_ ~' ?007 June 30, 2008 To: Michael C. Van Milligen, City Manager From: Tim Horsfield, Parking System Supervis Subject: Walkway Project -Iowa Ramp to NICC Building Introduction The enclosed resolutions authorize the public bidding procedure for the Walkway Project from the Iowa Ramp across the alley to the NICC Building. The work includes the construction of a concrete cast-in-place walkway from the third level of the parking ramp to the second level of the NICC Building. Background As part of the relocation of Iowa Workforce Development to the NICC Building, ii was requested that the City of Dubuque consider a walkway from the ramp over the alley to the NICC Building. As a part of this, disabled parking spaces would be allocated on the same level of the parking ramp as the walkway for easy access for the disabled to the NICC Building. In addition, certain users of Iowa Workforce Development's services would have their parking validated and paid for by them. In addition, NICC has agreed to reimburse the City of Dubuque for 50% of the costs associated with the design and construction of the walkway. Proiect Schedule Initiate Public Bidding Process July 7, 2008 Publish Notice to Bidders, Advertise for Bids July 11, 2008 Publish Public Hearing Notice on Plans & Specifications July 11, 2008 Public Hearing on Plans & Specifications July 21, 2008 Receipt of Bids (Bid Letting) July 24, 2008 Award Construction Contract August 4, 2008 Project Completion Date October 15, 2008 Walkway Project -Iowa Ramp to NICC Building June 30, 2008 Page II Budget Impact The engineer's estimate for construction including a 10% contingency is $72,691.00. This does not include the cost for design and engineering. The costs of the structure will be paid for from the Parking Construction Fund, CIP # 730-2049 and as indicated earlier, 50% of the total costs will be shared by NICC. Recommendation I recommend that the City Council establish a date for the public hearing and authorize the City Clerk to advertise for proposals. cc: David Heiar, Economic Development Director RESOLUTION NO. 223-08 IOWA STREET RAMP T® NICC ELEVATE® WALKWA~f PROJECT I~RELIMINARI AI"1-RV7lAL 4dF I~LAN~y ~1-EWIFIUATIW Noah r"®RM 1dF d0®NTRA6/T~ AN® ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, Fry®RpM OF G®NTRACT AN® ESTIMATE® G®ST; AN® ®R®ERING THE AD\/ERTISEMENT OF BI®~ NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Iowa Street Ramp to NlCC Elevated Walkway Project, in the estimated amount of X72,691 are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 21~ day of July, 2008 at 6:30 P.M. in the Historic Federal Building Council Chambers at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the project. The Iowa Street Ramp to NICC Elevated Walkway Project is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall confom~ to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four but not more than forty-five days before the date for fling bids before 2:00 P.M. on the 24t" day of July, 2008. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at the public hearing at 6:30 P.M. on the 4t" day of August, 2008, in the Historic Federal Building Council Chambers (second floor), 350 West 6t" Street, Dubuque, Iowa. Passed, adopted and approved this 7t" day of July, 2008. ~ SAS [` ~~l .~L R®y D. M3uol, f~ayor Attest: Jeanne F. Schneider, CMG, City Clerk NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR IOWA STREET RAMP TO NICC ELEVATED WALKWAY NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and the estimated cost for the Iowa Street Ramp to NICC Elevated Walkway Project, in accordance with the provisions of Chapter 26, Code of Iowa at 6:30 P.M., on the 21~ day of July, 2008 in the Historic Federal Building Council Chambers (second floor), 350 West 6t" Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of City Clerk. At said hearing, any interested person may appear and file objections thereto. The scope of the Project is as follows: Construction of an elevated walkway from the Iowa Street Parking Ramp across the alley and connecting to the NICC Building. The walkway shall be constructed of cast in place concrete. Any visual of hearing-impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the day of , 2008. Jeanne F. Schneider, CMC, City Clerk NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT IOWA STREET RAMP TO NICC ELEVATED WALKWAY Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 2:00 P.M. on the 24t" day of July, 2008, in the Office of the City Clerk, City Hall -First Floor, 50 West 13t" Street, Dubuque, Iowa. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 P.M. on the 24 day of July 2008, at City Hall -Conference Room B, 50 West 13t" Street, Dubuque, lowa for the consideration by the City Council at its meeting on August 4, 2008. The City of Dubuque, Iowa reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on the improvement project shall be commenced within 10 days of the Notice to Proceed and shall be fully completed by October 15, 2008 Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the government entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent {10%) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state chartered or federally chartered bank, or a certified share draft drawn on a state- chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Copies of the plans and specifications may be obtained at IIW Engineers & Surveyors, PC, 4155 Pennsylvania Avenue, Dubuque, Iowa 52002. Contact: Luke Runde. Telephone: (563) 556-2464; facsimile: {563) 556- 7811 upon payment of $25.00 per set, which is non-refundable. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under the Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. S ..'`R TRH'"fi' Cl'i'Y t~F '4._:=--~~" "---~n.,._._._ ay `~C~ / SPECIFICATIONS FOR CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY rveyors, P. C. INTEGRITY. EXPERTISE. SOLUTIONS. 4155 Pennsylvania Avenue Dubuque, IA 52002-2628 Voice: 563-556-2464 Fax: 563-556-781 1 I~ IIW Project No. 07006-17 Web: www.iiwengr.com ~I SPECIFICATIONS FOR CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEIAATED WALKWAY PREPARED FOR: City of Dubuque 50 West 13'h Street Dubuque, IA 52001 Phone: 563-589-4100 Fax: 563-589-0890 PREPARED BY: IIW Engineers & Surveyors, P.C. 4155 Pennsylvania Avenue Dubuque, Iowa 52002-2628 Phone: 563-556-2464 Fax: 563-556-7811 IIW PROJECT NO: 07006-17 1 hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FOR IIW ENGINEERS & SURVEYORS, P.C. Michael A. Jansen, P.E. Date License Number 12418 My license renewal date is December 31, 2009 SEAL Pages or sheets covered by this seal: Entire Specification CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY TABLE OF CONTENTS DIVISION 0 -BIDDING AND CONTRACT DOCUMENTS Notice to Bidders of the Receipt of Bids ........................................................... Construction Schedule and Liquidated Damages ............................................. Bid Proposal .................................................................................................•-- Bid Bond .......................................................................................................... Improvement Contract ..................................................................................... Performance, Payment and Maintenance Bond ............................................... Notice to Proceed ............................................................................................ General Requirements ..................................................................................... Special Conditions ........................................................................................... Sales & Use Tax Exemption Certificate ........................................................... Special Provisions ........................................................................................... Insurance Requirements for Contractors for the City of Dubuque .................... TSB Affirmative Action Responsibilities ........................................................... Change Order .................................................................................................. Contractor Payment Form ................................................................................ Bid Proposal Checklist ..................................................................................... DIVISION 3 -CONCRETE A- 1-2 B- 1 C- 1-2 D-1 E- 1-3 F- 1-3 G-1 GR- 1-31 H- 1-4 I- 1-4 J- 1 K- 1-9 L- 1-4 M- 1-2 N- 1-2 O- 1 Cast in Place Concrete .................................................................................... 033000 NOTICE TO BIDDERS CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 2:00 p.m. on the 24th day of July, 2008, in the Office of the City Clerk, City Hall -First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Placed Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 p.m. on the 24 day of July, 2008, at City Hall -Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on August 4, 2Qfi8. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on each improvement shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed by October 15, 2008. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10%) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on astate-chartered or federally chartered bank, or a certified share draft drawn on astate-chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Copies of the plans and specifications may be obtained at IIW Engineers & Surveyors, PC, 4155 Pennsylvania Avenue, Dubuque, IA 52002. Contact: Michele Knief-Nemmers. Telephone: 563-556-2464; facsimile: 563-556-7811. The plan deposit is $25.00 per set, which is nonrefundable. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sates Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. The work consists of construction of an approximately 30'-0" long elevated walkway between the Iowa Street Parking Ramp and the NICC Downtown Building. The walkway superstructure is to be cast-in-place concrete construction including tee-piers, one-way joist slab walkway, and guard walls. Foundations include footingslpile caps and Chance Helical screw piles. Electrical required for installation of a light pole and fixture to match existing parking ramp fixtures and electrical rough-in for a handi-cap accessibility push button in guard wall are included. Also included ae floor drains and downspout for stormwater drainage and asphalt and sidewalk removal and replacement as required for excavation. Published in the Telegraph Herald, _, 2008 A-1 CITY OF DUBUQUE; IOWA CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES Work herein provided for shall be commenced within the (10) days after notice to proceed has been issued and shat! be fully completed by October 15, 2008. Time is of the essence of the contract. As delay in the diligent prosecution of the work may inconvenience the public: obstruct traffic, interfere with business. and/or increase costs to the City such as engineering. administration, and inspection, it is important that the work be prosecuted vigorously to completion. Should the Contractor, or in case of defau{t the surety, fail to complete tha work within the contract time plus such extensions of time as may be allowed by the City, a deduction at the liquidated damages rate of $1,000.00 per calendar day will be made for each and every calendar day that such contract remains uncompleted after expiration of the contract time. In either event: the Contractor or the Contractor's surety shall be responsible for all costs incident to the completion of the work, and shall be required to pay to the City the liquidated damages. The liquidated damages rate is hereby agreed upon as the true and actual damages due the City for loss to the City and to the public due to obstruction of traffic, interference with business. and/or increased costs to the City such as engineering, administration; and inspection after the expiration of the contract time, or extension thereof. Such liquidated damages may be deducted from any money due or to become due the Contractor under the contract, and the Contractor and its surety shall be liable for any liquidated damages in excess of the amount due the Contractor. Permitting the Contractor to continue and finish the work; or any part of it; after the expiration of the contract time or extension thereof shall in no way operate as a waiver on the part of the City of any of its rights or remedies under the contract, including its right to liquidated damages pursuant to this provision. The assessment of liquidated damages shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the contractor to carry out the terms of the Contract. An ex#ension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the plans. 