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