2. Delays caused by the City. 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would justify such extension. B-1 June 2604 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY B1D PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein; and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and Further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery. equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City cf Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10%) of the bid submitted; or a bid bond in the penal sum of ten percent (10%) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten {10) days after the date of the contract; and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: PRIfECIPAL: Contractor Individual ( )Partnership OCorporation ( ) By: Dated: Dated: Dated: C-1 Address City BID FORM CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY F3iDDER agrees to perform all the work described in the CONTRAL"T DOCUMENTS for the following unit paces or indicated sums- NO i F: Bids shall EXCLI.lC~F-, sales tax and all other apulicaole taxes and fees BID SCHEDULE NO. DESCRIPTION General Conditions 5awcut ~ removal of ex ramp wall panel Remove & replace asphalt alley Remove ~, replace concrete sidewalk Recoil & abandon ex electrical & conduit Electrical, Light poie & fixture.. and rough in for accessibility push button Cast in place concrete for footings/pile caps, including reinforcing Cast in place concrete for pier stem & cap. including reinforcing Cast in place concrete for floor joist & slab, inccuding epoxy coated reinforcing and backer rod and sealant Cast in place concrete for guardrail wall. including epoxy coated reinforcing Helical screw piles including mobilization 1 1/'" dia stainless handrail SS Floor Drains and downspouts 1" Expansion Joints at existing interfaces Alternate Bid 1 112" dia guardrail QUANTITY UNIT PRICE 56 S.F. 16 S.Y. 16 S.Y. 1 LS 1 LS 5 C.Y. 2 C.Y. 10 C.Y 6 C.Y. 6 EA. 65 L.F. 1 LS ~8 L.F. 65 L.F. TOTAL PRICE TOTAL OPTIONAL BID ITEMS FOR OWNER'S CONSIDERATION This bid schedule accompanies the proposal of Contractor Name G2 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we as Principal (Contractor), and as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa, in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated day of 2008, for the NICC to Iowa Street Ramp Elevated Walkway. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of 2008, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: Contractor By: Signature Title Date Surety Company By: Signature Title Date D-1 June 2004 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the day of , 2008, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (Dubuque) and (Insert Contractors Namej of the City of (Insert Contractors Address City, State). follows: For and in consideration of the mutual covenants herein contained, the parties hereto agree as CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the NICC to Iowa Street Ramp Elevated Walkway (the Project). The Project shall be made to the established grade and to the grades as shown on the profiles and cross sections on file in the City Engineer's office for this Project; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Document shall of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail statements thereof were repeated herein. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5%) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. E-1 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract on or before (Insert Project Completion Date: Month XX, ?_008). 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself} including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $ (Insert Contract Amount) E-2 FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event be less than $1000.00 (one thousand dollars) as liquidated damages to the City. The surety on the bond furnished for this Contract, shall in addition to all other provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this Contract, which provisions apply to said bond. The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. CITY OF DUBUQUE, IOWA PRINCIPAL: By City Manager Contractor By: Signature Title CERTIFICATE OF CITY CLERK This is to certify that a certified copy of the above Contract has been filed in my office on the _ day of , 2008. Jeanne F. Schneider, CMC, City Clerk E-3 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That (Insert Contractors Name} as Principal (Contractor) and as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $ (insert Contract Amount) the same being 100% of the total price of the Contract for the Project herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this day of 2005, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated (Insert Contract Date: Month XK, 2003), incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for the NICC to Iowa Street Ramp Elevated Walkway (the Project) according to the Contract and Construction Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract and Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations fumishing materials for or performing labor in the pertormance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: F-1 A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) year(s) from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. F-2 The Contract, Contractor's Proposal, and Construction Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this day of , 2008. CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager Contractor By: Signature Title SURETY: Surety Company By: Signature Title City, State, Zip Code Telephone Attorney In-Fact F-3 NOTICE TO PROCEED TO: DATE: PROJECT: City of Dubuque, Iowa NICC to Iowa Street Ramp Elevated Walkway You are hereby notified to commence work in accordance with the Contract dated 2008, on or before 2008, and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is therefore , 2008. You are required to return an acknowledged copy of this Notice to Proceed to the Owner. OWNER BY NAME TITLE ACCEPTANCE OF NOTICE Signature Receipt of the above Notice to Proceed is hereby acknowledged by this the day of , 2008. BY NAME TITLE G-1 Type or Print Signature Type or Print June 2004 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY SPECIAL CONDITIONS 1. MODIFY GENERAL REQUIREMENTS: The general requirements are modified as follows: Section 5 a. Special provisions shall include special project requirements, the special project specifications and special conditions. Section 7 a. The certificate of insurance shall also name iIW Engineers and Surveyors, P.C. as an additional named insured. b. Insurance Schedule B with attachments (follows this section) supersedes the insurance requirements in Section 7 of the General Requirements. Section 8 a. Regarding subsection 8-2.00 Prosecution of Work and 8-3.00 Notice to Proceed see "Construction Schedule and Liquidated Damages" and the "Notice to Proceed" form. b. Subsection 8-4.00 shall apply to any damage to any existing items in the work area or areas of contractor's storage. 2. SALES TAX: Pursuant to Iowa Code Sections 422.42 (15) and (16) and 422.47 (5) the Owner is exempt from state sales tax on materials and equipment to be incorporated into this project. Sales tax shall not be included in the contract price. The Owner will provide an authorization letter and an exemption certificate to the genera! contractor and all subcontractors. The contractor and subcontractor(s) will give a copy of the exemption certificate to each of their material suppliers. This will allow contractorlsubcontractor(s) to purchase building materials for the contract free from sales tax (Iowa sales tax and any applicable local option sales tax and school infrastructure local option sales tax}. Contractors and suppliers shall retain the exemption certificate in their records for at least three years. Contractors are not permitted to purchase any material or equipment under the tax exemption certificate for any other project. 3. CONTi~ACT PAYMENTS: Contractor may submit invoices for materials stared on-site for 95% payment. 4. RELEASE BY CLAIMANTS: Release by claimants (final lien waivers} shall be obtained from all of the contractor`s suppliers and subcontractors and from subcontractor's suppliers prior to payment of retainaae amounts. 5. SAFETY: Neither the City of Dubuque nor IIW Engineers & Surveyors, P.C. are to be responsible for contractor's compliance with state and/or federal health and safety requirements. H-1 6. ALL RISK INSURANCE: Contractors need not secure "All Risk" insurance. '. SITE PRESERVATION: Contractor shall minimize site disturbance. Contractor shall coordinate with others who need to utilize the site. 8. CITY OF DUBUQUE STANDARDS AND SPECIFICATIONS: The current edition of the City of Dubuque Standards and Specifications, Hereinafter known as the CODSS, shall govern all work under this contract. Ccntractor shall obtain a copy from the City of Dubuque, Engineering Division. 9. CONTRACTOR REGISTRATION: Iowa law requires that all contractors and subcontractors be registered with the Division of Labor Services, Iowa Workforce Development. Bidders shall indicate their Iowa Registration Number on the proposal form. 10. "OR EQUAL" STATEMENT: Whenever in any part of the contract documents any article, material or equipment is defined by using the name of a manufacturer or vendor, the term "or equal", if not inserted shall be implied. The specific article, materials, or equipment mentioned shall be understood as indicating the type, functions, minimum, standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's products of comparable quality, design, and efficiency. The Engineer shall have sole authority to determine equivalence. 11. SAFETY: Neither Owner nor Engineer are to be responsible for Contractor's compliance with state and federal health and safety requirements. 12. MATERIAL STORAGE: All materials and equipment stored at the site shall be protected from the elements where such exposure would be detrimental and shall be adequately supported to prevent bending, warping, and other degradation of material properties. 13. DAMAGE TO EXISTING ITEMS: Any item such as lawns, driveways, sidewalks, landscaping, fences, structures, etc. which is damaged by the Contractor during construction shall be repaired. In all cases, the repair shall restore the condition to equal to or better than it was before the damage. The cost of any damaged items shall be borne by the Contractor unless specific pay items are included in the proposal. 14. INCIDENTAL WORK: Any item, material, or construction method not specifically described which is necessary for completion of a successful project shall be considered incidental to the project and not paid separately, '15. STAKING: The Engineer will provide staking for grading, paving and municipal utilities (Storm & Water) on a one-time basis. Stakes will be placed on each side of the paving at a reasonable offset and interval to indicate pavement location and elevation of the edge of pavement. Stakes will be provided at radius points. Offset stakes for utilities ~roill be provided as follows: Three offsets for each catch basin (includes curb alignment}; two offsets for each storm manhole and inlet; one line of water main offsets at intervals of 5Q feet, including hydrants, tees and bends. Offset stakes for grading and paving will be provided as follows: One row on centerline for subgrade at intervals of 50 feet on tangents and 25 feet on horizontal and/or vertical curves. Two rows, one on each side of the paving, will be provided at intervals of 50 feet on tangents and 25 feet on horizontal and/or vertical curves. In addition.. high and/or low points will be provided as deemed necessary by the Engineer. H-2 The Contractor shall be responsible for preserving stakes. Any re-staking or additional staking not explicitly described above shad be done by the Engineer at the Contractor's expense. IIW will not mobilize for less than 4 hours of staking. The Contractor must provide 48 hours notice for scheduling of staking crew. The Contractor will be responsible for the cost associated with additional mobilizations and staking. 16. QUESTIONS: Ali administrative questions regarding this project should be directed to Michele Knief- Nemmers and technical inquires to Lauren Ray of IIW Engineers and Surveyors, P.C. at 563-556-2464. 17. UTILIZATION OF TARGETED SMALL BUSINESS ENTERPRISES: The Contractor is required to make "positive efforts" to solicit and utilize Targeted Small Business (TSB) Enterprises in accordance with applicable requirements of "Contract Provision -Targeted Small Business {TSB) Affirmative Action Respansibi{ities". No TSB enterprise goal has been established by the City of Dubuque or the DOT for this project. However bidders are required to make good faith efforts #o solicit quotes or bids from and to utilize TSB subcontractors and/or suppliers. Bidders are required to complete the listing of bidder's pre-bid TSB contacts and submit a copy with the bid. 18. SUBCONTRACTING: The requirement that a subcontractor shad not be utilized for more than 50% of the work is waived. All subcontractors must be acceptable to the city and engineer. 19. DELETION OF OPTIONAL ITEMS: At the time of award a change order will be prepared deleting those items "subject to deletion at time of award" which the Owner wishes to delete. 20. ARBITRATION: Any dispute under the terms of this agreement shall be submitted to arbitration. If, after good faith negotiations, the City and contractor are unable to resolve any such dispute, then they agree to settle the matter first by mediation and, failing that process after reasonable effort, then by arbitration, as provided below: The mediation shall be conducted by one mediator who shall be selected jointly by City and contractor within 10 days after either party's notice of a request for mediation, which shall include a statement of the issue to be mediated. If the parties cannot agree on a mediator, each party shall select a mediator within five days after the parties' failure to agree upon a mediator. The two mediator candidates so selected shall jointly appoint a mediator who shall alone conduct the mediation. The mediation shall be non-binding and shall commence within 30 days after the selection of the mediator. Each party shall attend the mediation through one or more persons who has the authority to settle the dispute on such party's behalf. The expenses of the mediation shall be shared equally by the parties. The mediation shall continue until the dispute is settled or the mediator declares that the parties are at an impasse and that not all disputes can be resolved. Any disputes left unresolved shall be submitted to binding arbitration as provided beiow~ In the event any disputes are submitted to arbitration, the arbitration shall proceed in accordance with the fol{owing: {a) Either party may invoke arbitration by service notice on the other party. The notice shall include a list of candidates. If the parties agree on one of the arbitrator candidates in the notice, then that arbitrator shall serve as the neutral arbitrator of the dispute. If the parties do not agree on an arbitrator, each party shall select one arbitrator, and advise the other in writing of the identity and address of the arbitrator it has selected; H-3 (b) If each party selects an arbitrator, the two arbitrators so selected shall select a third arbitrator (the "Neutral"); and (c) The dispute(s) shall be resolved by the single neutral arbitrator agreed to by both parties: or if none then by the Neutral. The arbitration shall be conducted in accordance with American Arbitration Association rules. It is the intent of the parties that the arbitrator's decision will be final and binding, with no appeal available. 21. INDEMNiFICATidN: Section 7-10.00 of the General Requirements is to be deleted and replaced with the following: To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and agains# all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Projec# itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable; regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. H-4 June 2004 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY SALES AND USE TAX EXEMPTION CERTIFICATE The City of Dubuque, as a designated exempt entity awarding construction contracts on or after January 1, 2003, may issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). This special exemption certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. If the Jurisdiction, at its option, decides to utilize this exemption option, it will so state by special provision and publication in the Notice of Hearing and Letting. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction in accordance with Section 1030, 1.10, B. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the tax exemption certificate and provide a copy to each supplier providing construction material. These tax exemption certificates and authorization letters are applicable only for the work under the contract. 2. At the time the Contractor requests permission to sublet in accordance with said Section 1030, 1.10, B, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors, including the Federal Employer Identification Number (FEIN) for the Contractor and all subcontractors, as well as the name, address, telephone number, and a representative of the organization which will perform the work, a description of the work to be sublet, and the associated cost. 3. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that the were used on the contract, and shall pay tax on any materials purchased tax-free and not used on the contract. I-1 PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: Please complete this form in its entirety and submit alon; with the executed Construction Contracts, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificate(s) to the approved Contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax. Construction Project Name: Project Description: Start Date (Bid let date): Completion Date: 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street information) City, State, Zip Code Telephone Number: Federal T.D. Number: (or Include Social Security Numberj Work Type to be Completed: ' • Subcontractor: _ Complete Address: (Include PO Box and Street Information} City, State, Zip Code Telephone Number: Federal I.D. Number: (or include Social Security Number} Work Type to be Completed: I-2 PROJECT .INFORMATION YALE 2 3. Subcontractor: ___ Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: ¢• bc ontractor: Su _ _ Complete Address: ([nclude PO Box and Street information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Sociat Security Number) Work Type to be Completed: 5• Subcontractor: ____ Complete Address: (include PO Bos and Street Information) City, State, Zip Code Telephone Number: Federal l.D. Number: (or Include Social Security Number) Work Type to he Completed: 6- Subcontractor: ___ Complete Address: (Include PO Box and Street Information) _ City, State, Zip Code T Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: I-3 PROJECT INFORMATION PAGE 3 ~• Subcontractor: __ _ __ Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal 1. D. Number: (or Include Social Sccurily Number} Work Type to be Completed: g• Subcontractor: Complete Address: (include PO Box and Street Information} City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 9. Subcontractor: _ ___ Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal LD. Number: (or Include Social Security Number) Work Type to be Completed: 10. Subcontractor: Complete Address: (Include PO Box and Street Information} ---- - -- - -- -- City, State,I,ip Code -- -- - -`- Telephone Number: Federal I.D. Number: (or Tnciude Social Security Number) Work Type to be Completed: I-4 CITY OF DUBUQUE, IOWA NICC TO IOWA STREET RAMP ELEVATED WALKWAY SPECIAL PROVISIONS An out-of--State contractor, before commencing a contract in excess of $5,000.00, shall, pursuant to Iowa Code 91 C.7(2), file a bond with the Division of Labor Services of the Department of Employment Services. The Surety Band shall be executed by a Surety Company authorized to do business in the State of Iowa, and the bond shall be continuous in nature until canceled by the Surety with not less than 30 days written notice to the contractor and to the Division of Labor Services of the Department of Employment Services indicating the Surety desire to cancel the bond. The bond shall be in the sum of the greater of the following amounts: a. $1,000.00 b. 5% of the contract price Release of the bond shall be conditioned upon the payment of all taxes, including contributions due under the unemployment compensation insurance system, penalties, interest, and related fees, which may accrue to the State of Iowa or its subdivision on account of the execution and performance of the contract. If any time during the term of the bond the Department of Revenue and Finance determines that the amount of the bond is not sufficient to cover the tax liabilities accruing to the State of Iowa or its subdivision, the Department will require the bond to be increased by an amount the Department deems sufficient to cover the tax liabilities accrued and to accrue under the contract, as provided under Iowa Code 91 C.7(2). If it is determined that this subsection may cause denial of Federal Funds which would otherwise be available, or would otherwise be inconsistent with requirements of Federal law, this section shall be suspended, but only the extent necessary to prevent denial of the funds or to eliminate the inconsistency with Federal requirements. J-1 June 2004 INSURANCE SCHEDULE B INSURANCE REQUIREMENTS FOR ARTISAN CONTRACTORS OR GENERAL CONTRACTORS TO THE CITY OF DUBUQUE 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A or better in the current A.M. Best Rating Guide. 2. All policies of insurance shall be endorsed to provide a thirty (30) day advance notice of cancellation to the City of Dubuque, except for a ten (10) day notice for nonpayment, if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the certificate of insurance. 3. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I. Such Certificates shall include copies of the following endorsements: a) Commercial General Liability policy is primary and non-contributing b) Commercial General Liability additional insured endorsement-See Exhibit I c) Governmental Immunities Endorsement Contractor shall also be required to provide Certificates of Insurance for all subcontractors and all sub-sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the insurance requirements as required in Exhibit I. 4. Each certificate shall be submitted to the City of Dubuque. 5. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. Contractor shall be required to carry the following minimum coverage/limits or greater if required by law or other legal agreement; as per Exhibit I. This coverage shall be written on an occurrence, not claims made form. Form CG 25 03 03 97 "Designated Construction Project (s} General Aggregate Limit" shall be included. All deviations or exclusions from the standard ISO commercial general liability form CG 001 shall be clearly identified. Governmental Immunity endorsement identical or equivalent to form attached. K-1 INSURANCE SCHEDULE B (Continued) INSURANCE REQUIREMENTS FOR ARTISAN CONTRACTORS OR GENERAL CONTRACTORS TO THE CITY OF DUBUQUE Additional Insured Requirement -See Exhibit I. The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers shall be named as an additional insured on General Liability Policies for all classes of contractors. Loras College and IIW Engineers & Surveyors, P.C. shall also be named as additional insureds on the Cox Street Reconstruction Project 2008. Class A, B, and C Contractors shall include coverage for The City of Dubuque as an additional insured including onaoing and completed operations coverage equivalent to:ISO CG 20 10 07 04 *and CG 20 37 07 04.** *ISO CG 20 10 0704 "Additional Insured-Owners, Lessees or Contractors -Scheduled Person or Organization° **ISO CG 20 37 0704 "Additional Insured -Owners, Lessees or Contractors -Completed Operations" Completion Checklist Class A Contractors Class B Contractors and Class C Contractors ^ Certificate of Liability Insurance (2 pages) ^ Designated Construction Project(s) General Aggregate Limit CG 25 03 03 97 (2 pages) ^ Additional Insured CG 20 10 07 04 ^ Additional Insured CG 20 37 07 04 ^ Governmental Immunities Endorsement K-2 INSURANCE SCHEDULE B (Continued) EXHIBIT 1 -Contractors Insurance Requirements Contractors shall provide The City of Dubuque with a current Certificate of Insurance for this specific project, which is in conformity with this Exhibit and the Contract. The requirements below are the minimum allowable. CLASS A: General Contractors, Contractors, Trade Contractors, Subcontractors, Sub Sub Contractors, who perform the following work: Demolition Piles & Caissons Site Utilities Reinforcement Structural Steel & Decking Miscellaneous Steel Roofing ~ Sheet Metal Special Construction Plumbing Systems HVAC Earthwork Paving & Surfacing Concrete Precast Concrete Masonry Fireproofing Elevators Fire Protection Electrical General Liability (Occurrence Form Only) Commercial General Liability General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 Additional Insured- The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers; Loras College; and IIW Engineers ~ Surveyors, P.C. shall be named as additional insured including ongoing operations CG 20 10 07 04 or equivalent, and completed operations CG 20 37 07 04 or equivalent. See Specimens Automobile $1,000,000 (Combined Single Limit) Standard Workers Compensation -with waiver of subrogation to The City of Dubuque Statutory for Coverage A Employers Liability: Each Accident $ 100,000 Each Employee-Disease $ 100,000 Policy Limit-Disease $ 500,000 Umbrella $3,000,000 K-3 ~ CERTIF{GATE OF LIABILI TY INSURANCE oi~24ioos~ FROOUCER (553) 556-0272 FAX (563) S 56-442 S INSURANCE AGENCY STREET ADDRESS THIS CERTIFICATE FS I!lSUED AS R MATTER OF INFORMATION ONLY AND CONFERS NO RReiH1'S WPON THE CERTIFICATE HOLDER. THiS CERTIFICATE DOEQ N+OT AMEND, E7CTENp OR COVERAGE Y CITY, STATE, YIP CODE INSURERS AFFOADINOi COVBRAI~ NAIC N wuaEO ColEpany a~sURERw InsureMe CDllpany Street Address IN&11YfR& City, State, Yip Code INSURERc INSURER o- tNSUPtR E r11VFRAALCR THE POLiCIE3 OF IN6URANCE LtSTEO BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOYE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN( ANY A&OUIp&MENT, TERM OR CONDRION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THlS CERTIFlCATE MAY BE ISSUEDOR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AlL 7HE TERMS, E)fG:US1OF19 ANO CONDITIONS OF SUCH POL1CtES. A60RE6ATE UMIFS SHOWN NAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPe OFINBURANCe POIJCY NUMDeR POUCr l4lCHYe POUCY.E%PVLA710N I.~ALf6 GaYLRAL LIAlIUTr EACN OC:E s 1000 QO x CDLY~AEROIALGENERALLIAB1LTh TD : sa o CWMS MADE OCCUR IL®EkP (Mq ar pt~an) E 5 A X t PEiMONAt t ADY IwURY s 1, 000 , 00 GENERAi. A66REIiATE a 2 000 OENL AGORE(3ATE lJA1TL APPIJ6 PER: PROO{A:TS • COLLPiOP AGO S 1 OOO POLIO/ X P~ Loc IUIi IDL10M~ LYeN.RY NGIE LIMIT s X _ 1,000 0 ALL ~ ~ INSURANCE CHEDULE B I AV os eooY.vlwu+v s A x scHEOLAED Auros PL E `P" P«.Qm - 1UREfl AUTOS CONT CTORS -._._ BODILY V+.IUAY ~..~lar+l -- s ®µ„~ C AS PRO OAMAGE ~~I ~ s OARAaE LIAiItI[Y ALffa ONLY-EA acpDENT s ANr AUl10 OTHER 711/N EAACC f AUTO ONLV~ AGG a LUwLelurv Pxa+occuRRe+cE s 3000 0 X OCCUR ~ CLAIMS MACE A0f3REtiATE f 3000 A X s omuCTarLer: _ s x REte+raN s s WORREM COMPB!lAT10N ANO I X " OF.~B A aAPLarges~ LuroLUrr ANY PROPPaETQNPARTNEWIXECi1TIrE ! ELEAEHACC100VT 3 LOO, F F O CEW'MENfaI EXCLUOEtN 1 E.l OtMvVE • EA EMPLOYE _ f lO0 y ~ S SPEgAL 71IONi ONar i EL DIBFJiSE - PGIICY LIMB S 500 O QfH@t OGMIPTLON MRIA110NS! IACAT10Mf f VHH / i7LOLW10Nf AOOCiO BY [OICORlEll~ff! BPf_CII1L F11011RIOLR e I CITY SF DUBUQUE IS AN AD DI~IONAL INSURED ON GENERAL LIABILITY POLICIES INCL. ONGOING & COMPLETED TIONS COVERAGE EQUIVILANT TO 7S0 CG 2018 0704 & CG 2037 0704.GENERAI LLiBILITY POLICY IS PRIMARY & -CONTRISUTING.FORM CG 2503 0397 "DESIGNATED PROJECTS" GENERAL LIABILITY AGGREGATE LIHIT SHALL BE L.GOVERNMENTAL IMMUNITIES ENDORSEMENT IS INCL. WAIVER OF SUBROGATION IN FAVOR OF CITY OF DUBUQUE ON RKERS COMPE?ISATION.ALL POLICIES SHALL BE ENDORSED TO PROVIDE 30 DAYS ADVANCE NOTICE OF CANCEILATIDrf r_s:Rnsar_aTF anL nFR rauraL I errnu SHOULD ANY OF THE ASOYE OESCRIN39 POt1C~4 9E CANCEU.tD iEPORF THE EAPIRATiOH OATS THEREOF, THE 139UIMQ INMIRER 111LL MA1L CITY OF DUBUQUE .1i!!- OAY9 WRITTEN NOT1Ce ro THE CEiLT1FiCATE HOLDER NAYlD To TI! LEFT, CITY HALL xX SO W. 13TH 57REET XXX DUBU~IE, IA 52001 Auma~EORernese~rAnve ACORD 25 (2001106) fIACORD CORPORATION 1988 K-4 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). IF SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer{s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. K-5 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECTS} GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as rpplicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVRAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project show in the Schedule above: 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. L A separate Designated Construction Project General Aggregate Limit applies to each designated construction project. and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard". and for medical expenses under COVERAGE C regardless of the number ot`: a. Insureds: b. Claims made or "suits" brought; or c. Persons or organiuttions making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE, C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shatll not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction projeci shown in the Schedule above. B. For all sums which the insured becomes legally obligated to pay us damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate [,imit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products- completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the Gerteral Aggregate Limit nor the Designated Construction Project General Aggregate i,imit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. "the provisions of Limits of Insurance (SECTION III) not otherwise modit3ed by this endorsement shall continue to apply as stipulated. CG 25 03 03 97 Copyright, Insurance Services Offices, Inc., 1996 K-6 POLICY NUMBER: COMMERCIAL CENF,RAL LiABiL(TY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSORS, OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCI{EDULF. lYame of Additional Insured Person(s) Or Or anization s : Locations of Covered O erations The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Loras College lIW Engineers & Surveyors, P.C. Information re wired to com lete this Schedule, if not shown above, will be show in the Declarations. A. Section II -Who is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury'', "property damage'" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions: or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insurer(s) at the location(s) designated above. CG 20 10 07 04 With respect to the insurance afforded to these additional insured, the following additional exclusions apply: 't'his insurance does not apply to "bodily injury" or "property damage' occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insurer(s) at the location of the cove~rcd operations has been completed; or 2. Ihat portion of `'your work" out of which the injury or damage arises has been put to its intended use by any person or organisation other than another contractor or subcontractor engaged in performing operations fora principal a~ a part of the same project. @ ISO Properties, Inc., 2004 K-7 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSORS, OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Or anization s : _ Location and Description of Completed Operations The City of Dubuque, including all its elected and _ appointed officials, all its employees and volunteers, all its boards. commissions and/or authorities and their board members, employees and volunteers. Loral College IIW Engineers & Stuveyors, P.C. Information re uired to com lete this Schedule, if not shown above. will be show in the Declarations. C. Section II - Whu is An Insured is amended to include as an additivnal insured the person(s) or organization(s) shown in the Schedule, but vnly with respect to liability fvr '`bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed fvr that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 @ ISO Properties, Inc., 2004 K-8 CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non-Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. K-9 June 2004 CONTRACT PROVISION Targeted Small Business (TS61 Affirmative Action Resaonsibilities on Non-Federal-aid Projects (Third-party State-Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51 % or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is afor-profit small business enterprise under single management, is located in fovea and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State-assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 198.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. TSB DIRECTORY INFORMATION Available from: Iowa Department of Inspections and Appeals Targeted Small Business Lucas Building Des Moines, IA 50319 Phone: 515-281-7357 Website: www.iowai.net/iowa/dig/tsb 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result-oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State-assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State-assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO} OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515- 281-7357) to identify potential material suppliers, manufactures and contractors. L-1 B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders wha fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate farm called "TSB Pre-Bid Contact Information". This form includes: L-2 (1) Name(s) of the TSBs) contacted regarding subcontractable items. (2) Date of the contract. {3) Whether or not a TSB bidlquotation was received. {4) Whether or not the TSB's bidlquotation was used. {5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre-bid Contact Information form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre-solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/orminority-focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on a!1 State-assisted projects which are not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. L-3 Form 730007WP 7-97 Contractor Page# Project# TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION Gounty City (To Be Completed By All Bidders Per The Current Contrail Provision) In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This infomsation is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontrailable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. TABLE OF INFORMATION SHOWING BIDDERS PRE-81D TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES CONTACTED QUOTES RECEIVED QUOTATION USED IN BID YES/ DATES YES/ DOLLAR AMT. PROPOSED NO CONTACTED NO TO BE SUBCONTRACTED Total dollar amount proposed to be subcontracted to TSB on this project S List items by name to be subcontracted: L-4 CHANGE ORDER Date: Order No: Agreement Date: Owner: City of Dubuque Project: NICC to Iowa Street Ramp Elevated Walkway No. 07006-17 Contractor: Description of Change: Justification for Change: Change in Contract Price: 'The amount of the contract will be (Decreased) (increased) by this change order by the sum of Dollars ($ 1 Adjustment in Amount of Contract: 1. Amount oFOriginal Contract Z. Net (Addition) (Reduction) due to all previous change orders 3. Amount of contract not including this change order 4. (Addition) (Reduction) to contract due to this change order 5. Amount of contract including this change order Change Order Conditions: The contract completion period established by the original contract and previous change orders will (be increased} (be decreased} (remain unchanged). The final completion date, prior to this change order, was 20 'The final completion date as affected by this change order will be , 20 Work performed under this change order will be subject to all the requirements as stated herein and in the contract documents and all change orders. M-1 Change Order Page 2 The Contractor expressly agrees that he will place under coverage of his Contractor's Improvement Bond and insurance ail work covered by this change order. All work performed under this change order shall be performed in accordance with the requirements of this change order, the plans, the specifications, and the contract documents. Recommended for Acceptance: IIW ENGINEERS & SURVEYORS, P.C. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FOR IIW ENGTNF,ERS & SURVEYORS, P.C. Date License Number My license renewal date is SEAL Pages or sheets covered by this seal: Change Order No. Pages including attachments Accepted and/or Reyuested: CONTRACTOR Attest (Optional): BY Signature BY NAME Signature Type or Print NAME TITLE Type or Print 'TITLE DATE Accepted and/or Reyuested: OWNER City of Dubuque Attest (Optional): BY Signature BY :NAME: Signature Type or Print NAME TI"TLE: Type or Print TITLE DATE M-2 CONTRACTOR'S PAYMENT FORM CONTRACT PAYMENT NO. OWNER: City of Dubuque PROJECT: NICC to Iowa Street Ramp Elevated Walkway IIW PROJECT NO: 07006-17 PREPARED BY: IIW ENGINEERS ~ SURVEYORS, P.C, GUNTRAGTOR: ADDRESS: PAGE 1! PROJECT COMPLETION DATE AMOUNT OF CONTRACT DATES OF PAYMENT Original: Original: From: Revised: Revised: To: (DETAILED ESTIMATE OF CONTRACT WORK COMPLETED TO DATE I ITEM I I CONTRACT ITEM I PREVIOUS TOTAL I THIS PERIOD I TOTAL TO DATE NO. CONTRACT ITEM DESCRIPTION IQUANTfM UNIT I UNIT COST I QUANTITY I AMOUNT I OUANTITYI AMOUNT I QUANTITY I AMOUNT PERCENT f I I i I I I z 3 TOTAL WORK COMPLETED CONTRACT PAYMENT NO. I J DETAILED ESTIMATE OF CHANGE ORDER WORK COMPLETED TO DATE CHANGE ORDER NO DATE CHANGE ORDER DESCRIPTION TOTAL CHANGE ORDER WORK z N TOTAL CONTRACT AND CHANGE ORDER WORK PERFORMED TO DATE Less: Amount Retained Per Contract 5% Value of Stored Materials (See Attached List) Less: Stored Materials Amount Retained Per Contract 5% Net Amount Eamed to Date Less: Previous Amount Earned BALANCE DUE TO CONTRACTOR THIS PAYMENT PREVIOUS THIS TOTAL PERIOD AMOUNT AMOUNT PAGE Z TOTAL TO DATE PERCENT CERTIFICATION OF CONTRACTOR: The undersigned contractor certifies that to the best of his knowledge, Information and belief the work covered by this Contract Payment has been completed in accordance with the Contract Documents for this project; that this Contract Payment is a true and correct statement of the amount of the work completed to the date of this Contract Payment and that the amounts paid to the contractor will be utilized by him to pay for labor, materials, equipment and su:,,,,,,,;,acts involved in the performance of this contract. CONTRACTOR: 8Y: TITLE: DATE: RECOMMENDATION OF ENGINEER: In accordance with the Contract Documents for this project, the undersigned Engineer recommends payment to the Contractor of the balance due this payment as shown. IIW ENGINEERS 8 SURVEYORS, P.C. BY: TITLE: DATE: APPROVAL OF OWNER: Clty of Dubuque BY: TITLE: AMOUNT PAID DATE: CITY ol= DuBUC~u~, Iowa BID PROPOSAL SUBMITTAL CHECKLIST Checking your bid submittal, before filing, against the following checklist will assist preventing minor errors or omissions, which could result in disqualifications ofyour bid because of technicalities. 1. Bid Proposal must be submitted on forms provided: • Bid Schedule • Bid Proposal • Targeted Small Business (TSB) Pre-Bid Contact Information (Page L-4). 2. Acknowledge receipt of all addendum(s) on Bid Proposal. 3. Bid Proposal must be SIGNED by an authorized agent. 4. Bid Proposals must be submitted in a separate sealed envelope, addressed to: City of Dubuque Office of City Clerk City Hall, 50 W. 13th Street Dubuque, Iowa, 52001 and shall be clearly labeled as follows: Bid Proposal for the NICC to Iowa Street Ramp Elevated Walkway Project. Include Contractor name, and address. 5. Bid Proposal must be accompanied by a BID BOND in an amount not less than ten percent (10%) of the bid submitted or Certified check made payable to the "City of Dubuque" in an amount not less than ten percent (10%} of the bid submitted. 6. Bid Bond, if used, must be SIGNED by both the bidder and the Surety or Surety's Agent. Signature of Surety's Agent must be supported by accompanying Power of Attorney. 7. Bid Bond must be submitted in a separate sealed envelope, addressed to: City of Dubuque Office of City Clerk City Hall, 50 W. 13th Street Dubuque, Iowa, 52001 and shall be clearly labeled as follows: Bid Bond for the NICC to Iowa Street Ramp Elevated Walkway Project. Include Contractor name, and address. 8. Sufficient time should be allowed for mailed bids to be delivered by normal Postal operation. Late bids will not be considered. 9. Bid must not be qualified in any way or contain any reservations not made optional in the Bid Form provided to bidders. This SPECIAL NOTICE is issued as a reminder against common irregularities in bids, and is not a Contract Document. O-1 DIVISION 3 -CONCRETE Cast in Place Concrete .....................................................................•------.-..-... 033000 NICC ~f0 [U~VA S'I ItEE"f' KAMP E=.l,F?VAI'[-:D V4'AL:KWAY" SCC:TIf?N 03300(? -CAST-IN-PLACE CC?NCRE"I'E PART I - GENF,R~L I.l RELATED DOCUNIEN'I'S ,4. Urativings and general provisions of the Contract, including Cicneral and Supplementary- Conditions and Division 01 Specification Sections, apply to this Section. I.~ 51.1'~11~9ARY" A. phis Section specifies cast-in place concrete, including formwork, reinforcement. concrete materials, mixture design, placement procedures, and finishes, for the fol(cnving: I. Footing. 2. Tcc Piers. 3. Suspended slabs. 1.3 DiJF1NI'f10NS t1. C.ementitious :Materials: Portland cement alone or in combination with one or more of the fol}owing: blended hydraulic cement, Its ash and other poz~olans, ground granulated blast- furnace slag, and silica fume; subject to compliance with requirements. 1.~1 SUBMl1'TALS A. Desi~_n ~~Iixtures: For each concrete mixture. Submit alternate dcsi~n mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. B. Stcc1 Keinforcemcnt Shop Drawing,: Placing drawings that detail fabricaticyr., bending, and placement Include bar sizes. lengths, material. grade, bar schedules, stirrup spacin~~, bent bar diagrams, bar arrangement, splices and laps, mechanical connections. tic spacing, hoop spacing, and supports for concrete rcinfoeccment. l.~ QL!ALITY ASSURANCE A. Source Limitations: Qbtain each rti~pe or class of cementitious material of the same brand from the same rnanufacturcr's plant, obtain aggregate from one source, and obtaui admixtures through one source from a single manufacturer. B. ;1C`I Publication;: Comply with the fallowing unless modified b_v requirements in the Contract Documents: ,1C'I 301, "Specification for Structural C`oncrete," Sectii~ns 1 through ~. CA:±T'-End-PLA(_'E CONCRE'! E 033000 - l NIC'C TO IC)tiVA STREET itAl~-iP ELFV,ITE:D WnI.KW'AY '~. AC1 1 17, "Specifications for Tcrleranccs for Concrete (:instruction and Materials." l.6 DELIVF.EZY. STORAGE;;. AND FI.ANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent benclir-= and damage. Avoid damaging coatings on steel reinfarcement. PART `? - PRC)DtiCTS ~.1 FORiw1-FACING 1VIATER[ALS A. Smooth-Formed Finished Concrete: Forrn-facing panels that will provide continuous, h~uc, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. Plywood, trretal. it other approved panel materials. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for light ft. C. I'an-Type .Firms: Glass-fiber-reinforced plastic or tinned steel, stiffened to resist plastic concrete loads without detrimental deformation. D. Chamfer Strips: ti'iod. metal, PVC, or rubber strips. 3/4 by 3!4 inch. minimum. F;. Forrn-Release Agent: Connnercially formulated fi7rrn-release agent that will not bor-d with, stain, it adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. ~irmulate form-release a~,*ent with nrst inhibitor for stcci form-facing materials. F. Form -Kies: Factory-fabricated, removable or snap-off metal ar trlass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete in farms and to prevent spalling if concrete on removal. 1. Furnish units that will leave no corrodible metal Glaser than l inch to the plane of expired concrete surface. ?. Furnish lies that. when removed. will leave holes no larger than 1 inch in diameter in concrete surface. ~.? STEEL RF INFORCEIVI6NT A. Reinforcing Bars: ASTM :1 61 ~'A 6I ~M. Grade 60, defarmed. S. Epoxy-Canted Kcinforcinr: I-3ars: AS'i~M A bl ~;A 61~M, Grade GO., deformed pars. ASTTtit A 7%>iA 775(\1, epixy canted. with ]cs:; than 2 percent darna`~ed ccratin, ur each 1-incl~ bar lerr~th. CAST-IN-PLACE. CONCRETE 0~ ;(100 - 2 NICt~ TO IOWA S"CREI/"i RAMP EI.EV"ATED W'AI,KWAY 2.3 REItiFUKCEMENT ACCESSORIES A. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating; compatil}le ~•vith epoxy coating on reinforcement and complying with r1STM :1 77/:'1 7'~lYl. B. Bar Supports: Bolsters. chairs. spacers. and other devices for spacing. supporting, and fastening reinforcing bars and vvclded wire rcinforccrnent in place. 1~'Ianufacturc bar supports tcom steel wire, plastic, or precast concrete according to CRSPs "Manual of Standard Practice" of greater compressive strength than concrete and as follows: For concrete surfaces exposed to view where legs of wire bar supports contact forms. use CRS1 Class Iplastic-protected steel wire or CRSt Class 2 stainless-steel bar supports. 2.4 CONCRETE ;~1ATERIALS A. Cementi*_ious Material: Use the fallowing cementitious materials, of the same t_~~p~, brand. and source, throughout Project: Portland Cement: ;1STM C 1 ti0, Type I or II. Supplement with the following: a. Flv Ash: ASTM C 618. Class C or 1-'. h. Ground Granulated Blast-Furnace Slag: ASTM C' 989, Grade lU0 or 120. B. Silica Futne: ASTM C 1240, amorphous silica. C. Norrna!-W'eiUht A,~gregatcs: AST1~4 C 33, coarse aggregate or better, graded. Provide aggregates Crom a single source. y 1. IVlaximum Coarse-Aggregate Sic: 3!4 inch] nominal. ?. Fine Aggregate: Free of materials «-ith deleterious reactivity to alkali in cement. Q. Water: .ASTM C 94/C 9~1Tv4 and potable. 2.~ AD1~~IIX:I'l,'KES A. Air-Entraining Admixture: ASTI\9 C 260. Li. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that v,-ill not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. ]. Water-Reducing Admixture: ASTM C =I9=1/C 494!~t. Type %\. '. Retarding Admixture: ASTM C 494IC 494M, Type B. 3. Water-Reducing and Retarding Admixhn-e: ASTM C 494/C =1941LI, Type U. 4. High-Range, Water-Rcducing.Admixriire: ASTM C 494%C 49414, Type F. ~. Hi~~h-Ran~.;e, Water-Reducing and Retarding .Admixture: ASTM C 494/C 4941\9, Type G. Er. Plasticizing and Retarding Admixtures ASTM C' 1017,~C 1017;1. 'Type U. CAST-IN-I'LAC'E CC)NCRh; l")=. 033000 - NtCC' lO lOW A S"I'RE;F.T RAMP ELE~ATFD WALKWAY 2.6 E'LOOIZ AND SLAB 'T'REA'T'MENTS A. Penetrating Liquid Floor -Creatment: Clear, chemically reactive, waterborne solution of inorganic silicate yr siliconate materials and prvprietary components; odorless; colarless; that peneb-ates. trardens. and densities cvncrele surfaces. I . Available Products: a. Burke by Edaco; Titan Hard. b. ChcmMasters: Chcmisil Plus. c. ChemTec International; ChemTec One. d. Conspec Marketing & ti9anufacturin~ Co., Inc.. a Dayton Superior C:ompan}: lntraseal. e. Ctn•ecrete Distributive Inc.: Ashford Formula. f. Dayton Superior Corparation; Day-Chem Sure Hard. g. F,uclid Chemical Company (The); F..uco Diamond Hard. h. Kaufman Products, Inc.; Sure[Iard. i. L&M Construction Chemicals, Inc.; Seal hard. j. Meadows, W. R., Inc.: Liqui-Hard. !:. Me[alcrete hldustries; Floorsaver. 1. Nox-Crete Products Group, kinsman Corporation; Duranox. m. Symons Corporation. a Dayton Superior Company; Buff Hard. n. US tilix Products Company; US Spcc Industraseal. a. Vexcon Chemicals, Inc.; Vexcvn SlarSeal PS. ?.7 CURING M,gTERIALS A. Evaporation Retarder: Waterborne, monomalecular film forming, manufactured far applia3tion to fresh concrete. B. .Absorptive Caver: AASIITO NI 18?. Class', burlap cloth made from jute or kenaf, tivcighin~~ appraxinrately 9 ozJsq. yd, when dry. C, !~~oisture-Retaining Cover: ASTic4 C 171. polyethylene film or white burlap-polyethylene sheet. D. 1~~'ater: Potable. ?.8 REL..~.TED MATERIALS A. Expansion- and Isolation-Joint-Filler Strips: AS"I M D 17~ 1, asphalt-saturated cellulosic fiber. P. L3ondin~~ Agent: AST'M C 10~t3, Type II, non-redispersible. acrylic emulsion yr styrene c~utadiene. C. t~poxy Rnndino; Adl~icsive: ASI'M C' 881, tcvo-component epoxy- resit?, capable c~Phumid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit. rcgnirerraents, and as follvu~s: C.AS"[-IN-PL.<~CI/ CCENC;'R ETi: 033000 - 4 NiCC TU iC)~Vn 5TR[',E?T RA!vIP El_F.VATF-,U WAI.[tN~'.AY Types IV and V, lead hearing, for bondin~~ harclenecJ or freshly mixed concrete to hardened concrete. ?.9 R1P,AIK >VIATERIALS A. Repair Overlayment: Cement-based, polymer-modified. self=levclin~~ product that can be applied in thicknesses from 1/S inch and that can be feathered at ed}es to match adjacent floor elevations. 1. Cerncnt Binder: AS'fM C 150, portland cement or hydraulic or blended hydraulic ~~emcnt as defined in ASTV1 C' ^ 19. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. A~,z'i-egate: W'etl-graded, tivashed .!ravel, I /8 to 1(4 inch or coarse sand as recornmendecl by topping manufacturer. 4. Carnpressivc Strength: Not less than 5000 psi at ?8 day, when tested according to AS"CM C 109/C 109M. x.10 CONCKE"1-E MIXTURES- GF,NCRAL .A. Prepare desi~~n mixtures for each type anti strength of concrete.. proportioned on the basis of laboratory trial mixture i>r field test data, or both, according to ACI 30l . B. L;ernentitious ivlaterials: Limit percentage, by weight, of cementitious materials other than portlanci cement in concrete as follows: I . Fly ,Ash: 25 percent. ?. Combined Fly Ash and Pozzolan: 25 percent. ~. Graund Granulated Blast-Furnace Slag: 50 percent. =1. ('ombined Fiy <1sh or Pozzolan and Ground Granulated Blast-Furnace Sla~~: 50 percent Portland cement minimum, with tly ash or Pozzolan not exceeding _'.5 percent. ~. Silica Fume: 10 percent. 6. Comhined Fly Ash, Pozzolans, and Silica Fume: i5 percent with fly ash or puczoians not exceeding ?~ percent and silica fume not exceeding 10 percent. 7. C:omhined Fly Ash or Pozzolan s, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 35 percent. and ~itica fume not ex_cecdinc J 0 percent. C. Limit water-soluble, chloride-ion content in hardened concrete to 0.1 ~ percent by weight of cement. L>. ~~dmixtures: I~~se adrn'r,~tures according to manufacturer's written instructions. 1. (use 4vater-reducing high-ranee water-reducing or ptaslicrzin~~ admixture in concrete, as required, far placement and workability. 2. Lsc tivatcr-reducing and retarclin~~ admixture when required by high temperatures, lew humidity, or other adverse placement conditions. C:1S'1'-IN-PC,ACE CONCRL-'I'E O;OOt) _ NICL' 'f0 IUWA S'T RL-;ET RAMP ELEtiA"I'EU WALK~ti'AY 3. [Jse water-reducing admixture in pumped concrete.. concrete for heavy-use industrial slabs and parking structure Blahs, concrete required to be watertight, and concrete with a water-Cementitious materials ratio below 0.~0. 2.1 1 CONCR[;TF l~'fTXTURi:S FC)R BU[I,DING Ti[.C:MI;NTS A. Footin,Ts: Proportion normal-weight concrete mixture as follows: L t~~linimum Compressive Stren~*th: 4000 psi at 28 days. ?. Maximum Water-Cementitious Materials Katio: 0.45 . 3. Slump Limit: 5 inches, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery. I3. Tee Piers: Proportion normal-weight concrete mixture as follows: 1. I~•[inimun; Compressive Strength: 4000 psi at ~8 dayys. ?. Maximum Water-Cementitious Materials Ratio0.45 . 3. Slump Limit: 4 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or pl~uticizinr~ admixture, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.~ percent at point of delivery . C, Suspended Slabs: Proportion normal-weight concrete mixture as follows: 1. 4000 psi at ?8 days. 2. Minimum Cementitious Materials Content: X40 lb/cu. vd.. 3. Slump Limit: 4 inches, plus or minus I inch. 4. .Air Content: C percent, plus or minus T.5 percent at point of delivery. 2.1? Ff1BR(CAT[NCi REINFORCEMF;N~I' A. Fahricate steel reinforcement according to CRSI's "Nlanual of Standard Practice." 2.1? CONCRETE. MTXINC; A. Ready-Mixed Concrete: Measure, hatch, mix, and deliver concrete according to ,ASTM C 94%C 941VT, and furnish batch ticket information. When air temperature is behvecn 8i and 90 deg F, reduce mixing and delivery tune from 1-1!~ hc~trrs to 7`i minutes; when air temperature is above 90 deg l-', reduce mixing and delivery time to 60 minutes. CAST-IN-PI.:~C[? CONCRETE. {};;000 _ ~ N(CC fCi IOG~,4 STRi_i;"f RAMP rLE:V~ITI~D V1~':~LKWAY PAK't ~ - EXECU'rK)N 3.1 FORII~IWORK A. Desi~r.. erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, latc:rai, static, a.nd dynamic loads, and construction loads that might he applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size. shape.. alignment. elevation, and position indicated. within tolerance limits of ACl 1 17. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or fradual, as tbllows: i . Class A, l lg inchfor smooth-farmed finished surfaces. ?. {L}ass D, I inch ~ fir rough-formed finished surl~ices. D. Construct forms tight enough to prevent loss of concrete mortar. F. Fabricate. fornis for easy removal wit)tout hammering or pryint7 against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete- surfaces. Provide top ti~rms for inclined surfaces steeper than I.5 horizontal to i vertical. l . Install keyways, reglets, recesses, and the like, fir case removal. ~'. 1_)C1 not il5e rUSt-Stained steel form-facing material. F. Set edge frn7ns, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in fnished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of forrmwork is inaccessible. Close openings with panels tightly fitted to forms and securely brae-ed to prevent loss of concrete mortar. [,ocate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently etposed concrete. I. Form openings, chase;, offsets, sinl<ages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. C:aean forms and adjacent surfaces to receive concre-te. Remove chips, wood, sawdust, dirt, and ottrer debris just betirre placing concrete. K. Reti`~htcn tiot7ns and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 1_. Coat cc>ntac:t surfaces of forms with fornrrelease agent. accordin`; to manufacturer's written instructions, before placing reinforcement. C:•1ST-IN-PLACf'. CC)NCKETE (1:;3000 - 7 NICC TO lOW:1 5'I R~)='I' RA1v1P ELEVATED 1~VALKWr1Y 3.2 EMPFnDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, template;. diagrams, instructions, and directions furnished with items to he embedded. 33 REMOVING AND REUSING FORMS A. General.: Formwork iitr sides of beams, walls. columns, and similar parts of the Vl4'ork that does not support ~~~eight of concrete may be removed after cumulatively curing at not less than ~0 deg F for I'd hours after placing concrete, if concrete is hard enough to not he damaged by form- removal operations and curing and protection operations are maintained. y 1. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports w-eicht of concrete in place until concrete has achieved its 28-day design compressive ~treneth. '. Remove forms only if shores have been arranged to permit removal of forms without. loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facins material will not he acceptable for exposed surfaces. Apply new form-release agent. y C. W"hen Corms are reused, clean surfiaces, remove fins and laitance, and tighten to close joints. .11ign and secure .joints to avoid offsets. Do not use patched Forrtts for exposed concrete surfaces unless approved by Architect. ~.~ SfIOR1JS AND Rl?,SHORES A. Comply ~~ith ACI 318 and ACI 301 for design, installation. and removal of shoring and reshoring. Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. Plan secluence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive ;tress or deflection. .:~ STEI-I, REiNI-'ORC'(rl~1ENT A. General: Comply with CRSf's "A~fanua[ of Standard Practice" for placing reutforcement. l3. Clean reinforcement of loose rust and mill Scale, earth, ice, aucl other Iureigrt materials that would reduce bond to concrete. C. Accurately position, s-;ppor-t. and secure reinforcernemt against displacement. Lorne and support reini~~rcement with har supports to maintain minimum concrete cover. Do not tack weld crossing reinforcin~t bars. D. Set wire ties ~.~•ith ends directed into concrete, not toward exposcci concrete s;.;rfaces. C'AS"f-IiJ-PLACE COM;RETE p33ppp _ 8 N[CC' "f0 IOWA STK1-;I-:'I RAMP F,t,EV~1"TL-D VV~~LKWAY F,. Epoxy-i'oatccl Reinforcement: Repair cut anti damaged epoxy coarings with epoxy repair coating according to ASTN1 D 3963.~I) i96,N1. Lise epoxy-coated steel wire tics to fasten epc>.Yy-coated steel reinforcement. 3.6 .IOIN"L'S A. Veneral: Construct joints taste to line with faces perpendicular to surface plane of concrete. 6. Construction Joint,: htslall so strength and appearance of concrete are not impaired, at. locations indicated ar as approved by Engineer. 1. Place joints perpendicular to main reinforcement. Continue rcint~~rcement across constnrction joints, wtlcss otherwise indicated. 2. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimuru distance of twice the beam width from abeam-girder intersection. 3. Locate horizontal joints in walls and columns at underside of floors, subs, beartts, and girders and at the top of footings or floor slabs. 4. Ilse epoxy-bonding adhesive at locations where fresh concrete is placed against hardened or partialh hardened concrete surfaces. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least ane- fourth. of concrete thickness as follows: 1. C;roaved .Taints: Form contraction joints after initial floatin, by grooving and finishing each edge crf •joint to a rulius of I!8 i.nch. Repeat groovin, of contraction joints after applying surface finishes. Eliminate graover tool marks on concrete surfaces. ?. Sawed Joints: Form contraction joints with potiver saws equipped with shatterproof abrasive ar dia-nond-rimmed blades. Cut l!8-inch- «-ide .joints into concrete tivhen cutting action will not tear, abrade, ar otherwise damage surface. and before concrete develops random contraction cracks. 3.? CONCRF..TE PLACEN4ENT i~. Before placing concrete, verif}~ that installation of forrntivork, reinforcement, acrd embedded items is complete and that required inspections have been performed. Ei. Do rant add water tc? concrete during delivery, at Project site, or during piacement unless approved by Engineer. Da not add water to concrete after adding high-range water-reducin~~ adntixttu•es to rrt ixturc. C. Deposit concrete continuously in one layer or in hori~.ontal layers of such thickness that no new amcrctc wilt be placed on concrete that has hardened enaugl~ to cause seams or planes of weakness, If a section cannot be placed continuously. provide eanstructian joints as indicated. Deposit corticrete to avail segregation. CAST-ITt-PLACE ~-ONCR1/ i L 0~~000 - ~~ N1C{:' Tn 1C)4V',1 ti"TR[?I:T FZr1~iP EL.EVA'fED WALKWAY" 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a. manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at urufonnly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration. of vibration to time necessary to amsolidale concrete and complete embedment of reinforcement and other embedded items without causing mix*_ure constituents to segregate. D. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thorou~hh- worked around reinfi~rccment and other embedded items and into corners. ?. Nlaintain reinforcement in position on chairs during concrete placement. ~. Screed slab surface; with a straightedge a.nd strike off to correct elevations. 4. Shope surfaces uniformly to drains where required. 5. Begin initial floating using bull Moats or darbies to form a uniform and open-textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. E. Cold-Weather Placement: Comply with AC} 306.1 and as follows. Protect concrete work from physical damage or reduced strength that. could be caused by frost. freezing actions, or low temperatures. When average high and low temperature is expected to fall below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperrhrre range required by ACI 301. Do not use frozen materials or materials containing ice or snow. Do not place concrete :,n frozen subgrade or on subgrade containing frozen materials. Do not use calcium chloride; salt. or other rnaterrals containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. Hot-Weather Placement: Comply with ACI 301 and as follows: iwlaintain concrete temperature below 90 deg F at time of pl~icemem. Chilled mixing water or chopped ice may be used to control temperature, prcrvided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. Fog-spray forms. steel reinfi>rccrnent, and subgrade just before placing, concn:te. Keep subgrade uniformly moist without standing water, soft spots. oe drv areas. 3.8 FIN1S}}lNG F()R)41EU St!RFACL:S /~. Rou-~h-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects rcprtired and patched. Remove tin, and other projections that exceed specified limits on ['armed-surface irregularities. 1- Apply to concrete srrfaces not exposed to public view . C`.1y`i-IN-PL:1CE CONC'KE1'E 033{100- 1U NrcC T~ row.n ~ rrzr.,k: r R~~n-~P ~ r_,~vn~rrn wni:ivwnY - B. Smooth-FaT-rned finish: As-cast concrete texture imparted by term-facing material.. arranged in an orderly and symmetrical rn~-nner with a minimum of seams. Repair anti patch tie holes and dcfc:cts. Remove tins and other projections that exceed ;pacified limits an fanned-surface irregularities. 1. Apply to concrete surfaces to receive a rubbed tinish. C. Ruhhcd r•inish: Apply the follo~~-ing to smooth-ti~r7ned finished as-cast concrete where indicated: Smooth-Rubbed Finish: Not later than one. dati after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surf-ices adjacent to farmed surfaces, strike off smooth and finish with a texture rnatcltin~ adjacent fanned surfaces. Continue final surface treatment of farmed surfaces unifi~rmly across adjacent unformed scufaces, unless otherwise indicated. 3.9 FINISHING FLOORS :AND SLABS A. General: Comply with ACI 30?. I R recommendations for screcding, restraightening, and finishing operations for concrete surfaces. lla not wet concrete surfaces. B. Float Finish: Consolidate surface with power-driven floats or by hand flOiltln`,( if area is small or inaccessible to power driven loots. Restraighten, cut down high spots, a.nd fill low spots. Repeat that passes and restraightening until surface is left with a E.utifarm. smooth, granular texture. Apply float finish to surfaces to receive broom tinish . 2. Finish and measure surface so gap at am- point between concrete surface and an unleveled.. freestanding, 10-foot- long straightedge resting on ~ nigh spots and placed an}'where on the surface does not exceed 1 i4 inch. C. Broom Finish: Apply a broom finish to exterior concrete platforms, steps. and ramps, and elsewhere as indicated. rmmediately aher float finishing, slightly roughen trafficked surf~~ce by brooming with tlber-bristle broom perpendicular to main traffic route. Coordinate required final tinish tivitlt Architect before application. 3, I l) CONCRETE PR()TECTINCi r~ND Cl1RINtr A. Gen<~ral: Protect freslrly placed concrete from prematrrrc drying and excc;ssive cold or hat temperatures. C'atnply with ACI 106.1 for cold-~~~eather protection and ACI 301 f~~r hot- ~~~eatf~rer protection dnrin~~ curing. CAST-(N-I'L:1Ct/ COi`1CRE'1`E 0;3000 - I 1 N1CC TO IC)4'l~'A S`rItLE'1 1ZAlV1P L-LLVA'F'F;F) WAL,K~~'A1' B. Evaporation Ketarder: Apply evaporation retarder to unforned concrete surtaca if hot, dry, or wind} conditions cause moisture loss approaching 0.2 lb,''sq. ft. ~ h before and drtring finishing opcratiims. Apply according to manufacturer's written instructions after placing, ccrecding, and bull floating or darbying concrete. but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. if forms remain during curing perioti, moist cure after loosening forms. If removing forms before end of curing period, continue curing* for the remainder of the curing period. U. (Informed Surfaces: Begin curing immediately after finishing.: concrete. Cure unformed surfaces, inchtding floixs and slabs, concrete floor toppin~,s, and other surfaces. F,. Cure ern~cretc according to ACF 308.1, by one or a combination of the follow-frtr methods: Moisture Curing: Keep surfaces continuously moist for not less than seven days with the fi~llowing materials: a. ~- atcr. 6. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 1?-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete. placed in widest practicable width, tivith sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure far not less than seven days. tntrnediateiy repair any holes or tears Burin; curing period using cover material and waterproof tape. a. 1/ioisturc cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3. Criring Compound: Apply uniformly in continuous operation by po4ver spray or roller accordin, to manufacturer's written instructions. Recoat areas subjected to hca~y rainfall within three hours after initial application. 1~laintain continuih~ of coating and repair dama`~Te during curing period. a. After curin~7 period has elapsed. remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer. 3,11 JUIN l' FiLLIN(1 .1. Prepare. clean, and install joint tiller accordin` to manufacturer's written instructions, Defer joint filling until concrete ha_s aged at least one month. ~o not till joints until cc;nstruction traffic has permanently ceased. F3. Ramovc dirt, debris, saw cuttings. curing compounds. and sealers from joints; leave contact faces ot.jorrt clean and dry. ` ("AS"f-iN-PLA('L-: G(7ti(~Rr"F F 033000 - 1? 1v1CC f 0 IObVA S IRF;t l' RA141P ELEVA"CED WALKWAY C. Install semirigid joint tiller full depth in saw-cut joints and at Icast 2 inches deep in Formed joints. Overfill joint and trim joint filler flush with top of,joint after hardening. ~.1~ COI~CKI/'Ct=. Sl!Rf-'ACE RL;f'A1RS .A. Defective Concrete: Repair and patch detective areas when approved br Architect. Remove and replace concrete that cannot. he repaired and patched to ,Architect's approval. f3. Patching Mortar: Mix dry-pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, ;palls. air bubbles, honeycombs, rock pockets, tin. and other projections on the surface.. and Mains and other discolorations that cannot be removed by cleaning. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than U? inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen tivith water, and bnrsh- coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cane plugs secured in place with bonding agertl. Repair defects on surfaces exposed to vietiv by blcr~ding white Portland cement and standard Portland cement so that, when dry. patching mortar wilt match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike otf'slightly higher than surrounding surface. Repair defects on concealed formed surfaces that affect concrete`s durability and structural performance as determined by Architect. D. Repairin~~ l,~nformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and hi~,h areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects, Surface defects include spalls, popouts, honeycombs, rock pockets. crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of ri~idth, and other objectionable conditions. ?. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during, or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to hlrnd into adjacent concrete. 4. Correct other low areas sehedtrled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping==, depth. of 1!4 inch to match adjacent door elevations. Prepare, mix, and applyrepair topping and primer according to mantriacturer's written instructions to produce a smooth. uniform, plane, and level s~trf~ace, 5. Repair defective area;, except random cracks and singly. holes I inch or [css in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, syu~tre cuts and expose steel reinforcement with at least a 3i=1-inch clearance all around. CAS"f-1V-PL,ACI=, CONrRETE 0~300r) - I NICC T(1 IU4VA STREE`I RAMP 1/L)/VA"fEU W'ALKLb'AY Dampen concrete surfaces in contact with patching concrete and apply bonding agent. iv[ix patching concrete of same materials and mixture as ori;inal concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 6. Repair random cracks and single holes l inch or less in diameter with patching mortar. Groove top of cracks and cutout holes to sound concrete and clean off dust. dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patchinb mortar before bonding agent has dried. Cornpacr patching, mortar and Knish to match adjacent concretes Kecp patched area continuously moist for at least 73 hotu-s, E. F'erfortn structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. f. Repair materials and installation not specified ahovc may be used. subject to Architect's approval. 3.13 f1ELD QUALITY CUNTRUL A. Testing and Inspecting: (h~ncr will engaec a qualified testing and inspecting agency to perform {field tests and inspections and prepare tell reports. B. Inspections: 1. Steel reinforcement placement. 2. Verification of use of required design mixture. :. Verification of concrete strens,*th before removal of shores and forms from beams and slabs. C. Concrete Tests: Testin~~ of composite samples of fresh concrete obtained according to AS'l~tvl C 172 shall be performed according to the fiillowin, requirements: l'estin~ frequency: Obtain one composite sample for each day's pour exceeding 5 cu. yd., but Less than 25 cu. yd., plus one set for each additional j~ cu. yd. or fraction thereof. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixhrre, testing shall be conducted Isom at least live. randomly selected batches or from each batch if fetvcr than tivc are used. ~'. Siuntp: AS"IM C 1~13,`C 143M; one test at paint of placement for each composite sample, but not less than one test for each day's hour of each concrete mixture. Perfon~r additional tests when concrete cunsistency appears to change. 3. Air Content: AS'I'[~1 C 231, pressure method, Cor normal-«-ei~ht concrete; one test for each composite sample-. but not less than one test for each day's pour of each concrete m fixture. ~. Compression Test Specimens: AS'I~M C 31 /C . l hl. a. Cast and iaboratorti etrre tv~-o sets of t~v~o standard cylinder specimens for each composite sample. b. Casa and field cure nvu sets of two standard cylinder specimens fir each eompc-~site ,ample. (:AS"1'-I~-PLACE C(>NCRE'TE. 033000 - l~l NiCC "fO IOVt <1 STRL-L• I RAMP L•LL•VATCD ~'A1.KWAY Compressive-Strength "Tests: AST'M C 39/C 39h1; test one set of t~vo laboratory-cured specimens at ?days and one set of two spccimmens at 28 days. a. Test one set of rivo field-cured specimens at 7 days and one set oftvvo specimens at '8 days. b, A compressive-stren~nh test Shall be the average compressive strength from a set of hvo specirncns obtained from same composite sample and tested at age indicated. G. 1~1%hen strength of field-cured cylinders is less than RS percent of companion laboratory- cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protcetmg al]d CUClttg 111-dace concrete. ?. Strength of each concrete mixture will he satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified cotmpressive strength. and no compressive-strength test value falls below specified compressive strength by niore than 500 psi. ~. "test results shall be reported in writing to Engineer, concrete manufacturer. and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain ['roject identification name and number,. date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Fork, design compressive stremg~th at ?R days.. concrete mixture proportions and materials, compressive breaking strength, and type of break for both %- and 28-day tests. 9. Nondestnletive Testin^: Impact hammer, sonoscope, or other nondestructive device may be permitted by L.ngineer but will not be used as sole basis for approval or rejection of concrete. 0. Additional 'Eests: 'Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C; ~2/C 4214~~[ or by other methods as directed by Engineer. 1 1. Additional testing and inspecting, at Contractor's expense. will be performed to determine compliance of replaced or additional u-ork with. specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate dos not comply with the Contract Documents. END OF SECTION 033000 C,yST-iN-P[:AC'I CO1'~iCR_E7 l;' 033000 - ! 5 t1E3I3REVIATIONS: M5re a0''. ae0il~ ArF aLi N"<rr ALW Wn J L. Orb4 LeCge SLUU Rui.ding OLN B1«k 3LRG Oleeling ~Y:' Berl 9M Bs<rn POl Bottrr 'AU Bearing ii.RNr Brete.: BGYi BucnnM.t 9iWN g<{ev¢n. CA\\' Cn llnkra C-I-L C.1 Cantrcl Jrcnt< F Grtnim~ '.:.c Cd:i+~ 4H [ CMU Can Ian r •nit ::0 Chu•eCW Ma COMP LcnrPVC'teu ~OVC Lcnc'ele COVp Car~nWekxl CO\'N r n _OV' Cm Nnua.. .:OV'q Cnn Nnrlrn .mom crl...e~ cEFL ;v<ne-tir. 'A (e) wamemr iIAL Uogonnl kV Olme•sRn sn n, «.e: ~L Daoa 1. OM.(w.) Dra.nq(a) ME+ `f6 n nl d ~ Rrtr",1. cet xlc. =w F i r ff_n• F I.<•. F ..r. n ILL Ir'r N~CC ~O =OWA S^~ ~ J~ ZAV? ELEVATED WALKWAY DUBUQUE, IOWA fA .f. Goge fruid '~ rrl.x o k.U RF JIF OkV G<Iq+iTee *rNCtre Wwa RFM HEO fMAN 6 xxla RFV WO Gw G GW r^ R.O. HU Ncod i0 NE.f I 1 Eo~ Frt~e imld n e ce ~ sOl SCL IIY. Na~vx Mr.o , F td D t SI S~ ~ r NORIL s. < ,~. ~n mold o , 9G. M.<a eedrw qIW A SW. N,?.5. Nol aw i4 uc lord ~eanc~ rl iW m inane 6'~am<tr/R_.iae elm,.,:: ~ m !r. in.we rare svtc !N"iu.. rN: udptim so ~. .lnv so 5'faC S :EIi S) aowa:l F~ I;Ff S1F N/F1 Napa Vn n 1 & P <~C 1060 IM 1.0.8 xy' Kps Fr So''+cre F<o: w loos T.O.B.I. ?OC 10.E f. lLV LMC L>q Leg H lw~p ley Vw t~i~d<I lcegiWUind L0.1. 1S;P. 10.5. 1il ln;d RMV LW L!gtl WppNl iERil .~ VAS Mo.'rt u~r. luU TI, W ~A' C MemEr Vetch Ee af+q d i .. . IPD 1!•G VCfn Vll.' rp Ve:Ff Nar i.ANS uu.N a ~e rrP VK.C V'xMlmnru+ Micro L 0 Wee^ ni M i I u .~ u0 VIC •r r, -~. Yo..nlop .KR N.F. N. •: MIC m F'~« TIN Ne<~ t n~ : t o. N ~ FRI V C i NlOM . a N'uni:'~A . . IF b L U1. L t r W;D CV'L , oa ww cw a- . r c P T AJ<. aTt . ~, ce rr . t t .. ~~o Ff?4 a p . ..n-. [.. Y 5 gal ,: Rrl+kv~iig/geinlixrnn R-meAar Rwg1. Cger e e oai av<rNnoo.m uwa LI klir C SPI1 F ce - -- _.__. SHFFTINDEX giift l' RLVigIF).Vy N['NINfR SHIFf_f(li_!. ,_.___ Cril tOr'hx ~11lf.f . C.i.i - .•SThIM1'T AnL NGT6 A_~4r s:l'IJIl -__ . _............ -~-~~~ I:'YWhlrnlnII+IIAN AND KN L•.rM.l _ ..1.1 ..r _.__ _... t~ k'~EP.LL ~FOI. 1!NW AND P' Lru.le xa< sre<nt~lae xaerp stPggorea wu<we/,Ir~_m~ m is OI P.am top 01 Br'NF Ltdge 1R 01 Ccr< ir. Ol Fviat ngefocl'n< is O( V~'^9 1~ICN /'C efa Irn 01 rMx ~n Pnec iKP.rp. ~r~newrac e sl.e! ipi<m iir a<e Not.o Uterr 4nfied rerf I~.e Vnrl"r.n ~ar~M in r I~ r er i<, lN.'side ~., wt~ W1t,M.t N< 1 W ~ ~I. i t~__a a Ill q. 8 3 i ~' ,~ ~~~ ~~~~~ x w m Y ~ ~ L ~-. G 0.' f+7 t+ ~ ~ C a `~. J Y ~ C < , ~ Y FF= t U''cC t U W j ~ 7. ra 0 ~U~ £•' Y F ~g;+ ~~~ .s£S a°~ 'fi z . : ~> q F 4 ~~ y„ x v ex+aEF. r xr...'-~-,. ..v L a n AF x _~ r ~ rN ,ir rx V.n r..i .a is v.. .._ r a z E ELev - _- ... ,.a CA c{ NC'1 )K JF AI +_,~ ~-TAN -If4~ .nfiP b lid.. h. .,.. .~~ 690 ~ _ 9f14 NG Y~. 191 ... i. " I f ~ S '~ !§ CA 4E p c¢ .:km ,. ~ _3DIt t scat -Twn t- .'~. 1-$-'t1 __ _ ! ~t<rA r vl N ;= 1 ur Jti v e I °. ~( c Ns L,¢<s m. E.>~t rnt sere to er tx dF w t N I_ ~ P ' 3 ..r ,1 ~.1. .. 1T ._ ' 33 srA RbN¢ ~ /li'~.IN Et i.... r .. _.~~ R .r .. d.. F...f 91W wtNp) 7 _ - .._ .- - 5S,U.- _.. __ b19.4 y I IC4e xA' A [N R ;IS^) -•~~n~ .._ i IB _. LI4 VL ( in E(f UIME In. i UAF:,K Df:~~.. ., , ' . a _ y SItT t c 4v I . '.f'~ c L of 100 c:!. 6118 Sadt.afll~gV~rtr Srml3rlvlf ~. {f.~t- 1 •- _7 +' 'f~ s' F_._ k I{ 4. H 6'<v X.,.. ti <, 4~ ._ . ^_ ___`_~- SI 1 F< I 3- "_ .1I+t _I__ .. ~.___ p` ..-. ~_-. _..__ Li~n< ,ter. .. rr. .. .~~ Sti.y Flw tn-CCb+'>a4W0 ,'~~ 6' 1 ~ J' Ski' ' '4 r.. do ~. IS ~! p.- ~ z P J« to ! sAlro - n ~ zs ~ _ ~. ( truce siltrA 6ral1 I !s 1 !' -_ _... 8 _ 79 I » B ' _ t I n p I :,. u ~ n«,.r,d ~: _ _._._ 19 V0 - I '.z I _.~ ._.. n f`' o~n __ Y - n I n - I I 1~ Iexxn:~il ,',rsu Ir en. e< r ne Eln a n: kv¢. ~ .. _~6 Tine SfWDrLrecu Stlt Ltd .-_. -'..~- .- I BY. -- I F ' y~y1 611!4 inn STAND. ~ - -r /'? _L e- k. 3S .. ... .. .. ' aacti<n u150D L at ... ! <ca Wirre.l< ~ i ~ '~~~ ~ ~_ ~. r J BEA CAA E R ~~ -~ (daf' 9 / iWe n9 -~ m¢A 4A ta't»6CSS SAND -. ... _.. I -_._ w r NI t Im 54s I tr4-n'.Orsvel ~ M ~ (4 ~. ~ rp6 - ''riM ~ ...._~ N I . y¢yi, y~A d l 1 a. G ... < « rY ! h - i7 ~ 1 II <Enl <r. iu 9 mm<. -- I ~ ~ II Nv 1 }f n I xrPr 9. K1 zr V - ~ _D1 ~ I 5 ~_. ~ sY fi ~.Co #. c « t t< o~ i § ar stn Pn m P ' In< fa cwln,' °~_'_ _"" firtc to mad'aaa SAXO ~ ~ y ~ ,.' ,4~ ~. _, ~ I ~ ~ >Fe<II c ~ m t d eld - !roe! belt i JL i - - ~~y1. _ ~ ~~ _(y ~ i II l ] 1 kl rn~ S y t .rt,clacr _ I c T ~ .. y .. t.+.r r«s ;. cor_•a< . z5 ` ~,~ t_ ~ `. ~~J._ F ~ ° 7 ~-~~ ~ c t Pr<pe L _g>~ I ECY! Bta4 tlEAM ` x k- I FW.a S Jp'e'. M1SiM A f1S GcJe f0 (N dre __.._ ; - ~ B;. Li G ~- .. e a cnm<re Asrv r 'so ry,< 1 <r a mm<ur eDCNS Easluc snrn„P/ra SupLlen,mt vIM In< (dlcn;nA: AaeJhiM t0 ¢eed:b GANG (TI` bf NU'i :JNNrw1 .. ._. . 'v. Ily A ~. A TU C 6 G trlCe 0rav¢I - ~-. --. >, _ t P ~-~- w 115', b E' t<ut Cry C tiu ~ b~ ! "i4 t; ~'1,~ .~.._.. .: __- ~-'E ~ _•,. 0 OlE G I; A G ~Cf ITC I. l3[ D .1~--Z 'Y 'r~ Q. c, on,. mssww nm _. r..d r,.p<, t .iw. _ _ 1 ,~ -Y, _. zk -._.. w.' i_ r__ k _ _I 5 .-_ _ ~„ µ Irt r tti 2 '~ _1d z k ~ ,.i •' Ln r _... - _. '- .. Ay ~ r A. ,min ci s tr ) t y !s lk' sL _ 5Y ~ -~~yt 5<r ~i S 1 ~ ~ C 1 I51M 60 ~ ) ~ Sti' 1 Z -~~ 9A ~ .. .Y_ SY ... ._. bk lT_ ~~~'..'' f 1¢I nr c cn c .' YA RFINFORCIN6 SiEEa- LAF SFL'CE DEi AILS vl _. f. Cen<r<le den4~ _ n> + <Pa fni nn1t.¢le - Store to me:Uum SdNO i -- 2': L ml M GS er Lrnc¢ 6itt. ~ i....~A_. Ei ~ ~h__l_ ~ .~L 2 ..1 I ~ ne. t. Garenr. - 119 ~ _.._ t < _ j/ _. _..__ - i. '..i._~ ^ ~ ` C. Hnnr v. fl aY. t Z. E U 6 ~ ... soft P 1. r¢~AI<t<d -~'~ ___._.__ ___ a ._ ~~... ..: SE a v. T,' FC„ ter. <wro r ... .3 !~ ~" T....~ ~ F r¢ a,t,q T P a S_ a V ___ A ) 3 cq I ° `S C rca• Icn d Y ! e I" iV 1 t!r ICV¢f ®239' O.t:.fl. Jr _ c, E f A ~- S '~ ~ % 6 C Nln C ~ - JLb L. N re M I tk }:l'~ _ ... .-.... ._.... <trr ..: R .<n ZS S rl ~ I n - ___~ A. y zB I AB ld/S~ V : s. ]. '. ~n M1~~. MI /. t kM'.o.dw,d I ~ _.. .. __ Z..'F I 55_ ) . 1. S - Qi p+ @:L 1. ~ ___ __ < t XY f ,. ewl. , .__ __. ___.. _. .___._ __ __._ _-.__.-~.._.. _.. I Y5 - 1. ,4 I 6'e a( 3` . t 1 1 IM 9 .... .. _._ _ < k 5 5 S I fl. in . '- r ..+' Ly cND NOTf~ ... .5 P a x k .-. N L Jerd Pc. L t n Ret ~t NvmGf el ': A6 lp 1 ~ - .rn tn>Je bN %orl RLnry ~ - - y 3 )E ~Oq ~nc,l J .. bIW o< a LC Ib. hor'a!r Ert fnllinq n Carvlc v6 <F lowrine.': -__.._ _ _.. _.. /,.... ... M 53 1 •..r..., :S1 "~.n.r 4 r f.r. ro ~.t:v N: .r er< u Ix'< ~cn dl L i SO rcFS..reqquM<d to ,brv< Y - __ .. ._ _ ~j J 2 ttD , ISg ucn ID. a.(npler pnecGn• 2.Bw S"..t9 .: '_ ._ _ 1 ~ ~. > .Inn y e not duly Mmc6 tV0 `' { ~ 0. of R A¢. it. N AN es.yrecro¢d In - Mq nr 'I tK awry mxLsiwus vegM _. . `' I 3,'.:i W 1 r F 1 f t ~J br 101 IU2, not 103 ~ _ m S I H.i.N tht Iw '•r6 Aw81d pp~Imt~M 11GC. ~ I _ •`~J•' - . -. Iu ng mule n «mq'ab a rri. J ~1 E 4 rnsty!~w4 '. '.c __~ ~"- < S 1 _ 1 i FNL h¢ ~n~ r rcwl. ~1r_ ..._.L___`~~ ~ .._ _ Jrul 4 f f w. D. .tAt« tar! < t<r str .. nns¢ Jn;n! - ,t t I t a !e 4 v ~ nt: `!' ~ D ` nl'l-. -.( e Irl.u n If fT~ ~ ~3 e,GOry il,¢ o Jr n„t mi nn E , Lr t 'mat ta5y .P r film ti trJ '1, - LM AL f. `s•; w E / ^. I,f ' ReJ YI <t¢ M W th¢ 6tbr E '. [E ' "'. M H "TA' i~ ~1(4 f' 'w i f ~: T:. GIA A ttM 4icnt Met w]<t : U .• ``a ~~ M . .:rv n, '» ~~ ~ 1.1 to y. pf ermad. ~ rr. r: ~ _ E f L... _ ~. : rt -.. .:. r _.. __ .___._ .. -' r. c a Br _. .:_[ -. r r .:,. r '.r a n-. r .'.. .. ;., .,r ,CNL GOR!N/e IKf'C!tIMA?It)N - ., ,:, f w , ~_ ,~ ,, ~ , ~~ ., h0 1-:. .:b:rr i ~: ,. :~;, . r. , , , G1.2 - --- ..__ ~ _- --- ~\ ~.\\ ~, z , \ ~ Sz1 5~ 3 ~ ` PFI ~hI*L RMy~T~ T _. ___ ~ ~ a -e /e' ~ +7 a VR _ v , ,/a' I '. c sTRmu. pN Rl.g / 1 \ `~'J `--F.+ NIGL :4wN10wN- 9vCWN0 / ' ti-I - - ~ ~ -aIL'F SCF ,~5-2L- 1L - - - - - ~I I I L - _ L_- _ ---J L---- ~~t I~ ~, f 10-F ~i III" «x.- - 1 r - - - - ~,~(, r--~ r~-------r r---- fir' ~nNwNE. i. I. c I ~. _~)IInnN. PLAN LAYOUT NowTH ~;:.~;.:, _.fLOpP DRPN CWPP RF'YwF MC ,O;SiC X:S L<'W Ft FRLN lr„~; it AN __{ ~~ i ! { , ~ I `I -i I I ~ i i ~ I , ~ ~` _. \~ i \~, / I ~>`; _ I ._._ F I i i ~ i I ~ I i I Y !OwM SIP.EkI / ~ : , E~ -; j II .. , ~ ~ :/k!L RAYP~ ~_~ ,. I .. __ s i° -~ ~ _ t I -Y '.. . tw . i 1 .. ~ ~ I I ~ ' ~ T-ICS FCOTNL ~. r I "~~ I I I - 1 , i I . . f (IR4M T.W..NiS by 8 JI.bCF L F '~ m I t ~ I ~\ ` t •~• ' ' ~ I m l ~ ~xrnE.n EWPL. FRO AUE NNM Eil 5[P'rtCE (F T lOAn LMACITY C~(~' ' \ L 1 I J ,~ 1I _-.--LONG PIER_~ I ~. J 1 1 ~ 7~ h ~ cF ro.a%: eawcs aNO A 4RHlRIN ER 4 FR R4p_ L M C H I,_LO PDJNO RC CUR n r ar a ArTY - zo h ~ 1 ~ 1 L} t (` I i I (F MI IC aCP _ ~ 1. ~ b~ Nll W I RNM s.EOIA,.. PPG'. ~p o uvacl c.a o , ~- I ~ '-j ," ifT. i ~ p p. , IL e: I ~ o' Y LLO'YT ~FRN O FK T, F 'Ai STR );.NRE + J}' i_5 ~ i "p~ 6 f k ` ~ ~ I I . FOI. S INNILN 1 ,iER L A hPL '_OAL nPAbTY UC ` FOI Jn k p h'tU 1 \ LYMt?AN~-- ' FA NR% OF AFE IY l Uf2U l ICRM' I 1 J ~ V , 3-IyING / F - I I ~ ~ ~ I I ~_ ( ~llifNG•FGR ~ ~ I \ RP R..t - nan~u~NLL ,,,mf(1If11'mA SITE%F'OUNDATION PLAN ~lLC1Rl;:nt H_ TE*.aLmr-T.LU..F NORTH %.°o~%~ii ~i: _ ~-"v =tu~vfuNrrnr Tc eF t~TH<ET~,a .pL~, F,-RIL,ANf ~ E 5 'II L F c C +9 G ~~.. Y 'r & ~ w S y 2; /: i es ~ ~ ~ p F u ~ ,.. t L'.' ~ W~ _ z `r,,l p '~~~ ~': aa- #.~ JW ~.t `_' FCF z~~ ui ,:_% ~~Y _ _ V'~ S1.1 ~ r - _ _ - -_. _ ~ I ._ _ _ _ _ _ - _ _. _ -_ ; ~, L [~ ~LJ" F ~ _..~- =te a. x=ate ..s ..,.. a-.~-~--'_~' -T~ / ~ a:~ . J ~ ~ ~ \~ _... ?e:: a ? O y c . irJ ao a.ii m N:o a,qr .'. ' ow a°o o~u - ~ ~ / !> a ~ ~lrlpun~iNi r.. z .v xo -a ~. ;~ ;' ~ ~ i , + 9 R 77 p. ( 1 >no, n3 'Jai '<<_~ ~ f~~ \ / - ' \ v t m - V; ~'' ~ _l_; ~,.::.. ` .. ... r ~ 1\r ~ , WNO Ja / ~ I i ~~ N 7 3n3 >1d _ 10 1 M 1 I N l'_L \ ~N AV IJ 3"1.'.A1AN ~ '~P°' -` „ -~- ~-0 J I TV- - 3 ON ~3N.lVlt~ r -.- A- 1NN]LLN.il n• ; f . . ,. . Jr 3 1 M01_ x] 350N]N ~ h~h ~ a Y! :~ f ~ u .t - ~1 ~rn~',q ii~ / t'ie~ I 1 - r,/1 mw .rnr / !' ~ P- - A/i mac tl+~r ~~ \'1 '~' A ; y NOI~U~S\ r ~.~ NOI,LtlA313~~ NUIJ,tlA318~ ~ o; 1- ' a ' r U. -4NMii1 n~J XJ ,.: ~ .._ M ~ ~ _--~ ° 1 . _ .- r_.-._ _. _. - ~ . . . _ -: T. _ -- _ ~~ I i !,I ~ ~ xf- ,,~ I y ~ ~ a f'LS `^. i ' f l5 u ~ y - -. .. .. ' ~ a ~J _ _ s - fs ~_r~ ~ fI: ~ ~ ~ . a ~ ' ~ ~ .. -- ~ ,.. ,~. 4_ ay ~wuneia a c { I ._ c r~ I r 1 ~ -.. __ _= _ i i _ ______ , - I 1 ' ' : a -L J _ ~.. _ ;. .. ~ z ~. a \~\. \ VJNLNW '1>N C l['~J-_~' ~ i ~ ~ ~ ~ _,:., N II rN 'fl ]. '. 5Rn0 % ! ._, I 1~`1 MO J..~/ (• / .. I , i ! Ar iq ' 1N 1 I ` :___ ~"NeJ :nI.YrJ 1]TLS tlMA n3 .' i ~ pry ~ J \ `~ ' i IoM ,xX? w ~ ,...~..,.... ,n C-1. y~~ A"ONSV~ J: J r d I.,iNHi NJLJ / I veuiHxun i Y. N xi - ~ - rv>i"lll i l w,a- ~ % ~ i .~ s, k.~,~~~m , - - :f •00-_ -~ i - ' 1 i F .Vri s ., ill:, i:] ~. :Y.i^.' IrN~f 't:M Lxii dN~iJ is v Oi x3 i ' . 4 r e-N :~~ llrllxLi .wr TM:Y.1l-... - 1 I ~ ~ - a t--.. _:' i u' Z.. ~ X? ~ .. ~C E AUµL q ~ i o i,E f`L'A6 ~ qq ~ w.r,~ M1 ~ ~ c a...__~..__ I _ r .= NhHLFAIL ~.... Ir F , -.~a fi' < hICL` ~ a~ c~ y ~ tw E GE . , J `l _ ' -- ,s-vnl»,cm rrt ~ .~._.~ 'R ~ j r ........_. '. l.tt. KMNLU-_-.__. ..-.~ Yi •L SNXE ~-..~ " _ ~ ,- ~ ._.kw rPD. tiff, .. - l _ _-.__. v_%h•J ~. - f GLJnIE:' r N, C%^ CIS''.I=JIi\' . _- R-1 Mhl '-~.. HJFYZ @ (_ •~ 2_ ~ RN Ih~ _ . ~ ~~ OE Hf A,v I vi 0 r ,JP; ~ ~ b. ., ` • r. / Watl`w5t , yi w. TEk < _ _C rf.,%E ~n A 5. ~-'(Zl 1T• . ~ l _ s- ~ i I ~ s Ir ac I ~. vi-la` i i ,I ucL csr CLRZ I}~I~~ 'TT .fr Y 6~1 T ~ 1 ... .... ..~ ~ ...... _..... Y. w B ~' 1 I f _ e ~ ~ ' rc - III 0 I ~ I ! ~~ ~j J" ~1 I ~~ ~ ~ . /i1 DETAIL - 1 l i'1 SECTION a . .r-rl. . r.'7-_ -._. L' .-a, 1 , ,/~ -"~- ar eta Nr NU ''.:~i ui~i/;~ r-: ~, s:~ n.,, ~%L~~r.f.o' ow wu. . f v ; a .___. _. ~ ` ~s'/z"' °~ L'~ ~._ _~' ..,~.>~s~A~ ~-e•_ I s' I. '- '= \ _. ~ fxhw=ER. a' ~ .c,/ a ~ :OAiCC .MIG CCt / ~~ 1.___ _ -- _.~ 7 E` ~ GlF (` '• ,k iAa n1 J L ~ :~ _ 7R . -. "--~-C ~ n m O' , __ _. ~f '~ _1 ..._ ~'~ SECTION SECTION ~ 1/ ~r %x4 Y . r' Lp '/ Bk.'J bM +:Nl ` . ~~ C ~ ... _ ~ _ . _- ... 3 _fi~ RwN Clfit NiTi ~ ~. _ s _- ~---i RY fm': 'Ak15 .. ~4 • " - W/SiU 90 M:U`. IH 1~ i ~ ~ i _- .. W/91D 90 14'X,K 11G :/,~ '~ .: ` - • ~ '' ~% / C`--: ~ LING T[~P :, r, H-) Jw EDNG i0F y :~ < . ~ ' fUL2 SE:OwO j L E 3CD,4 ~ ~ ~ C _y _. i a. .,- ' •'a ... N F0~ 1' vL+C: SC:.M~ C ~ ~ 6 T, flSCE IFwD ~' 'k ~ .._. -ka r. 3nT f 1 ..... -- % NlA(t fN.:+. ~ ~ 1 LLa(C f,p Sil~.:. ~ Q a f " C- ~ -L I _. ..... .. _....._ _.... --r _~ ....... __,_ , - -- ' s ~G r ~ L .~ (~ ;~ f 1'/ { ~ / ~~ C 1 ~ ~ ~v I.~ ~ ~~ , _._ ~ _.. ----__ .~,.r~, ~ ,L. ,r 1.3 ?i.Jlm-UR 11W fNC:f~TERG \ND SI O2V f4'ORS. P (. al'S1'ENNSILVANIA AVE~LE!DLBUQUE. IUU'.4 <LM : I'}ikl)MI~AKY ES'II~UIE NICC - Pmkutg Rmnp Li1d: DI.IBU(3LF IOA~A COST ECTIMATE Sl1MMAR5' SECT DESCRIP77(3~ M.4177tLV. L,10OR fQ[DP SI .TiCO\. T(Tfhl. III`M9 GENERAL, REQ. 5?5 9x; 2(RI t3>_~ 3(r'.i U2999 SITEK~ORK 12a= R3a 21T 13i 5a2' 0.19'19 COkCRETE R'65 3126 0 32? ?31.3 ouaM Mns(R.~'r n n o n U3997 METALS lba6 11~' 0 lag -1'%55 (16999 f 1RPENTRY U n n n 077M 7HEtth1.SMOISI. 0 al U IW ?Ihl n5Yi4 D[iORSg tF7NDOWS D n 0 n D -- salsa , nlm - -~~~ -- - -or• ~Lior, SALfS TAS U.n9 i:10 PR7 if I1~S U2~ iW9 <)ErP D.2 1r12 MBl U U(14 196 BOND O.UI 6;5 ANTICIPATED BID Ab1OL~.T 66051 COMP7GENCY Fl.tNU U.1 Gn(M> PkO7GCTED CONS'(RIKTION CO41' 72641